1 janvier 2024 | International, Aérospatial
New in 2024: F-35 program eyes key upgrade, delivery restart
The delays could have a cascading effect that hurts the Air Force’s ability to manage its units worldwide.
28 janvier 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense
NAVY
The Boeing Co., Seattle, Washington, is awarded a $2,458,707,154 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification provides for the production and delivery of 19 P-8A lot 10 aircraft to include 10 for the Navy, four for the government of the U.K. and five for the government of Norway. In addition, this modification includes engineering change proposal 4 SilverBlock for the government of the U.K. and Lot 10 segregable efforts consisting of unknown obsolescence, Class I change assessments and obsolescence monitoring. Work will be performed in Seattle, Washington (80.6 percent); Baltimore, Maryland (2.6 percent); Greenlawn, New York (2.4 percent); Cambridge, U.K. (1.6 percent); and various locations within and outside the continental U.S. (12.8 percent),and is expected to be completed in March 2022. Fiscal 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $2,458,707,154 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 ($1,256,865,203; 51 percent); the government of Norway ($694,971,086; 28 percent); and the government of the U.K. ($506,870,865; 21 percent), under the FMS program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
BAE Systems San Diego Ship Repair, San Diego, California (N00024-16-D-4416); Huntington Ingalls Industries Inc., San Diego, California (N00024-16-D-4417); and General Dynamics, National Steel and Shipbuilding Co., San Diego, California (N00024-16-D-4418), are each awarded firm-fixed-price modifications under previously-awarded indefinite-delivery/indefinite-quantity multiple-award contracts to exercise Option Period Three for complex, emergent and continuous maintenance and Chief of Naval Operations (CNO) availabilities on surface combatants (DDG and CG) homeported in San Diego, California. These three contractors will have the opportunity to provide offers for individual delivery orders during option period three, with an estimated cumulative value of $90,275,086. Exercising these options ensures continued facilities and human resources capable of completing complex, emergent and continuous maintenance, repair, modernization and CNO availabilities on surface combatant ships assigned to or visiting the port of San Diego, California. Work will be performed in San Diego, California, and is expected to be completed by March 2020. No funding will be obligated at time of award. Operations and maintenance (Navy) funds will be obligated as the delivery orders are issued. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.
Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $26,332,225 firm-fixed-price requirements contract for the depot repair of T56-A-427 engines, utilized on E-2 Hawkeye aircraft, including the repair of the power section, torque meter, gearbox, and accessories in accordance with Navy depot manuals and approved repair practices. Work will be performed in San Antonio, Texas (55 percent); Winnipeg, Canada (25 percent); Indianapolis, Indiana (15 percent); and Oakland, California (5 percent), and is expected to be completed in January 2020. No funds will be obligated at time of award; funds will be issued against individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0024).
Ocean Ships Inc., Houston, Texas, is awarded a $20,800,875 firm-fixed-price contract for the operation and maintenance of Expeditionary Transfer Dock (ESD) vessels. This contract includes a 12-month base period, four 12-month option periods and a six-month option under Federal Acquistion Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $118,985,659. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by November 2024. Working capital contract funds in the amount of $20,800,875 are obligated for the base period, and will not expire. The Navy's Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519C3003).
