February 16, 2022 | International, C4ISR
February 12, 2020 | International, Aerospace
Steve Trimble
As the U.S. Defense Department accelerates hypersonic weapons fielding, the air force's top commander in the Pacific region emphasizes that the missile isn't the only technology required to realize an operational capability to strike targets at speeds faster than Mach 5.
The air force plans to achieve an early operational capability in fiscal 2022 with the Lockheed Martin AGM-183A Air-launched Rapid Response Weapon, a maneuvering boost glide missile fired from the wing of an aircraft, such as a Boeing B-52.
Such weapons are capable of hitting targets at ranges over 1,000 km within 10 min., but similarly new advances in intelligence-gathering and command and control infrastructure are required in order to make full use of them, said Gen. Charles Brown, commander of Pacific Air Forces.
“In the time of flight, eight to 10 minutes, I've got to have pretty good intel that the target is still going to be there, particularly if it's a mobile target,” Brown said. “Those are things I'm thinking about. It's nice to have this weapon, but I've got to have the whole thing.”
The Defense Department also is working on other long-range-missile technologies. In August, Russia and the U.S. governments withdrew from the 32-year-old Intermediate-Range Nuclear Forces Treaty, allowing both countries to follow China's lead in fielding ground-launched ballistic and cruise missiles with a range of between 500 km and 5,000 km. Since August, the DOD has demonstrated a rudimentary ground-launched cruise missile and ballistic missile in flight, but a fielding decision is still pending a policy decision by the Office of the Secretary of Defense (OSD).
Brown could offer no update on the status of the policy decision.
“That may be a logical conclusion, but I'd refer you to OSD on where their approach is and where the department might land as far as where we're going in the future,” Brown said.
February 16, 2022 | International, C4ISR
February 4, 2020 | International, Aerospace, Naval, Land, C4ISR, Security
AIR FORCE The following eight firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award task order contracts (MATOC) -- each with a not to exceed price of $90,000,000 -- have been awarded to the following: Doyon Management Services, Federal Way, Washington (FA4626-20-D-0010); Geranios Enterprises Inc., Great Falls, Montana (FA4626-20-D-0011); Guy Tabacco Construction Co., Black Eagle, Montana (FA4626-20-D-0012); James Talcott Construction, Great Falls, Montana (FA4626-20-D-0013); JE Hurley Inc., Colorado Springs, Colorado (FA4626-20-D-0014); NorthCon Inc., Hayden, Idaho (FA4626-20-D-0015); Sealaska Construction Solutions LLC., Seattle, Washington (FA4626-20-D-0016); and Wadsworth Builders Co. Inc., Great Falls, Montana (FA4626-20-D-0017). This MATOC contract is a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the MATOC will be the general construction category, to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting and earthwork. Work will be performed at Malmstrom Air Force Base, Montana, and is to be completed as specified in each individual task order by Feb. 2, 2027. This award is the result of a competitive solicitation to total small businesses, 8(a) small business, and HUBZone small businesses; 16 offers were received. Fiscal 2020 operations and maintenance funds in the amount of $4,000 ($500 each) are being obligated at the time of award. The 341st Contracting Squadron, Malmstrom Air Force Base, Montana, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $57,360,519 delivery order modification (FA8504-20-F-0007-P00002) to previously awarded contract FA8504-17-D-0002 for C-130J propulsion long term sustainment. This order provides funding for Option Three and Power By The Hour flying hours. The work is expected to be completed Feb. 1, 2021. Fiscal 2020 operations and maintenance funds in the amount of $57,360,519 are being obligated at the time of award. The total cumulative face value of the contract is $57,360,519. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Merrill Corp., Clearfield, Utah, has been awarded a firm-fixed price requirement type contract in the amount of $21,477,000 for the overhaul of duct assembly. Work will be performed in Clearfield, Utah, and is expected to be complete by Feb. 2, 2025. This award is the result of a sole-source acquisition. Fiscal 2020-2025 procurement funds will be used. The base award is estimated at $4,020,084; Option One is $4,000,467; Option Two is $4,346,985; Option Three is $4,641,164; and Option Four is $4,468,298. Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-20-D-0001). The Boeing Co., St. Louis, Missouri, has been awarded a firm-fixed-price requirement type contract in the amount of $7,907,471 for the repair of KC-135 cowling and fan ducts. Work will be performed in St. Louis, Missouri, and is expected to be complete by Feb. 2, 2025. This award is the result of a sole-source acquisition. Fiscal 2020-2025 procurement funds will be used. The base award (three year amount) is estimated at $4,941,509. Option One is $1,444,206; Option Two is $1,521,756. Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-20-D-0002). NAVY Manson Construction Co., Seattle, Washington, is awarded an $89,370,000 firm-fixed-price contract that provides for design-bid-build services for the construction of Seawolf Class Service Pier Extension, Naval Base Kitsap Bangor. The total cumulative face value of the contract including the award of four options will be $89,370,000. This contract award does not involve foreign military sales. The work to be performed provides for the construction of a 520 foot by 68-foot single level, reinforced concrete, general-purpose submarine berthing pier extension to the existing pier, with pier-side utilities, communication systems and two-580-square-foot concrete floating camels. The pier extension includes engineered pile and caps to support the pier deck, a fixed crane, equipment pads, mobile cranes and utility buildings. The project also configures and adds to the existing wave screen attenuation system and modifies the existing small craft berthing at the service pier. Additionally, the project constructs a low-rise compressor building on the pier for new tool air compressors and breathing air compressors and alters an existing building to accommodate new and existing lift stations, sewage equipment, storm drainage, industrial wastewater services and provides a new emergency generator. Work will be performed in Silverdale, Washington, and is expected to be completed by July 2022. The solicitation was competitively procured via Federal Business Opportunities with five offers received. Fiscal 2020 military construction funds for $89,370,000 are obligated on this award. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-20-C-2002). Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, was awarded a $20,337,451 modification (P00016) to a previously awarded firm-fixed-price contract (N61340-17-C-0014). This modification procures updates to the Delta Software System Configuration #3 software baseline to include the visual system and cyber security on tactics and flight trainer devices. Additionally, this modification provides technology refresh and aircraft concurrency updates on tactics devices, aircraft concurrency and aerial refueling updates on the flight devices, tactics and flight device training and associated technical data in support of the E-2D Hawkeye Integrated Training System. Work will be performed in Point Mugu, California, and is expected to be completed in June 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $2,016,274; fiscal 2019 aircraft procurement (Navy) funds in the amount of $13,061,234; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,259,943 will be obligated at time of award, $2,016,274 of which will expire at the end of the current fiscal year. The Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded Jan. 31, 2020) Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $9,107,841 cost-plus-fixed-fee undefinitized contract action under a previously awarded basic ordering agreement N00024-19-G-5107 to repair and test the USS Sampson (DDG 102) SPY-1D(V) transmitter suite. This order covers repair, refurbishment, reassembly and testing of the AEGIS Weapon System (AWS) AN/SPY-1D(V) Transmitter Group in support of USS Sampson (DDG 102) as well as associated testing support. Work will be performed in Andover, Massachusetts (65%); Keyport, Washington (16%); Moorestown, New Jersey (10%); and Marlborough, Massachusetts (9%), and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) funding for $4,108,940 will be obligated at the time of award and expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-F-5105). Zenetex LLC, Herndon, Virginia, was awarded a $7,521,702 cost-plus-fixed-fee contract to provide contractor support services (CSS) to temporarily augment government personnel to assist in the acquisition, management and sustainment of Navy training systems. CSS support includes corporate operations, research and technology, program management, logistics, engineering, instructional systems and test and evaluation support services for various training systems managed by the Naval Air Warfare Center Training Systems Division. Work will be performed in Orlando, Florida, and is expected to be completed in May 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $432,783; fiscal 2019 other procurement (Navy) funds in the amount of $138,112; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $278,344; fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,002,318; fiscal 2020 other procurement (Navy) funds in the amount of $357,920; fiscal 2020 operations and maintenance (Navy) funds in the amount of $507,119; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $101,022; working capital (Navy) funds in the amount of $1,204,302; and Foreign Military Sales funds in the amount of $520,643 will be obligated at time of award, $785,463 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-20-C-0009). (Awarded Jan. 31, 2020) ARMY H2 Direct LLC,* Gulf Breeze, Florida, was awarded a $39,000,000 firm-fixed-price contract for personnel, equipment, supplies, facilities, transportation, tools, materials, supervision and other items and non-personal services necessary to provide information technology management support services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2025. The 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity (W91151-20-D-0009). Cray Inc., Seattle, Washington, was awarded a $26,480,000 firm-fixed-price contract for Department of Defense high performance computing modernization. Bids were solicited via the internet with three received. Work will be performed in Stennis Space Center, Mississippi, with an estimated completion date of Aug. 1, 2025. Fiscal 2020 other procurement, Army funds in the amount of $26,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-20-F-0126). Sustainable System Solutions LLC,* Herndon, Virginia, was awarded a $9,563,615 cost-plus-fixed-fee contract to provide the design, development, integration, testing and fielding of test capabilities systems and/or related test infrastructure among ranges within the Department of Defense test and evaluation community. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2030. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0003). Escal Institute Advanced Tech, North Bethesda, Maryland, was awarded an $8,805,373 firm-fixed-price contract to provide training and certifications to verify and validate student proficiency in cybersecurity roles. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 2, 2021. Fort Gordon, Georgia, is the contracting activity (W911S0-20-F-0111). U.S. SPECIAL OPERATIONS COMMAND The Boeing Co., Ridley Park, Pennsylvania, was awarded an $18,186,000 firm-fixed-price type delivery order (H92241-20-F-0020) under basic ordering agreement W91215-16-G-0001 to procure the long lead components and parts in support of MH-47G rotary wing aircraft. This action is required to satisfy an urgent need to sustain U.S. Special Operations Forces (SOF) heavy assault, rotary wing aircraft and to mitigate the impact of the MH-47G aircraft availability in light of increased SOF operational demands. Contract funds will not expire at the end of the current fiscal year. Fiscal 2020 aircraft procurement, Army funds in the amount of $18,186,000 were obligated at the time of award. The majority of the work will be performed in Ridley Park. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2073298/source/GovDelivery/
September 17, 2019 | International, Aerospace, Naval, Land, C4ISR, Security
AIR FORCE General Dynamics Information Technology Inc., Fairfax, Virginia (FA8750-19-D-0005); American Systems Corp., Chantilly, Virginia (FA8750-19-D-0002); Booz Allen Hamilton Inc., McLean, Virginia (FA8750-19-D-0003); and Polaris Alpha LLC, Colorado Springs, Colorado (FA8750-19-D-0004), have been awarded a $427,000,000 maximum ordering amount indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price orders for the enhancements, modifications, integration, testing, demonstrations, deployments, maintenance and research and development of Global Application Research, Development, Engineering and Maintenance software baselines. Work will be performed at Fairfax, Virginia; Chantilly, Virginia; McLean, Virginia; and Colorado Springs, Colorado, and is expected to be completed by Sept. 16, 2026. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $88,165 are being obligated at the time of contract award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. Kratos Unmanned Systems Division, Sacramento, California, has been awarded a $35,000,000 firm-fixed-price contract for Air Force Subscale Aerial Target peculiar spares. Work will be performed at Sacramento, California, and is expected to be complete by March 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $185,606; and fiscal 2019 aircraft procurement funds in the amount of $35,255 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8678-19-D-0001). CORRECTION: The Sept. 9, 2019, announcement of a $14,958,516 task order (FA8533-19-F-0091) against contract FA8533-18-D-0002 for Lockheed Martin Corp., Orlando, Florida, included an incorrect completion date. The expected completion date for the work is actually Jan. 8, 2022. WASHINGTON HEADQUARTERS SERVICES NCI Information Systems Inc., Reston, Virginia, has been awarded a $269,990,592 firm-fixed-price contract. This service delivery requirement will consist of satisfying Joint Service Provider (JSP) user needs for secure, accessible and stable information technology (IT) support. Service delivery services requires an understanding of the current operating environment of the JSP and the ability to leverage mature capabilities and industry best practices to improve efficiency and reduce complexity in order to enhance JSP's IT support services. Through the service delivery requirement, the JSP seeks to deliver responsive IT services and support to its users in the most efficient manner as possible. Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $269,990,592 are being obligated on this award. The expected completion date is July 29, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-F-0136). DEFENSE LOGISTICS AGENCY Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $185,615,149 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution. This was a competitive acquisition with three responses received. This is a two-year base contract with one one-year option period and one two-year option period. Location of performance is Georgia, with an Aug. 31, 2021, performance completion date. Using customers are Army, Air Force and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3211). Vinyl Technology, Monrovia, California, has been awarded a maximum $9,518,724 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the CSU-22/P, Advanced Technology Anti-G Suit. This was a competitive acquisition with one response received. This is a one-year base contract with three one-year option periods. Location of performance is California, with a Sept. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1188). NAVY Harper Construction Company Inc., San Diego, California, is awarded a $95,355,749 firm-fixed-price contract for the construction of the P-284 F-35C maintenance hangar at Naval Air Station, Lemoore, California. The project includes construction of a two-module Type I aircraft maintenance hangar, associated airfield pavements, operational and munitions storage, renovation of an existing battery shop, and building a new tool room. Project provides temporary facilities. Work will be performed in Lemoore, California, and is expected to be completed by November 2021. Fiscal 2019 military construction (Navy) contract funds for $95,621,143 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Southwest, is the contracting activity (N62473-19-C-2455). Environmental Chemical Corp., Burlingame, California, is awarded a $90,696,992 firm-fixed-price task order (N62470-19-F-9101) under the global contingency construction multiple award contract for P001, master time clocks and operations facility, Naval Observatory, District of Columbia. The task order also contains 10 unexercised options and nine planned modifications, which if utilized, would increase the cumulative task order value to $95,546,157. The work to be performed provides for the construction of a new building to house the master clocks, demolition and renovation of existing buildings, rehabilitation of existing foundations, and associated Verizon and Potomac Electric Power Co. work. The options that remain are for electronic security measures, and are available for award up to 365 days after task order award. The planned modifications that remain are for furniture, fixtures, and equipment and audio visual equipment. Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2024. Fiscal 2019 military construction, (Navy) appropriation contract funds for $32,298,969 are obligated on this award and will not expire at the end of the current fiscal year. Fiscal 2020 military construction (Navy) appropriation contract funds for $58,398,023 will be awarded in fiscal 2020. Options and planned modifications will be fiscal 2020 or later operation and maintenance (Navy) funds. Four proposals were received for this task order. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-8025). Hydroid Inc., Pocasset, Massachusetts, is awarded a $52,300,236 firm-fixed-price modification to previously-awarded firm-fixed price, indefinite-delivery/indefinite-quantity contract (N00174-19-D-0009) to increase the ceiling for production support for the MK 18 family of unmanned underwater vehicle systems. The MK 18 program supports unmanned underwater vehicle systems. This award brings the cumulative value of this contract, if all options are exercised, to $100,170,578. Work will be performed in Pocasset, Massachusetts, and is expected to be completed by April 2024. No funds are being obligated at the time of this action. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1(a)(2) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AECOM Management Services Inc., Germantown, Maryland, is awarded a $26,822,300 cost-plus-fixed-fee contract action for operations, maintenance, engineering, and management services in support of Combined Tactical Training Range systems and equipment. The services under this contract support live training events hosted on multiple tactical training ranges across the U.S. Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); Lemoore, California (1%); and is expected to be completed by March 2020. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,779,303. Fiscal 2019 operation and maintenance, (Navy) funding for $6,120,000 will be obligated at time of award and expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426719C0036). Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $16,197,311 modification to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999). This modification provides non-recurring engineering to incorporate Phase II of the Multifunctional Information Distribution System/Joint Tactical Radio System on the E-2D Advanced Hawkeye aircraft in support of the government of Japan. Work will be performed in Melbourne, Florida (75.15%); Norfolk, Virginia (8.98%); Ronkonkoma, New York (8.42%); St. Augustine, Florida (6.34%); various locations within the continental U.S. (0.79%); and Misawa, Japan (0.32%), and is expected to be completed in December 2021. Foreign Military Sales funds for $16,197,311 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Nan Inc., Honolulu, Hawaii, is awarded a $15,128,199 firm-fixed-price contract for construction of an ordnance operations facility at Andersen Air Force Base. The work includes construction of a low-rise (one-story) reinforced concrete ordinance operations building, which includes administrative spaces to support Marine Corps ordinance operations. This project also constructs a low-rise (one-story) reinforced concrete inert storehouse. Work will be performed in Yigo, Guam, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $15,128,199 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1301). Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $14,523,096 modification (P00002) to a cost-plus-fixed-fee delivery order (N00019-19-F-2768) against a previously issued basic ordering agreement (N00019-17-G-0002). This modification exercises an option to procure support to implement capability defect packages and problem reports in accordance with work package task lists in support of V-22 fleet sustainment efforts. Work will be performed in Ridley Park, Pennsylvania (93%); and Fort Worth, Texas (7%), and is expected to be completed in June 2021. Fiscal 2019 operation and maintenance (Navy) funds for $2,759,590 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. International Marine and Industrial Applicators LLC, Spanish Fort, Alabama, is awarded a $14,152,760 firm-fixed-price contract for the accomplishment of preservation and non-SUBSAFE structural repairs and maintenance on USS Louisiana (SSBN 743). This contract includes options which, if exercised, would bring the cumulative value of this contract to $14,495,622. The work to be performed on this contract will support main ballast tank, superstructure, sail, recesses, sonar dome, interior and external hull to include commercial blast, non-SUBSAFE structural repairs and preservation. The contractor shall furnish the necessary management, material support services, labor, supplies and equipment deemed necessary to perform the work. Work will be performed in Bremerton, Washington, and is expected to be completed by December 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $14,152,760 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-19-C-0803). The General Electric Co., Cincinnati, Ohio, is awarded an $11,660,580 cost-plus-fixed-fee contract to research future concepts for advanced propulsion system technology for the next generation engine and integrated power and thermal management system as well as potential capabilities for the next generation jet engine aircraft in support of the Propulsion and Power Engineering Department. Work will be performed in Cincinnati, Ohio, and is expected to be completed in September 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds for $11,660,580 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; nine offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0622). ARMY General Dynamics Information Technology, Falls Church, Virginia, was awarded a $49,000,000 firm-fixed-price contract to operate, sustain, and maintain the centralized meter data system. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0007). The Dutra Group, San Rafael, California, was awarded a $23,168,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Southport, North Carolina; and Wilmington, North Carolina, with an estimated completion date of July 17, 2020. Fiscal 2019 operations and maintenance, civil; and operations and maintenance, Army funds in the amount of $23,168,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0031). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $12,244,296 firm-price-incentive contract for M984A4 wrecker and self-recovery winch on the Family of Heavy Tactical Vehicles. One bid was solicited with one bid received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of May 31, 2021. Fiscal 2018 National Guard and Reserve equipment funds in the amount of $12,244,296 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0511). ZelTech Training Solutions LLC,* Winter Park, Florida, was awarded a $10,000,000 firm-fixed-price contract for the acquisition of three variant pyrotechnic cartridge launchers, spares, shipping, test cartridges, site surveys, new equipment training, installation, test and integration, interim contractor support, technical data and contractor manpower reporting. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2025. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0012). B3 Enterprises LLC,* Woodbridge, Virginia, was awarded a $9,443,920 firm-fixed-price contract for refuel and defuel services, personnel, management, parts, supplies and transportation vehicles. Bids were solicited via the internet with six received. Work will be performed in Daleville, Alabama, with an estimated completion date of Sept. 30, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,443,920 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006). L3 Doss Aviation, Colorado Springs, Colorado, was awarded a $9,424,653 firm-fixed-price contract for advanced helicopter flight training support services. Bids were solicited via the internet with seven received. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Oct. 31, 2026. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,643 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-19-C-0006). ESA South Inc., Cantonment, Florida, was awarded a $7,672,322 firm-fixed-price contract to renovate and convert Building 87017 from a dining facility to a brigade headquarters at Fort Hood, Texas. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Nov. 20, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,672,322 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0131). DEFENSE INFORMATION SYSTEMS AGENCY Artel LLC, Herndon, Virginia, was awarded a firm-fixed-price contract modification, P00010 to exercise Option Period Three against GS-35F-5151H/HC1013-16-F-0048 for commercial satellite communications service. The face value of this action is $11,817,932 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value of the task order is $59,098,160. Quotations were solicited via the General Services Administration's Federal Supply Schedule, Information Technology Schedule 70, and one quotation was received from 29 offerors. Performance will be at the contractor's facility located in Herndon, Virginia. The period of performance for the base period was Sept. 25, 2016, through Sept. 24, 2017, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. Inmarsat Government Inc., Reston, Virginia, was awarded a firm-fixed-price contract modification to exercise Option Period One against GS00Q-17-NRD-4014/HC1013-18-F-0243 for commercial satellite communications service. The face value of this action is $10,999,476 funded by fiscal 2019 operations and maintenance funds. Primary performance will be at the contractor's facility in Reston, Virginia. Proposals were solicited via the General Services Administration's Complex Commercial Satellite Communications contract, and six proposals were received from 22 offerors solicited. The base period of performance is Sept. 17, 2018, through Sept. 16, 2019, with four 12-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/1961889/source/GovDelivery/