Filter Results:

All sectors

All categories

    3577 news articles

    You can refine the results using the filters above.

  • Contract Awards by US Department of Defense - July 2, 2019

    July 3, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 2, 2019

    NAVY Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $348,223,161 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0001). This modification is for production non-recurring, special tooling and special test equipment in support of low-rate initial production Lot 12 F-35 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) partners and foreign military sales (FMS) customers. Work will be performed in Fort Worth, Texas (23.80%); El Segundo, California (23.86%); San Diego, California (17.03%); Samlesbury, United Kingdom (7.65%); Orlando, Florida (6.63%); Cedar Rapids, Iowa (3.44%); Nashua, New Hampshire (2.71%); Clearfield, Utah (2.15%); Marietta, Georgia (1.77%); East Aurora, New York (1.59%); Palmdale, California (1.40%); Cheltenham, United Kingdom (0.96%); Turin, Italy (0.81%); Clearwater, Florida (0.79%); Melbourne, Florida (0.60%); Irvine, California (0.58%); Kongsberg, Norway (0.53%); Arlington, Texas (0.48%); Rolling Meadows, Illinois (0.46%); Tempe, Arizona (0.38%); Inglewood, California (0.33%); Papendrecht, Netherlands (0.28); Garden Grove, California (0.21%); Montmorency, Australia (0.20%); Marion, Virginia (0.17%); Independence, Ohio (0.14%); Amesbury, Massachusetts (0.13%); Rome, New York (0.13%); Los Angeles, California (0.10%); Hot Springs, Arkansas (0.10%); Lystrup, Denmark (0.09%); Grand Rapids, Michigan (0.09%); Owego, New York (0.07%); Sharon, Massachusetts (0.06%); Wichita, Kansas (0.06%); Boulder, Colorado (0.05%); Carlsbad, California (0.04%); Ontario, California (0.04%); Delta, British Columbia, Canada (0.03%); Long Beach, California (0.01%); Lindenhurst, New York (0.01%); Eskisehr, Turkey (0.01%); Saint Peters, Missouri (0.01%); Santa Fe Springs, California (0.01%); and Rancho Cucamonga, California (0.01%). Work is expected to be completed in August 2022. Fiscal 2017 aircraft procurement (Navy and Marine Corps); fiscal 2018 and 2019 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. DoD partner and FMS funds in the amount of $348,223,161 are being obligated at time of award, $17,899,115 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($129,642,270; 38%); Navy ($69,738,685; 20%); Marine Corps ($61,001,500; 17%); non-U.S. DoD partners ($60,840,706; 17%) and FMS customers ($27,000,000; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Anchor Innovation Inc.,* Virginia Beach, Virginia (N50054-19-D-1901); Beach Marine Services Inc.,* Portsmouth, Virginia (N50054-19-D-1902); Colonna's Shipyard Inc.,* Norfolk Virginia (N50054-19-D-1903); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1904); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1905); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1906); Q.E.D. Systems, Inc.,* Virginia Beach, Virginia (N50054-19-D-1907); United States Marine Inc.,* Gulfport, Mississippi (N50054-19-D-1908); and Willard Marine Inc.,* Virginia Beach, Virginia (N50054-19-D-1909) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot I, and Colonna's Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1910); East Coast Repair and Fabrication LLC,* Norfolk, Virginia (N50054-19-D-1911); Fairlead Boatworks Inc.,* Newport News, Virginia (N50054-19-D-1912); and Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-19-D-1913) for Mid-Atlantic Regional Maintenance Center Marine Boatyard and Industrial Support for Lot II, are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to furnish the management, material support services, labor, supplies and equipment deemed necessary to provide marine boatyard and industrial support which includes modifications, upgrades, service life extension and repairs to non-commissioned boats, crafts, lighterage and service craft and/or their associated systems and periodic maintenance. These contracts include options which, if exercised, would bring the cumulative ceiling value to $216,979,810. These nine small businesses will have the opportunity to provide offers for individual delivery orders. Work will be performed in the Hampton Roads, Virginia, area and is expected to be complete by July 2020, and work is expected to be completed by July 2024, if all options are exercised. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $32,500 ($2,500 minimum guarantee per contract) was obligated under each contract's initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website with nine offers received. The Navy's Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded a maximum $99,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, single award task order contract for aerospace medical and environmental health research support services at the Naval Medical Research Unit-Dayton. Work will be performed in Dayton, Ohio, and is expected to be completed by July 7, 2024. Fiscal 2019 research, development, testing and evaluation (Navy) funding in the amount of $1,000,000 will be obligated upon award under an initial incrementally funded task order and the funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with six offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N62645-19-D-5005). RWG (Repair & Overhauls) USA Inc., Houston, Texas (N64498-19-D-4019); and the Canadian Commercial Corp. representing Standard Aero Energy Co. (SAE) Winnipeg, Manitoba (N64498-19-D-4020) are each awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for depot level overhaul of Navy 501-K34 marine gas turbine engines for a program cumulative value of $70,000,000. The 501-K34 marine gas turbine engines are used on the Navy ship class DDG-51. Orders will be competed between both offerors. Work under N64498-19-D-4019 will be performed in Houston, Texas, and work under N64498-19-D-4020 will be performed in Winnipeg, Manitoba, and is expected to be completed by March 2024. No funding will be obligated at time of award. Funds will be obligated as individual orders are issued. These contracts were not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), Limited Number of Responsible Sources. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $21,689,142 cost-plus-fixed-fee delivery order (N00019-19-F-2972) against a previously issued basic ordering agreement (N00019-19-G-0029). This order procures the CH-53K Data Transfer Unit and Defensive Electronic Countermeasure System Replacement program and includes necessary Non Recurring Engineering (NRE) to replace existing subsystems within the CH-53K production aircraft. NRE tasks include investigation, systems engineering support, risk analysis, integration development, weight impact and publication updates. Work will be performed in Stratford, Connecticut (44.02%); Cedar Rapids, Iowa (41.74%); Fort Worth, Texas (7.41%); Vergennes, Vermont (2.81%); City of Industry, California (1.9%); Costa Mesa, California (1.18%); and various locations within the continental U.S. (.94%), and is expected to be completed in January 2021. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $21,689,142 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. Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, is awarded a $14,589,487 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair, restoration, overhaul, assembly and test services of the Naval Submarine Universal Modular Mast (UMM). The UMM systems will be completely overhauled off-hull at the vendor's facility to a ready-for-issue status to support the fleet during maintenance availabilities. Required services will be determined on an individual task order level. Work will be performed in Portsmouth, Virginia, and is expected to be completed by July 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $566,676 will be obligated at time of award via the first task order 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 Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4027). Frequentis Defense Inc., Columbia, Maryland, is awarded an $8,454,481 firm-fixed-price contract for non-recurring engineering and logistics for the design, development, test, manufacture and repair of the MD-5A Unmanned Carrier Aviation Mission Control System, which will support the MQ-25 Stingray unmanned air vehicle. The integrated computer system will transport voice communications from carrier-based air vehicle operators to local audio switches, local radio terminals and remote radio terminals. Work will be performed in Columbia, Maryland, and is expected to be completed in March 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $8,454,481 will be obligated at time of award, none 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-C-0276). Tompco Inc.,* Seabeck, Washington, is awarded $8,221,449 for firm-fixed-price task order N44255-19-F-4283 under a previously awarded multiple award construction contract (N44255-17-D-4014) for the RM #19-0166 asbestos abatement and replacement of steam condensate and high pressure drain systems, Naval Base Kitsap, Puget Sound, Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington. Scope of work includes the abatement of asbestos and replacement of systems throughout the steam distribution system to improve worker safety. This project consists of High Efficiency Particulate Air (HEPA) vacuuming all surfaces, wet wiping, scraping, shoveling, scrubbing and/or mopping where HEPA vacuuming is inadequate to containment and removal of any mud, sand, soil and dust/debris from surfaces including floors, abandoned piping removal and replacement of piping and insulation. The project area is DD5 service gallery and all connected laterals, trenches, utilidors, etc. The work will be performed in Bremerton, Washington, and is expected to be completed by Feb. 3, 2020. Fiscal 2019 working capital contract funds in the amount of $8,221,449 are obligated on this award and will not expire at the end of the current fiscal year. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract and the NAVFAC Bremerton Field Engineering, Acquisition Department is the contracting activity for the task order. Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded $7,103,403 for cost-plus-fixed-fee order N00019-19-F-2555 against a previously issued basic ordering agreement N00019-19-G-0029. This order procures non-recurring engineering, development, tooling, manufacturing, qualification, reporting and delivery of the nose, main, intermediate and tail gearbox gears in support of the low rate initial production of the CH-53K aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in October 2020. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,103,403 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. ARMY Yulista Support Services,* Huntsville, Alabama, was awarded a $226,911,155 cost-plus-fixed-fee contract for maintenance and modifications of C5ISR flight activity platforms. Bids were solicited via the internet with zero received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-D-0002). Cornforth Consultants Inc.,* Portland, Oregon (W91237-19-D-0016); K S Ware & Associates LLC,* Nashville, Tennessee (W91237-19-D-0017); and Aterra-Schnabel JV,* Ambler, Pennsylvania (W91237-19-D-0015), will compete for each order of the $15,000,000 firm-fixed-price contract for national dam safety engineering and design services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 1, 2024. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. AIR FORCE Leidos Inc., Reston, Virginia, has been awarded a $66,752,500 cost-plus-fixed-fee contract for rapid technology development and demonstrations. This contract provides for the development of new/novel concepts for sensor and systems of sensor systems across the multiple domains and spectrums that aid in command, control, communications, computers, intelligence, surveillance and reconnaissance and battlespace awareness. Work will performed in Reston, Virginia, with base support at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 12, 2024. This award is a result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $546,050 are being obligated at the time of award. Contracting activity is the U.S. Air Force, Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson AFB, Ohio (FA8650-19-C-1941). Engility Corp., Andover, Massachusetts, has been awarded a $40,000,000 firm-fixed-price/cost reimbursement/cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services supporting the Space and Missile Systems Center, Advanced Systems and Development Directorate, Ground Systems and Space Operations Division at Kirtland Air Force Base, New Mexico. This contract provides engineering, development, integration and sustainment services supporting the current ground system enterprise throughout its evolution, including the transition to and buildout of enterprise ground services. Work will be performed at Kirtland AFB, New Mexico; Schriever AFB, Colorado; Buckley AFB, Colorado; Colorado Springs, Colorado; Space Based Infrared Radar Payload On-Orbit Test Station facility, Azusa, California; the Space Management Battle Lab, Colorado Springs, Colorado; Vandenberg AFB, California, as well as future sites at Naval Research Laboratory, Blossom Point, Maryland, and is expected to be completed by Sept. 20, 2019. This award is the result of a sole source acquisition. Space and Missile Systems Center, Advanced Systems & Development Directorate, Kirtland AFB, New Mexico, is the contracting activity (FA8818-19-D-0004). General Dynamics Information Technology Inc., doing business as General Dynamics Mission Systems, Fairfax, Virginia, have been awarded a $35,683,952, cost-plus-incentive-fee modification (P00015) to previously awarded FA8307-17-F-0004 for next generation GEO overhead persistent infrared (NGG-OPIR). The contract modification provides for additional Medium/LargeSat Common Solutions (MLCS) variants for the NGG-OPIR program, additional MLCS engineering development modules, increased tempest testing and to fund an overrun. Work will be performed at General Dynamics Mission System, Scottsdale, Arizona, and is expected to be completed by March 31, 2022. Fiscal 2019 research and development funds in the amount of $12,726,494.04 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic Systems Division, Contracting Division, Joint Base San Antonio, Texas, is the contracting activity. DEFENSE LOGISTICS AGENCY Valley Apparel, LLC,* Knoxville, Tennessee, has been awarded a maximum $10,794,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy working uniform parkas. This was a competitive acquisition with two responses received. This is a one-year base contract with two one-year option periods. Location of performance is Tennessee, with a July 1, 2020 performance completion date. Using military service is Navy. 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-1172). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1895053/source/GovDelivery/