Northrop Grumman Systems Corp., San Diego, California, is awarded a $19,590,756 modification (P00020) to a previously awarded cost-plus-fixed-fee contract (N00019-17-C-0033). This modification provides for the procurement of software design and system integration, qualification testing, and cybersecurity activities as well as engineering services in support the MQ-8 Fire Scout Unmanned Air System. Work will be performed in San Diego, California, and is expected to be completed in December 2019. Fiscal 2019 operations and maintenance; and aircraft procurement (Navy) funds in the amount of $19,590,756 will be obligated at time of award, $12,080,557 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
The Boeing Co., St. Louis, Missouri, is being awarded a $13,930,396 cost-plus-fixed-fee, cost indefinite-delivery, indefinite-quantity contract for engineering, training, integrated logistics support, installation/checkout of developed systems and support services for Harpoon Ship Command Launch Control Set, Encapsulated Harpoon Command and Launch Systems, and Advanced Harpoon Weapon Control System, Standoff Land Attack Missile Expanded Response, and Harpoon missiles. These efforts are in support of the Navy and the governments of Brazil, Chile, Israel, Korea, Japan, Australia, Canada, Turkey, U.K., Malaysia, Taiwan, Singapore, Bahrain, Egypt, Kuwait, Oman, Saudi Arabia, United Arab Emirates, Denmark, Germany, India, Netherlands, Portugal, Spain, Mexico, Thailand, Greece, Qatar, and Belgium. Work will be performed in St. Charles, Missouri, and locations inside and outside the continental U.S., and is expected to be completed in December 2021. No funds will be obligated at time of award; funds will be issued against individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0010).
Joyce & Associates Construction Inc.,* Newport, North Carolina, is awarded $9,058,945 for firm-fixed-price task order N4008519F4580 under a previously awarded multiple award construction contract (N40085-16-D-6302) for repairs to waste water collection system core area at Marine Corps Air Station Cherry Point, North Carolina. The work to be performed provides for various repairs to the sanitary and industrial waste water system including gravity lines, force mains, lift stations and appurtenances and incidental related work. Work will be performed in Havelock, North Carolina, and is expected to be completed by April 2020. Fiscal 2019 operations and maintenance, (Marine Corps) contract funds in the amount of $9,058,945 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6302).
Lyon Shipyard, Inc.,* Norfolk, Virginia, is awarded a $7,994,140 firm-fixed-price, single-award contract for the repair, maintenance and modernization of USNS Prevail (TSV 1) during the ship's docking phased maintenance availability. The work of this contract consists of temporary services, structural repairs, hull gauging, electrical, mechanical, piping and other miscellaneous repair work. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $7,994,140 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. This contract was procured as a competitive small business set-aside under the North American Industry Classification 336611 for shipbuilding and repair. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity (N50054-19-C-0002).
DEFENSE COMMISSARY AGENCY
Military Produce Group LLC, Norfolk, Virginia, is being awarded an indefinite-delivery, requirements type contract to provide fresh fruits and vegetable products for commissaries located in the east areas of the continental U.S. The award amount is estimated at $146,066,237 for the base year. Actual obligations using Resale Stock Activity Group, Defense Working Capital Funds will occur upon issuance of delivery orders during the period of performance. Contract funds will not expire at the end of the current fiscal year. The contract is for a 24-month base period beginning Feb. 11, 2019, through Feb. 7, 2021. The contract includes three one-year option periods. If all three option periods are exercised, the contract will be completed Feb. 4, 2024. The Defense Commissary Agency, Fort Lee, Virginia, is the contracting activity (HDEC02-19-D-0001).
AIR FORCE
Robbins-Gioia LLC, Alexandria, Virginia (FA7014-19-D-5001); and Synergy Solutions and Innovations, Arlington, Virginia (FA7014-19-D-5000), have been awarded a ceiling $50,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-priced with time and material elements, multiple award contract for the Business Capability Lifecycle Management Projects. This contract is for exploring more effective and efficient ways to support Air Force business operations and refine the development of Defense Business System requirements supporting the business mission area information technology by leveraging existing technologies owned by the Air Force, streamlining and standardizing business processes across the Air Force, and developing integrated solutions that are achievable in a constrained fiscal environment. This contract shall also be used for technical and engineering; information and data management, process engineering, performance assessment, change management, facilitation, project management, and scheduling. Work will be performed primarily in Washington, District of Columbia., and is expected to be completed Jan. 24, 2024. This award is the result of a competitive acquisition and seven offers were received. A total of two task orders using fiscal 2019 operations and maintenance funds in the amount of $27,405 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity.
