Back to news

August 30, 2019 | International, Aerospace

USAF To Equip KC-135s For ADS-B Position Reporting

by Bill Carey

The U.S. Air Force will install automatic dependent surveillance-broadcast (ADS-B) position reporting capability on its fleet of 417 Boeing KC-135 Stratotankers beginning in September.

ADS-B Out is not part of the KC-135's current Block 45 avionics upgrade, but the functionality will be added to the four-engine refueling tanker, the service confirmed. Supplier Collins Aerospace said it will integrate ADS-B Out through its Flight2 avionics system for the KC-135, using the aircraft's Identification friend or foe (IFF) transponder to broadcast position.

Work is expected to take place at the Oklahoma City Air Logistics Complex at Tinker AFB, Oklahoma.

“We're very close to having the certification complete for that, and then the Air Force will begin the certification process to install on the aircraft,” Marc Ayala, Collins Aerospace director of Air Force sales and business development, told Aerospace DAILY.

“Our system will interface with the various components—the GPS position source and some of the aircraft state data that gets fed into the [IFF transponder], basically the ‘electronic handshake' for that box to work properly within the system,” Ayala said.

The Air Force has said that 2,936 military aircraft across all U.S. services will be fitted to signal their position by ADS-B Out as of the FAA's Jan. 1 compliance date. The number represents about one-fifth of the 13,596 aircraft operated by the Defense Department, according to Aviation Week's Military Fleet Discovery Tool.

The leading category of ADS-B-equipped aircraft will be helicopters (1,129), followed by air mobility and transport aircraft (923), command and control/intelligence surveillance and reconnaissance aircraft (259) and trainers (625), the Air Force said.

The 923 mobility and transport aircraft that will be equipped by January as part of ongoing updates include the C-5 Galaxy, C-17 Globemaster III, C-130J Super Hercules, KC-10 Extender and C-21 transport, the service said.

https://aviationweek.com/defense/usaf-equip-kc-135s-ads-b-position-reporting

On the same subject

  • Common Armoured Vehicle System (CAVS) programme received EUR 60 million in funding from EDIRPA which promotes European defence procurement

    November 19, 2024 | International, C4ISR

    Common Armoured Vehicle System (CAVS) programme received EUR 60 million in funding from EDIRPA which promotes European defence procurement

    The joint programme enables the development of the Patria 6x6 vehicle platform as well as the cost-effectiveness of life-cycle support, quick procurement and equipment compatibility, strengthening defense cooperation in Europe

  • Contract Awards by US Department of Defense – September 16, 2020

    September 17, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense – September 16, 2020

