20 septembre 2023 | International, Terrestre
Israel unveils new Barak tank with AI, sensors and cameras
Development for the Barak took five years, and it underwent testing over the last year.
6 août 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
DEFENSE INTELLIGENCE AGENCY
BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (HHM402-19-D-0005); Bluehawk LLC,* West Palm Beach, Florida (HHM402-19-D-0008); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-19-D-0007); CACI Inc. – Federal, Arlington, Virginia (HHM402-19-D-0015); Calhoun International LLC,* Tampa, Florida (HHM402-19-D-0009); Celestar Corp.,* Tampa, Florida (HHM402-19-D-0010); CSRA LLC, Falls Church, Virginia (HHM402-19-D-0016); Edge Analytic Solutions LLC,* McLean, Virginia (HHM402-19-D-0012); Fulcrum IT Services LLC, Centerville, Virginia (HHM402-19-D-0017); Invictus International Consulting LLC,* Alexandria, Virginia (HHM402-19-D-0013); Leidos Inc., Reston, Virginia (HHM402-19-D-0018); Mission Essential Personnel LLC, New Albany, Ohio (HHM402-19-D-0019); Preting LLC,* Alexandria, Virginia (HHM402-19-D-0014); SOS International LLC, Reston, Virginia (HHM402-19-D-0020); The Buffalo Group LLC, Reston, Virginia (HHM402-19-D-0021); and Vencore/Perspecta, Chantilly, Virginia (HHM402-19-D-0022), were awarded a five-year base plus five one-year option indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract called Solutions for Intelligence Analysis 3 (SIA 3) with a combined ceiling value of $17,100,000,000. This contract will provide worldwide coverage, support and assistance to the Defense Intelligence Agency by delivering timely, objective and cogent military intelligence to warfighters, defense planners and defense and national security policy makers, all vital to the security of the U.S. Work will be performed at contractor facilities and at government facilities in multiple locations in the continental U.S. and overseas with a start date of Aug. 5, 2019, and an estimated completion date of Aug. 4, 2029. The SIA 3 contract was awarded through a full and open solicitation and 29 offers were received. Six of the 16 awardees are small businesses. Each company will receive a $1,000 minimum guarantee. Task orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price, cost-plus-incentive-fee, cost-plus-award-fee and time-and-material. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.
ARMY
ZGF-Leo A. Daly JV, Omaha, Nebraska, was awarded a $130,000,000 firm-fixed-price contract for engineering, architectural, renovation, construction of new specialty care building, construction of a new parking garage, upgrades to utility and energy plant, demolition of buildings, development and evaluation of alternatives, design, and support during construction. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-19-D-0002).
AECOM Technical Services Inc., Los Angeles, California (W9128F-19-D-0009); Burns & McDonnel, Kansas, Missouri (W9128F-19-D-0007); Jacobs Engineering Group Inc., St. Louis, Missouri (W9128F-19-D-0010); and HDR Engineering Inc., Omaha, Nebraska (W9128F-19-D-0008), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services, preparation of studies, analysis and design. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2024. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.
Tetra Tech Inc., Marlborough, Massachusetts, was awarded a $45,000,000 firm-fixed-price Foreign Military Sales (Saudi Arabia) contract for architect-engineer design, quality control, master planning, planning and programming documentation, transportation, force protection, construction phase services and subject matter expert 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 Aug. 4, 2024. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-D-0013).
Messer Construction Co., Cincinnati, Ohio, was awarded a $28,968,000 firm-fixed-price contract for construction of a maintenance hangar, maintenance hangar area, general purpose shop area, corrosion control area and avionics shop area. Bids were solicited via the internet with four received. Work will be performed in Louisville, Tennessee, with an estimated completion date of Aug. 15, 2021. Fiscal 2019 military construction funds in the amount of $28,968,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Tennessee, is the contracting activity (W912L7-19-C-7001).
