24 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

Contract Awards by US Department of Defense - December 21, 2018

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $3,378,834,083 fixed-price-incentive foreign military sales (Kuwait and Saudi Arabia) contract to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles with associated ground support equipment and initial spares. One bid was solicited with one bid received. Work will be performed in Huntsville, Alabama; Camden, Arkansas; Ocala, Florida; Chelmsford, Massachusetts; Grand Prairie, Texas; and Lukin, Texas, with an estimated completion date of Dec. 31, 2024. Fiscal 2019 other procurement Army funds in the amount of $1,808,140,141 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0011).

Armed Forces Services Corp., Arlington, Virginia (W15QKN-19-D-0042); Booze Allen Hamilton Inc., McLean, Virginia (W15QKN-19-D-0043); Canvas Inc.,* Huntsville, Alabama (W15QKN-19-D-0044); CTRMG-GAPSI JV II LLC,* Fairfax, Virginia (W15QKN-19-D-0045); Dynamic Systems Technology Inc.,* Fairfax, Virginia (W15QKN-19-D-0046); GAP Solutions Inc., Herndon, Virginia (W15QKN-19-D-0047); Goldbelt Glacier Health Services LLC, Alexandria, Virginia (W15QKN-19-D-0048); HR Services Solutions LLC,* Manassas, Virginia (W15QKN-19-D-0049); Hyperion Biotechnology Inc.,* San Antonio, Texas (W15QKN-19-D-0050); 360 Patriot Enterprises LLC,* Alexandria, Virginia (W15QKN-19-D-0051); Quality Innovation Inc.,* Leesburg, Virginia (W15QKN-19-D-0052); Strategy Consulting Team LLC,* Fairfax, Virginia (W15QKN-19-D-0053); Serco Inc., Reston, Virginia (W15QKN-19-D-0054); Strategic Resources Inc., McLean, Virginia (W15QKN-19-D-0055); Three Wire Systems LLC, Falls Church, Virginia (W15QKN-19-D-0056); Zeiders Enterprises Inc., Woodbridge, Virginia (W15QKN-19-D-0057); and Science Applications International Corp., McLean, Virginia (W15QKN-19-D-0058), will compete for each order of the $2,457,541,083 hybrid (cost, cost-plus-fixed-fee, firm-fixed-price, firm-fixed-price-level-of-effort, and time-and-materials) contract to provide support for enterprise level human resource services for Department of Defense programs and systems. Bids were solicited via the internet with 32 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2028. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Leading Technology Composites Inc.,* Wichita, Kansas (W91CRB-19-D-0009); Engense Inc.,* Camarillo, California (W91CRB-19-D-0010); and Florida Armor LLC,* Miami Lakes, Florida (W91CRB-19-D-0011), will compete for each order of the $268,864,369 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for Enhanced Side Ballistic Insert hard armor plates. 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 Dec. 20, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AECOM Technical Services, Los Angeles, California (W912DR-19-D-0001); APTIM Federal Services LLC, Alexandria, Virginia (W912DR-19-D-0002); Bay West LLC,* St. Paul, Minnesota (W912DR-19-D-0003); Cape Environmental Management Inc.,* Norcross, Georgia (W912DR-19-D-0004); EA Engineering, Science, and Technology,* Hunt Valley, Maryland (W912DR-19-D-0005); HydroGeoLogic Inc., Reston, Virginia (W912DR-19-D-0006); Kemron Environmental Services Inc.,* Atlanta, Georgia (W912DR-19-D-0007); Leidos-CDM Solutions LLC, Denver, Colorado (W912DR-19-D-0008); Seres-Arcadis JV LLC,* Mount Pleasant, South Carolina (W912DR-19-D-0009); and Weston Solutions Inc., West Chester, Pennsylvania (W912DR-19-D-0010), will compete for each order of the $230,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for environmental services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2023. U.S. Army Corps of Engineers in Baltimore, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $127,447,882 modification (P00172) to contract W52P1J-10-C-0062 for Kuwait base operations and security support services. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of March 28, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $127,447,882 were obligated at the time of the award. U.S. Army Contracting Command in Rock Island Arsenal, Illinois, is the contracting activity.

International Business Machines, Bethesda, Maryland, was awarded a $92,148,924 modification (P00044) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $15,159,296 were obligated at the time of the award. U.S. Army Contracting Command in Rock Island Arsenal, Illinois, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $92,000,000 cost-plus-fixed-fee contract to purchase Launcher Integration Network Kit boxes, and associated software development activities. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. U.S. Army Contracting Command in Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0016).

Parsons-Versar JV, Arlington, Virginia, was awarded a $75,000,000 firm-fixed-price contract for general architect/engineer construction phase support services. One bid was solicited with two bids received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2023. U.S. Army Corps of Engineers in Louisville, Kentucky is the contracting activity (W912QR-19-D-0008).

URS Federal Services Inc., Germantown, Maryland, was awarded a $60,350,545 modification (0002 38) to contract W52P1J-12-G-0028 for logistic support services for Army Preposition Stock-2. Work will be performed in Mannheim, Germany; and Dulmen, Germany, with an estimated completion date of Nov. 20, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $9,375,000 were obligated at the time of the award. U.S. Army Contacting Command in Rock Island Arsenal, Illinois, is the contracting activity.

AM General LLC, South Bend, Indiana, was awarded a $20,110,570 modification (P00001) to contract W56HZV-18-C-0177 for recapitalization of High Mobility Multipurpose Wheeled Vehicles for the Army National Guard. Work will be performed in South Bend, Indiana, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 other procurement Army funds in the amount of $20,110,507 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

DCT Inc.,* McAlester, Oklahoma, was awarded a $17,707,507 firm-fixed-price contract for full food service operations to be performed at Fort McCoy, Wisconsin. 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 Dec. 31, 2023. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-D-0005).

DynCorp International LLC, Fort Worth, Texas, was awarded a $12,431,031 modification (P00202) to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Afghanistan, Egypt, Kosovo, and Germany, with an estimated completion date of June 30, 2019. Fiscal 2019 operations and maintenance Army; and aircraft procurement Army funds in the amount of $12,431,031 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

FLIR Systems Inc., Wilsonville, Oregon, was awarded a $10,442,932 modification (P00016) to contract W9113M-15-D-0001 for guaranteed repair and refurbishment of forward looking infrared radar. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $9,367,994 modification (P00280) to contract W58RGZ-13-C-0042 for aviation field maintenance services. Work will be performed in Fort Hood, Texas, with an estimated completion date of July 31, 2019. Fiscal 2017, 2018 and 2019 operations and maintenance Army; and aircraft procurement Army funds in the combined amount of $9,367,994 were obligated at the time of the award. U.S. Army Contracting

Command, Redstone Arsenal, Alabama, is the contracting activity.

Zodiac-Poettker JVII LLC,* St. Louis, Missouri, was awarded a $8,690,000 firm-fixed-price contract to construct a company headquarters fire station at Fort Leonard Wood, Missouri. Bids were solicited via the internet with eight received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of Jan. 24, 2020. Fiscal 2019 military construction funds in the amount of $8,690,000 were obligated at the time of the award. U.S. Army Corps of Engineers in Kansas City, Missouri, is the contracting activity (W912DQ-19-C-4000).

CORRECTION: The contract announced on Dec. 20, 2018, to Raytheon Co., Andover, Massachusetts, for the Phased Array Tracking Radar to Intercept on Target missile system, had the incorrect award amount and obligated amount. The contract was awarded a $692,997,550 and $515,192,122 were obligated at the time of the award. All other information in the announcement is correct.

AIR FORCE

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, has been awarded a $1,310,000,000 indefinite-delivery/indefinite-quantity, firm‐fixed-price, cost-reimbursable contract for sustainment, modernization, production, and development of the LITENING advanced targeting pod. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed Dec. 31, 2023. This contract is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia is the contracting activity (FA8540‐19‐D‐0001).

Lockheed Martin Services LLC, Colorado Springs, Colorado, has been awarded a $462,000,000 indefinite-delivery/indefinite-quantity contract for Global Positioning Systems Control-Segment Sustainment II. The contract provides depot-level software maintenance; organizational-level hardware and software maintenance; support to and integration of GPS Acquisition Category III programs onto the operational control system platform; systems engineering; Technical Order Management Agency support; maintenance and sustainment of the consolidated test environment; and non-recurring engineering and studies, as required. Work will be performed in Colorado Springs, Colorado, is expected to be completed by Dec. 31, 2025. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2019 operations and maintenance funds in the amount of $41,524,038 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823‐19‐D‐0001).