    AIR FORCE Northrop Grumman Aerospace Systems, Redondo Beach, California, has been awarded a $298,044,362 firm-fixed-price Evolved Strategic Satellite Communications contract. This contract provides a payload to develop hardware and software. Work will be performed in Redondo Beach, California, and is expected to be completed May 2025. This is a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $31,190,000 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8808-20-C-0049). L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $13,534,278, fixed-price incentive firm modification (P00008) to contract FA8823-20-C-0004 for system sustainment services Option Year 1. This modification updates and revises the maintenance of space situational awareness integrated capabilities sustainment performance work statement requirements for the current option year. Work will be performed in Colorado Springs, Colorado; and Dahlgren, Virginia, and is expected to be completed Jan. 31, 2021. Fiscal 2020 operations and maintenance funds in the amount of $21,165,500 are being obligated at the time of award. Total cumulative face value of the contract is $98,994,351. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity. NAVY Core Tech-Hawaiian Dredging LLC, Tamuning, Guam, is awarded a $42,876,637 firm-fixed-price contract for design and construction of Munitions Storage Igloos Phase 3 at Andersen Air Force Base. The work to be performed includes construction of 20 adequately sized, configured, sited and protected munitions storage igloos required to support forward-positioned munitions at Andersen Air Force Base, Guam. The facilities will include reinforced concrete foundations, rated 7-bar construction, floor slabs, columns, beams, lighting and electrical support, fire protection systems, lightning protection systems, intruder detection systems and all necessary supporting utilities for complete and usable facilities. The contract also contains four unexercised options, which if exercised, would increase cumulative contract value to $49,677,730. Work will be performed in Yigo, Guam, and is expected to be completed by June 2023. Fiscal 2020 military construction (Air Force) contract funds in the amount of $42,876,637 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with seven proposals received. Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-C-1324). The Boeing Co., St. Louis, Missouri, is awarded a $41,437,959 cost-plus-fixed-fee contract. This contract provides intermediate level repair capability at Fleet Readiness Centers. Additionally, it provides for the development of support equipment to test and troubleshoot aircraft armament equipment specifically pylons, bomb rack units, sonobuoy launchers, armament control panel and the aft pneumatic source in support of the P-8A Poseidon aircraft. Work will be performed in St. Louis, Missouri (60%); Indianapolis, Indiana (30%); Whidbey Island, Washington (5%); and Jacksonville, Florida (5%), and is expected to be completed in September 2024. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $34,897,349; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,540,610 will be obligated at time of award, $34,897,349 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-C-0843). Lockheed Martin Rotary Mission Systems, Orlando, Florida, is awarded a $21,405,614 cost-plus-incentive-fee, cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract. This contract procures the Electro-Optics fourth generation (EO4) console and replaces the legacy Electro-Optics third generation console configuration to mitigate obsolescence, decreased availability and rising sustainment costs. The EO4 console subsystem is hosted by the electronic Consolidated Automated Support System family of automatic test systems and is used to test, diagnose and repair the H-60 Multi-spectral Targeting System and F/A-18 Advanced Targeting Forward Looking Infrared weapon systems. This contract covers the EO4 program lifecycle with emphasis on the engineering and manufacturing development phase, which includes design and development, production and delivery of five engineering development models, spares and calibration equipment as well as support for integration, test and other program requirements. Work will be performed in Orlando, Florida, and is expected to be completed in September 2023. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal and two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0935). BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $20,306,232 cost-plus-fixed-fee contract modification (P00017) to previously awarded and announced contract N00030-19-C-0007 to provide logistics engineering and integration support of the U.S. Ohio-class and UK Vanguard-class Strategic Weapon System (SWS) platforms, including support of future concepts. Work will be performed in Saint Mary's, Georgia (45.4%); Mechanicsburg, Pennsylvania (30.1%); Rockville, Maryland (13.6%); Silverdale, Washington (2.9%); Portsmouth, Virginia (1%); Mount Dora, Florida (1%); New Market, Maryland (1%); Carlisle, Pennsylvania (1%); Mooresboro, North Carolina (1%); Mesa, Arizona (1%), Saint Simons Island, Georgia (1%); and St. Peters, Missouri (1%), with an expected completion date of Sept. 30, 2021. Subject to the availability of funding, fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $16,641,589; and United Kingdom funds in the amount of $3,664,643 will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-19-C-0007). Shape Construction Inc.,* Poulsbo, Washington, is awarded a $13,726,809 firm-fixed-price task order (N44255-20-F-4357) under a