  • Contract Awards by US Department of Defense - July 1, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 1, 2019

    ARMY Cardno GS Inc., Charlottesville, Virginia (W91278-19-D-0027); AECOM Technical Services Inc., Los Angeles, California (W91278-19-D-0025); Atkins North America Inc., Dallas, Texas (W91278-19-D-0026); HDR Environmental, Operations and Construction Inc., Englewood, Colorado (W91278-19-D-0028); Tetra Tech Inc., Fairfax, Virginia (W91278-19-D-0031); Jacobs Engineering Group Inc., Dallas, Texas (W91278-19-D-0029) and Leidos Inc., Reston, Virginia (W91278-19-D-0030) will compete for each order of the $49,000,000 firm-fixed-price contract for architect and engineering 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 June 30, 2022. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. Hughes Network Systems LLC, Germantown, Maryland, was awarded an $11,823,659 cost-plus-fixed-fee contract for the research and development effort to research solutions, prototype products and demonstrate solutions that include machine learning to improve transport and network performance availability and reliability. One bid was solicited with one bid received. Work will be performed in Germantown, Maryland, with an estimated completion date of Dec. 30, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,863,123 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-19-C-0016). Techwerks LLC,* Arlington Heights, Illinois, was awarded an $8,920,153 modification (P00018) to contract W911QY-17-C-0101 for labor, other direct costs and travel in support of Walter Reid Army Institute of Research Behavioral Health Readiness and Suicide Risk Reduction Review. Work will be performed in Arlington Heights, Illinois, with an estimated completion date of July 1, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,863,077 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Henry M. Jackson Foundation for the Advancement of Military, Bethesda, Maryland, was awarded an $8,168,074 modification (P00005) to contract W81XWH-18-C-0337 to provide diagnostic and clinical research support. Work will be performed in Silver Spring, Maryland, with an estimated completion date of June 30, 2023. Fiscal 2019 Defense Health Program funds in the amount of $6,834,794 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. NAVY The Boeing Co., St. Louis, Missouri, is awarded a $42,875,328 fixed-price-incentive delivery order (N00019-19-F-2412) against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the procurement of 48 trailing edge flaps for F/A-18 aircraft. Work will be performed in St. Louis, Missouri (72%); Lucerne Switzerland (20%); Paramount, California (5%); Hot Springs, Arkansas (3%), and is expected to be completed in June 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $42,875,328 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. Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,120,812 cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price contract for Combat System Ship Integration and Test on Guided Missile Frigate (FFG(X)) new-construction ships. The work executed under this contract includes combat system (CS) ship integration engineering support and test planning, conducting a waterfront CS ship integration and test program, post-delivery engineering support to government test teams, engineering services for CS ship integration and test and developing test program documents for FFG(X) ships. This contract includes options, which if exercised, would bring the cumulative value of this contract to $124,980,289. Work will be performed at the FFG(X) ship builder location (70 percent) and Moorestown, New Jersey (30 percent), and is expected to be complete in June 2025. If all options are exercised, work will continue through July 2029. Fiscal 2019 research development test and evaluation (Navy) funding in the amount of $1,000,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5602). AIR FORCE CACI Technologies Inc., Chantilly, Virginia, has been awarded a $34,837,804 cost-plus-fixed-fee contract for software agility and resiliency software/hardware. This contract provides for the development of technology and methods to test and evaluate the effectiveness of virtual infrastructure with regard to malware analysis and mission assurance and web-based mission management functionality integration with current operational systems. Work will be performed in Rome, New York, and is expected to be completed by June 30, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,150,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0014). The Design Knowledge Co.,* Fairborn, Ohio, has been awarded a $15,000,000 cost-plus-fixed-fee contract for Advanced Visualization, Automation and Novel Computing Enterprise (ADVANCE). This contract provides for the Small Business Innovation Research Phase III effort that extends the previous Phase I and Phase III efforts by adding in other relevant algorithms, automation, cloud based integrations, full-spectrum workflows, advanced visualization, models and simulation to increase the technology readiness levels by testing and validating the ADVANCE system within a relevant environment of live set networks. Work will be performed at Fairborn, Ohio; and Kirtland Air Force Base, New Mexico, and is expected to be completed by September 2025. This award is derived from, extends or completes efforts made under prior SBIR funding agreements and is authorized under 10 U.S. Code 2034(b)(2) or 41 U.S. Code 3303(b). Fiscal 2019 research development test and evaluation funds in the amount of $592,000 are being obligated at time of award. The Air Force Research Laboratory's Space Vehicles directorate, Kirtland Air Force Base, Albuquerque, New Mexico, is the contracting activity (FA9453-19-C-0038). LinQuest Corp., Los Angeles, California, has been awarded a $12,824,336 cost-plus-fixed-fee and firm-fixed-price modification (P00098) to previously awarded contract FA8808-13-C-0009 for systems integration and engineering services. The contract modification provides for the extension of the period of performance of the current contract for a period of two months of services. This two month extension is to ensure continuity of services and provide the required 60-day transition period as a result of the delay in the award of the competitive follow-on contract. Work will be performed at Los Angeles Air Force Base, and is expected to be completed by Aug. 31, 2019. Fiscal 2017 procurement; 2018 research and development; and 2019 procurement; operations and maintenance; and research and development funds in the amount of $6,259,555 are being obligated at the time of award. Los Angeles Air Force Base Space and Missile Systems Center Missile Systems Center, Military Satellite Communications Systems Directorate, Los Angeles, California, is the contracting activity. Raytheon Co., Dulles, Virginia, has been awarded $8,045,715 modification (P00004) to previously awarded firm-fixed price contract FA4890-17-C-0014 for persistent surveillance and dissemination system of systems and mission video distribution system services. This modification brings the total cumulative face value of the contract from $15,626,799 to $23,672,514. Work will be performed at Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by July 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $4,022,857 are being obligated at time of award. Headquarters ACC, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. AECOM Management Services Inc., Germantown, Maryland, has been awarded a $7,497,087 firm-fixed-price, task order (FA8131-19-F-0002) to previously awarded indefinite-delivery/indefinite-quantity contract FA8131-18-D-0001 for contractor logistics support of the Air National Guard's C-26 Fleet. This task order is to provide sustainment and engineering support for the current fleet of 11 aircraft. Work will be performed at Fresno, California; Clarksburg, West Virginia; Kirtland, New Mexico; Meridian, Mississippi; Ellington Field, Texas; Des Moines, Iowa; Fairchild, Washington; Tucson, Arizona; Madison, Wisconsin and Montgomery, Alabama, and is expected to be completed by June 30, 2020. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $7,497,087 are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. DEFENSE LOGISTICS AGENCY Exelan Pharmaceuticals Inc., Boca Raton, Florida, has been awarded a maximum $8,080,106 firm-fixed-price requirements contract for Budesonide Inhalation Suspension. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with two responses received. Locations of performance are Florida and India, with a June 30, 2020, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE2D2-19-D-0075). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1893327/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 28, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 28, 2019