HDR Engineering Inc., Omaha, Nebraska, was awarded a $20,000,000 firm-fixed-price contract for architect, engineering and design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 6, 2024. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-D-4010).
Missouri Department of Social Services, Jefferson City, Missouri, was awarded a $16,675,000 modification (P00005) to contract W911S7-18-C-0011 for full food service. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Feb. 5, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,000,000 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity.
Science Applications International, Reston, Virginia, was awarded a $16,498,835 modification (0001 44) to contract W31P4Q-18-A-0011 for systems engineering support. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2020. Fiscal 2019 Foreign Military Sales; and operations and maintenance, Army funds in the amount of $16,498,835 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
SourceAmerica, Vienna, Virginia, was awarded a $9,998,043 firm-fixed-price contract for manufacturing and development of the Army Green Service Uniform. One bid was solicited with one bid received. Work will be performed in Vienna, Virginia, with an estimated completion date of Aug. 4, 2020. Fiscal 2019 research, development, test and evaluation; and military personnel, Army funds in the amount of $9,998,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0063).
Integrated Environmental Solutions Inc.,* Crestwood, Illinois, was awarded a $9,737,430 firm-fixed-price contract to stabilize the existing crib structure for the Chicago Lock's North Pier. Bids were solicited via the internet with three received. Work will be performed in Chicago, Illinois, with an estimated completion date of May 31, 2021. Fiscal 2017, 2018 and 2019 civil construction funds in the amount of $9,737,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-19-C-0009).
NAVY
ShadowObjects LLC, Leonardtown, Maryland, is awarded a $34,060,886 cost-plus-fixed-fee, labor hour, cost-reimbursable indefinite-delivery, indefinite-quantity contract. This contract provides support services to include acquisition management, acquisition planning, acquisition execution and administration, program management, systems engineering, process automation and financial management in support of the Naval Air Systems Command Logistics and Industrial Operations group; Commander, Fleet Readiness Centers, Corporate Business Office and other Department of Defense commands and activities. Work will be performed in Patuxent River, Maryland (74%); and Lexington Park, Maryland (26%), and is expected to be completed in August 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; six offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0073).
The Boeing Co., Seattle, Washington, is awarded $32,078,298 for modification P00149 to a previously awarded fixed-price-incentive-firm-target, firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the performance of damage tolerance analysis on the P-8A aircraft to determine the damage tolerance rating. Additionally, this modification will provide non-destructive inspections for structural components on the P-8A aircraft. Work will be performed in Seattle, Washington (74%); St. Louis, Missouri (21%); and Huntsville, Alabama (5%), and is expected to be completed in March 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $32,078,298 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.
Harris Corp., RF Communications, Rochester, New York, is awarded an $18,739,106 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of various radios and associated communications equipment for the Tactical Air Control Party – Modernization (TACP-M) program. This action supports the Air Force TACP-M program's Air Support Operations Center Gateway Systems, Gateway Lite Systems, Stryker Systems, Mobile Communication Systems and Dismounted Systems. The Harris Corp. radios are hardware that provide tactical communications in a man-pack portable kit that is designed to be packed into a bag or case that can be easily carried or worn by the user. Each of the radios has unique properties. The Harris Corp. radios and related equipment have proven interoperability within the existing TACP-M architecture. Work will be performed in Rochester, New York, and is expected to be complete by December 2024. Fiscal 2019 operations and maintenance (Air Force) funding in the amount of $120,080 is obligated at contract award and will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JV38).
The Raytheon Co., Indianapolis, Indiana, is awarded $17,486,136 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-19-C-0056) to procure 72 LAU-115 D/A missile launchers; 16 LAU-116 B/A missile launchers left hand; and 32 LAU-116 B/A missile launchers right hand. Work will be performed in Indianapolis, Indiana, and is expected to be completed in February 2023. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $17,486,136 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.