multiple award construction contract to construct the Navigation, Seamanship and Shiphandling Trainer (NSST) Naval Station Everett, Washington. The work to be performed involves the renovation of Bldg. 2200 on Naval Station Everett into a multi-level space for the installation of the NSST. Renovation will include, but is not limited to, supports, power, data pathways, curtain supports and infrastructure, structural modifications, a new elevator, removal of existing equipment, replacement of roof, design and construction of a perimeter wall, and all utility and system interfaces for the new space. Work will be performed in Everett, Washington, and is expected to be completed by March 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,726,809 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4006). Communications and Power Industries LLC, Beverly, Massachusetts, is awarded a $13,211,358 firm-fixed-price contract for the procurement of 60 precision approach landing systems radio frequency components and assemblies in support of the Naval Air Warfare Center Aircraft Division Webster Outlying Filed Air Traffic Control and Landing Systems Division. Work will be performed in Beverly, Massachusetts, and is expected to be completed in September 2025. No funds are being obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0047). Salmons Dredging Corp.,* Charleston, South Carolina, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $12,000,000 for crane rental and crane operator services at Joint Base Charleston, South Carolina. The initial task order is being awarded at $3,753,761 for barge crane and mobile crane rental and operator services at the Nuclear Power Training Unit, Goose Creek, South Carolina. Work for this task order is expected to be completed by June 2021. All work on this contract will be performed in Goose Creek, South Carolina. The term of the contract is not to exceed 60 months with an expected completion date of September 2025. Fiscal 2020 operations and maintenance (Navy) (O&M,N) contract funds in the amount of $4,880 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the beta.SAM.gov website with one proposal received. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-20-D-0062). The Clement Group LLC,* Montgomery, Alabama, is awarded a $10,933,245 firm-fixed-price task order (N69450-20-F-0894) under a multiple award construction contract for a police station and emergency operations center (EOC) facility at Marine Corps Support Facility (MCSF), Blount Island, Florida. The work to be performed provides for the construction of a new two-story police station and EOC facility within MCSF Blount Island. The new facility will be masonry with a metal roof, special foundations and emergency power circuits and will feature sustainable technologies. The options, if exercised, provide for furniture, fixtures and audio visual equipment. The task order also contains two unexercised options, which if exercised, would increase the cumulative task order value to $12,014,234. Work will be performed in Jacksonville, Florida, and is expected to be completed by March 2022. Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $10,933,245 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0918). Leidos Inc. Reston, Virginia, was awarded a $7,090,632 cost-plus-fixed-fee task order issued under a General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) indefinite-delivery/indefinite-quantity contract. This task order provides research support services to the chief science executive and the Research Services Directorate at the Naval Health Research Center (NHRC), San Diego, California, by conducting high-level technical and programmatic support tasks on various Navy and Marine Corps projects and contractor assistance in program execution. Work will be performed onsite at NHRC in San Diego, California, and is expected to be completed by September 2024. The base period of performance under this task order will be awarded with fiscal 2020 Navy research, development, test and evaluation (RDT&E) funds. Fiscal 2020 Navy RDT&E funding in the amount of $752,337 will be placed on the task order at time of award and the remainder will be incrementally funded. The total aggregate value of the task order for the base period and three option periods is $7,090,632. This task order was competitively solicited to all OASIS Unrestricted Pool 4 large business award holders with one offer received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-20-F-0263). (Awarded Sept. 14, 2020) ARMY Chavis Inc., Maxton, North Carolina (W91247-17-D-0015, P00002); Outside the Box LLC, Richmond, Virginia (W91247-17-D-0014, P00002); CMC Building Inc., Bolton, North Carolina (W91247-17-D-0013, P00002); Lifecycle Construction Services LLC, Fredericksburg, Virginia (W91247-17-D-0017, P00002); and W4 Construction Group, Kalamazoo, Michigan (W91247-17-D-0018, P00002), were awarded $36,0000 in modifications to execute a broad range of maintenance, repair and minor construction projects at Fort Bragg, North Carolina. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2022. U.S. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity. Critical Solutions International, Charleston, South Carolina, was awarded a $35,685,503 modification (P00012) to contract W56HZV-17-D-0045 for support of the Husky 2G Vehicle-Mounted Mine Detection. Work will be performed in Charleston, South Carolina, with an estimated completion date of Sept. 30, 2022. Fiscal 2020 and 2021 Pseudo-Foreign Military Sales funds in the amount of $35,685,503 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $23,566,504 firm-fixed-price contract for renovation of the Caven Point Army Reserve Center Facility. Bids were solicited via the internet with four received. Work will be performed in Jersey City, New Jersey, with an estimated completion date of March 18, 2022. Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $23,566,504 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0036). Nova Group Inc., Napa, California, was awarded a $22,124,000 firm-fixed-price contract for Ellsworth Type III Hydrant Fuel System installation. Bids were solicited via the internet with three received. Work will be performed in at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Nov. 15, 2022. Fiscal 2016 and 2020 military construction (defense-wide) funds in the amount of $22,124,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0039). Nova Group Inc., Napa, California, was awarded a $16,577,550 firm-fixed-price contract to replace and construct a new jet fuel complex at the Fresno Air National Guard Base. Bids were solicited via the internet with five received. Work will be performed in Fresno, California, with an estimated completion date of Sept. 23, 2022. Fiscal 2016 and 2018 military construction (defense-wide) funds in the amount of $16,577,550 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0022). Rice Lake Contracting Corp., Deerwood, Minnesota, was awarded a $15,286,000 firm-fixed-price contract for waste water treatment plant alterations at Fort McCoy. Bids were solicited via the internet with three received. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of July 13, 2022. Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $15,286,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0043). Messer Construction Co., Cincinnati, Ohio, was awarded an $11,471,000 firm-fixed-price contract for addition and alteration of an aircraft maintenance hangar at Grissom Air Reserve Base. Bids were solicited via the internet with three received. Work will be performed in Grissom, Indiana, with an estimated completion date of March 10, 2022. Fiscal 2020 military construction (Air Force Reserve) funds in the amount of $11,471,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0039). Canvas Inc.,* Huntsville, Alabama, was awarded a $9,015,348 time-and-materials contract for programmatic service support for the Aviation Mission Systems and Architecture program office. Bids were solicited via the internet with five received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 15, 2021. Fiscal 2020 aircraft procurement (Army); operations and maintenance (Army); research, development, test and evaluation (Army); and Foreign Military Sales (Afghanistan, Albania, Croatia, Greece, Jordan, Latvia, Morocco, Netherlands, Saudi Arabia, Spain, Taiwan, and United Arab Emirates) funds in the amount of $9,015,348 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-F-D003). DEFENSE LOGISTICS AGENCY Mount Rogers Community Services,** Atkins, Virginia, has been awarded a maximum $14,834,277 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat shirts. This is a one-year base contract with two one-year option periods. Locations of performance are Virginia, Florida, and Kentucky, with a Sept. 15, 2021, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-N120). The National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $14,834,277 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat shirts. This is a one-year base contract with two one-year option periods. Locations of performance are Virginia, Texas, North Carolina, and New York, with a Sept. 15, 2021, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B090). M&M Manufacturing,*** Lajas, Puerto Rico, has been awarded a maximum $9,213,750 modification (P00015) exercising the first one-year option period of an 18-month base contract (SPE1C1-19-D-1145) with three one-year option periods for various types of blouses and coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 19, 2021, ordering period end date. Using military services are Navy, Army and Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. U.S. TRANSPORTATION COMMAND Amyx Inc., Reston, Virginia, has been awarded a $10,352,459 modification (P00044) for contract HTC711-17-F-D001 providing continued non-personal advisory and assistance service support providing functional, engineering and resource management services for entire acquisition lifecycles for information technology systems supported and in support of the U.S. Transportation Command and other associated supporting organizations. Work will be performed at Scott Air Force Base, Illinois. The option period of performance is from Oct. 1, 2020, through Sept. 30, 2021. Fiscal 2021 transportation working capital (TWCF) operating funds; TWCF capital funds; and operations and maintenance funds will be obligated on Oct. 1, 2020. This modification brings the total cumulative face value of the contract to $48,590,167 from $ $38,237,708. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. DEFENSE INFORMATION SYSTEMS AGENCY UPDATE: The contract ceiling for the award announced on Sept. 3, 2020, to Hewlett Packard Enterprise, Reston, Virginia (HC1084-20-D-0009), for Enterprise Storage Solutions (ESS) III for Defense Information Systems Agency's Operations Center, has been updated to $640,000,000 from $79,452,482. The face value of this action is $70,250,013. The period of performance for the base period has also been revised to Oct. 1, 2020, through Sept. 30, 2025, and the option years follow consecutively through Sept. 30, 2030. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2350212/source/GovDelivery/