Lockheed Martin Aeronautics Corp., Marietta, Georgia, has been awarded a $33,732,110 ceiling requirements contract for C-130J long-term sustainment support for the Royal Norwegian Air Force. The estimated value of the first order is $6,155,584. Contractor will provide the Royal Norwegian Air Force with return and repair support, spares support, engineering support, and in-country representative support for their C-130J aircraft platform. Work will be performed in Marietta, Georgia, and Gardermoen Air Station, Norway, and is expected to be completed by Dec. 31, 2019. This award is the result of a sole-source acquisition and is 100 percent Foreign Military Sales for Norway. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-19-D-0001).
Gulfstream Aerospace Corp., Savannah, Georgia, has been awarded a maximum $18,728,697 modification (P00007) to exercise an option on contract FA8106-16-D-0006 for engineering services to provide support the C-20 and C-37 fleet for Air Force, Army, Navy, and Marine Corps. This modification adds the third increment of the five-year, multi-year basic contract. Work will be performed in Savannah, Georgia, and is expected to be completed by Jan. 31, 2020. Fiscal 2019 Air Force, Army, and Navy operations and maintenance funds in the amount of $10,495,503 are being obligated at the time of award. Total cumulative face value of the contract is $83,700,000. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.
Space Dynamics Laboratory, North Logan, Utah, has been awarded a not-to-exceed $18,295,163 undefinitized contract action for the tasking, collecting, processing, exploitation, and dissemination (TCPED) capability to support the Republic of Korea Global Hawk program. This contract provides for the procurement of the TCPED system, spares and support equipment, sustainment support, and system familiarization. Work will be performed at North Logan, Utah, and is expected to be completed by May 2020. This contract involves Foreign Military Sales to the Republic of Korea. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $9,000,000 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-C-1002).
ARMY
Pate Construction Company Inc.,* Pueblo West, Colorado, was awarded a $23,978,896 firm-fixed-price contract for a procurement project consisting of 8,100 feet of reinforced concrete lined channel or concrete box culvert for the existing McKinley ditch. Bids were solicited via the internet with four received. Work will be performed in Alamogordo, New Mexico, with an estimated completion date of Nov. 15, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $23,978,896 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-C-0014).
Vertex Aerospace, Madison, Mississippi, was awarded a $9,086,502 modification (P00300) to contract W58RGZ-13-C-0044 for aviation field maintenance services. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of July 31, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,086,502 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Shilog LTD,* McAlester, Oklahoma, was awarded a $7,777,536 firm-fixed-price contract for Polybutadiene, Liquid, Hydroxyl-Terminated, Type II. 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 Jan. 31, 2022. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3015).
DEFENSE LOGISTICS AGENCY
Bren-Tronics Inc.,* Commack, New York, has been awarded a maximum $9,832,972 firm-fixed-price contract for storage batteries. This is a six-month base contract with a five-month option that is being exercised at the time of award. This was a competitive acquisition with three responses received. Location of performance is New York, with a Dec. 23, 2019, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7L719C0005).
*Small business
https://dod.defense.gov/News/Contracts/Contract-View/Article/1741001/source/GovDelivery/
1 janvier 2024 | International, Aérospatial
The delays could have a cascading effect that hurts the Air Force’s ability to manage its units worldwide.
