2 octobre 2024 | International, Terrestre
Denmark furnish brigades with an order for Skyranger 30 turrets
Denmark has placed an order for 16 Oerlikon Skyranger 30 short-range air defence turrets, which they will integrate onto 8x8 vehicles.
30 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense
NAVY
DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004).
Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Innovation Systems Inc., Northridge, California, is being awarded a $167,338,657 firm-fixed-price contract for 263 full-rate production Lot 8 Advanced Anti-Radiation Guided Missiles (AARGM). This contract provides for conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 260 AGM-88E AARGM all-up-rounds and 3 Captive Air Training Missiles, including supplies and services required for manufacture, spares, and fleet deployment. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be completed in March 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $167,338,657 will be obligated at time of award, $1,319,319 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0049).
Allied Pacific Builders Inc.,* Waipahu, Hawaii (N62478-16-D-4006); Environet Inc.,* Kamuela, Hawaii (N62478-16-D-4007); Hako Plumbing Inc.,* Honolulu, Hawaii (N62478-16-D-4008); Heartwood Pacific LLC,* Keaau, Hawaii (N62478-16-D-4009); Raass Brothers Inc.,* Provo, Utah (N62478-16-D-4010); and TOMCO Corp.,* Honolulu, Hawaii (N62478-16-D-4011), are awarded a combined $95,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC), Hawaii area of operations (AO). The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. After award of this modification, the total cumulative contract value will be $340,000,000. No task orders are being issued at this time. Work will be performed at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AO, and is expected to be completed by March 2021. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (Navy); and Navy working capital funds. The Naval Facilities Engineering Command, Hawaii, Pearl Harbor, Hawaii, is the contracting activity.
PAE Aviation and Technical Services LLC, Greenville, South Carolina, is awarded $50,396,007 for modification P00023 to a previously issued firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00421-15-D-0007 to exercises an option for organizational, selected intermediate, and limited depot maintenance and logistics support for F-5F and F-5N aircraft. Work will be performed in Fallon, Nevada; Yuma, Arizona; and Key West, Florida, and is expected to be completed in July 2020. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.
Katmai Health Services LLC,* Anchorage, Alaska, is awarded ceiling value $19,562,319 indefinite-delivery/indefinite-quantity contract to provide role player services for Infantry Immersion Training. Work will be performed at Camp Lejeune, North Carolina (40%); Camp Pendleton, California (40%); and Marine Corps Base, Hawaii (20%), and work is expected to be completed July 2021, having an ordering period of two years. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $1,618,452 will be obligated on the first task order immediately following contract award and funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5 and 15 U.S. Code 637. The Marine Corps Systems Command, Quantico, Virginia, is the contract activity (M67854-19-D-7836).
General Dynamics Missions Systems Inc., Marion, Virginia, is awarded a $16,313,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of AN/SPG-62 antenna systems parabolic radio frequency reflectors. The AN/SPG-62 antenna systems are mounted and operated in the ship's open spaces and are subsystems of the Mk-99 fire control system, part of the AEGIS combat system suite. The AN/SPG-62 antenna system reflector enables the continuous-wave radio frequency signal from the Mk-99's radar transmitter to illuminate targets to be engaged, fired upon and destroyed by the ship's weapons. Work will be performed in Marion, Virginia, and is expected to be completed by December 2024. Fiscal 2017, 2018 and 2019 other procurement (Navy) funding in the amount of $941,313 will be obligated at time of award, and $387,014 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP49).
AIR FORCE
Kilgore Flares Co., Toone, Tennessee, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flares. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on USAF Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Toone, Tennessee, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0012).
Armtec Countermeasures Co., Coachella, California, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flare. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on Air Force Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Camden, Arkansas, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 is being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0013).
Sierra Nevada Corp., Sparks, Nevada, has been awarded a $23,248,916 modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA3002-19-D-A003 for A-29 pilot and maintenance training for the Afghanistan Air Force at Moody Air Force Base, Georgia; and in Afghanistan. The contract modification provides for the addition of outside the continental U.S. instructor pilots in Afghanistan. This modification involves building partner capacity/pseudo-foreign military sales to Afghanistan. Work is expected to be completed by Dec. 31, 2023. No funds are being obligated at the time of award. The 338th Contracting Squadron, Joint Base San Antonio, Randolph, Texas, is the contracting activity.