The University of Southern California (USC), Los Angeles, California, is awarded a $9,338,631 cooperative research agreement to research development of an artificial intelligence system that acquires machine common sense through observation from images, video and text by absorbing knowledge from both manually created sources and by human guidance. This research seeks capabilities that can enable artificial intelligence agents to support search and rescue efforts, autonomous vehicle navigation in unfamiliar terrain and machines that can adapt to unforeseen circumstances. This is a four-year contract with no options. Work will be performed at USC in Los Angeles, California, and is expected to be completed Aug. 4, 2023. Research, development, test and evaluation (Defense Advanced Research Projects Agency) funds in the amount of $1,018,876 will be obligated at the time of award. This agreement was competitively procured via a broad agency announcement and publication on the Federal Business Opportunities website, with 23 proposals received and nine selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-19-2-4032).
Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is awarded $8,611,774 for cost-plus-fixed-fee modification P00037 under previously awarded contract N66604-15-C-086C on a sole-source basis to provide additional engineering services. The modification includes 35,000 hours and other direct costs associated with system and shipboard integration, required system changes and support of government led testing and training. Under this modification, Raytheon will provide the required services and deliverables to achieve weight reduction of the Escort Mission Module (EMM) towed systems and associated dry-end components in support of Littoral Combat Ship Anti-Submarine Warfare Mission Package. Raytheon is responsible for fabrication, test and delivery of the EMM components. Work will be performed at various contractor site and Department of Defense facilities in Portsmouth, Rhode Island (90%); Ft. Pierce, Florida (5%); and San Diego, California (5%), and is expected to be complete in December 2021. Fiscal 2019 and 2018 research, development, test and evaluation (Navy) funding in the amount of $2,053,121 will be obligated at award, and will not expire at the end of the fiscal year. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity.
U.S. TRANSPORTATION COMMAND
Harley Marine Services Inc., Seattle, Washington, has been awarded a firm fixed-price contract, HTC711-19-C-W002, in the estimated amount of $19,819,032. The contract provides transportation of Department of Defense-owned fuel and marine diesel by tug and barge to the Defense Logistics Agency. Work will be performed in all ordered U.S. ports and points on the Atlantic and Gulf Coast and their connecting waterways, inland waterways, coastal waterways, rivers and tributaries. The contract base period of performance is from Nov. 1, 2019, to Oct. 31, 2020. Fiscal 2020 defense working capital funds will be obligated at the start of performance. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.
DEFENSE ADVANCED RESEARCH PROJECTS AGENCY
Raytheon Co., Goleta, California, was awarded a modification to exercise an option totaling $8,263,421 to previously awarded contract HR0011-19-C-0010 for a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract from $4,334,736 to $12,598,157. Work will be performed in Goleta, California; Waltham, Massachusetts; Irvine, California; Oxnard, California; and Joplin, Missouri, with an expected completion date of Nov. 4, 2020. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $6,723,915 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/1926294/source/GovDelivery/
20 septembre 2023 | International, Terrestre
Development for the Barak took five years, and it underwent testing over the last year.