2 mai 2022 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
Selon la dernière étude du Sipri, l'Institut international de recherche pour la paix, basé à Stockholm, sur les dépenses militaires, les pays consacrent désormais 2,2% de leur PIB à leurs armées et les dépenses militaires mondiales ont atteint précisément 2 113 Md$ (1 966 Md€), une hausse de 0,7% par rapport à l'année précédente. A eux seuls, les Etats-Unis et la Chine concentrent plus de la moitié des dépenses militaires mondiales. Avec un budget de 801 Md$ (745 Md€), les Etats-Unis ont accru leur effort de recherche et développement de 24 % en termes réels depuis 2012, quand l'achat d'armes baissait de 6,4 %. De son côté, la Chine réalise la plus forte croissance du top 5 mondial, avec une progression de ses dépenses de 4,7% pour atteindre 293 Md$ (273 Md€). En se lançant dans un grand programme de modernisation de l'équipement de ses armées, la France grimpe de deux places dans ce classement pour atteindre le 6ème rang mondial. L'Europe a augmenté globalement ses dépenses d'armement de 3% par rapport à l'année précédente. L'objectif fixé par l'OTAN à ses membres de consacrer au moins 2% de leur PIB à la défense se concrétise peu à peu : huit d'entre eux respectent ou dépassent le seuil, contre trois en 2014. Ensemble de la presse du 26 avril
3 mars 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité
DEFENSE INTELLIGENCE AGENCY Applied Research Associates, Albuquerque, New Mexico (HHM402-20-D-0007); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-20-D-0008); CACI NSS Inc., Reston, Virginia (HHM402-20-D-0009); Centauri LLC, Chantilly, Virginia (HHM402-20-D-0010); General Dynamics Information Technology Inc., Herndon, Virginia (HHM402-20-D-0011); Northrop Grumman Systems Corp., Cincinnati, Ohio (HHM402-20-D-0012); and Radiant Geospatial Solutions, Gaithersburg, Maryland (HHM402-20-D-0013), were awarded a five-year indefinite-delivery/indefinite-quantity (IDIQ), multiple-award contract called DORE2 with a combined ceiling value of $990,000,000. Through this award, the Defense Intelligence Agency (DIA) will procure Data Science, Operations, Requirements, Exploitation and Engineering (DORE2) services to support DIA Directorate for Science and Technology missions. Work will be performed at contractor facilities and at government facilities in the National Capital Region with an estimated completion date of March 1, 2025. The contract was awarded through a full and open solicitation and eight offers were received. Each company will receive a $10,000 minimum guarantee. Task Orders (TO) will be issued competitively under this IDIQ which will allow for the following TO contract types: firm-fixed-price; fixed price, level of effort term; fixed-price incentive (FPI includes firm and successive targets; fixed-price-award-fee; cost-plus incentive-fee; cost-plus-award-fee; cost-plus-fixed-fee term and completion; and time-and-material or labor hour). The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. NAVY Andromeda Systems Inc.,* Virginia Beach, Virginia, is awarded an $89,104,038 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides reliability-centered maintenance for service aircraft, engines, systems (weapons, aircrew escape, avionics and electrical systems), support equipment (avionics support equipment, non-avionics support equipment and aircraft launch/recovery equipment), and a Fleet Readiness Center/depot plant equipment to include modifications during all life cycle phases and levels of maintenance. Work will be performed in various locations within the continental U.S. and is expected to be completed by March 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was a small-business set-aside and competitively procured via Federal Business Opportunities; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0028). Architecture, Engineering, Consulting, Operations, and Maintenance (AECOM) Technical Services Inc., Los Angeles, California, is being awarded a $75,000,000 maximum amount, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for preparation of Navy and Marine Corps facilities' planning and environmental documentation in the Naval Facilities Engineering Command (NAVFAC) Europe, Africa, Central (EURAFCENT) area of operations (AO). Work will be performed at various locations within the NAVFAC/EURAFCENT/AO to include but not limited to: Naples, Italy; Sigonella, Italy; Souda Bay, Greece; Manama, Kingdom of Bahrain; Djibouti, Africa; Rota, Spain; and Vicenza, Italy. The work to be performed provides for design projects including, but not limited to: administration buildings, religious facilities, community buildings, dining facilities, recreational facilities, security buildings, child development centers, bachelor quarters, Navy lodges, airfield facilities, waterfront facilities, operational facilities, base housing, water treatment facilities and associated work, central plant utility system upgrades and other infrastructure. No task orders are being issued at this time. The term of the contract is not to exceed 60 months with an expected completion date of February 2024. Contract funds are fiscal 2020 operations and maintenance, Navy (O&M, N). Future task orders will be primarily funded by O&M, N. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. NAVFAC EURAFCENT, Naples, Italy, is the contracting activity (N33191-20-D-0605). Vernadero Group Inc.,* Phoenix, Arizona (N62473-20-D-0021); Gulf South Research Corp.,* Baton Rouge, Louisiana (N62473-20-D-0022); BioResource Consultants Inc.,* Ojai, California (N62473-20-D-0023); and Hercules JV,* Yuma, Arizona (N62473-20-D-0024), are awarded a combined $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for natural resources-related services at various locations within Naval Facilities Engineering Command (NAVFAC) Southwest's area of operations (AO), including but not limited to: California (94%); Arizona (1%); Colorado (1%); Nevada (1%); New Mexico (1%); Oregon (1%); and Washington (1%). The work to be performed provides natural resources-related services for botanical, ornithological, mammal, amphibian, reptile and invertebrate surveys, wetlands delineations, biological monitoring, soil sampling and analysis, natural resources and fire management plans, native plant community planning and restoration, wildland erosion control plans, research and analysis of the effects of military training or similar extensive land uses (e.g. off-road vehicle use) for natural resources on the species, community and landscape scale. Use of this information will predict ecological trends, natural resource and model development for land use (including both conceptual and mathematical modeling through aerial photo interpretation), use of natural resources in non-urban areas, geographic information systems and for the preparation of interpretive materials (e.g. informational pamphlets and signage). The maximum dollar value, including the one two-year base period and one three-year option period for all four contracts combined is not to exceed $30,000,000. The term of the contract is not to exceed 60 months and is expected to be complete by February 2025. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $20,000 are being obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. This contract was competitively procured via the Federal Business Opportunities website and six proposals were received. The four contractors may compete for the task orders under the terms and conditions of the awarded contract. NAVFAC Southwest, San Diego, California, is the contracting activity. Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $18,350,860 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93%); and Schenectady, New York (7%). Fiscal 2020 other procurement for shipbuilding and conversion (Navy) funding in the amount of $18,350,860 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 with only one responsible source. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Textron Aviation Inc., Wichita, Kansas, is awarded a $14,291,437 modification (P00005) to a previously awarded firm-fixed-price contract (N00019-17-C-0004) and provides modification for the production and delivery of one King Air 350C Cargo Slick aircraft modified to a UC-12W. Work will be performed in Wichita, Kansas, and is expected to be completed in March 2021. Fiscal 2020 aircraft procurement funds in the amount of $14,291,437 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $9,627,065 cost-plus-fixed-fee order (N00019-20-F-0532) against a previously issued basic ordering agreement (N00019-19-G-0008). This order procures program management support to execute the planning, procurement and delivery of initial aircraft spares in support of the F-35 Air Force, Marine Corps and Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers operational aircraft. Work will be performed in Fort Worth, Texas, and is expected to be complete in December 2020. Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $3,833,787; fiscal 2020 aircraft procurement (Navy) funds in the amount of $2,374,818; non-DoD participant funds in the amount of $2,225,726; and FMS funds in the amount of $1,192,734 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. Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $7,272,135 modification (P00007) to a previously awarded, cost-plus-fixed-fee delivery order (N00019-18-F-0016) against basic ordering agreement (N00019-17-G-0002). Work will be performed in Fort Worth, Texas (84%); Ridley Park, Pennsylvania (5%); Patuxent River, Maryland (4%); Fort Walton Beach, Florida (4%); and Amarillo, Texas (3%), and is expected to be completed in May 2021. This modification provides additional funding to support non-recurring engineering and the associated efforts required to incorporate optimized wiring and structural improvements on the nacelle into the V-22 aircraft production line and retrofit of fleet aircraft during depot level maintenance and supports Navy, Marines Corps, Air Force and the government of Japan. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $4,312,376; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $1,133,645; fiscal 2018 aircraft procurement (Navy) funds in the amount of $1,088,396; and Foreign Military Sales funds in the amount of $737,718 will be obligated at time of award, $1,088,396 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. MISSILE DEFENSE AGENCY Northrop Grumman Systems Corp., Redondo Beach, California, is being awarded a $20,808,229 modification (P00374) to a previously awarded F04701-02-C-0009 contract to exercise an option period. The value of this contract is increased from $1,921,265,055 to $1,942,073,285. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance System. The work will be performed at the Missile Defense Space Center, Colorado Springs, Colorado; and at Northrop Grumman Systems Corp., Redondo Beach, California. The performance period is from April 1, 2020, to March 31, 2021. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $13,811,905 is certified available for modification award. The Missile Defense Agency, Colorado Springs, Colorado, is the contracting activity. U.S. TRANSPORTATION COMMAND Three companies were awarded Option Year One modifications under the following master lease contract, indefinite-delivery/indefinite-quantity, fixed price contracts: SeaCube Leasing International Inc., Woodcliff Lake, New Jersey (HTC711-19-D-R008); Textainer Equipment Management, San Francisco California (HTC711-19-D-R009); and Triton Container International Limited, Hamilton HM 12, Bermuda (HTC711-19-D-R-010). The companies are eligible to compete at the task order level for an option year estimated amount of $17,253,689. This modification provides for intermodal equipment leasing and transportation services, and related container support functions, to include interfacing with government systems to meet the government missions and exercises. Work will be performed on a global basis. Option Year One period of performance is March 1, 2020, to Feb. 28, 2021. This modification brings the total cumulative estimated face value of the contract to $33,480,935 from $16,227,246. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Feb. 28, 2020) ARMY Dawson Technical Inc.,* San Antonio, Texas, was awarded a $14,719,129 firm-fixed-price contract to provide total facilities operation and maintenance for the Army Chemical Defense Training Facility, Fort Leonard Wood, Missouri. Bids were solicited via the internet with two received. Work will be performed in Fort Leonard Wood, Missouri, with an estimated completion date of March 31, 2025. Fiscal 2020 operations and maintenance, Army funds in the amount of $14,719,129 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911S7-20-C-0003). EMC Inc.,* Grenada, Mississippi (W912HY-20-D-0013); and Florabama Geospatial Solutions LLC,* Defuniak Springs, Florida (W912HY-20-D-0014), will compete for each order of the $10,000,000 firm-fixed-price contract for architect and engineering services for professional surveying and mapping services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 1, 2025. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity. AIR FORCE General Electric Co.-GE Research, Niskayuna, New York, has been awarded a $10,431,151 cost-type contract for Rapid Assurance Curation Kit (RACK) software. This contract provides for the research, development and demonstration of the RACK software to enable certifiers to rapidly determine system risk acceptability. This effort will provide a common evidence representation and efficient ingestion Application Programming Interface, automatic feedback to evidence providers, automatic decomposition of evidence, a polystore that organizes diverse evidence items, the ability to accept and store provenance metadata and an efficient query interface. The location of performance is Niskayuna, New York, and work is expected to be complete by March 2, 2024. This award is the result of a competitive acquisition and 34 offers were received. Fiscal 2020 research, development, test and evaluation funds in the amount of $470,444 are being obligated at time of award; this is not a multi-year contract. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-0203). DEFENSE LOGISTICS AGENCY Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $10,073,708 firm-fixed-price delivery order (SPRPA1-20-F-LW09) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for fuel tanks for the F/A-18 aircraft. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. Location of performance is Georgia, with a Nov. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. CORRECTION: The contract announced on Feb. 28, 2020, for Rosenbauer America LLC, Lyons, South Dakota (SPE8EC-20-D-0055) was announced with an incorrect award date. The correct award date is March 2, 2020. *Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2099625/source/GovDelivery/