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $291,391,727 cost-plus-fixed-fee and firm-fixed-price contract for MQ-9 Reaper unmanned aerial systems support and services. This contract provides for program management, logistics support, configuration management, technical manual and software maintenance, contractor field service representative support, inventory control point management, flight operations support, depot repair, and depot field maintenance. Work will be performed in Poway, California, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $51,481,522 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-19-C-0001).

Raytheon Corp., McKinney, Texas, has been awarded a $59,211,905 cost-plus fixed-fee and firm-fixed- price contract for Reaper MQ-9 sensors contractor logistics support. This contract provides for program management, contractor-filed service-representative support, depot repair, depot maintenance, sustaining engineering support, supply and logistics support, configuration management, tech data maintenance, software maintenance, inventory control point, and warehouse support for the MQ-9 sensors. Work will be performed in McKinney, Texas; and Jacksonville, Florida, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $37,779,873 at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528-19-C-0002).

Alutiiq Commercial Enterprises LLC, Anchorage, Alaska, has been awarded a $53,895,599 firm-fixed-price, indefinite-delivery/indefinite-quantity contract, for Fort Eustis, Virginia, base operations support services. This contract provides for base and facilities maintenance in support of the 733rd Civil Engineering Division. Work will be performed in Fort Eustis, Virginia, and is expected to be completed by Dec. 31, 2023. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds in the amount of $2,926,134 are being obligated at the time of award. The 633rd Contracting Squadron, Joint Base Langley Eustis, Virginia, is the contracting activity (FA4800-19-D-0001).

Universal Technology Corp., Dayton, Ohio; University of Dayton Research Institute, Dayton, Ohio; and Booz Allen Hamilton Inc., McLean, Virginia, have each been awarded a not-to-exceed $44,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for the Structures Engineering Research program. This contract provides for basic, applied, advanced, and demonstration/validation research to develop, demonstrate, integrate, and transition new aerospace vehicle structures technologies to the warfighter. These structures' technologies will provide cost-effective, survivable aerospace vehicle platforms capable of accurate delivery of weapons and cargo worldwide. Work will be performed in Dayton, Ohio; and McLean, Virginia, and is expected to be completed by December 2025. This award is the result of a competitive acquisition via a Broad Agency Announcement and three offers were received. No specific funds are obligated on the basic IDIQ, although in conjunction with the basic IDIQ award, the first task order is incrementally funded with fiscal 2019 research and development funds in the amount of $50,000 at time of each award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity. (IDIQ contracts: FA8650-19-D-2241, FA8650-19-D-2242, and FA8650-19-D-2243; initial task orders: FA8650-19-F-2245, FA8650-19-F-2246, and FA8650-19-F-2248)

Kratos Technology & Training Solutions Inc., San Diego, California, has been awarded a $20,700,432 modification, (P00113) to contract FA8808-13-C-0008 for Control System Consolidated (CCS-C) Production and Sustainment Contract. These services are required to sustain and provide post-production development for the current CCS-C system for telemetry, tracking and commanding of current and future military satellite communications satellites. Work will be performed in Colorado Springs, Colorado; and Vandenberg Air Force Base, California, and is expected to be completed Dec. 19, 2018. Fiscal 2019 operations and maintenance funds in the amount of $20,700,432 will be obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

Range Generation Next LLC, Sterling, Virginia, has been awarded a $16,782,397 cost-plus-fixed-fee modification (P00220) to previously awarded contract FA8806-15-C-0001 for relocating communications systems to the newly constructed Eastern Range communications facility. Work will be performed primarily at the Eastern Range at Patrick Air Force Base, Florida, and is expected to be completed by Sept. 30, 2021. Fiscal 2019 procurement funds in the amount of $16,782,397 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated amount of $14,446,683, Option Three modification (P00013) to contract FA8105-16-D-0002 for KC-135 engineering services for sustainment. The contract modification provides for recurring engineering services for sustainment of the KC-135 aircraft. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; Huntsville, Alabama; and Fort Walton Beach, Florida, and is expected to be completed by Dec. 31, 2019. Fiscal 2019 operations and maintenance funds are being obligated at the time of award. Total cumulative face value of the contract is estimated $70,901,530. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. Contract was awarded Dec. 20, 2018.

General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $13,074,090 firm-fixed-price and cost-plus-fixed-fee contract for Block 30 Ground Control Station (GCS), Linux retrofit kits. This contract provides for the production of Linux retrofit kits to retrofit currently fielded Block 30 GCSs. Work will be performed in Poway, California, and is expected to be completed by Sept. 30, 2020. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 aircraft procurement funds in the amount of $13,074,090 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-19-F-2305).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, has been awarded a $12,392,102 firm-fixed-price, indefinite-delivery/indefinite-quantity contract modification (P00002) to contract FA8109-18-D-0005 to exercise Option One. The contract modification extends the contract term for an additional 12 months in order to continue providing diminishing manufacturing sources and material shortages (DMSMS) support for Air Force and non-Air Force users supporting the Air Force, to proactively reduce mission capability impacts to improve logistics support and weapon system sustainability. This effort will help assure all required parts and materials supporting Air Force-managed weapon systems are available within acceptable production lead times and will reduce the overall cost of ownership of the weapon systems by facilitating economical DMSMS resolutions costs, reducing the number of reactive solutions, minimizing any delays in organic depot-level repair, as well as contractor repair, and by improving weapon system availability. Work will be performed at Hill Air Force Base, Utah; Robins Air Force Base, Georgia; and Tinker Air Force Base, Oklahoma, with some work performed at Fort Walton Beach, Florida. The work is expected to be completed by June 20, 2021. Fiscal 2019 and 2020 consolidated sustainment activity group engineering funds will be obligated on any individual task orders issued during the option one performance period. Total cumulative face value of the contract is $24,778,204. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $9,573,118 firm-fixed-price modification (P00008) to contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile program. This modification provides for a life of type procurement of known obsolete components in support of production and sustainment through the program of record and procurement of three guidance section refill stations in support of sustainment efforts. Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2019. This contract involves Foreign Military Sales (FMS) to Australia, Indonesia, Japan, Korea, Morocco, Poland, Qatar, Romania, Spain, and U.K. Air Force and Navy fiscal 2017 procurement funds in the amount of $6,367,933 and FMS funds in the amount of $3,205,185 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

NAVY

Bath Iron Works, Bath, Maine, is being awarded a $910,723,811 fixed-price incentive firm target modification to previously awarded contract (N00024-18-C-2305) to exercise the fiscal 2019 option for construction of a DDG 51 class ship (DDG 132). This modification also includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the fiscal 2019 option ship which, if exercised, would bring the cumulative value of the fiscal 2019 option ship to $921,990,345. Work will be performed in Bath, Maine (65 percent); Cincinnati, Ohio (5 percent); Atlanta, Georgia (3 percent); York, Pennsylvania (2 percent); Coatesville, Pennsylvania (2 percent); Falls Church, Virginia (2 percent); South Portland, Maine (1 percent); Walpole, Massachusetts (1 percent); Erie, Pennsylvania (1 percent); Charlottesville, Virginia (1 percent); and other locations below 1 percent (collectively totaling 17 percent), and is expected to be completed by May 2026. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $900,723,811 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.

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is being awarded a $184,114,000 firm-fixed-price modification to previously awarded contract (N00024-16-C-5363) to exercise options for full rate production of Surface Electronic Warfare Improvement Program (SEWIP) Block 2 subsystems (AN/SLQ-32(V)6). SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 2 will expand upon the receiver/antenna group necessary to keep capabilities current with the pace of the threat and to yield improved system integration. Work will be performed in Liverpool, New York (23 percent); Lansdale, Pennsylvania (23 percent); Andover, Massachusetts (21 percent); Frankfort, New York (9 percent); Hamilton, New Jersey (7 percent); Hauppauge, New York (7 percent); Brockton, Massachusetts (3 percent); West Yorkshire, U.K. (2 percent); Minneapolis, Minnesota (2 percent); Huntsville, Alabama (2 percent); Lancaster, Pennsylvania (1 percent), and is expected to be completed by June 2021. Fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 other procurement (Navy) funding in the amount of $184,114,000 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.

The Boeing Co., St. Louis, Missouri, is being awarded a $76,581,676 not-to-exceed firm-fixed-price contract for the design, fabrication, installation, test and delivery of two F/A-18E Tactical Operational Flight trainers and two F/A-18E low cost trainers for the government of Kuwait under the Foreign Military Sales (FMS) program. Work will be performed in St. Louis, Missouri (50 percent); New Orleans, Louisiana (30 percent); and Kuwait City, Kuwait (20 percent), and is expected to be completed in February 2022. FMS funds in the amount of $20,490,233 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 Training Systems Division, Orlando, Florida, is the contracting activity (N6134019C0005).