    NAVY Insitu Inc., Bingen, Washington, is awarded a $390,390,785 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for up to 63 RQ-21A attrition air vehicles for the U.S. Marine Corps and U.S. Navy. In addition, this contract provides for up to six RQ-21A unmanned aircraft systems (UASs) and up to 17 RQ-21A air vehicles for foreign military sales (FMS) customers, including the governments of Canada, Poland and Oman. The contractor will also provide up to 93 ScanEagle UASs in various configurations. In addition, this contract provides for associated services, including training, test and engineering, development of engineering change proposals, operations support, organizational level maintenance, field service representatives, land and ship surveys, hardware site activations, hardware installs, repairs and data. Work will be performed in Bingen, Washington (83%) and various locations inside the continental United States (CONUS) (5%) and outside CONUS (12%), and is expected to be completed in June 2022. Fiscal 2019 operation and maintenance (Navy), fiscal 2019 building partnership capacity, and FMS funds in the amount of $9,919,160 will be obligated at time of award, $9,519,160 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0033). United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded not-to-exceed $358,529,006 modification P00008 to a previously awarded advanced acquisition contract (N00019-18-C-1021). This modification provides for eight initial spare F135-PW-100 propulsion systems and one initial spare F135-PW-600 propulsion system for the Global Spares Pool, including initial spare modules and initial spare parts. The Global Spares Pool supports the U.S. Air Force, U.S. Navy, U.S. Marine Corps., Non-U.S. Department of Defense (DoD) Participants and foreign military sales (FMS) customers. Work will be performed in East Hartford, Connecticut (93%); Indianapolis, Indiana (6%); and Bristol, United Kingdom (1%), and is expected to be completed in June 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy), non-U.S. DoD participant and FMS funds in the amount of $229,449,221 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for U.S. Air Force ($121,237,779; 34%); U.S. Marine Corps ($83,050,441; 23%); the U.S. Navy ($23,547,961; 7%); Non-U.S. DoD Participants ($100,160,036; 28 %) and FMS customers ($30,532,789; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Speedway Orion JV,* San Diego, California (N62473-19-D-2443); South Bay EDC, Inc.,* Chandler, Arizona (N62473-19-D-2444); Southwestern Dakotah, Inc.,* Tucson, Arizona (N62473-19-D-2445); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2446); HCI Systems, Inc.,* Ontario, California (N62473-19-D-2447); Millennium Fire Protection Corp.,* Oceanside, California (N62473-19-D-2448) are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract small business set-aside for new construction, renovation and repair of fire protection system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. The maximum dollar value including the two-year base period and one three-year option period for all six contracts combined is $240,000,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%), Arizona (16%), Nevada (1%), Utah (1%), Colorado (1%) and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Raytheon Missile Systems, Tucson, Arizona, is awarded a $36,700,000 firm-fixed-price contract for fiscal 2019 U.S. Navy and foreign military sales (FMS) to Japan for the procurement of Rolling Airframe Missile (RAM) Guided Missile Launching System (GMLS) requirements. This contract combines purchases for the U.S. Navy (91%) and the government of Japan (9%) under the FMS Program. This contract is to procure material, fabricate parts, assemble, test and deliver RAM Mk 49 Mod 3 GMLSs. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. The RAM guided-missile weapon system is co-developed and co-produced under an international cooperative program between the governments of the United States and the Federal Republic of Germany. Work will be performed in Tucson, Arizona (43%); Ottobrunn, Germany (27%); Louisville, Kentucky (8%); Huntsville, Alabama (5%); San Diego, California (5%); Tulsa, Oklahoma (2%); Berryville, Arkansas (2%); and other U.S. locations below one percent (8%), and is expected to be completed by June 2021. Fiscal 2017 and 2018 shipbuilding and conversion (Navy), foreign military sales (Japan), fiscal 2019 other procurement (Navy) and non-FMS German funding in the amount of $36,700,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5404). MIK Construction, Inc,.* Whittier, California, was awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for plumbing, heating, and air-conditioning construction alterations, renovations, and repair projects at Naval Base Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in Port Hueneme, California (50%) and Point Mugu, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2605). (Awarded June 27, 2019) L.S. Black Constructors Inc., St. Paul, Minnesota, is awarded a $28,650,000 firm-fixed-price contract for Commander, Navy Installations Command (CNIC) base support consolidation of Building H1 located at the Portsmouth Naval Shipyard in Kittery, Maine. The construction project provides, but is not limited to, renovating spaces in Building H1, which was originally constructed in 1913 as a Naval Hospital and, in 1975, converted to an outpatient clinic. Renovations shall support the consolidation and configuration of space for the building occupants for facilities being demolished (H10, 241 and 235), Installation Commanding Officer and other supporting CNIC base support functions. Electrical and mechanical system and architectural finishes upgrades will be provided in the renovated areas. Structural improvements will occur within the facility at areas included in the renovation, and also at the stairways and egress pathways in order to improve compliance with fire and life safety codes. Heating systems will be repaired or replaced in areas that are being renovated, as well as the provision of upgraded lighting, power and air conditioning. Fire suppression and mass notification systems shall be upgraded and provided in areas where the deficiencies exist. Furthermore, the project will provide energy efficiency. State Historic Preservation Officer consultation and mitigation will be required for all permanent modifications made to character defining features. Work will be performed in Kittery, Maine, and is expected to be completed by October 2022. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $28,650,000 are obligated on this award and will 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 (N40085-19-C-9220). Baldi Bros. Inc.*, Beaumont, California, is awarded $14,174,052 for firm-fixed-price task order N62473-19-F-4788 under a previously awarded multiple award construction contract (N62473-15-D-2443) for the design-bid-build repair of runways, Naval Base Ventura County, Point Mugu. The work to be performed provides for the repair of asphalt concrete and Portland cement concrete pavement. Scope also includes the mill and overlay of the runway, taxiways and apron, and the relocation of the field carrier landing practice box and rehabilitation of the existing airfield lighting. Repairs will also encompass support facilities and some full-depth reconstruction of runway and taxiway shoulders. The task order also contains three unexercised options, which if exercised would increase the cumulative task order value to $17,996,025. Work will be performed in Point Mugu, California, and is expected to be completed by July 2020. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $14,174,052 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California is the contracting activity. Innovative Defense Technologies,* Arlington, Virginia, is awarded a $12,972,431 option under a previously awarded cost-plus-fixed-fee contract N00014-19-C-1054 for the Cloud-to-Edge development under Small Business Innovative Research project in Phase III. With the exercise of this option, it brings the value of the contract to $13,001,964. Work will be performed at the contractor's facility in Arlington, Virginia, and work is expected to be completed June 28, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,774,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source utilizing the authority of Small Business Innovative Research project Phase III. The Office of Naval Research, Arlington, Virginia, is he contracting activity. Booz Allen Hamilton Inc., McLean, Virginia, is awarded an $11,879,270 firm-fixed-price modification to previously awarded contract M67400-18-F-0065 to exercise option year one for analytics support for III Marine Expeditionary Force and Marine Corps Installations Pacific (MCIPAC). Work will be performed in Okinawa, Japan, and is expected to be completed July 7, 2020. Fiscal 2019 operations and maintenance (Marine Corps) funding in the amount of $11,879,270 will be obligated at the time of award. The MCIPAC Regional Contracting Office, Marine Corps Base, Camp Butler, Okinawa, Japan, is the contracting activity. Bristol Design Build Services LLC*, Anchorage, Alaska, is awarded $10,909,664 for firm-fixed-price task order N62473-19-F-4781 under a previously awarded multiple award construction contract (N62473-17-D-4636) for renovation of Michelson Laboratory, Building 00005, Wing 01 at Naval Air Weapons Station, China Lake. The work to be performed provides for complete renovation of Wing 1, Building 00005, Michelson Laboratory. The Wing 1 utility systems will also be repaired through this project. Renovation required includes American with Disabilities Act measures, interior demolition, utility upgrades, sensitive compartmented information requirements for command intelligence measures and reconfiguring interior spaces to meet mission requirements. The task order also contains one planned modification, which if awarded, would increase cumulative task order value to $10,939,842. Work will be performed in Ridgecrest, California, and is expected to be completed by January 2021. Fiscal 2019 working capital (Navy) contract funds in the amount of $10,909,664 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity Hana Industries Inc.*, Honolulu, Hawaii, is awarded a $10,886,973 firm-fixed-price, estimated indefinite-delivery, indefinite-quantity contract for regional armed security guard services located at various installations throughout the mid-Atlantic region. The work to be performed provides for, but is not limited to, all labor, management, supervision, tools, material and equipment required to perform force protection at various installations as described in the performance work statement. Examples of services include; entry control point services, identification checks, commercial vehicle inspection and roving guard patrol. The maximum dollar value including the base period and four option years is $58,326,374. Work will be performed in various government installations located in Virginia (48%), New Jersey (27%), Massachusetts (15%), and Pennsylvania (10%). The term of the contract is not to exceed 60 months, with an expected completion date of June 2024. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) and direct cite funding in the amount of $1,516,107 will be obligated on individual task orders issued during the base period and funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9006). Applied Research Associates Inc., Arlington, Virginia, is awarded a $10,871,878 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0032 to exercise option year two for continued non-lethal weapons and research and development. The work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in Arlington, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task orders as issued. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $9,756,331 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0034 to exercise option year two for continued non-lethal weapons and research and development. The work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in McLean, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task order as issued. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Applied Technology Inc., King George, Virginia, is awarded a $9,507,131 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0033 to exercise option year two for continued non-lethal weapons and research and development. The work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in King George, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task order as issued. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. American Systems Corp., Chantilly, Virginia, is awarded a $9,497,098 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0031 to exercise option year two for continued non-lethal weapons and research and development. Work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in Chantilly, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task orders as issued. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Fluke Electronics Corp., Everett, Washington, is awarded an $8,805,690 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for automated deadweight piston gauges to support the Naval Air Systems Command, Metrology and Calibration Program providing support to Navy Depot Level Calibration Laboratories. The automated deadweight piston gauges are used by Navy personnel to verify the accuracy of calibration equipment used in Navy intermediate calibration laboratories afloat. The automated deadweight piston gauges are used to verify the accuracy and precision of test instruments such as pressure gauges, pressure transducers automated pressure calibrators, portable hydraulic test stands and pressure decay test sets. Work will be performed in Everett, Washington, and is expected to be completed by June 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $2,592,630 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Corona Division, Corona, California, is the contracting activity (N64267-19-D-0002). International Marine and Industrial Applicators LLC, Spanish Fort, Alabama, is awarded an $8,480,396 firm-fixed-price contract for the accomplishment of preservation and non-SUBSAFE structural repairs and maintenance on USS Michigan (SSGN 727). This contract will provide preservation, structural repairs, anode removal and safety track repair requirements. The contract will include all necessary management, material support services, labor, supplies and equipment deemed necessary to perform depot level preservation, structural repairs, anode removal, sound damping removal and safety track repairs. This contract includes options, which if exercised, would bring the cumulative value of this contract to $9,297,412. Work will be performed in Bremerton, Washington, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,480,396 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 the Federal Business Opportunities website, with three offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-19-C-0801). Carelton Life Support Systems Inc., doing business as Cobham Mission Systems, Davenport, Iowa, is being awarded a $7,966,084 modification P00006 to a cost-plus-fixed-fee delivery order (N00421-18-F-0047) against a previously issued basic ordering agreement (N00421-17-G-0006). This modification provides for the Phase II upgrade and qualification testing of the GGU-25 oxygen concentrator on the T-45 aircraft. Work will be performed in Davenport, Iowa, and is expected to be completed in July 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,966,084 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. Quality Roofers & Guttering, Inc.