  • Contract Awards by US Department of Defense - January 31, 2020

    February 3, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - January 31, 2020

    NAVY Lockheed Martin Corp., Owego, New York, is awarded $2,338,000,000 for a firm-fixed-price, performance-based logistics requirements contract for the repair, upgrade or replacement, required availability, configuration management and inventory management for approximately 1,049 weapon replaceable assemblies and shop replaceable assemblies associated with both the MH-60R and MH-60S helicopters. Work will be performed in various contractor supplier locations throughout the U.S. (48%) of which one percent of the supplier work will be performed by five organic depots via commercial service agreements; Stratford, Connecticut (38%); and Owego, New York (14%). This contract includes a five-year base period with one two-year option period. Work is expected to be completed by January 2025; if the option is exercised, work will be completed by January 2027. Annual working capital funds (Navy) for $182,462,250 will be issued for delivery order (N00383-20-F-0W00) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action with a commitment of an additional $60,820,750 for period of performance through September 2020. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-W001). APTIM-Harper Construction JV, LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering Inc., Riverside, California (N62478-20-D-4007) are each being awarded an indefinite-delivery/indefinite-quantity multiple award design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of operations (AO). The maximum dollar value including the base period and four option years for all seven contracts combined is $990,000,000. No task orders are being issued at this time. The work to be performed provides for, but is not limited to, labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. Work will be performed within the NAVFAC Hawaii AO. The term of the contract is not to exceed 60 months, with an expected completion date of January 2025. Operations and maintenance, Navy (O&M, N) funds for $175,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 12 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. Lockheed Martin Space, Titusville, Florida, is awarded a $473,832,955 cost-plus-incentive-fee and cost-plus-fixed-fee contract (N00030-20-C-0101) for TRIDENT II (D5) Life Extension 2 Strategic Systems Programs Alteration Advanced Development Program efforts. Work will be performed in Denver, Colorado (78.7%); Sunnyvale, California (5.6%); Beltsville, Maryland (1.9%); Titusville, Florida (1.5%); Cape Canaveral, Florida (1.3%); Palo Alto, California (1.3%); Folsom, California (1.1%); and other various locations (less than 1% each, 8.6% total). Work is expected to be completed by Sept. 30, 2026. Fiscal 2020 research, development, test and evaluation (Navy) funds for $2,800,000 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Corp., Owego, New York, is awarded a $185,874,486 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides program management, various levels of maintenance, training and logistics support to sustain the operational capability of 24 Royal Australian Navy MH-60 Romeo aircraft. Work will be performed at Yerriyong, Australia (79%); Owego, New York (18%); Edinburgh, Australia (1%); Stratford, Connecticut (1%) and Orlando, Florida (1%), and is expected to be completed in January 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 206.302-4. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0001). Phoenix International Holdings Inc., Largo, Maryland, is awarded a $97,000,000 (maximum value) cost-plus-award-fee and fixed price, indefinite-delivery/indefinite-quantity (IDIQ) contract for diving and diving related services. The primary purpose of this contract is to provide the necessary engineering and technical support to provide operational and non-operational support to the Navy's air, mixed gas and saturation diving services program to support the office of the Supervisor of Salvage and Diving, Director of Ocean Engineering. Work will be performed worldwide based on each individual task order, and is expected to be completed by January 2027, with no new orders being placed after January 2025. Fiscal 2020 operations and maintenance (Navy) funding for $45,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Kay and Associates Inc., Buffalo Grove, Illinois, is awarded a $67,314,436 modification (P00009) to a previously awarded cost-plus-fixed-fee contract (N00421-17-C-0044) to exercise an option for maintenance and support services for F/A-18 C/D and associated equipment in support of the government of Kuwait. Work will be performed in Kuwait, and is expected to be completed in January 2022. Foreign military sales funds for $47,657,218 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $51,706,014 firm-fixed-price modification to a previously-awarded contract (N00024-14-C-5114) for the production and delivery of four SPY-1 low noise amplifier (LNA) radar arrays. The contract provides upgraded SPY-1 LNA phased arrays that will enhance in service ballistic missile defense-capable destroyers. These radar arrays will be used as a continuing effort to facilitate AEGIS Baseline 5.4.1 (BMD 4.2) to the AEGIS fleet. Work will be performed in Moorestown, New Jersey (80%), and Clearwater, Florida (20%), and is expected to be completed by March 2022. Fiscal 2020 Defense-wide procurement funding for $51,706,014 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a $44,707,851 cost-plus-fixed fee modification to a previously awarded contract N00024-16-C-2415 to exercise options