Merrill Corp., doing business as Mission Support, Clearfield, Utah, has been awarded a $20,466,034 ceiling indefinite-delivery/indefinite‐quantity contract for the acquisition of A‐10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies and left and right inboard flap assemblies. Work will be performed in Clearfield, Utah, and is expected to be complete by July 28, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated sustainment activity group working capital funds in the amount of $4,997,734 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212‐19‐D‐0002).
Lockheed Martin Space, Sunnyvale, California, has been awarded a $13,150,000 cost‐plus‐fixed‐fee modification (P00151) to contract FA8810‐13‐C‐0002 for space based infrared system contractor logistics support for studies and modification projects. Work will be performed at Peterson Air Force Base, Buckley AFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Oct. 31, 2021. Fiscal 2018 procurement funds in the amount of $13,150,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado, is the contracting activity.
The Boeing Co., St. Louis, Missouri, has been awarded a $10,395,313 firm-fixed-price and cost-plus-fixed-fee modification (P00005) to previously awarded delivery order contract FA8634-17-F-0002 for F-15 Advanced Display Core Processor (ADCP) II low-rate initial production Lot 1. This engineering change proposal provides for the production and integration of the ADCPII boxes and related equipment into the F-15 platform. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2019 procurement; and fiscal 2018 and 2019 research and development funds in the amount of $10,395,313 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
The Boeing Co., St. Louis, Missouri, has been awarded a $9,244,494 firm-fixed-price and cost-plus-fixed-fee modification (P00006) to previously awarded delivery order contract FA8634-17-F-0002, for F-15 Advanced Display Core Processor II low-rate initial production Lot 1. This modification provides for the performance of a study to mitigate risks posed to the F-15E to reduce its flight risk from serious to medium. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2018 research and development funds in the amount of $9,244,494 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
ARMY
Dawson-Zapata JV,* Honolulu, Hawaii, was awarded a $40,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for range maintenance and support activities utilizing robotic technology. 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 Jan. 2, 2024. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-D-0002).
WASHINGTON HEADQUARTERS SERVICES
Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, was awarded a $24,905,967 cost-plus-fixed-fee contract to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs, with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place in Laurel, Maryland. Fiscal 2019 operation and maintenance funds in the amount of $1,512,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $23,393,697 are being awarded. This contract was not competitively procured because the task order is executed against a single award, indefinite-delivery/indefinite-quantity. The expected completion date is May 30, 2020. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0006). (Awarded July 26, 2019)
DEFENSE LOGISTICS AGENCY
Sopakco Inc.,* Mullins, South Carolina (SPE3S1-19-D-Z123, $16,888,463); and The Wornick Co., Cincinnati, Ohio (SPE3S1-19-D-Z122, $16,618,875), have both been awarded firm-fixed-price contracts under solicitation SPE3S1-19-R-0005 for Tailored Operational Training Meals. These are five-year contracts with no option periods. This was a competitive acquisition with three responses received. Locations of performance are South Carolina and Ohio, with a July 28, 2024, performance completion date. Using military services are National Guard and Reserve Forces. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.
Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $9,428,066 firm-fixed-price contract for direct current motors. 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 base contract with one, one-year option period. Location of performance is California, with a July 28, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-19-C-0190).
MISSILE DEFENSE AGENCY
Cummings Aerospace,* Huntsville, Alabama, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,982,641. Under this new contract, the contractor will integrate and enhance the Simulation Framework ToolKit and Coordinated Cyber/Electronic Warfare Integrated Fires Tool to conduct quick-turn, end-to-end, left through right of launch analysis with varying sensor and weapon technologies. A task order in the amount of $1,894,626 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from July 29, 2019, through July 28, 2024. A special topic broad agency announcement (BAA) number HQ0147-17-S0002 was posted to the Federal Business Opportunities web site to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven white papers from which proposals were requested. This award results from one of seven proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,894,626 for the first task order are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0009).
*Small Business
https://dod.defense.gov/News/Contracts/Contract-View/Article/1918513/source/GovDelivery/
2 octobre 2024 | International, Terrestre
Denmark has placed an order for 16 Oerlikon Skyranger 30 short-range air defence turrets, which they will integrate onto 8x8 vehicles.