Raytheon Co., Tewksbury, Massachusetts, is being awarded a $72,117,547 modification to previously-awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active and passive self-defense system and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (40 percent); San Diego, California (28 percent); Tewksbury, Massachusetts (24 percent); Marlboro, Massachusetts (2 percent); Ft. Wayne, Indiana (2 percent); Bath, Maine (2 percent); St. Petersburg, Florida (1 percent); and Nashua, New Hampshire (1 percent), and is expected to be completed by September 2019. Fiscal 2019 shipbuilding and conversion (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $81,555,802 will be obligated at time of award, and $8,816,581 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Pacific Architects and Engineers Applied Technologies, Fort Worth, Texas, is being awarded a $47,889,307 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable contract for the development, test, and installation of the SureTrak surveillance system in support of the Naval Air Warfare Center Aircraft Division's SureTrak program office (AIR-5.2). The SureTrak system is a state-of-the-art, fully integrated, multi-sensor, data acquisition and display system used to perform airspace surveillance, waterway clearance, shoreline surveillance, and environmental monitoring functions at several Navy, Air Force and National Aeronautics and Space Administration facilities around the nation, as well as foreign governments. Work will be performed in various locations inside the continental U.S. (CONUS), including Patuxent River, Maryland; Wallops, Virginia; Dahlgren, Virginia; Vandenberg Air Force Base , California; Patrick Air Force Base, California; and Point Mugu, California. Work will also be performed outside CONUS at various locations, including Nigeria, Africa; SaoTome-Prinipe, Africa; Djibouti, Africa; Kenya, Africa; Tunisia, Africa; Congo, Africa; Togo, Africa; and Benin, Africa. Work is expected to be completed in December 2023. No funds are being awarded at time of award, funds will be obligated on individual orders as they are issued. This contract was competitively procured via a request for proposals; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0023).

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded $38,141,300 for firm-fixed-price delivery order N0001919F0030 against a previously awarded indefinite-delivery/indefinite quantity contract (N00019-17-D-0003). This delivery order provides for the procurement of 14 AN/APX-117A(V) Identification Friend or Foe (IFF) transponders for the government of Bahrain; 969 AN/APX-123A(V) IFF transponders to include 777 for the Navy, 101 for the Army, two for the Coast Guard, 13 for the government of the U.K., nine for the government of Japan, 12 for the government of Norway, 35 for the government of Saudi Arabia, four for the government of Australia and 16 for the government of the United Arab Emirates; 100 mode 4/5 remote control units for the Navy; 62 IFF mounting trays to include 30 for the Navy, 8 for government of the U.K., 12 for the government of Norway, and 12 for the government of Bahrain; seven mode 4/5 Shop Replaceable Assemblies (SRA) with crypto for the Army, 136 signal processors for the Army; 210 Mode 5 change kits to include 100 for the Navy and 110 for the Army; 100 integrations of Mode 5 change kits for the Navy, 40 receiver/transmitters for the Army, 44 SRA power supplies for the. Army; 211 conversion kits to include 201 for the Army and 10 for the government of Australia; one AN/APX-118A(V) IFF transponder repair for the government of South Korea and four AN/APX-123A(V) IFF transponder repairs for the Navy. Work will be performed in Greenlawn, New York (78 percent); and Austin, Texas (22 percent), and is expected to be completed in March 2021. Fiscal 2018 Special Defense Acquisition Fund; working capital (Defense); fiscal 2019 aircraft procurement (Army); fiscal 2017, 2018 and 2019 aircraft procurement (Navy); fiscal 2019 operations and maintenance (Navy); fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 and 2019 shipbuilding and conversion (Navy); and foreign military sales funds in the amount of $38,141,300 will be obligated at time of award, $118,601 of which will expire at the end of the current fiscal year. This order combines purchases for the Department of Defense ($26,170,660; 69 percent); Army ($4,799,989; 13 percent); Navy ($3,940,577; 10 percent); the government of Saudi Arabia ($1,166,65; 3 percent); the government of the United Arab Emirates ($533,104; 1 percent); the government of the U.K. ($439,443; 1 percent); the government of Norway ($409,272; 1 percent); the government of Japan ($299,871; 1 percent); the government of Australia ($203,056; 1 percent); the government of Bahrain ($174,966; 0.46 percent), and the government of South Korea ($4,197; 0.01 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tuscon, Arizona, is being awarded a $37,902,562 cost-plus-fixed-fee modification to previously-awarded contract N00024-16-C-5433 to exercise options in support of Evolved Sea Sparrow Missile (ESSM) design agent, in-service support and technical engineering support services. This contract is to procure ESSM technical engineering support services, design agent and in-service support for calendar years 2016-2020. These requirements support ESSM missile production. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. Work will be performed in Tucson, Arizona, (91 percent); Hengelo OV, Netherlands (2 percent); Raufoss, Norway (2 percent); Ottobrunn, Germany (1 percent); Richmond, Australia (1 percent); and various places below one percent (3 percent), and is expected to be completed by December 2019. Fiscal 2019 other country; fiscal 2018 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); Foreign Military Sales; and fiscal 2019 operations and maintenance funding in the amount of $16,663,004 will be obligated at time of award, and funds in the amount of $208,225 will expire at the end of the current fiscal year. This is a sole-source contract pursuant to an international agreement between the U.S. and nine other countries. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $37,347,581 cost-plus-fixed-fee modification to previously-awarded contract N00024-12-C-2115 to exercise options to procure on-board repair parts for Virginia-class submarines PCU Massachusetts (SSN 798) and PCU Idaho (SSN 799). This option exercise is for Block IV Virginia-class submarines, PCU Massachusetts (SSN 798), and PCU Idaho (SSN 799) mechanical and electronic repair parts that will be stored on the ship while at sea. Work will be performed in Groton, Connecticut, and is expected to be completed by February 2022 for PCU Massachusetts, and August 2022 for PCU Idaho. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $9,498,000 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.

Lockheed Martin Corp., Marietta, Georgia, is being awarded a $31,674,573 indefinite-delivery/ indefinite-quantity contract for sustainment engineering and logistics services in support of the C/KC-130J for the Marine Corps, Marine Corps Reserves, Coast Guard and the government of Kuwait. Work will be performed in Marietta, Georgia (66.5 percent); Palmdale, California (18 percent); Abdullah Al-Mubarak Air Base, Kuwait (2.5 percent); Iwakuni, Japan (2.5 percent); Miramar, California (2.5 percent); Cherry Point, North Carolina (2.5 percent); Elizabeth City, North Carolina (2.5 percent); Fort Worth, Texas (2.5 percent), and Greenville, South Carolina (0.5 percent). Work is expected to be completed in December 2023. No funds are being awarded at 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0014).

Detyens Shipyards Inc., North Charleston, South Carolina, is being awarded a $30,106,818 firm-fixed-price contract for a 120-calendar day shipyard availability for the post shakedown of USNS Hershel ‘Woody' Williams (T-ESB 4). This contract consists of the funds listed in the following areas Category “A” work item cost, additional government requirement, other direct costs, and the general and administrative costs. Work will include furnishing general services for the ship, hull perimeter lighting, high voltage/medium voltage switchboard inspect and clean, expansion of handheld ultra-high frequency radio repeater system, segregate grey and black water transfer line, aft house habitability modifications, temporary sensitive compartment information facility installation - industrial support, additional temporary expandable units, A6 level installation of commercial broadband satellite program and OE-570 antennas, high frequency, ultra-high frequency and very high radio infrastructure, motor gasoline stowage capability, aviation support spaces heating, ventilation and air conditioning upgrade Phase I. This contract also contains options which, if exercised, would bring the cumulative contract value to $38,485,181. Work will be performed in North Charleston, South Carolina, and is expected to be completed by July 2019. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $30,106,818 are obligated at time of award, none of which will expire at the end of the current fiscal year. Funds will be obligated at time of award. Work will be completed by July 9, 2019. This contract was competitively procured via the Federal Business Opportunities website with two proposals received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4150).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is being awarded a $27,594,541 fixed-price incentive firm-target modification to previously awarded contract (N00024-15-C-5319) to exercise options for the production of two AN/SLQ-32(V)Y Surface Electronic Warfare Improvement Program (SEWIP) Block 3 system low rate initial production units. SEWIP is an evolutionary acquisition and incremental development program to upgrade the existing AN/SLQ-32(V) electronic warfare system. SEWIP Block 3 will provide select Navy surface ships a scalable electronic warfare enterprise suite with improved electronic attack capabilities. Work will be performed in Linthicum, Maryland (98 percent); and Los Angeles, California (2 percent), and is expected to be completed by June 2021. Fiscal 2017 and 2018 other procurement (Navy) funding in the amount of $27,594,541 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.