10 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
DEFENSE LOGISTICS AGENCY W & G Machine Company Inc.,* Hamden, Connecticut, has been awarded a maximum $27,604,800 firm-fixed price, indefinite-delivery/indefinite-quantity contract for aviation flutter dampeners. This was a competitive small business set-aside acquisition with two offers received. This is a five-year contract with no option periods. Location of performance is Connecticut, with a June 23, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0049). Federal Prison Industries Inc.,** Washington, D.C, has been awarded a maximum $27,189,820 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold/wet weather jackets. This is an 18-month base contract, with one one-year option period. Locations of performance are Kentucky, Georgia, and Washington, D.C, with a July 8, 2020, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-F019). Medical Place Inc.,*** Montgomery, Alabama, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 68 responses received; 18 contracts have been awarded to date. Using customers are Department of Defense and other federal organizations. Location of performance is Alabama, with a Jan. 8, 2024, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0009). NAVY Dakota Creek Industries Inc., Anacortes, Washington, is awarded a $26,710,222 firm-fixed-price modification to previously-awarded firm-fixed-price contract N00024-18-C-2205 to exercise options for the detail design and construction (DD&C) of two yard tug 808-class harbor tugboats (YT 812 and YT 813) and accessory items to include 50-man inflatable buoyant apparatus and Navy Mk-7 life raft, as well as packaging and delivery to final destination. The base contract award was for the DD&C of four tugboats including YT 808, YT 809, YT 810 and YT 811. The contract includes options for accessory items (hoisting system, life rafts, special towing lights and electronic navigation charts), packaging and delivery, crew familiarization and provisioned item orders. Work will be performed in Anacortes, Washington, and is expected to be completed by August 2021. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $13,339,017; and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $13,371,205 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Integral Aerospace, Santa Ana, California, is awarded $14,315,721 for modification P00001 to a previously awarded firm-fixed-price contract (N00019-18-C-1036). This modification provides for external fuel tank testing and exercises option year one for the production and delivery of 114 external fuel tanks in support of the F/A-18E/F and EA-18G aircraft. Work will be performed in Santa Ana, California, and is expected to be completed in May 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $14,315,721 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. Boeing Co., St. Louis, Missouri, is awarded a $9,276,687 modification to previously awarded contract N00024-13-C-6402 for the Air Launch Accessory (ALA) and ALA shipping container for the ALA of the High Altitude Anti-Submarine Warfare Weapon Capability in support of the P-8A integration efforts. Work will be performed in St. Louis, Missouri, and is expected to be completed by May 2020. Fiscal 2019 weapons procurement (Navy) funding in the amount of $9,276,687 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co., McKinney, Texas, is awarded $7,124,695 for firm-fixed-price delivery order N00383-19-F-G000 under previously awarded basic ordering agreement N00383-14-G-005D for the repair of the APY-10 radar system used in support of the P-8A aircraft. Work will be performed in Jacksonville, Florida (66 percent); and McKinney, Texas (34 percent). Work is expected to be completed by January 2021. Fiscal 2019 working capital funds (Navy) in the full amount of $7,124,695 will be obligated at time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded an $8,565,000 cost-plus fixed-fee contract to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in the National Capital Region, including Arlington, Virginia; and Alexandria, Virginia. Fiscal 2018 research, development, test and evaluation funds in the amount of $100,000; fiscal 2019 research, development, test and evaluation funds in the amount of $8,115,000; and fiscal 2019 operations and maintenance funds in the amount of $350,000 are being obligated on this award. The expected completion date is Dec. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-13-D-0003). ARMY Navistar Defense LLC, Lisle, Illinois, was awarded an $8,069,336 fixed-firm-price Foreign Military Sales (Iraq) contract for Navistar transport and cargo vehicles. One bid was solicited with one bid received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 8, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $8,069,336 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0168). *Woman-owned small business **Mandatory Source ***Service-disabled, veteran-owned small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1727817/source/GovDelivery/