*, Jacksonville, North Carolina, is awarded $7,579,347 for firm-fixed-price task order N40085-19-F-5882 under a previously multiple award construction contract (N40085-16-D-6352) for roof replacement of multiple buildings at Marine Corps Base, Camp Lejeune and incidental related work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by June 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $7,579,347 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia is the contracting activity. ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $320,000,000 modification (P00060) to domestic and Foreign Military Sales (Argentina, Djibouti, Iraq, Lebanon, Romania) contract W56HZV-09-D-0159 for procurement of Family of Medium Tactical Vehicle variants. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 24, 2021. Fiscal 2019 foreign military sales and other procurement, Army funds in the amount of $320,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Warren Michigan, is the contracting activity. Louis Berger U.S. Inc., Washington, DC, was awarded a $110,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. 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 June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3009). General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $80,052,248 cost-plus-fixed-fee contract for contractor logistics support for the Gray Eagle Block 0 Unmanned Aircraft System. One bid was via the internet with one bid received. Work will be performed in Afghanistan, and Poway, California, with an estimated completion date of June 28, 2020. Fiscal 2019 defense overseas contingency operations transfer funds in the amount of $28,888,888 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0030). Louis Berger U.S. Inc., Washington, DC, was awarded a $75,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. 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 June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3008). Louis Berger U.S. Inc., Washington, DC, was awarded a $75,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. 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 June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3007). Louis Berger U.S. Inc., Washington, DC, was awarded a $75,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. 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 June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3006). Melwood Horticultural Training Center Inc.,* Upper Marlboro, Maryland, was awarded a $49,736,784 firm-fixed-price contract for base operations support services. One bid was via the internet with one bid received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of June 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $4,750,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-C-0020). American Ordnance LLC, Middletown, Iowa, was awarded a $28,862,252 modification (0003 27) to contract W52P1J-16-D-0050 for the purchase and shipment of Trinitrotoluene (TNT). Work will be performed in Middletown, Iowa, with an estimated completion date of March 31, 2022. Fiscal 2017, 2018 and 2019 procurement of ammunition, Army funds in the amount of $28,862,252 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Arsenal, Illinois, is the contracting activity. L3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $25,918,639 firm-fixed-price contract for procurement of the Melody II Application-Specific Integrated Circuit chip. One bid was solicited with one bid received. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $25,918,639 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0040). Konecranes Nuclear Equipment and Services, New Berlin, Wisconsin, was awarded a $24,997,043 firm-fixed-price contract for furnishing a rail mounted portal crane. Bids were solicited via the internet with two received. Work will be performed in Lettsworth, Louisiana, with an estimated completion date of July 11, 2022. Fiscal 2019 civil construction funds in the amount of $24,997,043 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0055). Grunley Construction Co. Inc., Arlington, Virginia, was awarded a $24,006,000 firm-fixed-price contract for Pentagon safety, traffic and parking improvement. Nine bids were solicited with two bids received. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 29, 2020. Fiscal 2018 and 2019 defense military construction funds in the amount of $24,006,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-F-0396). Walsh Federal JV, Chicago, Illinois, was awarded a $21,823,320 firm-fixed-price contract for construction of a replacement air traffic control tower and base operations complex at Seymour Johnson Air Force Base, North Carolina. Bids were solicited via the internet with five received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Dec. 19, 2020. Fiscal 2015, 2016 and 2019 military construction funds in the amount of $21,823,320 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3006). Honeywell International, Tucson, Arizona, was awarded a $16,523,132 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for the production of the J7 Digital Electronic Control Unit for the Abrams family of vehicles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of June 28, 2024. Fiscal 2017 and 2019 foreign military sales, Army working capital and procurement of weapons and tracked combat vehicles, Army funds in the combined amount of $16,523,132 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0501). General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $14,569,395 cost-plus-fixed-fee contract to provide engineering and test services for the Warfighter Information Network-Tactical Increment 2 systems and equipment. One bid was solicited with one bid received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of June 30, 2020. Fiscal 2018 and 2019 research, development, test and evaluation and defense procurement funds in the combined amount of $14,569,395 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-F-0094). Weeks Marine Inc., Covington, Louisiana, was awarded an $11,545,000 firm-fixed-price contract for Mississippi River maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2019. Fiscal 2019 civil operations and maintenance - recovery act - funds in the amount of $11,545,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0056). RDZM LLC, Arlington, Virginia, was awarded an $8,388,482 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the Engineering and Manufacturing Development, Low Rate Initial Production and Full Rate Production of the 40mm HV HEDP-AB XM1176 cartridge. Bids were solicited via the internet with two received. Work will be performed in Middletown, Iowa; Stafford, Virginia; and Reading, Massachusetts, with an estimated completion date of June 27, 2025. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $4,838,556 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0032). BAE Systems Land & Armaments, San Jose, California, was awarded a $7,840,325 modification (P00105) to contract W56HZV-15-C-0099 for management and engineering efforts associated with the development of a new Technical Data Package, Interactive Electronic Technical Manual and Training Manuals for the M993A2 Multiple Launch Rocket System Carrier. Work will be performed in San Jose, California, with an estimated completion date of .June 25, 2021. Fiscal 2019 other procurement, Army funds in the amount of $7,840,325 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. General Atomics Aeronautical, Poway, California, was awarded a $7,639,948 modification (P00031) to contract W58RGZ-17-C-0035 for engineering change proposal to upgrade the Warrior Alpha Unmanned Aircraft System fleet to a Gray Eagle Block 0 UAS deployable configuration. Work will be performed in Poway, California, with an estimated completion date of Oct. 28, 2020. Fiscal 2019 other procurement, Army funds in the amount of $7,639,948 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Pentad Corp., Las Vegas, Nevada, was awarded a $7,089,054 cost-plus-fixed-fee contract for cadet mess attendant and waiter services at the United States Military Academy, West Point, New York. Four bids were solicited with four bids received. Work will be performed in West Point, New York, with an estimated completion date of July 31, 2026. Fiscal 2019 operations and maintenance Army funds in the amount of $50,794 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, West Point, New York, is the contracting activity (W911SD-19-C-0009). Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $7,083,186 modification (P00196) to contract W56HZV-15-C-0095 to incorporate engineering change proposal OSKW8599 (Noise Reduction-Muffler) into the baseline configuration of the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; procurement Marine Corps; and other procurement, Army funds in the combined amount of $7,083,186 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. DEFENSE LOGISTICS AGENCY Remote Diagnostic Technologies LLC, Huntsville, Alabama, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is New York and Alabama, with a June 27, 2024 performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0015). American Water Operations and Maintenance, LLC, Voorhees, New Jersey, has been awarded a maximum $12,781,363 modification (P00149) to a 50‐year contract (SP0600‐08‐C‐8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed‐price with prospective‐price‐redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana. AIR FORCE The Boeing Company, Seattle, Washington, has been awarded a $70,968,876 firm-fixed price modification to previously awarded contract FA8625-11-C-6600 for a previously established option for KC-46 interim contractor support year three. Work will be managed out of Seattle, Washington, and is expected to be completed by June 27, 2020. Fiscal 2017 procurement funds in the amount of $70,968,876 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Raytheon, El Segundo, California, has been awarded a $47,676,543 cost-plus-incentive-fee contract for next generation application specific integrated circuit Preliminary Design Review (PDR). This contract provides for the design, develop and test of modernized Global Positioning System receivers that are intended for future military applications to the PDR level. Work will be performed in El Segundo, California, and is expected to be completed by December 2020. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $19,300,000 are being obligated at time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8807-19-C-0002). Lockheed Martin Space, Sunnyvale, California, has been awarded a $15,915,000 modification (P00770) to previously awarded contract F04701-02-C-0002 for Advanced Extremely High Frequency (AEHF). The contract modification is to make changes to the AEHF Mission Planning Element software to provide capability improvements. Work will be performed at Sunnyvale, California, and is expected to be completed by June 30, 2020. Fiscal 2017 space procurement appropriation in the amount of $15,915,000 is being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Med-Eng LLC., Ogdensburg, New York, has been awarded an $11,500,000 ceiling increase modification (P00002) from previously awarded contract FA8051-18-D-0001 for the delivery of a full bomb suit ensemble and associated accessories for explosive ordinance disposal personnel. This modification raises the price ceiling from $15,000,000 to $26,500,000. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by March 2023. No funds are being obligated with the modification. The 772d Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity. L3 Interstate Electronics Corp., Anaheim, California, has been awarded a $9,304,622 cost-plus-incentive-fee modification (P00115) to previously awarded contract FA8807-12-C-0011 for military Global Positioning System (GPS) user equipment. The contract modification is for the design, develop and test of modernized GPS receivers that are intended for future military applications. This modification will increase the value of the contract from $150,149,714 to $159,454,336. Work will be performed at Anaheim, California, and is expected to be completed by June 2020. Fiscal 2019 research and development funds in the amount of $2,200,000 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems, San Diego, California, is being awarded a $7,181,433 modification (P00020) to previously awarded contract FA8726-18-C-0005 for design, integration and procurement of sufficient quantities of situational awareness data link, external time reference for the Battlefield Airborne Communications Node fleet. This modification will increase the contract value from $342,956,962 to $350,138,395. Work will be performed in San Diego, California and multiple international sites, and is expected to be complete on Jan. 23, 2020. Fiscal 2017 procurement and fiscal 2019 operations and maintenance funds in the amount of $7,181,433 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY BAE Systems Information and Electronic Systems Integration Inc., Merrimack, New Hampshire, was awarded a modification (P00002) to exercise an option totaling $8,357,557 to previously awarded contract HR0011-19-C-0016 for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $12,765,168 from $4,407,611. Work will be performed in Merrimack, New Hampshire; North Billerica, Massachusetts; Cambridge, Massachusetts; Atlanta, Georgia; and Marion, Illinois, with an expected completion date of September 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,500,000 are being obligated at time of award. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1891418//