Austal USA LLC, Mobile, Alabama, is being awarded a $21,070,175 cost-plus-fixed-fee order (N6931619F4000) against previously awarded basic ordering agreement (N00024-15-G-2304) to accomplish the post shakedown availability (PSA) execution for the littoral combat ship, USS Manchester (LCS-14). This effort encompasses all of the manpower, support services, material, non-standard equipment, and associated technical data and documentation required to prepare for and accomplish the USS Manchester (LCS-14) PSA. The work to be performed will include correction of government responsible trial card deficiencies, new work identified between custody transfer and the time of PSA, and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in Seattle, Washington, and is expected to be completed by July 2019. Fiscal 2013 and 2019 shipbuilding and conversion (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $21,070,175 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

Fincantieri Marine Systems North America Inc., Chesapeake, Virginia, is being awarded a $17,220,420 for modification N55236-17-D-0009 to exercise option year two of previously awarded firm-fixed price, indefinite-delivery/indefinite-quantity to provide maintenance support for the mine countermeasure-1 class main propulsion diesel engines and ship service diesel generators. Work will be performed in the homeports of San Diego, California; Sasebo, Japan; Manama, Bahrain; and ports-of-call as required, and are scheduled to be completed by January 2020. No funding is being obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1) this contract was not competitively procured. The independent contractor, under the direction of the regional maintenance center and not an agent of the government, shall provide diesel engine technical, engineering, and field service support for Mine Countermeasure-1 class ships homeported in San Diego, California, and forward deployed in Japan and Bahrain. Obligated funding will cover preventive maintenance services and travel in the base year and subsequent option years in accordance with work item specifications and work item plans, drawings, other references, the delivery schedule, and all other terms and conditions set forth in the contract. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Daylight Defense LLC, San Diego, California, is being awarded a $16,306,540 modification (P00012) to a previously awarded firm-fixed-price contract (N00019-16-C-0036). This modification provides for the procurement of Distributed Aperture Infrared Countermeasure Light Amplification by Stimulated Emission of Radiation and Fiber Optic Cable Assemblies. This modification exercises an option for the production and delivery of 24 lasers and 26 fiber optic cable assemblies in support of the Air Force and the Navy. Work will be performed in San Diego, California, and is expected to be completed in July 2020. Fiscal 2018 and 2019 aircraft procurement (Navy and Air Force) funds in the amount of $16,306,540 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($10,799,888; 66 percent) and the Navy ($5,506,652; 34 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Cianbro Corp., Pittsfield, Maine, is being awarded an $11,169,941 firm-fixed-price modification for construction of the dry dock one refueling facility at Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed provides for all changes not previously accounted for in changing the facility from a defueling facility to a refueling facility, including, but not limited to, trailer relocation, commissioning, testing and demonstrations, scaffolding, concrete installation, metal installation, insulation installation, metal wall panels, roof hatches, compression seals, doors and hardware, ceiling system, flooring, coatings, electrical, heating, Ventilation, and Air Conditioning, fire protection, controls, and testing and balancing. After award of this modification, the total cumulative contract value will be $50,526,989. Work will be performed in Kittery, Maine, and is expected to be completed by May 2021. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $11,169,941 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-C-5002).

DMR Consulting Inc,* Panama City Beach, Florida, is being awarded a $9,426,737 firm-fixed–price, indefinite-delivery/indefinite-quantity contract for depot level repair, overhaul, and modification for the MK-105 magnetic minesweeping gear. This contract supports the depot level repair and maintenance of the MK105 magnetic minesweeping gear. The MK105 Magnetic Influence Minesweeping system, better known as the “sled”, is a high speed catamaran hydrofoil platform which is towed behind the MH-53E helicopter and is used to sweep magnetic influence mines. This contract includes options which, if exercised, would bring the cumulative value to $48,318,732. Work will be performed in Panama City, Florida, and is expected to be completed by December 2019. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center Panama City Division is the contracting activity. (N61331-19-D-0002)

MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, is being awarded a five-year, sole-source, cost-plus-award-fee contract (HQ0147-19-C-0001). The total value of this contract is $240,204,960. Under this follow-on contract, the contractor will provide the Missile Defense Agency support by performing highly complex technical systems engineering and integration requirements related to the Ballistic Missile Defense system. The work will be performed in Huntsville, Alabama. The period of performance is from Dec. 15, 2018, through Dec. 14, 2023. One offer was solicited and one offer was received. Fiscal 2019 research, development, test and evaluation funds will be used to incrementally fund this award in the amount of $54,900,000. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-C-0001).

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price, bridge contract for facilities maintenance, repair and operations items. 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 one-year contract with no option periods. Location of performance is the north central region of the U.S. with a Dec. 18, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D0003).

Michelin North America Inc., Greenville, South Carolina, is awarded an estimated $11,838,003 fixed-price, indefinite-delivery, requirements contract for various types of tires supporting the Global Tire program. This was a competitive acquisition with five responses received. A total of three contracts are awarded as a result of the subject solicitation. This is a three-year contract with no option periods. Location of performance is South Carolina, with a Dec. 20, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0034).

Goodyear Tire and Rubber Co., Akron, Ohio, is awarded an estimated $10,786,368 fixed-price, indefinite-delivery, requirements contract for various types of tires supporting the Global Tire program. This was a competitive acquisition with five responses received. A total of three contracts are awarded as a result of the subject solicitation. This is a three-year contract with no option periods. Location of performance is Ohio, with a Dec. 20, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0033).

Consumer Fuels Inc.,* Huntsville, Alabama, has been awarded a $7,433,117 firm-fixed-price contract for the 105mm Light Towed Howitzer's MVSS sensor head kit. This is a five-year contract with no option periods. This was a competitive small business set-aside acquisition with five offers received. Location of performance is Alabama, with a May 29, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0022).

Mast Technologies Inc.,* San Diego, California, has been awarded a $7,718,000 firm-fixed-price contract for rubber tiles that support the Navy's Passive Counter Measure Material systems. This is a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. Location of performance is California, with a Jan. 4, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is Defense Logistics Agency, Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-19-C-HA10).

UPDATE: Clark Equipment Company, Statesville, North Carolina, (SPE8EC-19-D-0036) has been added as an awardee to the multiple award contract for commercial portable power equipment, issued against solicitation SPE8EC-17-R-0010, announced May 31, 2017.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst and Young, Washington, District of Columbia, has been awarded a labor-hour contract option with a maximum value of $36,467,951 to provide financial statement audit services for the Navy. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2019. The contract option has a 12-month option period with two individual one-year option periods remaining. Fiscal 2019 operations and maintenance Navy funds are being obligated at the time of the award. The cumulative value of the contract, including the option is $73,632,391. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0101).

KPMG LLP, McLean, Virginia, has been awarded a fixed-price contract option with a maximum value of $11,647,639 for audit services of the U.S. Army Corps of Engineers (USACE) Civil Works (CW) and suballotted funds financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Dec.31, 2019. This contract is the result of a competitive acquisition for which three quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $57,693,820. This award brings the total cumulative value of the contract to $21,440,433. Fiscal 2019 USACE CW revolving funds in the amount of $11,647,639 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0039).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

Sumitomo Mitsui Auto Service Co. Ltd., Japan (HE1254-19-D-2000), is awarded an indefinite-delivery/indefinite-quantity, multiple-award contract for lease bus and maintenance services for daily student transportation in the amount of $33,702,302. The location of performance is mainland Japan. The award is for a five-year base period ending July 31, 2024; and a five-year option period ending July 31, 2029. Fiscal 2019 operations and maintenance funds will be used to fund the initial task order. This contract was competitively procured via request for proposal HE1254-18-R-2001, with two offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia.

U.S. TRANSPORTATION COMMAND

Phoenix Air Group Inc., Cartersville, Georgia, was awarded task order,HTC71119FR019, exercising option period three, on contract HTC71116DR001 in the amount of $8,797,654. The task order provides headquarters U.S. Africa Command (AFRICOM) continued Charter Air Transportation services. Work will be performed in Stuttgart Army Airfield, Germany, to various points throughout Africa and Europe. The period of performance is from Jan. 1 to Dec. 31, 2019. Fiscal 2019 AFRICOM operation and maintenance funds were obligated at award. The total cumulative face value of the contract value increased from $39,352,268 to $48,149,922. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business

https://dod.defense.gov/News/Contracts/Contract-View/Article/1720584/source/GovDelivery/

Sur le même sujet

  • U.S. Fifth-Generation Fighters Will Return To UAE

    3 février 2022 | International, Aérospatial

    U.S. Fifth-Generation Fighters Will Return To UAE

    The U.S. military will send fifth-generation fighters to the United Arab Emirates as that country is facing increased attacks from rebels in the region, Defense Secretary Lloyd Austin announced following meetings with Emirati leaders.