21 avril 2020 | International, Aérospatial
By: Valerie Insinna WASHINGTON — In a surprise move, the Air Force on Friday announced plans to continue its Long Range Standoff Weapon program with Raytheon as the prime contractor. The LRSO program, which aims to field a new air-launched cruise missile capable of both nuclear and conventional strikes, is currently in its technology maturation and risk reduction phase, with both Raytheon and Lockheed Martin developing their own versions of the weapon. Typically, the Air Force would downselect to a single company in fiscal year 2022, when it awarded the engineering and manufacturing development contract that precedes low-rate production. However, the Air Force decided to press ahead with Raytheon's design after an “extensive evaluation” of the company's technology as presented during the preliminary design review, said Maj. Gen. Shaun Morris, who leads the Air Force Nuclear Weapons Center. “Our competitive TMRR phase, which included both Lockheed Martin and Raytheon as the prime contractors, enabled us to select a high-confidence design at this point in the acquisition process,” he said, according to an Air Force release. “And this early off-ramp of a contractor is completely in line with the existing LRSO acquisition strategy, which included periodic reviews to assess contractor designs,” Morris said. “Lockheed Martin has been an excellent contractor and partner throughout the TMRR effort and this pivot to Raytheon does not represent a lack of effort or commitment on their part. Lockheed Martin has supported the nuclear enterprise for decades and we continue to value their expertise in sensors and nuclear certification and surety.” Elizabeth Thorn, the service's program manager, characterized the decision as “not a downselect, per se,” adding that the Air Force will continue to work with Lockheed on specific technologies that could drive down risk to the LRSO design or otherwise be beneficial to the program. The Air Force noted that the company had begun the “closeout process” to stop work on risk reduction phase of the program, leaving Lockheed's precise role in the LRSO program unclear. “We've supported our nation's nuclear triad for more than 60 years and look forward to working with the USAF to support the LRSO mission, specifically leveraging our sensor technology and nuclear certification and surety expertise,” Lockheed said in a statement. LRSO is set to replace the AGM-86B Air Launched Cruise Missile or ALCM, but the program has come under intermittent fire from lawmakers who believe that arming aircraft with a weapon that could be either nuclear or conventional could unnecessarily raise the risk of miscalculation, triggering a nuclear war. The Air Force has argued that it needs a nuclear missile that can be fired from standoff distances to enable the non-stealthy B-52 to remain a credible deterrent to adversaries with advanced air defense systems. Due to the decision to select Raytheon early, the Air Force wants to shift funding that will allow the company to begin certain work early, such as flight tests, the service said. A contract award for the next phase of the program is still scheduled for fiscal year 2022. Morris added that the service was also confident in its ability to keep the program affordable in a sole-source environment, despite the lack of competition that usually helps the government negotiate a lower-cost product. Roman Schweizer, a defense analyst with Cowen Washington Research Group, said the Air Force's announcement prompts additional questions about Lockheed's future role and the information both companies presented during the preliminary design view. “It's possible the USAF made an industrial base/cost decision based on other long-range weapons,” he wrote in an email to investors. “Singling up on LRSO could have been an industrial base decision or a way to reduce cost and speed up development.” In a statement, Raytheon noted that the company is on track to complete risk reduction efforts by January 2022. “LRSO will be a critical contributor to the air-launched portion of America's nuclear triad,” said Wes Kremer, president of Raytheon Missiles and Defense. https://www.defensenews.com/smr/nuclear-arsenal/2020/04/20/the-air-force-made-a-surprise-decision-to-sole-source-the-long-range-standoff-weapon-heres-who-will-move-forward/
15 juillet 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense
NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $173,805,431 cost-plus-fixed-fee contract for engineering, technical, design agent and planning yard support for operational strategic and attack submarines. The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research development test and evaluation (Navy) program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $1,043,513,079, and be complete by September 2023. Fiscal 2019 other procurement (Navy); 2019 operations and maintenance (Navy); and 2018 other procurement (Navy) funding in the amount of $24,556,100 will be obligated at time of award, and $4,415,300 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2125). Massa Products Corp., Hingham, Massachusetts, is being awarded a $32,419,133 firm-fixed-price, indefinite-delivery/indefinite-quantity (IDIQ) contract for the design, document, manufacture, test, package and delivery of hydrophones. This requirement is to deliver hydrophones for new-construction platforms to support shipyard installation schedules and to replace failed hydrophones for all in-service platforms. As this is an IDIQ contract, in which only a minimum guarantee is established and all firm government requirements will be established at the order level, it does not include options. Work will be performed in Hingham, Massachusetts, and is expected to be completed by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $1,051,578 will be obligated at time of award via the first delivery order and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-F900). Gryphon