for life cycle engineering and support for the LPD-17 class Amphibious Transport Dock Ship program. This contract modification is for the exercise of options for post-delivery planning and engineering, homeport technical support, Class Integrated Product Data Environment, data maintenance and equipment management, systems integration and engineering support, LPD 17 class design services, research engineering, obsolescence management, class material readiness, emergent repair provision, training and logistics support, ship alteration development and installation, material management, operating cycle integration, availability planning and configuration data management. Work will be performed in Pascagoula, Mississippi (96%); Norfolk, Virginia (1%); San Diego, California (1%); Mayport, Florida (1%); and Sasebo, Japan (1%); and is expected to be completed by December 2020. Fiscal 2016 and 2017 shipbuilding and conversion (Navy/SCN) and fiscal 2020 other procurement (Navy/OPN) funds in the amount of $9,474,186 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 research and development, test and evaluation (RDT&E) funds for $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. Funding: fiscal 2016 SCN (53.6%), fiscal 2020 OPN (25.2%), fiscal 2017 SCN (21.1%), and fiscal 2019 RDT&E (0.1%). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. EA Engineering, Science, and Technology Inc.,* Hunt Valley, Maryland, is awarded a maximum amount $36,791,892 indefinite-delivery/indefinite-quantity contract for long-term monitoring, operations and maintenance environmental remediation services for facilities in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operation. The work to be performed includes a full-range of environmental services for Navy installations throughout the Navy Region NW area of operations and includes pre-priced line items in accordance with the statement of work, as well as, non-pre-priced work to be negotiated on a task order basis. Work on this contract will be performed at various installations including but not limited to Washington (78 %), Alaska (18%), Idaho (1%), Montana (1%), Oregon (1%), and Wyoming (1%). The term of the base contract is not to exceed 66 months with an expected completion date of July 31, 2025. Fiscal 2020 operations and maintenance, Navy contract funds for $10,000 (the minimum guarantee) are obligated for task order number one and will expire at the end of the current fiscal year. The contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC NW, Silverdale, Washington, is the contracting activity (N44255-20-D-6006). Haskell, Jacksonville, Florida, is awarded a $25,630,550 firm-fixed-price contract for construction of welding and body shop facility at Marine Corps Logistics Base, Albany. The work to be performed will construct a single-story steel frame welding and light/heavy body shops facility to include concrete foundation, insulated exterior steel panels with brick veneer and standing seam metal roof. The project will provide high bay areas to support heavy vehicle and equipment loads and exterior staging areas. The building interior will be painted concrete masonry unit (CMU) walls with hollow metal insulated and glazed doors, aluminum frame windows, resinous epoxy flooring in restrooms and administrative areas and finished concrete flooring and CMU walls with industrial finishes in shop and high by areas and roll-up doors. The administrative area, break room, information technology room, restroom and locker rooms will be air-conditioned. This project will provide anti-terrorism/force protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with Department of Defense (DoD) Minimum AT Standards for Buildings. User generated unit costs were used for this project and include the cost of features to meet the minimum DoD AT/FP standards. Work will be performed in Albany, Georgia, and is expected to be completed by April 2022. Fiscal 2019 military construction, (Navy) contract funds for $25,630,550 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-8504). Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is 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. Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded a $10,168,933 indefinite-delivery/indefinite-quantity contract for custodial services at Marine Corps Base Camp Lejeune. The work to be performed provides for various custodial services including but not limited to emptying trash cans, sweeping, dusting, mopping and cleaning restrooms for various buildings throughout the base. The maximum dollar value including the base period and four option years is $10,168,933. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by January 2025. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance, (Navy) contract funds for $1,755,820 for recurring work will be obligated on individual task orders issued during the base period. This contract was procured via AbilityOne in accordance with Federal Acquisition Regulation 8.603. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-4001). Chemring Energetic Devices, Downers Grove, Illinois, is awarded a $7,196,463 firm-fixed-price modification to a previously awarded, indefinite-delivery/indefinite-quantity contract N00174-17-D-0009 to exercise option-ordering period for development, product improvement and prototyping support. Pacific Scientific Energetic Materials Co. will provide engineering, technical, administrative and programmatic management support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. Work will be performed in Downers Grove, Illinois, and is expected to be completed by January 2021. No contract funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. EaglePicher Technologies, Joplin, Missouri, is awarded a $7,161,581 firm-fixed price modification to a previously awarded, indefinite-delivery/indefinite-quantity contract N00174-17-D-0012 to exercise option-ordering period for development, product improvement and prototyping support. Pacific Scientific Energetic Materials Co. will provide engineering, technical, administrative and programmatic management support for total Life Cycle Management of the various aircrew escape systems managed under the Joint Program Office for Cartridge Actuated Device/Propellant Actuated Device Tri-Service Charter. Work will be performed in Joplin, Missouri, and is expected to be completed by January 2021. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. CH2M HILL Inc. Englewood, Colorado, is awarded a $2,920,835 cost-plus-award-fee modification that will increase the maximum dollar value of an indefinite-delivery/indefinite-quantity task order to complete a preliminary assessment (PA) and site investigation (SI) assessing the extent of per- and polyfluoroalkyl substances concentration in groundwater and soil at various Naval facilities. The work to be performed provides for additional tasks related to addressing the PA and SI to meet the requirements of the Comprehensive Environmental Response Compensation and Liability Act sections 104 and 121; Executive Order 12580; and the National Oil and Hazardous Substances Pollution Contingency Plan. The PAs and SIs include the main installations, fence-line to fence-line and all other areas historically owned by the Navy associated with these installations. After award of this modification, the total cumulative task order value will be $7,990,707. Work will be performed in the Naval Facilities Engineering Command (NAVFAC) Northwest (NW) area of operations, including but not limited to, Washington state (84%) and Alaska (16%), and is expected to be completed by December 2021. Fiscal 2020 environmental restoration, (Navy) contract funds for $2,920,835 are obligated on this award and will expire at the end of the current fiscal year. NAVFAC NW, Silverdale, Washington, is the contracting activity (N62470-16-D-9000). ARMY iina' ba' Inc., Farmington, New Mexico, was awarded a $240,000,000 contract and task order for professional land survey services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-20-D-6007 and W9126G-20-D-6008). Burns & McDonnell Engineering Co. Inc., Arlington, Virginia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0002). AECOM Technical Services Inc., Arlington, Virginia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore Maryland, is the contracting activity (W912DR-20-D-0001). Stantec Consulting Services Inc., Raleigh, North Carolina, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0005). GF-D Design Partners JV, Fairfax, Virginia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0003). HDR Engineering Inc., Washington, District of Columbia, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0004) Whitman, Requardt and Associates LLP, Baltimore, Maryland, was awarded a $40,000,000 contract for military projects for the Baltimore District and within the North Atlantic Division area of responsibility. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2025. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-D-0006) DynCorp International LLC, Fort Worth, Texas, was awarded a $30,179,883 modification (P00025) to contract W58RGZ-16-C-0016 for maintenance support services for the government of Saudi Arabia's Royal Saudi Land Forces Aviation Command Aviation Program. Work will be performed in Saudi Arabia with an estimated completion date of Jan. 31, 2021. Fiscal 2020 Foreign Military Sales funds in the amount $30,179,883 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Facility Services Management Inc., Clarksville, Tennessee, was awarded a $14,262,848 modification (P00010) to contract W9124A-19-C-0002 to plan, manage and perform operations and maintenance for the Directorate of Public Works at Fort Huachuca. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Jan. 31, 2024. Fiscal 2020 operations and maintenance, Army funds in the amount of $14,262,848 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. AIR FORCE Jacobs Technology Inc., Tullahoma, Tennessee, has been awarded a $225,155,326 cost-plus-fixed-fee contract for Rocket and Propulsion Technology Research. This contract provides on-site research and development to the Air Force Research Laboratory across a wide spectrum of propulsion-related areas. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Jan. 31, 2028. This award is the result of a competitive acquisition and with two offers received. Fiscal 2019 and 2020 research, development, test and engineering funds in the amount of $197,000 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-20-F-9801). Dynetics, Huntsville, Alabama, has been awarded a $92,999,625 basic, indefinite-delivery/indefinite-quantity contract for Test Systems and Equipment Capabilities (TSEC) support and $30,934,550 delivery order for the Guided Weapons Evaluation Facility (GWEF) Radio Frequency (RF) Modernization Design. The contract provides for the specific needs to include: Hardware-in-the-loop simulators for the GWEF RF Modernization and AFRL Kinetic Kill Vehicle Hardware in the Loop Simulator system upgrades; joint multi-platform advanced combat identification development; calibration sets integration, and software updates; Air Defense Artillery Phased Technology Digital Command Link, and immediate need technologies to support Department of Defense (DoD) ranges. Work will be performed in Huntsville, Alabama and other DoD locations. The contract has a five year ordering period with work expected to be completed by Jan. 2025. This award is the result of a sole-source acquisition. Fiscal 2020 research, development, test and evaluation funds in the amount of $2,500,000 are being obligated at the time of award via incremental funding. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-20-D-0071; first delivery order FA2487-20-F-0072). Rolls-Royce Corp., Indianapolis, Indiana, has been awarded $62,973,620 delivery order modification (P00001) to previously awarded contract FA8504-17-D-0002 for C-130J Propulsion Long Term Sustainment. This order provides funding for option 3 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 $62,973,620 are being obligated at the time of award. The total cumulative face value of the contract is $62,973,620. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. Valdez International Corp., Colorado Springs, Colorado, has been awarded a firm-fixed-price contract in the amount of $38,102,027 for support services to operate, sustain and assure the availability of Air Force Information Network (AFIN) to enable war-fighter mission execution. Work will be performed at Joint Base Langley-Eustis, Virginia; Peterson Air Force Base, Colorado; Scott Air Force Base, Illinois, Wright-Patterson Air Force Base, Ohio; and Lackland Air Force Base, Texas. This award is the result of a competitive acquisition, with 11 proposals received. Fiscal 2020 operations and maintenance funds in the amount of $38,102,027 are being obligated at the time of the award. The 38th Cyberspace Engineering Installation Group, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-17-C-0002). Ultra Electronics Advanced Tactical, Austin, Texas, has been awarded an indefinite-delivery/indefinite-quantity type, firm‐fixed-price contract for the Link-16 Alaska (LAK) program with a ceiling of $30,750,000. This contract provides contractor logistics support (CLS) services. Work will be performed in Austin, Texas, effective June 22, 2020, and is expected to be completed by March 21, 2025. This award is the result of a competitive acquisition. Fiscal 2020 operations and maintenance funds in the amount of $100,000 are being obligated at the time of award of the first order. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8574‐20-D-0001). Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $23,512,260 firm-fixed-price contract modification (P00070) to previously awarded contract FA8615-12-C-6016 for F-16 retrofit. This modification provides for the unclassified purchase of an additional quantity of ten Active Electronically Scanned Array Radar Spares Units being acquired under the basic contract. This contracting action is the result of a long term agreement reached between Lockheed Martin Aeronautics Co. and Northrop Grumman Systems Corp. Work is expected to be completed by Dec. 31, 2022. The entire acquisition is fully funded by a Taiwan Foreign Military Sales appropriation in the amount of $23,512,260 obligated at the time of award. Total cumulative face value if the contract is $2,595,704,750. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. General Dynamics Information Technology, Falls Church, Virginia, has been awarded a $15,191,692 firm-fixed-price contract modification (P00003) to previously awarded task order FA4890-19-F-A022 issued under GSA Alliant 2 Unrestricted Government-Wide. The contract modification provides for the exercise of option year one – period of performance Feb. 1, 2020, to Jan. 31, 2021, for services being provided under the basic task order. Work will be performed at Langley Air Force Base and Beale Air Force Base, but could expand to Ft. Smith, Arkansas; Republic of Korea; McConnell Air Force Base, Kansas; Birmingham, Alabama; Otis Air National Guard Base, Massachusetts.; Reno, Nevada; Joint Base Pearl Harbor-Hickam, Hawaii; Terra Haute, Indiana; Ramstein Air Base, Germany; and Ogden, Utah. Fiscal 2020 operations and maintenance funds in the amount of $15,191,692 are being obligated at the time of award. The total cumulative face value of the contract is $217,425,053. Headquarters Air Combat Command, Acquisition Management & Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. Akima Logistics Services LLC, Herndon, Virginia, has been awarded a $6,923,402 firm-fixed-price option indefinite-delivery/indefinite-quantity contract for full contractor logistics support of 58 United States Air Force Academy (USAFA) aircraft. Work will be performed at the United States Air Force Academy, Colorado Springs, Colorado, Peterson Air Force Base, Colorado, and USAFA auxiliary airfield and is expected to be completed by Jan. 31, 2021. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-19-F-8002). DEFENSE LOGISTICS AGENCY Teva Pharmaceuticals USA Inc., North Wales, Pennsylvania, has been awarded an estimated $189,694,350 firm-fixed-price requirements contract for the supply of Adenovirus Vaccine Type 4 and Type 7. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c) (1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with five one-year options periods. Location of performance is Pennsylvania, with a Dec. 31, 2024, performance completion date. Using customers are military recruitment centers throughout the U.S. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-20-D-0002). Honeywell International Inc., Tucson, Arizona, has been awarded a $22,417,763 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Location of performance is Arizona, with a Feb. 1, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0043). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2071889/source/GovDelivery/

All news