  • Contract Awards by US Department of Defense - June 27, 2019

    July 2, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 27, 2019

    ARMY Lockheed Martin Corp., Orlando, Florida, was awarded a $106,108,230 firm-fixed-price domestic and foreign military sales (Netherlands and United Kingdom) contract for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor systems, subcomponent production and technical services for the Apache Attack Helicopter. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-D-0043). SRCTec LLC, Syracuse, New York, was awarded a $91,400,000 modification (P00013) to contract W15P7T-13-D-C702 for lightweight counter mortar radar systems, vehicle mounts, spare parts, retrofit kits and support services. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. The Boeing Co., Mesa, Arizona, was awarded a $47,684,233 modification (P00029) to contract W58RGZ-16-C-0023 for Version 6/Improved Drive System-enhancement cut-in on the Apache Attack Helicopter (AH)-64E production line and for the Apache Longbow Crew Trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of March 31, 2022. Fiscal 2010, 2018 and 2019 foreign military sales, and aircraft procurement, Army funds in the combined amount of $23,365,274 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. General Atomics Aeronautical Systems Inc., was awarded a $21,954,252 modification (P00007) to contract W58RGZ-19-C-0027 for procurement of performance based logistics support services for the MQ-1C Gray Eagle Unmanned Aircraft System. Work will be performed in Poway, California, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $9,733,334 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Morrish-Wallace Construction Co.,* Cheboygan, Michigan, was awarded an $18,000,000 firm-fixed-price contract for complete repairs on the Buffalo North Breakwater. 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 June 26, 2022. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-19-D-0002). Microsoft Corp., Redmond, Washington, was awarded a $14,079,784 firm-fixed-price contract for consulting services. One bid was solicited with one bid received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of June 27, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $5,866,577 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0235). Ross Island Sand & Gravel Co., Portland, Oregon, was awarded an $8,745,321 firm-fixed-price contract for annual maintenance dredging of the Sacramento and Stockton Deep Water Ship Channels. Bids were solicited via the internet with three received. Work will be performed in Sacramento and Stockton, California, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, civil funds in the amount of $8,745,321 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0011). AIR FORCE CACI Inc., Chantilly, Virginia, has been awarded a $45,992,341 firm-fixed-price task order (FA7014-19-F-A106) to the previously awarded indefinite-delivery, indefinite-quantity contract (47QTCK-18-D-0009) for the Secretary of the Air Force Financial Management Financial Information Systems Maintenance Support Services. This task order provides the Assistant Secretary of the Air Force Financial Management Budget Operations and the Office of the Assistant Secretary of the Army Financial Management & Comptroller IT maintenance and support services for their existing financial information systems: the automated schedule and reporting system; the exhibit automation system; the planning, programming, budget and execution portal and the data analysis reporting tool. These services are performance-based, and they provide maintenance via web portals and access via the internet. The tools assist the government by providing a myriad of analytical reports that allow budget analysts to identify program trends and discrepancies for improved program justification of program changes. Work will be performed in Washington, District of Columbia, and is expected to be complete by June 21, 2024. This award is the result of a sole-source acquisition. Fiscal 2019 operation and maintenance funds in the amount of $8,236,756 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Dell Federal Systems LP., Round Rock, Texas, has been awarded a $35,800,000 firm-fixed-price contract for mobile interceptor platform and deployable interceptor platform. The contract provides for hardware refresh which cyber protection teams use to defend mission partner enclaves and platform information technology from cyber threats. Work will be performed in San Antonio, Texas, and is expected to be completed by Aug. 28, 2019. This award is the result of a competitive acquisition and three offers received. Fiscal 2019 procurement funds in the amount of $20,464,000 are being obligated at the time of award. The Air Force Installation Contracting Center, Lackland Air Force Base, Texas, is the contracting activity (FA8732-14-D-0002/FA8307-19-F-0095). Dataminr Inc., New York, New York, has been awarded a $35,766,667 firm-fixed-price modification (P0001) to previously awarded contract FA7014-19-C-A011 for First Alert proprietary alerting system. Worked will be performed in New York, New York, and is expected to be completed by Dec. 11, 2019. Fiscal 2019 operations and maintenance funds in the amount of $24,923,077 are being obligated at the time of the award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. Exbon Development, Garden Grove, California (FA486117-17-D-A100); DSB-RLR JV, American Folk, Utah (FA4861-17-D-A101); North Star Construction, Yuba City, California (FA486117-17-D-A102); North Wind Construction, Las Vegas, Nevada (FA4861-17-D-A103); Kautaq-Northcon Team Tempe, Arizona (FA486117-17-D-A104); Sierra Range Construction of Visalia, California (FA4861-17-D-A105); West Point Contractors Inc., Tucson, Arizona (FA486117-17-D-A107), have been awarded a $30,000,000 ceiling increase modification (P00003) to previously awarded multiple award contract FA4861-17-D-A10X for a broad range of maintenance, repair and minor construction work on real property. This modification will increase the contract value from $40,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada, and Creech Air Force Base, Nevada, and is expected to be completed by May 2022. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. Raytheon Co., Fullerton, California, has been awarded a $26,600,000, indefinite-delivery/indefinite-quantity, firm‐fixed-price, cost-plus fixed fee, cost‐reimbursable contract for the Situation Awareness Data Link program. This contract provides software maintenance and engineering services support services. Work will be performed in Fullerton, California, and is expected to be completed by Aug. 21, 2024. This award is the result of a sole‐source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $3,012,233 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contract activity (FA8574‐19‐D‐0001). Universal Technology Corp., Dayton, Ohio, has been awarded an $11,000,000 indefinite-delivery/indefinite-quantity contract for nondestructive evaluation exploratory development and inspection support for Air Force systems. This contract provides for quick reaction response support for failure analysis and materials and processes issues relating to nondestructive inspection in support of the systems support division of the Air Force Research Laboratory's materials and manufacturing directorate. Work will be performed at Wright Patterson Air Force Base, Ohio, and Dayton, Ohio, and is expected to be completed by Sep. 28, 2024. This contract was a competitive source acquisition, with one offer received. Fiscal 2019 research, development, test and evaluation funds in the amount of $200,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5625). Barnett Paving & Sealing LLC,* Wichita Falls, Texas, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity task order contract for airfield pavements. This contract provides for the repair and sustainment of the airfield pavements along with restriping and rubber removal. Work will be performed at Little Rock Air Force Base, and is expected to be completed by June 2024. This award is the result of a competitive, hub zone small business acquisition and two offers were received. No funds are being obligated at the time of award, however, fiscal 2019 operations and maintenance funds in the amount of $164,659 will be obligated on the first task order immediately after award. The 19th Contracting Squadron, Little Rock Air Force Base, Arkansas, is the contracting activity (FA4460-19-D-A003). Lockheed Martin Corp., Sunnyvale, California, has been awarded a $7,085,068 cost reimbursement contract modification (P00153) to previously awarded contract (FA8810-08-C-0002) for Highly Elliptical Orbit (HEO) Operational Migration to Enterprise Ground Services (EGS) Step 1 development and test campaign support. The contract modification is for Lockheed Martin system engineering integration test support for our HOME RS test campaign, as well as anomaly response matrix validation, flight software validation, synchronized pre-deployment and operational tracker support, and a few minor HOME development efforts. Work will be performed at Aurora, Colorado; Azusa, California; Boulder, Colorado; and Sunnyvale, California, and is expected to be completed by March 6, 2020. Fiscal 2019 research and development funds in the amount of $7,085,068 are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California is the contracting activity. NAVY Diversified Maintenance Systems Inc.,* Sandy, Utah, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite quantity contract for other specialty trade contractors construction alterations, renovations and repair projects at Naval Postgraduate School Monterey, Naval Air Weapons Station China Lake, and Naval Air Station Lemoore. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs and construction of electrical; mechanical; painting; engineering/design; paving (asphaltic and concrete); flooring (tile work/carpeting); roofing; structural repair; fencing; heating, ventilation and air conditioning and fire suppression/protection system installation projects. Work will be performed in Monterey, California (33%), China Lake, California (34%), and Lemoore, California (33%). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2629). Advanced Crane Technologies LLC,* Reading, Pennsylvania (N62470-19-D-1006); Crane Technologies Group Inc.,* Rochester Hills, Michigan (N62470-19-D-1007); HECO-Pacific Manufacturing Inc.,* Union City, California (N62470-19-D-1008); Mid-Atlantic Crane,* Raleigh, North Carolina (N62470-19-D-1009); Piedmont Hoist and Crane Inc.,* Colfax, North Carolina (N62470-19-D-1010); and Sievert Crane and Hoist,* Forest Park, Illinois (N62470-19-D-1011) are each awarded an indefinite-delivery/indefinite-quantity multiple award contract for ordering new, and overhauling existing, weight handling equipment located primarily within Navy, Marine Corps and other federal activities worldwide. The maximum dollar value including the base period and four option years for all six contracts combined is $30,000,000. Piedmont Hoist and Crane Inc. is being awarded the initial delivery order at $241,700 for the design, fabrication, assembly, testing, delivery, installation and inspection of one two-ton, under-running, underhung, single girder electric traveling crane and one half-ton monorail trolley and hoist to be installed in Building 124 at Naval Air Warfare Center, Aircraft Division, in Lakehurst, New Jersey. Work for this delivery order is expected to be completed by December 2020. The term of the contract is not to exceed 60 months, with an expected completion date of June 2024. Fiscal 2019 Navy working capital funds in the amount of $241,700 are obligated on this award and will expire at the end of the current fiscal year. Future delivery orders will be primarily funded by military construction (Navy), operation and maintenance (Navy) and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. These six contractors may compete for delivery orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. McNally Industries LLC, Grantsburg, Wisconsin, is awarded a maximum value $21,246,166 cost-plus-fixed-fee delivery order N00174-19-F-0373 under previously-awarded basic ordering agreement N00024-17-G-5385 to overhaul Mk 6 Mod 19 ammunition hoist assemblies. This basic ordering agreement is to provide materials and services required to receive, inventory, stage, disassemble, inspect, convert, repair, overhaul, upgrade, manufacture, procure, assemble, test, preserve, package and ship Mk 6 Mod 19 ammunition hoist assemblies. Work will be performed in Grantsburg, Wisconsin, and is expected to be completed by May 2022. Fiscal 2015, 2016, 2017 and 2018 shipbuilding and conversion (Navy) funding in the amount of $7,843,136 will be obligated at time of award, and $980,392 will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. POWER Engineers Inc., Hailey, Idaho, is awarded an $18,000,000 firm-fixed-price modification to increase the maximum dollar value of a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-0002) for architect-engineering services for various electrical engineering projects and related services at various locations in all areas under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific. After award of this modification, the total cumulative contract value will be $38,000,000. Work will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific area of operations including, but not limited to Guam (70%), Hawaii (25%) and the Commonwealth of the Northern Marianas Islands (5%). The term of the contract is not to exceed 60 months, with an expected completion date of November 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (planning and design). Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $16,132,820 for job order 0012 under a previously awarded basic ordering agreement N00164-17-G-JQ02 for seven Multi-spectral Targeting Systems “B” AN/DAS-3. The Multi-spectral Targeting Systems “B” AN/DAS-3 are in support of the Low Rate Initial Production (LRIP 3 and 4) efforts of the MQ-4C Triton Program. Work will be performed in McKinney, Texas, and is expected to be complete by July 2021. Fiscal 2018 and 2019 aircraft procurement (Navy) funding in the amount of $16,132,820 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract 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 Surface Warfare Center, Crane, Indiana, is the contracting activity. Didlake Inc., Manassas, Virginia, is awarded a $10,384,079 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N40085-15-D-0083) to exercise option four for annual custodial services at Norfolk Naval Shipyard and Joint Expeditionary Base Little Creek – Fort Story. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor and transportation services necessary to perform custodial services for office space, restrooms and other types of rooms at the Norfolk Naval Shipyard, Portsmouth, Virginia, and Joint Expeditionary Base Little Creek – Fort Story, Virginia Beach, Virginia. After award of this option, the total cumulative contract value will be $53,428,936. Work will be performed at various installations in Virginia Beach, Virginia (77%) and Portsmouth, Virginia (23%), and work is expected to be completed June 2020. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,250,107 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $7,823,461 for modification 11 to a firm-fixed-price delivery order 5306 against a previously issued basic ordering agreement (N00019-14-G-0004). This modification procures 36 Nacelles Production Kits in support of the H-53 aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $7,823,461 will be obligated at time of award, $1,738,547 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. DEFENSE LOGISTICS AGENCY World Fuel Services Inc., Miami, Florida, has been awarded a maximum $9,289,995 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 45-month contract with one six-month option period. Location of performance is Florida, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0092). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1890122/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 26, 2019