Technologies LC, Washington, District of Columbia, is being awarded a $23,842,331 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity services contract with cost reimbursable services for aircraft carrier program management, engineering, technical and logistics support services. The Naval Surface Warfare Center, Philadelphia Division, is the Navy's agent for the program management, engineering, technical and logistical support for hull, mechanical and electrical systems and equipment on Navy aircraft carriers. To execute these responsibilities, the Navy requires the support of engineering, technical, logistical and program management personnel to assist in the support of aircraft carrier type commanders and other Navy activities on Navy aircraft carriers while in port or underway. There are provisions for firm-fixed-price completion orders. As emergent requirements arise, work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and outside of the continental U.S., and is expected to be complete by July 2024. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $62,999 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4022). BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded a $23,456,568 modification (P00043) to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008). This modification provides for services in support of the Naval Air Warfare Center Aircraft Division's Special Communications Mission Solutions Division, to support integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in July 2024. Fiscal 2019 working capital funds (Navy) in the amount of $4,000,000 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, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is being awarded a $23,375,361 cost-plus-fixed-fee order (N00019-19-F-4058) against a previously issued basic ordering agreement (N00019-16-G-0001). This order procures contractor logistics support for the United Kingdom's (UK's) P-8A program and aircraft. Contractor logistics support includes initial acceptance and breakdown of four aircraft and provision of training with an eight-month detachment to the UK to establish initial operational capability as well as subsequent full operational capability, scheduled aircraft maintenance, support equipment maintenance, engineering reach back and technical assistance. Work will be performed in Lossiemouth, Scotland (59%); Seattle, Washington (21%); and Jacksonville, Florida (20%), and is expected to be completed in December 2020. Foreign military sales funds in the amount of $23,375,361 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. Aptim Federal Services LLC, Alexandria, Virginia, is being awarded a $15,309,450 firm-fixed-price task order 0005 (modification 02) under a multiple award construction contract for the cleaning, inspection and repair of mined-in-place military petroleum storage tanks (Red Hill Tanks 14, 17, and 18). The work to be performed provides for the additional repairs in Tank 17 as identified by Aptim Federal Services LLC, and subcontractor, Enterprise Engineering Inc.'s comprehensive American Petroleum Institute 653 out-of-service internal integrity inspection and suitability for service evaluation inspection report. After award of this modification, the total cumulative contract value will be $36,078,000. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by May 2022. Fiscal 2016 working capital funds (Navy) in the amount of $15,309,450 are obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-15-D-1632). U.S. SPECIAL OPERATIONS COMMAND Gentex Corp., Simpson, Pennsylvania, was a awarded a $95,000,000 maximum, indefinite-delivery/indefinite-quantity, firm-fixed-price contract (H92403-19-D-0004) for the purchase of SOF personal equipment advance requirements (SPEAR) coxswain helmet systems, in support of U.S. Special Operations Command (USSOCOM) procurement division. Fiscal 2019 operations and maintenance funds in the amount of $150,000 are being obligated at time of award. This is a five-year contract with a two-year option period. The majority of work will be performed in Simpson and is expected to be completed by July 2024. This contract was awarded through full and open competition and two proposals were received. USSOCOM headquarters, Tampa, Florida, is the contracting activity. ARMY Walsh Federal LLC, Chicago, Illinois, was awarded a $52,929,000 firm-fixed-price contract for the construction of a new two-bay general purpose aircraft maintenance hangar. Bids were solicited via the internet with three received. Work will be performed in Burlington, New Jersey, with an estimated completion date of June 18, 2021. Fiscal 2018 military construction (Air Force) funds in the amount of $52,929,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0011). Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded an $8,000,000 firm-fixed-price contract for Mississippi River stone bank paving, Mississippi River and tributaries flood control, and channel improvement project. 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 Sept. 30, 2020. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-D-0010). DEFENSE LOGISTICS AGENCY Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded a $17,045,952 delivery order (SPRPA1-19-F-KY01) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft high voltage power supplies. This is a firm-fixed-price contract. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2021 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Melbourne, Florida, has been awarded an $11,063,832 delivery order (SPRPA1-19-F-KY00) against a long-term contract (SPM4AX-12-D-9401) for E-2 aircraft power amplifier modules. This is a firm-fixed-price contract. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Florida, with an Oct. 30, 2022 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business https://dod.defense.gov/News/Contracts/Contract-View/Article/1902689/source/GovDelivery/