  • Finland approves construction of Patria’s F-35 assembly facility

    3 mars 2024 | International, Aérospatial

    Finland approves construction of Patria’s F-35 assembly facility

    The project is linked to the $9.6 billion jet procurement contract reached between Finland and the American company Lockheed Martin in February 2022.

  • Contract Awards by US Department of Defense - December 20, 2018

    21 décembre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - December 20, 2018

    U.S. SPECIAL OPERATIONS COMMAND Boeing Sikorsky Aircraft Support LLC, Fort Campbell, Kentucky, was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, cost reimbursable contract (H92241-19-D-0003) with a $1,104,807,664 maximum for life cycle contractor support for the MH-6, MH-47, and MH-60 aircraft. Fiscal 2019 operations and maintenance funds in the amount of $32,825,634 will be obligated at the time of award. The obligated amount is scheduled to be awarded Jan. 1, 2019, when task order 0001 is scheduled to become effective, to support program management, field service representatives, sustaining engineering and spare and repair parts. This contract has a seven-year ordering period. The majority of the work will be performed in Fort Campbell, Kentucky This contract is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302.1. U.S. Special Operations Command, Tampa, Florida, is the contracting activity. AIR FORCE Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $996,775,000 firm-fixed-price contract for F-16 upgrades. This contract provides for the upgrade of 84 F-16 aircraft to the V-configuration. Work will be performed in Fort Worth, Texas; and Athens, Greece, and is expected to be completed by June 30, 2027. This contract involves 100 percent Foreign Military Sales (FMS) to the government of Greece. This award is the result of a sole-source acquisition. FMS funds in the amount of $488,419,750 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-19-C-6050). DRS Advanced ISR LLC, Beavercreek, Ohio, has been awarded a $34,551,637 requirements contract for installation of the Distributed Aperture Infrared Countermeasures (DAIRCM) system on 30 HH-60G aircraft in support of Joint Urgent Operational Need Statement (JUONS). The contractor will procure, install, and integrate 16 additional JUONS solution DAIRCM kits and continued ICS support. The contractor will be also install fiber optic cable assemblies on the HH-60G and will have access to the proprietary aircraft interface data needed to accomplish this urgent effort. Work will be performed in Beavercreek, Ohio, and is expected to be completed by Dec. 20, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 other procurement funds in the amount of $7,324,876 are being obligated at the time of award. Air Force Material Command, Robins Air Force Base, Georgia, is the contracting activity (FA8552-18-D-0001). AT2 LLC, Severn, Maryland, has been awarded a $12,402,232 modification for Air Combat Command and Air Force Global Strike Command Primary Training Ranges operations and maintenance support (OM&S) services. This contract provides for OM&S of range threat, scoring, and feedback systems. Work will be performed at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; Mountain Home Ranges, Idaho, and Guam Range, Guam. Work is expected to be complete by Dec. 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $12,402,232 are being obligated at the time of award. Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-18-C-0008). ARMY Raytheon Co., Andover, Massachusetts, was awarded a $567,722,000 modification (P00062) to Foreign Military Sales (Sweden) contract W31P4Q-15-C-0022 for the Phased Array Tracking Radar to Intercept on Target missile system. Work will be performed in Andover, Massachusetts; Pelham, New Hampshire; Tewksbury, Massachusetts; Marlborough, Massachusetts; Portsmouth, Rhode Island; Chambersburg, Pennsylvania; Merrimack, New Hampshire; and Dallastown, Pennsylvania, with an estimated completion date of Oct. 30, 2025. Fiscal 2018 operations and maintenance Army funds in the amount of $567,722,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. The Boeing Co., Ridley Park, Pennsylvania, was awarded a $249,999,105 cost-plus-fixed-fee contract for engineering and logistics support services required for the various types of services in support of the CH-47 aircraft program. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0028). URS Federal Services Inc., Germantown, Maryland, was awarded a $200,114,670 modification (0003 53) to contract W52P1J-12-G-0028 for maintenance, supply, and transportation logistics support services for Army prepositions stocks. Work will be performed in Camp Arifjan, Kuwait; and Doha, Qatar, with an estimated completion date of Jan. 2, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $74,892,440 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Systems Studies & Simulation Inc., Huntsville, Alabama (W911S0-19-D-0007); Yorktown Systems Group Inc.,* Huntsville, Alabama (W911S0-19-D-0001); Summit Technologies Inc.,* Pensacola, Florida (W911S0-19-D-0002); Cognition LLC,* Panama City, Florida (W911S0-19-D-0003); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W911S0-19-D-0004); Booz Allen Hamilton Inc., McLean, Virginia (W911S0-19-D-0005); and Janus Research Group Inc., Appling, Georgia (W911S0-19-D-0006), will compete for each order of the $168,000,000 firm-fixed-price contract for training strategies, concepts, and products. Bids were solicited via the internet with 29 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2023. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. SLSCO Ltd., Galveston, Texas, was awarded a $166,835,700 firm-fixed-price contract for a Department of Homeland Security Customs and Border Protection border infrastructure design-build construction project. Bids were solicited via the internet with five received. Work will be performed in Tecate, California; San Diego, California; and Calexico, California, with an estimated completion date of July 6, 2020. Fiscal 2018 omnibus funds in the amount of $166,835,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0011). Neeser Construction Inc., Anchorage, Alaska, was awarded an $88,038,139 firm-fixed-price contract to construct all Missile Field 4 infrastructure improvements and utilidors, to include silo interface vault, silo foundations, fiber installation, temporary power and construction free zone. Three bids were solicited with two bids received. Work will be performed in Fort Greely, Alaska, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 and 2019 military construction; and research, development, test and evaluation funds in the combined amount of $88,038,139 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-19-C-0006). DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded an $81,889,947 modification (P00003) to contract W56HZV-18-C-0131 for procurement of active protection system, calibration and maintenance kits, and countermeasures. Work will be performed in St. Louis, Missouri, with an estimated completion date of May 31, 2021. Fiscal 2018 and fiscal 2019 research, development, test and evaluation; and other procurement Army funds in the combined amount of $81,889,947 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $59,000,000 firm-fixed-price, foreign military sales (Saudi Arabia) contract to procure, fabricate, and assemble UH-60M kits and for the procurement of additional spares and long lead production material. One bid was solicited with one bid received. Work will be performed in Stratford, Connecticut, with an estimated completion date of May 31, 2022. Fiscal 2019 operations and maintenance Army funds in the amount of $59,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0013). Ernst & Young LLP, Washington, District of Columbia, was awarded a $35,730,513 hybrid (firm-fixed-price and time-and-materials) contract for financial compliance and audit support. Bids were solicited via the internet with three received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Dec. 19, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $8,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-C-0004). Weeks Marine Inc., Covington, Louisiana, was awarded a $29,054,950 firm-fixed-price contract for Lake Pontchartrain and Vicinity mitigation. Bids were solicited via the internet with three received. Work will be performed in Slidell, Louisiana, with an estimated completion date of Jan. 24, 2020. Fiscal 2014 operations and maintenance Army funds in the amount of $29,054,950 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0012). DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $21,204,158 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the modular fuel system pump rack modules, engines on stands, fault isolator boxes, training support equipment, authorized stockage list, and special tools hardware. Bids were solicited via the internet with one received. Work will be performed in West Plains, Missouri, with an estimated completion date of May 7, 2021. Fiscal 2018 and 2019 other procurement Army funds in the amount of $21,204,158 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0048). Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded an $18,334,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Morehead City, North Carolina, with an estimated completion date of May 31, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $18,334,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0006). Knights Armaments Co.,* Titusville, Florida, was awarded a $16,550,140 firm-fixed-price contract for M110 semi-automatic sniper rifle. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 20, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0028). National Industries for the Blind, Alexandria, Virginia, was awarded a $13,673,411 firm-fixed-price contract to procure Army combat shirts. One bid was solicited with one bid received. Work will be performed in Richmond Hill, New York; Winston Salem, North Carolina; and San Antonio, Texas, with an estimated completion date of March 31, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $13,673,411 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0025). Mount Rogers Community Services Board, Atkins, Virginia, was awarded a $9,415,720 firm-fixed-price contract to procure Army combat shirts. One bid was solicited with one bid received. Work will be performed in Atkins, Virginia, with an estimated completion date of May 29, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $9,415,720 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-C-0027). Allison Transmission Inc., Indianapolis, Indiana, was awarded a $9,065,578 firm-fixed-price contract for X100 transmission overhaul kits. One bid was solicited with one bid received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 operations and maintenance Army funds in the amount of $9,065,578 were obligated at the time of the award. U.S. Property and Fiscal Office, Kanas, is the contracting activity (W912JC-19-C-5709). BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded an $8,748,938 modification (P00023) to contract W56HZV-17-C-0059 for Preventive Maintenance Checks and Services and Technical Publications Work Directives in support of the logistics development of the M88A2 recovery vehicle. Work will be performed in York, Pennsylvania, with an estimated completion date of April 30, 2019. Fiscal 2018 other procurement Army funds in the amount of $8,748,938 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. L3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $7,950,145 firm-fixed-price Foreign Military Sales (Israel) contract for combat vehicle spare parts. One bid was solicited with one bid received. Work will be performed in Muskegon, Michigan, with an estimated completion date of Jan. 20, 2020. Fiscal 2010 Foreign Military Sales funds in the amount of $7,950,145 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-C-0008). DEFENSE LOGISTICS AGENCY The Boeing Co., St. Louis, Missouri, has been awarded a maximum $307,500,000 firm-fixed-price, cost-plus-fixed-fee delivery order (SPRPA1-19-F-0LB1) against a five-year basic ordering agreement (SPRPA1-14-D-002U) for F/A-18 integrated product support for the A-D and E-G aircrafts. 