    June 27, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 26, 2019

    ARMY Burgos Group LLC,* Albuquerque, New Mexico (W9126G-19-D-0041); Southwest Valley Constructors, Albuquerque, New Mexico (W9126G-19-D-0033); SLSCO Ltd., Galveston, Texas (W9126G-19-D-0036); Bristol Construction Services LLC,* Anchorage, Alaska (W9126G-19-D-0039); J&J Contractors Inc.,* North Billerica, Massachusetts (W9126G-19-D-0043); Gibralter-Caddell a Joint Venture, Montgomery, Alabama (W9126G-19-D-0037); Puyenpa Cottles Joint Venture LLC,* Copperas Cove, Texas (W9126G-19-D-0038); Texas Sterling Construction Co., Houston, Texas (W9126G-19-D-0035); BFBC LLC, Bozeman, Montana (W9126G-19-D-0034); JSR Inc.,* Schertz, Texas (W9126G-19-D-0045); Stormwater Plans, LLC doing business as SWP Contracting & Paving,* Glendale, Arizona (W9126G-19-D-0044); Gideon Contracting LLC,* San Antonio, Texas (W9126G-19-D-0042); and Randy Kinder Excavating Inc.,* Dexter, Missouri (W9126G-19-D-0040) will compete for each order of the $5,000,000,000 firm-fixed-price contract for horizontal construction services in support of the Department of Homeland Security, Rio Grande Valley, Laredo, Del Rio, Big Bend and El Paso Border Patrol sectors. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2024. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Atlantic Diving Suppling Inc.,* Virginia Beach, Virginia (W56HZV-19-D-0070) and Sorinex Exercise Equipment Inc.,* Lexington, South Carolina (W56HZV-19-D-0071), will compete for each order of the $63,778,092 firm-fixed-price contract for procurement of Army combat fitness test equipment. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 6, 2022. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Peckham Vocational Industries Inc., Lansing, Michigan, was awarded a $22,860,897 modification (P00008) to contract W56HZV-17-C-0187 for services to support the organizational clothing and individual equipment effort for the repair, cleaning, warehousing, and distribution. Work will be performed in Lansing, Michigan, with an estimated completion date of June 30, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $22,860,897 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Manson Construction Co., Seattle, Washington, was awarded a $16,715,000 firm-fixed-price contract for annual maintenance dredging for the Oakland Inner and Outer Harbor federal navigation channel in Alameda County, California. Bids were solicited via the internet with two received. Work will be performed in Oakland, California, with an estimated completion date of Dec. 18, 2019. Fiscal 2019 operations and maintenance, civil funds in the amount of $16,715,000 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-19-C-0009). IAP Worldwide Services Inc., Cape Canaveral, Florida, was awarded a $16,289,540 hybrid (cost-no-fee, firm-fixed-price and time-and-materials) contract for satellite communication support. Bids were solicited via the internet with two received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Jan. 21, 2025. Fiscal 2019 operations and maintenance Army funds in the amount of $16,289,540 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0034). International GeoConsultants JV, Germantown. Maryland, was awarded a $9,000,000 firm-fixed-price contract for geotechnical engineering services. 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 June, 25, 2024. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-D-0034). General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $7,805,000 modification (F406 22) to contract W91QUZ-06-D-0012 for combined mission command network operations and maintenance information technology services. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2020. U.S. Army 411th Contracting Support Battalion, Republic of Korea, is the contracting activity. NAVY BAE System Technology Solutions and Services Inc., Rockville, Maryland (N00039-19-D-0031); Serco Inc., Herndon, Virginia (N00039-19-D-0032); and Scientific Research Corp., Atlanta, Georgia (N00039-19-D-0033), are each awarded a cost-plus-fixed-fee, cost-only indefinite-delivery/indefinite-quantity multiple award contract for logistics, integration, engineering, procurement, fabrication, assembly, test, inspection, zone integration and installation of integrated command, control, communications, computers and intelligence (C4I) system of systems capabilities aboard new construction aircraft carrier and large deck amphibious ships, to include refueling and complex overhaul ships. Throughout the duration of the awarded contracts, the total obligated amount on orders for all of the awarded contracts combined will not exceed $747,097,000. Each contract includes options, which if exercised, would bring the estimated value of each contact to $601,513,730 for BAE System; $608,243,247 for Serco Inc., and $599,544,784 for Scientific Research Corp. These contracts will support various Navy shipbuilding programs. These programs require integrated C4I capabilities to provide communications for maritime operations and flight safety. The integrated capability is composed of distributed systems that provide network capabilities, communications, command and control, intelligence, and non-tactical data. Work will be performed in Newport News, Virginia (73%); Charleston, South Carolina (17%); and Pascagoula, Mississippi (10%), and work is expected to be completed by June 2029. No contract funds will be obligated at the time of award. Contract funds in the amount of $50,000 will be obligated on the first task order under each contract utilizing fiscal 2017 shipbuilding and conversion (Navy); fiscal 2019 shipbuilding and conversion (Navy), and fiscal 2019 research and development (Navy) funds. Contract funds will not expire at the end of the current fiscal year. These contracts were awarded pursuant to full and open competition, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. Integrity Applications Inc.,* Chantilly, Virginia (N68936-19-D-0036); Toyon Research Corp.,* Goleta, California (N68936-19-D-0037); KAB Laboratories,* San Diego, California (N6893619D0038); and Booz Allen Hamilton, McLean, Virginia (N68936-19-D-0039), are each being awarded cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contracts. These contracts provide for research, development, testing and evaluation, technical assistance and systems engineering in the development, testing and fielding of future intelligence, surveillance, reconnaissance, and targeting systems. The estimated cumulative aggregate ceiling for all contracts is $49,839,291, with the companies having an opportunity to compete for individual orders. Work will be performed at various contractor facilities located inside the continental United States, and is expected to be completed in June 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $10,004 ($2,501 per company to satisfy the minimum guarantee amount) are being obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Tetra Tech Inc., Norfolk, Virginia, is awarded $9,870,904 for firm-fixed-price task order N44255-19-F-4112 under a previously awarded single award services contract for a base wide site investigation for munitions at Naval Base Kitsap-Bangor. The work to be performed provides a munition response site investigation for 15 sites having 21 locations. The scope includes all work necessary to define the source and nature of a release, describe pathways for contaminant migration, identify human and ecological receptors, conclude whether a No Further Action determination, a removal action, or a Remedial Investigation/Feasibility Study is warranted. The following surveys will be completed as part of this work: habitat/endangered species, historical and cultural resources, land surveying and clearing, munitions and clearing, and geophysical. Work will be performed in Silverdale, Washington, and is expected to be completed by June 2022. Fiscal 2019 environmental restoration (Navy) contract funds in the amount of $9,870,904 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-19-D-4112). AIR FORCE HDT Global, Salon, Ohio, has been awarded a $66,684,930, fixed-price incentive firm modification (P00038) to previously awarded FA8204-13-C-0010 for production of 19 Transporter Erector Replacement Program (TERP) production units. This contract provides for the procurement of 19 TERP production representative vehicles and initial spares over four option periods. Work will be performed in Cincinnati, Ohio, and Florence, Kentucky, and is expected to be completed by December 2020. This award is the result of a negotiated agreement to definitize engineering changes incorporated into the design portion of performance. Fiscal 2018 procurement funds in the amount of $15,225,936 to fully fund option period one. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity. United Technologies Corp., doing business as Collins Aerospace, Westford, Massachusetts, has been awarded a $31,920,402 indefinite-delivery/indefinite-quantity modification (P00008) to previously awarded firm-fixed-price contract FA8620-18-D-3014 for providing partner nations an ordering vehicle for the DB-110 Tactical Reconnaissance Pod Program. This modification raises the price ceiling from $31,920,402 to $215,025,402. Work will be performed in Westford, Massachusetts, and is expected to be completed by Nov. 14, 2023. This contract involves 100% foreign military sales to Oman, Poland, Morocco and Greece. This award is the result of a sole source acquisition. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. DEFENSE LOGISTICS AGENCY Brighton Cromwell LLC, Randolph, New Jersey, has been awarded a maximum $34,746,167 firm-fixed-price contract for specialized parts kits. 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 three-year base contract with two one-year option periods. Location of performance is New Jersey, with a June 25, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0163). Federal Prison Industries (UNICOR),** Washington, District of Columbia., has been awarded a maximum $14,141,250 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D1069) with two one-year option periods for Army physical fitness uniform trunks. This is an indefinite-delivery contract. Locations of performance are Minnesota, Colorado, Louisiana and Kentucky, with a July 11, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania. DEFENSE HEALTH AGENCY Spectrum Healthcare Resources Inc., St. Louis, Missouri, has been awarded a $9,061,238 firm-fixed-price contract, HT0014-19-C-0001. This contract provides support to the Defense Health Agency's national capital region for continuation of healthcare services at the Fort Belvoir Community Hospital Family Health Centers of Fairfax and Dumfries (outpatient clinics stemming from Fort Belvoir Community Hospital). The work includes all personnel and facilities to provide healthcare for approximately 51,000 TRICARE prime beneficiaries. Work will be performed in Virginia, beginning July 1, 2019, with an estimated completion date of Aug. 31, 2019. The contract includes a two- month base period. Fiscal 2019 operations and maintenance funds in the amount of $9,061,238 are obligated on this award. This was a sole-source acquisition. The Defense Health Agency, Falls Church, Virginia, is the contracting activity. *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1888547/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 25, 2019