19 novembre 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $104,775,349 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard 47 Class and Destroyer, Guided Missile 51 Class AEGIS ships but will be applied to all Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work will be performed in San Diego, California (30%); Patuxent River, Maryland (30%); Norfolk, Virginia (25%); Mayport, Florida (7%); St. Inigoes, Maryland (5%); and various locations within the continental U.S. (3%), and is expected to be completed in April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0004). CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, and Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. Work will be performed worldwide. After award of this modification, the total cumulative contract value will be $1,058,000,000. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award. Funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity. CACI Inc. - Federal, Chantilly, Virginia, is awarded a $41,514,235 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the Automated Data Capture System (ADCS) application and support services to U.S. Navy Fleet Readiness Centers at organization and depot level activities. The ADCS application captures data and information associated with integrated maintenance concept inspection results for all Navy and Marine Corps aircraft as well as inspection and configuration management of applicable aircraft engines. Work will be performed in Chantilly, Virginia (85%); Jacksonville, Florida (10%); North Island, California (3%); and Cherry Point, North Carolina (2%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0005). Vigor Marine LLC, Portland, Oregon (N3220520C2048), is awarded a $19,963,709 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Matthew Perry (T-AKE 9). The contract includes options, which, if exercised, would bring the total contract value to $20,217,869. Work will be performed in Portland, Oregon, and is expected to be completed by March 16, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $19,963,709 are obligated at the time of the award and none of which will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C2048). Turner Construction Co., New York, New York, is awarded a $17,500,000 modification for the negotiated changes to the firm-fixed-price construction contract for the Academic Center for Cyber Security Studies at the U.S. Naval Academy. After award of this modification, the total cumulative contract value will be $133,042,235. The work to be performed provides for all management, supervision, labor hours, training, equipment, materials, bonding, and insurance necessary for construction and commissioning of the Academic Center for Cyber Security Studies in accordance with Department of Defense unified facilities criteria. Work will be performed in Annapolis, Maryland, with a contract completion date of May 22, 2020. Fiscal 2017 military construction (Navy) in the amount of $17,500,000 will be obligated via award of modification number A00035. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156). Hamilton Sundstrand Corp., Rockford, Illinois, is awarded a $10,075,122 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-19-C-0006). This modification exercises an option to procure non-recurring engineering and equipment for system integration lab activities in support of the V-22 aircraft Constant Frequency Generator Control Unit design improvement effort for the Navy, Air Force and the government of Japan. Work will be performed in Rockford, Illinois (96%); Patuxent River, Maryland (2%); and various locations within the continental U.S. (2%), and is expected to be completed in October 2021. Fiscal 2020 research, development, test and evaluation (Navy and Air Force); and Foreign Military Sales funds in the amount of $10,075,122 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($7,073,336; 70%); Air Force ($1,742,396; 17%); and the government of Japan ($1,259,390; 13%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Canadian Commercial Corp., Ontario, Canada, is awarded a $9,895,077 firm-fixed-price delivery order (N0017420F0039) under previously-awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0002 for the Mk 200 Mod 0 propelling charge. This delivery order combines purchases for the Navy (62%); and the government of Australia (38%) under the Foreign Military Sales program. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,986,575; Foreign Military Sales (Australia) funding in the amount of $3,771,900; and fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $2,136,602 will be obligated at time of award and will 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. ARMY Dyncorp International LLC, Fort Worth, Texas, was awarded a $21,564,568 modification (P00259) to Foreign Military Sales (Sweden) contract W58RGZ-13-C-0040 for the aviation field maintenance services and operations. Bids were solicited via the internet with three received. Work will be performed in Afghanistan, Germany, Sweden, Honduras, Egypt, Iraq and South Korea, with an estimated completion date of Dec. 31, 2019. Fiscal 2010, 2019 and 2020 Foreign Military Sales, aircraft procurement and operations and maintenance, Army funds in the combined amount of $21,564,568 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. DEFENSE LOGISTICS AGENCY Janssen Pharmaceuticals, Titusville, New Jersey, has been awarded a maximum $12,013,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Dec. 14, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0001). AIR FORCE iCAMR Inc., Kissimmee, Florida, has been awarded a $7,585,850 cost-type contract with no fee for research and development. The Trusted Semiconductor Manufacturing Pilot Project involves developing a Secure Digital Twin for Semiconductors manufacturing methodology by applying block-chain trust and assurance security concepts and "digital twin" manufacturing concepts to the semiconductor manufacturing process. While the focus of this project is on security aspects, the "digital twin" concept provides the framework on which the security and provenance data will be collected and analyzed. Work will be performed at Kissimmee, Florida, and is expected to be complete by Sept. 22, 2022. This award is the result of a broad agency announcement and one offer was received. Fiscal 2019 research and development funds in the amount of $7,585,850 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1911). https://www.defense.gov/Newsroom/Contracts/Contract/Article/2019820/source/GovDelivery/