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 one-year contract with four one-year option periods. Locations of performance are Missouri and Florida, with a Dec. 31, 2023, performance completion date. Using military service is Navy. This contract involves Foreign Military Sales to Australia, Canada, Spain, Finland, Switzerland, Kuwait, and Malaysia. Type of appropriation is fiscal 2019 Navy operations, maintenance and procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. National Industries of the Blind,** Alexandria, Virginia, has been awarded a maximum $24,662,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of coats. This is a one-year base contract with two one-year option periods. Maximum dollar amount is for the life of the contract. Locations of performance are Virginia and North Carolina, with a May 26, 2023, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-B049). L-3 Communications Avionics Systems, Grand Rapids, Michigan, has been awarded a $10,533,380 firm-fixed-priced contract for F/A-18 aircraft altitude indicators. 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 two-year contract with no option periods. Location of performance is Michigan, with a June 17, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-X007). NAVY Bell Boeing JPO, California, Maryland, is awarded $298,053,898 for a performance-based logistics requirements contract for the logistics and repair support of 225 MV-22B, CMV-22 (Navy) and CV-22 (Air Force) Osprey components. This contract includes a one-year base period and two one-year options, which if exercised, will bring the contract value to $1,107,257,308. Work will be performed in Fort Worth, Texas (80 percent), and Ridley Park, Pennsylvania (20 percent). Work is expected to be completed by December 2019; if all options are exercised, work will be completed by December 2021. Working capital funds (Navy) in the amount of $62,094,562 will be issued as an undefinitized contractual action delivery order (N00383-19-F-0U50) that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), 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. ERAPSCO, Columbia City, Indiana (N00019-D-0012); and Lockheed Martin Corp., Manassas, Virginia (N00019-19-D-0013), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contracts to procure up to 18,000 AN/SSQ-125A series sonobuoys. The estimated aggregate ceiling of the contracts is a combined $220,824,360, with the companies having an opportunity to compete for individual delivery orders. ERAPSCO will perform work in DeLeon Springs, Florida (70 percent); and Columbia City, Indiana (30 percent); while Lockheed Martin will perform work in Manassas, Virginia, and is expected to be completed in September 2021. No funds will be obligated at the time of award. Funds will be obligated on individual delivery orders as they are issued. These contracts were competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $218,747,254 firm-fixed-price undefinitized contract action to provide intermediate and depot level maintenance and related logistics support for in-service T-45 F405-RR-401 Adour engines. Work will be performed in Meridian, Mississippi (44 percent); Kingsville, Texas (44 percent); Pensacola, Florida (11 percent); and Patuxent River, Maryland (1 percent), and is expected to be completed in December 2019. 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 Training Systems Division, Orlando, Florida, is the contracting activity (N61340-19-D-0004). Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded a $167,112,887 cost-plus-incentive-fee, cost-plus-fixed-fee contract to provide U.S. and U.K. Trident II (D5) Strategic Weapon System Columbia and Dreadnought efforts for the navigation subsystem. Work will be performed in Mitchel Field, New York (47.0 percent); Huntington Beach, California (36.0 percent); Clearwater, Florida (9.0 percent); Cambridge, Massachusetts (6.0 percent); and Hingham, Massachusetts (2.0 percent), with an expected completion date of Sept. 30, 2021. U.K funds in the amount of $24,915,110; fiscal 2019 operations and maintenance (Navy) funds in the amount of $37,841,262; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,290,530; fiscal 2019 other procurement (Navy) funds in the amount of $103,065,985 will be obligated. Funds in the amount of $37,841,262 will expire at the end of the current fiscal year. This contract was a sole-source acquisition pursuant to 10 U.S. Code. 2304(c)(1)&(4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0045). Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $166,620,346 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for Navy equipment, engineering services and required material related to acoustic rapid commercial-off-the-shelf Technical Insertion 18-20 engineering services. Work will be performed in Manassas, Virginia (65 percent); Clearwater, Florida (32 percent); Syracuse, New York (2 percent); and Marion, Florida (1 percent), and is expected to be completed by February 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy); fiscal 2019 shipbuilding and conversion (Navy); fiscal 2019 other procurement (Navy), and fiscal 2019 operations and maintenance (Navy) funding in the amount of $162,307,879 will be obligated at time of award, and $10,582,474 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $57,614,243 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise an option to produce, test and deliver fully integrated Navy Multiband Terminals (NMT). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports extremely high frequency (EHF) / advanced EHF low data rate / medium ata rate / extended data rate; super high frequency; military ka (transmit and receive), and global broadcast service receive-only communications. Work will be performed in Largo, Florida (54 percent); South Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); Marlborough, Massachusetts (8 percent), and is expected to be completed by December 2020. Fiscal 2019 operations and maintenance (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2018 and 2019 other procurement (Navy) funds in the amount of $57,614,243 will be obligated at the time of award. Funds will not expire at the end of the fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code. 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. General Dynamics One Source LLC, Fairfax, Virginia, is awarded $45,235,426 for cost-plus-fixed-fee, firm-fixed-price order N6833519F0054 against a previously issued General Services Administration, Government Wide Acquisition contract (GS00Q09BGD0030). This order provides a range of knowledge based and information technology support services such as program management, enterprise architecture, emerging capabilities and requirements implementation, life cycle management, operations and maintenance, enterprise data management, service desk, and training in accordance with Department of Defense and U.S. Cyber Command security standards and mandates in support of the joint strike fighter aircraft. Work will be performed in Arlington, Virginia (72 percent); Edwards Air Force Base, California (7 percent); Eglin Air Force Base, Florida (5 percent); Patuxent River, Maryland (4 percent); Wright Patterson Air Force Base, Ohio (3 percent); Fort Worth, Texas (3 percent); China Lake, California (3 percent); Point Mugu, California (1 percent); Lakehurst, New Jersey (1 percent); and Hill Air Force Base, Utah (1 percent), and is expected to be completed in January 2021. Fiscal 2019 aircraft procurement (Air Force) funds in the amount of $6,500,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Space, Sunnyvale, California is awarded a maximum amount $40,000,000 un-priced letter contract for the design, development, build and integration of large diameter rocket motors, associated missile body flight articles, and related support equipment for Navy Intermediate Range Conventional Prompt Strike weapon system flight test demonstrations. Work will be performed at Sunnyvale, California, with an expected completion date of September 30, 2022. Fiscal 2018 research, development, test, and evaluation funds in the amount of $20,000,000 are being obligated on this award, which will expire at the end of the current 2019 fiscal. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0025). The Boeing Co., Seattle, Washington, is awarded $35,971,012 for modification P00131 to a previously awarded fixed-price-incentive, firm-fixed-price and cost-plus-fixed-fee contract (N00019-14-C-0067). This modification exercises an option for integrated logistics services and site activation support of P-8A aircraft for the Navy and the government of Australia. Work will be performed in Seattle, Washington (56 percent); Oklahoma City, Oklahoma (37 percent); and Brisbane City, Australia (7 percent), and is expected to be completed in January 2020. Fiscal 2019 aircraft procurement (Navy) funds; and foreign military sales funds in the amount of $35,971,012 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($32,773,427; 91 percent) and the government of Australia ($3,197,585; 9 percent) under a cooperative engagement agreement. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BMNT Partners LLC,* Palo Alto, California, is awarded a ceiling $35,000,000 indefinite-delivery/ indefinite-quantity contract for the ‘Innovative Approach to Identify, Define, and Execute Successful Technology-at-Scale'. Work will be performed in Palo Alto, California, and is expected to be completed Dec. 19, 2023. No funds will be obligated at the time of award. Funding will be provided in subsequent task orders. This contract was awarded on a sole-source basis under Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Only one proposal was received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-D-1001). Bell Helicopter Textron Inc., Fort Worth, Texas, is awarded $34,979,756 for cost-plus-fixed-fee order N0001919F2522 against a previously issued basic ordering agreement (N00019-16-G-0012). This order provides engineering and logistics services as well as associated equipment and material in support of AH-1Z aircraft production and AH-1W, UH-1Y and AH-1Z sustainment. Work will be performed in Fort Worth, Texas (60 percent); Patuxent River, Maryland (10 percent); New River, North Carolina (10 percent); Camp Pendleton, California (10 percent); and Kaneohe Bay, Hawaii (10 percent), and is expected to be completed in March 2020. Fiscal 2019 aircraft procurement; and fiscal 2019 operations and maintenance (Navy) funds in the amount of $33,549,012 will be obligated at time of award, $4,726,472 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems Electronics, Intelligence & Support/Electronic Solutions, Nashua, New Hampshire, is awarded $34,303,092 for modification P00011 to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-16-C-0020). This modification provides for the Lot 9 full rate production of 500 integrated defensive electronic countermeasures AN/ALE-55 fiber optic towed decoy and associated logistics and engineering technical support for the Navy and the governments of Australia and Kuwait. Work will be performed in Nashua, New Hampshire (30 percent); Chelmsford Essex, U.K. (22 percent); Rochester, New York (9 percent); Fremont, California (6 percent); San Diego, California (4 percent); Landenburg, Pennsylvania (2 percent); Toledo, Ohio (1 percent); Hopkinton, Massachusetts (1 percent); and various locations within the continental U.S. (25 percent), and is expected to be completed in November 2020. Fiscal 2017 and 2019 procurement ammunition (Navy and Marine Corps); and foreign military sales (FMS) funds in the amount of $34,303,092 will be obligated at time of award, $200,529 of which will expire at the end of the fiscal year. This modification combines purchase for the Navy ($23,073,468; 67 percent) and FMS ($11,229,624; 33 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Indianapolis, Indiana, is awarded $24,361,606 for ceiling-priced delivery order N00383-19-F-N700 under previously awarded basic ordering agreement (N00383-18-G-N801) for the repair of the APG 65/73 radar systems in support of the F/A-18 aircraft. Work will be performed in Indianapolis, Indiana, and work will be completed by December 2020. Fiscal 2019 working capital funds (Navy) in the amount of $11,937,187 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Georgia Power Co., Atlanta, Georgia, is awarded $22,380,425 for firm-fixed-price task order N6945019F0052 under a previously awarded utility energy service contract (UESC) (N69450-19-G-0102) for implementation of energy improvements at Naval Submarine Base (NSB) Kings Bay. The work to be performed provides for the design and installation of the following: lighting upgrades in 28 facilities; facility heating, ventilation, and air conditioning (HVAC) controls upgrades in 22 facilities; electrical transformer upgrades in 22 facilities, and building envelope improvements of 27 facilities. As part of the contract, the utility will provide three years of operations and maintenance on the HVAC controls upgrades. The utility will also provide a performance assurance report to be completed approximately 12 months after all energy conservation measures have been installed and the UESC project has been accepted. As part of their performance assurance requirements, Georgia Power Company will provide operations and maintenance training to NSB Kings Bay personnel. Work will be performed in St. Marys, Georgia, and is expected to be completed by June 2020. The exact amount of the task order will be determined by financing at the time of acceptance. No funds will be obligated with this award as it will be financed and paid for with the savings from the energy improvements. Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for UESCs for evaluations/project implementation. For this project, NSB Kings Bay has agreed to pay for the cost of services/construction from project financing which will be obtained by Georgia Power Company. The contract was procured under the authority of 10 U.S. Code. 2304(c)(5), statute expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. One proposal was received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $22,138,342 modification to a previously awarded cost-plus-incentive-fee contract (N00019-12-C-0070) that provides sovereign data merge capabilities that ensure the integrity and protection of country unique data of participants that use the Autonomic Logistics Information systems in support of the F-35 program. Work will be performed in Fort Worth, Texas, and is expected to be completed in November 2019. Foreign military sales funds in the amount of $12,700,000 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. Raytheon Co. Integrated Defense Systems, San Diego, California, is awarded a $21,678,728 cost-plus-fixed-fee modification to previously awarded contract (N00024-15-C-2414) to exercise Option Year Four for life cycle engineering and support (LCE&S) services for LPD 17 class integrated shipboard electronic systems. The services to be provided will include LCE&S services including post-delivery planning; logistics and engineering; homeport technical support; integrated product data environment (IPDE); data maintenance; equipment management; systems integration and design engineering; software support; research engineering; obsolescence management (both technical and logistics); material readiness support; emergent repair planning; training and logistics support; Planning Yard support of integrated electronic systems including fleet modernization program planning, ship alteration development and installation, material management, configuration data management, research engineering, logistics documentation, and other logistics and executing activity coordination, management; sustaining engineering and obsolescence management support for unique LPD 17 Class Integrated Shipboard Electronic systems. Work will be performed in San Diego, California (80 percent); Norfolk, Virginia (15 percent); Sasebo, Japan (3 percent); Mayport, Florida (1 percent); and Pascagoula, Mississippi (1 percent), and is expected to be completed by December 2019. Fiscal 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2019 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $20,073,877 will be obligated at time of award, and $11,036,090 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Motorola Solutions Inc., Chicago, Illinois, is awarded $17,984,077 under a previously awarded fixed-price contract (N39430-16-C-1812) to exercise the Third Option Period for lifecycle sustainment of the Naval Facilities Engineering Command Anti-Terrorism/Force Protection Ashore program Enterprise Land Mobile Radio system at various installations worldwide. The work to be performed provides for preventive maintenance of hardware and software; response and resolution of service calls for corrective maintenance to include equipment repair, overhaul, or replacement; asset and configuration management; password management, and software upgrade installation. After award of this option, the total cumulative contract value will be $77,225,495. Work will be performed at various installations worldwide, and work for this option period is expected to be completed in December 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $17,984,077 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. Ameresco Select Inc., Framingham, Massachusetts, is awarded $17,961,208 for firm-fixed-price modification to previously awarded contract (N4740899F4117) to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract task order (DACA87-97-D-0068-0002) to upgrade the existing cogeneration facility controls, programming, providing updated programs and version software within the Naval Facilities Engineering Command Mid-Atlantic area of responsibility. The work to be performed provides for contractor to install modern operation controls supported by the manufacturer, integration, and electrical wiring of new components for the Combustion Turbines Generator-1 and upgrades to the micro-grid control systems to include fast load shed for compliance with current Navy's risk management framework requirements. The contractor shall continue to perform power plant maintenance for the cogeneration system, boiler and power plant upgrade, shut down central hot water system, and compressed air distribution system. After award of this modification, the total cumulative task order value will be $133,272,894. For this project, Portsmouth Naval Shipyard has agreed to pay for the costs of services and construction from project financing which will be obtained by Ameresco Select Inc. Work will be performed in Kittery, Maine, and is expected to be completed by December 2021. The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. Environet Inc.,* Kamuela, Hawaii, is awarded $17,152,000 for firm-fixed-price task order N6247819F4032 under a previously awarded multiple award construction contract (N62478-18-D-4025) for construction and repair of the van pad and its generator building at Marine Corps Base, Hawaii. The work to be performed provides for the following building 390G generator repair includes the removal of existing underground ducts and feeders currently routed through the adjacent site, and relocation of a 4-way, pad-mounted switch and active underground electric feeder 3-1A. Deleting exterior unit substation "US-V1" and moving distribution section into the building 390 electric room. Work in Building 390 removes existing motor generator sets, distribution equipment, and cables. Provides new motor generator sets, and new underground distribution system to van pads 1A and 1B, including manholes. Removes service and distribution equipment, and existing electrical equipment in motor generator set room in building 390G, and replace with new 4-way primary switch, manholes and underground primary ducts and cables, new pad-mounted, oil-filled transformer, new switchboard in Building 390 electrical room for distribution to van pads 1A, new underground secondary distribution to van pad 1A, including manholes, hand holes, ducts, cables and apparatus. Work will be performed in Oahu, Hawaii, and is expected to be completed by September 2020. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $17,152,000 are obligated on this award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. Rizzani de Eccher Inc.,* Miami, Florida, is awarded a $13,750,100 firm-fixed-price contract for design and upgrade of P307, modify hangar 831 door; and P308, construction of P-8A rinse rack at Keflavik Air Base, Iceland. The work to be performed provides for modification of aircraft maintenance hangar 831 to accommodate tail vertical stabilizer height and to provide increased door height for full enclosure of P-8A aircraft. The work also includes facility reconnect to 400 HZ power source, partial replacement of an existing utility tunnel floor with thicker floor slab and also restripes the aircraft parking apron to accommodate the P-8A aircraft. The P308 work to be performed provides for construction of outdoor automatic aircraft rinse facility required to support current and future P-8A flight operations allowing returning aircraft to efficiently taxi through the rinse facility to continue operations. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Keflavik, Iceland, and is expected to be completed by February 2021. Fiscal 2017 military construction (Navy) contract funds in the amount of $13,750,100 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, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-C-5009). American Superconductor Corp.,* Ayer, Massachusetts, is awarded a $12,855,394 firm-fixed-price, cost-plus-fixed-fee contract for high temperature superconducting (HTS) degaussing hardware as well as engineering and technical services. The services under this contract support the technology transfer and maturation of high temperature superconducting technology by implementing a total-ship demonstration and proof-of-concept of a full HTS degaussing system installed and integrated within a Navy ship. Work will be performed in Ayer, Massachusetts (76 percent); Pascagoula, Mississippi (15 percent); Philadelphia, Pennsylvania (5 percent); Washington, District of Columbia (2 percent); and New Orleans, Louisiana (2 percent), and is expected to be completed by September 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $1,704,349 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 responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4009). Detyens Shipyards Inc., North Charleston, South Carolina, is awarded an $11,753,763 firm-fixed-price contract for a 60-calendar day shipyard availability for the regular overhaul/dry-docking of USNS Laramie (T-AO 203). Work will include superstructure blast and paint, port side fixed port light repairs, deck steel replacement, starboard main engine 12,000-hour overhaul, fuel injector overhaul, main engine clutch- coupling overhaul, port power take-off clutch air control panel replacement, overhaul ships service diesel generator number 4, constant tension winch number 1, dry-docking and undocking, propeller system maintenance, overhauling sea valves, underwater hull cleaning and painting, stern tube seal maintenance and marine growth inhibitor anode replacement. The contract includes options which, if exercised, would bring the total contract value to $12,161,073. Work will be performed in North Charleston, South Carolina, is expected to begin on March 30, 2019, and to be completed by May 28, 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $11,753,763 are obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C4007). Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded an $11,071,294 fixed-price incentive modification to previously-awarded contract N00024-16-C-2431 to provide updates to combat systems and other electronic infrastructure for amphibious transport dock ships LPD 28 and LPD 29. This modification updates the specification for the networks hardware matrix, the top level functional interface requirements and functions, parameters characteristics. This change updates locations of fiber optic interconnection boxes, blown optical tube routing, and Consolidated Afloat Network & Enterprise Services (CANES) cabinets, locations and quantities of drop boxes, nomenclature of CANES cabinets, adds navigation data distribution system connections, deletes small tactical unmanned aerial system, communications external ancillary module, and direction, range and distance connections, updates hull, mechanical and electrical/navigation connection details, and updates path traces. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by June 2022. Fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $11,071,294 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. RSA Engineering Inc.,* Anchorage, Alaska, is awarded a maximum amount $10,000,000 indefinite-delivery/indefinite-quantity architect-engineering (AE) contract for construction surveillance and inspection (Title II) services and other design and engineering services for various National Science Foundation (NSF) projects at Antarctica and New Zealand. AE services may include, but are not limited to, design, studies, reviews, construction surveillance, construction inspection (including preparation of inspection reports, weekly and end of the season reports), cost estimating, life cycle cost analysis, with emphasis on mechanical and electrical work. Other design and engineering services may be required to support various NSF projects. Disciplines shall primarily include mechanical, electrical, fire protection and secondarily structural, architectural and civil review. Mechanical work shall include commissioning. Work will be performed in Antarctica (95 percent); and New Zealand (5 percent), and the term of the contract is not to exceed 60 months with an expected completion date of December 2023. Fiscal 2019 military construction (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by NSF, Research and Related Activities. 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-D-0005). RDA Inc.,* Doylestown, Pennsylvania, is awarded $9,324,321 for cost-plus-fixed-fee order N6833519F0001 against a previously issued basic ordering agreement (N68335-14-G-0003). This order provides for the research and development of acoustic and non-acoustic anti-submarine warfare (ASW) sensors and systems, telemetry and recording systems, signal and data processing, algorithm development, mathematical modeling, system and application prototyping, active and passive display enhancements, as well as information assurance, anti-tamper and cybersecurity concepts, techniques and analysis to predict the performance of the associated ASW system. In addition, the order will provide fleet training and maintenance products for ASW deployed systems and technology. These efforts are in support of Small Business Innovative Research (SBIR) Phase III work that derives from, extends, or completes an effort performed under SBIR Topics N04-247 entitled “Littoral Environment Parameter Estimation from Bistatic and Multistatic Fleet Air ASW Acoustic Reverberation Data”, N98-035 entitled “Signal Processing and System Concepts to Exploit Passive Signals in Airborne Active ASW Missions” and N06-011 entitled “Multi-Sensor Data Fusion for Littoral Undersea Warfare.” Work will be performed in Doylestown, Pennsylvania, and is expected to be completed in December 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,755,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Alpha Marine Services LLC, Galliano, Louisiana, is awarded $9,323,925 under previously awarded contract N3220517C3505 to exercise Option One for a vessel performing towing and salvage for the Navy. The contract includes a firm period of one-year with options for two additional one-year periods. If all options are exercised the value of the contract will be $27,930,965. Work will be performed in Norfolk, Virginia; and the Atlantic Ocean, and is expected to be completed by January 2019. Working capital funds in the amount of $9,323,925 are being obligated at the time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured with 50 plus proposals solicited via the Federal Business Opportunities website, with two offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. DynCorp International LLC, McLean, Virginia, is awarded $8,309,406 under a previously awarded cost-plus-incentive-fee contract (N62742-17-C-3570) to exercise the Second Option period for various support services to several Department of Defense (DoD) components. The work to be performed provides for various support services to the DoD components (e.g., Naval Mobile Construction Battalions, Naval Expeditionary Combat Command Pacific, Explosive Ordnance Detachment Group One, Coastal Riverine Group One, etc.) conducting humanitarian assistance, civic assistance, minor military construction projects, contingency efforts, supporting various exercises (i.e., Pacific Partnership, Balikatan, Cooperation Afloat Readiness and Training, etc.) and other projects located at various sites, usually in remote areas in the Philippines, Cambodia, Timor-Leste, and other countries in South Asia, Southeast Asia and Oceania. After award of this option, the total cumulative contract value will be $75,313,168. Work will be performed at various locations in Southeast Asia, South Asia, and Oceania, and this option period is expected to be completed in December 2019. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $2,077,352 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity. DEFENSE FINANCE AND ACCOUNTING SERVICE Ernst & Young LLP, Washington, District of Columbia, is being awarded a labor-hour contract option with a maximum value of $32,961,728 for audit services of the Department of the Air Force General Fund and Working Capital Fund Financial Statements and Examination. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec 31, 2019. This contract is the result of a competitive acquisition for which one quote was received. The contract had a 16-month base period plus three individual one-year option periods, with a maximum value of $135,006,112. This award brings the total cumulative value of the contract to $68,367,603. Fiscal 2019 operations and maintenance Air Force funds in the amount of $32,961,728 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-16-F-0114). Ernst & Young LLP, Washington, District of Columbia, has been awarded a maximum $15,554,347 modification number P00033 to exercise option year two to previously awarded labor-hour contract number GS-23F-8152H; HQ0423-16-F-0061 for financial statement audit services of the Defense Logistics Agency fiscal 2019. The modification brings the total cumulative face value of the contract to $47,286,460 from $31,732,114. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec. 31, 2019. Fiscal 2019 defense working capital funds in the amount of $15,554,347 will be obligated at time of award for the option period. Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity. Kearney and Company PC, Alexandria, Virginia, has been awarded a Not-to-Exceed $10,946,787 modification, P00007 to previously awarded HQ042317F0096 for Defense Health Program (DHP) for the Office of the Inspector General. This modification exercises option year one with a period of performance of Jan. 1, 2019, through Dec. 31, 2019. The modification brings the total cumulative face value of the contract to $25,885,625 from $14,938,838. Work will be performed in various locations including the DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indianapolis, Maryland, Colorado, New York, and Maine. The expected completion date is Dec. 31, 2019. Operations and maintenance, defense-wide funds in the amount of $7,971,368 are being obligated at time of award. The Defense Finance and Accounting Service in Columbus, Ohio, is the contracting activity. *Small business **Mandatory Source https://dod.defense.gov/News/Contracts/Contract-View/Article/1719367/source/GovDelivery/

Toutes les nouvelles