    June 26, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 25, 2019

    ARMY Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $91,291,064 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to provide engineering and other support services for all versions of the H-60 Blackhawk. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0079). DynCorp International LLC, Fort Worth, Texas, was awarded a $12,337,211 modification (P00034) to contract W58RGZ-17-C-0011 for modification of five C-12R aircraft to a C-12V. Work will be performed in Fort Worth, Texas, with an estimated completion date of May 31, 2023. Fiscal 2019 aircraft procurement, Army funds in the amount of $12,337,211 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MCR Federal LLC,* McLean, Virginia, was awarded an $8,135,050 modification (0001 20) to contract W31P4Q-16-A-0016 for technical engineering support services. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of June 29, 2020. Fiscal 2019 foreign military sales admin and other procurement, Army funds in the amount of $8,135,050 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. NAVY Leidos Inc., Reston, Virginia, is awarded a $62,975,474 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services to meet fleet requirements for Synthetic Signature Generation based training systems. This contract will provide scientific, engineering, and technical services required for the design, development, fabrication, integration, test, fleet implementation and maintenance. Work will be performed in Bethesda, Maryland, and is expected to be complete by December 2022. Fiscal 2019 other procurement (Navy), fiscal 2017 shipbuilding and conversion (Navy), and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $10,762,779 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-19-D-0004). L3 Systems Co., Camden, New Jersey, is awarded an estimated $41,518,454 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus fixed-fee contract. The Battle Force Tactical Network program requires the procurement and integration of commercial, off-the-shelf (COTS) high frequency internet protocol and subnet relay hardware, COTS software and government off-the-shelf software into a specified configuration for the Program Executive Office Command, Control, Communications, Computers and Intelligence. This contract has a five-year ordering period up to the contract award amount. There are no options. Work will be performed in Camden, New Jersey, and work is expected to be completed by June 2024. No funding is being placed on contract and obligated at the time of award. Contract actions will be issued and funds obligated as individual delivery orders. This contract was competitively procured as a full and open competition with proposals solicited via the Federal Business Opportunities website, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0035). Wyle Laboratories Inc. (aka, KBRwyle), Huntsville, Alabama, is awarded a $41,081,160 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering, technical, operational, test and logistics services in support of the Naval Air Warfare Center Aircraft Division's (NAWCAD's) Surface/Aviation Interoperability Laboratory. In addition, this contract provides for facilities testing and laboratory equipment, installed avionics and ship-combat systems maintenance. Work will be performed at NAWCAD, Patuxent River, Maryland, and is expected to be completed in July 2024. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposals; four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0070). Gilbane Federal, Concord, California, is awarded a $31,683,336 firm-fixed-price contract for unaccompanied enlisted housing at the Naval Base Guam. Buildings 5, 6, 18 and 20, will undergo conversion and alteration of each structure to house double-occupancy, permanent-party housing units and building common areas including multipurpose spaces, shared kitchens, vending areas, shared laundries and other miscellaneous support spaces. This project will also include the full renovation of the second floor existing double-occupancy permanent-party housing units in Building 18. The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $32,966,436. Work will be performed in Joint Region Marianas, Guam, and is expected to be completed by October 2022. Fiscal 2019 military construction (Navy) contract funds in the amount of $31,683,336 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 four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1310). BAE Systems Land & Armaments L.P., Louisville, Kentucky, is awarded $14,134,492 for a firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-19-C-0004 for one overhauled/upgraded MK45 Mod 4 gun mount, and their associated components. The 5-inch MK 45 light weight gun mount system provides an effective weapon for anti-surface, naval surface fire support, and anti-air warfare missions, and is installed aboard DDG- 51 and CG-47 class ships. This contract is to provide all necessary material and services required to overhaul and upgrade MK 45 gun mounts to support AEGIS Modernization and Arleigh Burke new construction requirements. Work will be performed in Louisville, Kentucky, and is expected to be complete by October 2023. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $14,134,492 will be obligated at time of award and not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. AIR FORCE Innovative Technologies International Inc., Lynchburg, Virginia, has been awarded a $7,000,000 indefinite-delivery/indefinite-quantity contract for Katana Hardware Fabrication effort. The contract provides for concept design analysis and advanced fabrication capabilities to rapidly manufacture products meeting specific characteristics through a partnering arrangement by fulfilling research, development, test and evaluation requirements for Eglin Air Force Base, Florida, with organization-specific tasks. Work will be performed at Lynchburg, Virginia, and is expected to be completed by June 25, 2024. This contract is the result of a sole source award. Fiscal 2018 research and development funds in the amount of $24,897.00 are being obligated at the time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity, Eglin AFB, Florida (FA8651-19). *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1887115/source/GovDelivery/

  • BAE awarded $90M to upgrade, maintain Navy's communications and combat systems

    June 25, 2019 | International, C4ISR

    BAE awarded $90M to upgrade, maintain Navy's communications and combat systems

    By Allen Cone June 24 (UPI) -- BAE Systems was awarded a five-year, $90 million contract to modernize and maintain critical communications and combat systems. The systems, which are embedded within vehicles, watercraft, and specialized communications platforms, integrate command, control, computers, communications, cyber, intelligence, surveillance and reconnaissance systems and are called C5ISR. Work will be performed in St. Inigoes, Md.; Little Creek, Va.; and Fayetteville, N.C., BAE said in a news release. The systems are integrated and networked to improve the situational awareness of military operators and decision-makers, according to BAE. "Technology is constantly evolving and the mission needs of our customers can change," Mark Keeler, vice president and general manager of BAE Systems' Integrated Defense Solutions business, said in a news release. "As systems integrators, we are providing agile engineering, testing and field support to help our military customers adapt and maintain a tactical edge." For more than 25 years, BAE Systems has been supporting Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division with mobile deployable systems. These systems are also used by Special Operations Forces, Homeland Security, and other Department of Defense and non-defense agencies. "Our engineers specialize in providing custom, tailor-made C5ISR solutions to help close communications capability gaps for the U.S. military," Keeler said. "BAE Systems takes pride in keeping the lines of communication open for those on the front lines of national security." Navy Information Dominance Forces team ensures those systems work and are ready to go to sea as part of the Deploying Group System Integration Testing. "The best way to validate performance of C5I systems is to test interoperability and integration in a stressed operational environment," Mike Caldwell, the DGSIT Atlantic program manager, said in a Navy news release. "The systems and sailors are under pressure because of the tactical exercise demands. It is probably the first time that collection [of sailors] has worked together, and it may be the first time those ships have worked together. But the team is there to make sure everything works for both advanced training and deployment." https://www.upi.com/Defense-News/2019/06/24/BAE-awarded-90M-to-upgrade-maintain-Navys-communications-and-combat-systems/2191561386249/

  • Contract Awards by US Department of Defense - June 24, 2019

    June 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 24, 2019

    ARMY TCOM L.P., Columbia, Maryland, was awarded a $978,946,631 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for the Persistent Surveillance Systems - Tethered engineering, logistics, operations and program management support. 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 June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0020). Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $561,802,200 hybrid (cost-plus-fixed-fee and fixed-price-incentive) foreign military sales (Bahrain, Poland and Romania) contract for production of Army tactical missile guided missile and launching assembly service life extension program production 3. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; Camden, Arizona; Boulder, Colorado; Clearwater, Florida; St. Louis, Missouri; Lufkin, Texas; Windsor Locks, Connecticut; and Williston, Vermont, with an estimated completion date of June 30, 2022. Fiscal 2018 and 2019 missile procurement, Army and foreign military sales funds in the combined amount of $561,802,200 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0092). Donjon Marine, Hillside, New Jersey, was awarded a $12,170,000 firm-fixed-price contract for maintenance dredging of portions of the Newark Bay, New Jersey Federal Navigation Project. Bids were solicited via the internet with three received. Work will be performed in Newark, New Jersey, with an estimated completion date of Sept. 30, 2019. Fiscal 2019 civil works funds in the amount of $12,170,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0013). DEFENSE LOGISTICS AGENCY Texas Power & Associates,* Palm Harbor, Florida (SPE8EG-19-D-0117); Atlantic Diving Supply, doing business as ADS,* Virginia Beach, Virginia (SPE8EG-19-D-0112); Berger/Cummins, Washington, District of Columbia (SPE8EG-19-D-0113); Caterpillar Defense, Peoria, Illinois (SPE8EG-19-D-0114); Inglett & Stubbs International, Atlanta, Georgia (SPE8EG-19-D-0115); and QGSI-USA Emergency Power, Houston, Texas (SPE8EG-19-D-0116), are sharing a maximum $900,000,0000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EG-18-R-0007 for generators. This was a competitive acquisition with eight offers received. These are five-year contracts with no option periods. Locations of performance are Florida, Virginia, Washington, District of Columbia, Illinois, Georgia and Texas, with a June 19, 2024, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Welch Allyn Inc., Skaneateles Falls, New York, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is New York, with a June 24, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0019). Hamilton Sundstrand, Windsor Locks, Connecticut, is to be awarded a $16,532,250 firm-fixed price contract for helicopter flight control computers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Arizona. Using military service is the Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRPA1-13-G-001X/SPRRA1-19-F-0329). NAVY L3 Technologies Inc., Northampton, Massachusetts, is awarded a $73,743,347 indefinite-delivery/indefinite-quantity contract containing cost-plus-fixed-fee, cost-reimbursement and firm-fixed-price provisions. This contract provides for depot-level repair, upgrade and overhaul services for submarine photonics mast programs. Work will be performed in Northampton, Massachusetts (98%), and at various places in the U.S. below one percent (2%) and is expected to be completed by June 2025. Fiscal 2019 other procurement (Navy) funding in the amount of $2,146,169 will be obligated on the first delivery order at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-G900). Katmai Integrated Solutions LLC,* Anchorage, Alaska, is awarded a contract ceiling $21,625,000 indefinite-delivery/indefinite-quantity contract with a three year ordering period to provide subject matter support services for Immersive Training Range Support (ITRS) . Work will be performed at Camp Lejeune, North Carolina (40%), Camp Pendleton, California (40%), and Marine Corps Base, Hawaii (20%), and work is expected to be completed June 24, 2022. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $4,877,737 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured. The contract was prepared in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7835). Advanced Solutions Inc., Washington, District of Columbia, was awarded $16,863,635 for firm-fixed-price modification to a previously awarded task order N00039-18-F-0069 issued against Blanket Purchase Agreement N00104-08-A-ZF42 and the underlying a multiple award schedule in support of Navy Enterprise Resource Planning. This modification exercises an option for cloud and integration support services. Work will be performed in Loudon, Virginia (50%) and Mechanicsburg, Pennsylvania (50%) and is expected to be completed in June 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $16,863,635 will be obligated at the time of the award, which will expire at the end of the current fiscal year. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. (Awarded June 20, 2019) AIR FORCE Concentric Security LLC, Sykesville, Maryland (FA8003-19-D-A001); Nasatka Barrier Inc., Clinton, Maryland, (FA8003-19-D-A002); Cherokee Nation Security & Defense LLC., Tulsa, Oklahoma, (FA8003-19-D-A003); and Perimeter Security Partners LLC., Nashville, Tennessee (FA8003-19-D-A004) have been awarded a $45,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for vehicle barriers maintenance and repair services. This contract provides for all personnel, labor, equipment, supplies, tools, materials, supervision, travel, periodic inspection, minor repair, and other items and services necessary to provide maintenance for Air Force vehicle barrier systems. Work will be performed at all Contiguous United States (CONUS) (excluding Alaska and Hawaii) active duty Air Force installations and is expected to be completed by June 23, 2024. These awards are the result of a competitive acquisition and four offers were received. Fiscal 2019 operations and maintenance funds in the amount of $4,000 ($1,000 per awardee) are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson Air Force Base, Ohio is the contracting activity. Weldin Construction LLC, Palmer, Alaska, has been awarded a $35,000,000 ceiling increase modification (P00004) to previously awarded contract FA4861-17-D-A200 for simplified acquisition of base engineering requirements. This modification will increase the contract value from $35,000,000 to $70,000,000. Work will be performed at Nellis Air Force Base, Nevada and Creech Air Force Base, Nevada, and is expected to be completed by Dec. 2021. No funds are being obligated at the time of award. The 99th Contracting Squadron, Nellis Air Force Base, Nevada, is the contracting activity. DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Leidos Inc., Reston, Virginia, was awarded a modification to exercise an option totaling $8,825,457 to previously awarded contract HR0011-18-C-0127 for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $13,204,195. Work will be performed in Arlington, Virginia; San Diego, California; and King of Prussia, Pennsylvania, with an expected completion date of September 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,600,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1885753/source/GovDelivery/

  • Contract Awards by US Department of Defense - June 21, 2019

    June 25, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - June 21, 2019

    U.S. SPECIAL OPERATIONS COMMAND Raytheon Space and Airborne Systems, McKinney, Texas, was awarded a $96,639,799 indefinite-delivery/indefinite-quantity contract modification (P00007) with firm-fixed-price and cost-plus-fixed-fee contract line items to an existing contract (H92222-16-D-0033). This contract modification increases the ceiling from $203,360,201 to $300,000,000 for continued low-rate initial production of the Silent Knight Radar system in support of U.S. Special Operations Command (USSOCOM). Fiscal 2019 procurement funds in the amount of $54,720,000 are being obligated at time of contract modification. The remaining costs will be funded via delivery/task orders, and depending on the requirement, may be funded using research, development, test and evaluation; procurement; or operations and maintenance funding. The ordering period is valid for five years. The work will be performed in McKinney and Forest, Mississippi, and is scheduled to be completed by October 2022. USSOCOM headquarters, Tampa, Florida, is the contracting activity. NAVY Leidos Inc., Reston, Virginia, is awarded an estimated $72,817,062 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price contract for the Transformational Reliable Acoustic Path System (TRAPS) on behalf of the Maritime Surveillance Systems Program Office, Navy Program Executive Office Submarines. The TRAPS capability complements fixed surveillance systems and the surveillance towed array sensor system. TRAPS provides flexible and responsive wide area surveillance for theater antisubmarine warfare commanders worldwide. This contract has a three-year ordering period up to the contract award amount. There are no options. Work will be performed in Long Beach, Mississippi, and is expected to be completed by June 2022. No funding is obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0030). FlexDecks Inc.,* Houston, Texas, is awarded a $17,200,997 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 40 each V-22 and MV-22B maintenance wing platform stands for the Marine Corps, Air Force, Navy and the government of Japan. Work will be performed in Houston, Texas, and is expected to be completed in June 2024. Fiscal 2017 and 2018 aircraft procurement and foreign military sales funds in the amount of $5,490,973 will be obligated at the time of award, $4,519,637 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100% small business set-aside; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0134). Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $16,273,896 cost-plus-fixed fee, firm-fixed-price, cost contract (N00024-19-C-6269) for the procurement of multifunction modular masts for new construction Virginia-class Block V hulls, spares and repairs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $97,860,000. Work will be performed in Nashua, New Hampshire (70%); and Syracuse, New York (30%), and is expected to be complete by June 2020. If all options are exercised, work will continue through June 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $13,932,928 will be obligated at time of award and will not expire at the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. AIR FORCE Accenture Federal Services LLC, Arlington, Virginia, has been awarded a $65,447,464 other transaction agreement for the execution of the enterprise information technology as a service compute and store risk reduction effort experiment. This agreement provides for an experiment for services to include providing a flexible and scalable hosting solution for applications and data, operation and maintenance of the compute and store environment, and application rationalization. Work will be performed in Buckley Air Force Base, Colorado; Maxwell AFB, Alabama; Offutt AFB, Nebraska; Joint Base Elemendorf-Richardson, Alaska; Cannon AFB, New Mexico; and Hurlburt Field, Florida, and is expected to be completed by June, 2020. Fiscal 2019 operations and maintenance funds in the amount of $28,517,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-19-9-0002). Harris Corp., Colorado Springs, Colorado, has been awarded an $18,084,893 cost-plus-fixed-fee contract modification (P00003) to previously awarded FA8819-19-C-0002 for the manufacturing of Air Force Satellite Control Network complaint L and S band antennas for the space combat range. Work will be performed at Colorado Springs, Colorado; and Kirtland Air Force Base, New Mexico, and is expected to be completed by June 19, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $18,084,893 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. Northrop Grumman Innovation Systems, Fort Worth, Texas, has been awarded a $17,780,580 cost-plus-fixed fee with an embedded fixed-price and cost reimbursement contract to provide sustainment services for the Lebanese Air Force Armed Caravan Program. This contract provides field service representatives, repair and return, calibration, support equipment and spares. Work will be performed in Beirut, Lebanon, and is expected to be completed June 30, 2021, with the possibility of extending the completion date to June 30, 2024. This contract involves 100% foreign military sales to Lebanon. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $10,732,607 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-C-3001). EaglePicher Technologies,* Joplin, Missouri, has been awarded a $14,125,999 cost-plus-fixed-fee contract action for an F-35 Agnostic Battery System. This contract provides for the acquisition of the manufacturing process improvement for the F-35 agnostic battery. Work will be performed in Joplin, Missouri, and is expected to be completed by June 17, 2022. This award is the result of a competitive Small Business Innovative Research action and one offer were received. Fiscal 2018 research and development funds in the amount of $7,248,000 are being obligated at the time of award. The Air Force Research Laboratory Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-5077). Joe Torres Co., Bakersfield, California, has been awarded a $9,080,374 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for integrated solid waste management services. This contract provides for collection and disposal of municipal solid waste, recycling and landfill services. Work will be performed in Edwards Air Force Base, California, and is expected to be completed by June 30, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $439,615 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-19-D-A006). ARMY General Dynamics Mission Systems, Marion, Virginia, was awarded a $44,000,000 firm-fixed-price contract for Army Standard Family ISO Shelter, one-side expandable, two-side expandable, and modified extended rigid wall shelter. 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 June 21, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0078). BIS Services LLC,* Kenner, Louisiana, was awarded a $32,305,200 firm-fixed-price contract for Calcasieu River and pass stone foreshore protection. Bids were solicited via the internet with three received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Dec. 12, 2020. Fiscal 2019 civil construction funds in the amount of $32,305,200 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0051). BIS Services LLC,* Kenner, Louisiana, was awarded a $14,785,945 firm-fixed-price contract for Calcasieu River and pass stone foreshore protection, repairs and armoring. Bids were solicited via the internet with four received. Work will be performed in Cameron Parish, Louisiana, with an estimated completion date of Feb. 10, 2021. Fiscal 2019 operations and maintenance, civil funds in the amount of $14,785,945 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0047). Huffman Construction LLC,* Poplar Bluff, Missouri, was awarded a $13,757,500 firm-fixed-price contract for Ohio River shoreline repair work for multiple pump stations and the construction of a new pump station. Bids were solicited via the internet with four received. Work will be performed in Paducah, Kentucky, with an estimated completion date of Jan. 6, 2022. Fiscal 2017 civil construction funds in the amount of $13,757,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0050). Gilbane Federal, Concord, California, was awarded a $13,601,007 firm-fixed-price contract for repair to Moran Hall South (Bldg. 29802). Bids were solicited via the internet with three received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Jan. 2, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $13,601,007 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3007). Bhate Environmental Associates Inc.,* Birmingham, Alabama, was awarded an $11,382,741 firm-fixed-price contract for demolition services to plan and execute the removal of buildings and facilities to include the abatement and removal of asbestos containing materials and other regulated materials, disconnect and capping of utilities, complete removal of utilities, disposal of all debris materials and restoration. Nine bids were solicited with three bids received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 19, 2021. Fiscal 2019 NASA funds in the amount of $11,382,741 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-0428). DEFENSE LOGISTICS AGENCY Sysco Seattle, Kent, Washington, has been awarded a maximum $21,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution for Navy ships customers in the Puget Sound/Seattle, Washington area. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 240-day bridge contract with no option periods. Location of performance is Washington, with a Feb. 15, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3227). (Awarded June 20, 2019) Federal Prison Industries Inc.,** Washington, District of Columbia, has been awarded a maximum $17,232,000 firm-fixed-price, indefinite-quantity contract for Navy coveralls. This is a one-year base contract with four one-year option periods. Locations of performance are Atlanta, Georgia, Arizona, Mississippi, and District of Columbia, with a Nov. 30, 2020, performance completion date. Using military service is Navy. 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-F027). Sysco Seattle, Kent, Washington, has been awarded a maximum $14,300,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full line food distribution for land based customers in Seattle, Washington, and surrounding areas. This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 240-day bridge contract with no option periods. Location of performance is Washington, with a Feb. 15, 2020, performance completion date. Using customers are Army, Air Force, Marine Corps, Army National Guard, 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-3226). (Awarded June 20, 2019) DEFENSE INFORMATION SYSTEMS AGENCY Iridium Satellite LLC, Tempe, Arizona, was awarded a non-competitive firm-fixed-price contract modification (P00012) for the extension of services on the current Airtime contract (HC104714C4000). The face value of this action is $8,579,000, funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $469,483,000. Performance will be at the contractor's facility. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1). Only one responsible source and no other type of supplies or services would satisfy agency requirements. The period of performance is June 22, 2019, through July 21, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (Awarded June 19, 2019) *Small business **Mandatory source https://dod.defense.gov/News/Contracts/Contract-View/Article/1884099/source/GovDelivery/

Shared by members

  • Share a news article with the community

    It’s very easy, simply copy/paste the link in the textbox below.

Subscribe to our newsletter

to not miss any news from the industry

You can customize your subscriptions in the confirmation email.