24 janvier 2023 | International, Aérospatial

Greece builds first locally made combat drone

The Grypas will serve as a multipurpose system equipped for combat assignments.

https://www.c4isrnet.com/unmanned/2023/01/24/greece-builds-first-locally-made-combat-drone/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 14, 2019

    18 février 2019 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité, Autre défense

    Contract Awards by US Department of Defense - February 14, 2019

    NAVY GE Aviation Systems LLC, Vandalia, Ohio, is awarded a $68,177,707 long-term contract for repair of 33 items that are part of the G2/G3 generator converter units used on the F/A-18 aircraft. The contract will include a three-year contract with one two-year option period which, if exercised, the total value of the contract will be $87,116,502. Work will be performed in Coronado, California (70 percent); and Vandalia, Ohio (30 percent). Work is expected to be completed by February 2022; if the option is exercised, work will be completed by February 2024. Working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source, non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-UJ01). CDM Federal Programs Corp., doing business as CDM Smith, Fairfax, Virginia, is awarded a $33,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62470-15-D-4002) for architect–engineering services for utilities engineering and management support projects located throughout the Naval Facilities Engineering Command (NAVFAC) area of responsibility (AOR) worldwide. The primary tasks anticipated under this contract include producing utility system master plans, engineering studies, surveying, field testing, hydraulic modeling, recommended treatment and distribution improvements, electric load and demand modeling, arc-flash and safety hazard analysis, relay coordination, life cycle cost analysis, 1391 documentation and design, development and implementation of standard processes and tools to inventory and manage utility assets, collecting direct condition ratings; performing risk assessment on functional groups of assets, creating a risk based investment strategy, and capital improvement plans; development of standard operating procedures, preventive maintenance plans, and operator training; process and instrumentation drawings/electric system one-line drawings for utility systems; development of Geographic Information Systems for utilities using GPS and mobile field data development and integration of utility information systems to increase the reliable, safe and efficient delivery of utility services; development of best practices and documentation, development of staffing plans, and organizational analysis of public works departments with staffing recommendations, organizational improvements and other related services. After award of this modification, the total cumulative not-to-exceed contract value will be $55,000,000. Critical projects are planned to be performed in the NAVFAC AOR worldwide, including but not limited to, Japan (24 percent); Florida (22 percent); Italy (22 percent); Hawaii (19 percent); Texas (10 percent); and Washington, District of Columbia (2 percent). The term of the contract is not to exceed 60 months, with an expected completion date of February 2020. Future task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy) funds. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity. L3 Communication Systems - West, Salt Lake City, Utah, is awarded a $29,610,900 firm-fixed-price, cost-plus-fixed-fee delivery order to previously awarded basic ordering agreement (N00024-19-G-2304) for the manufacture, integration, test, and delivery of the Tactical Common Data Link Maritime Shipboard Terminal Surface Terminal Equipment (TCDL MST STE) system. This order is for the procurement of the TCDL MST STE system equipment, program management, and respective support, integration, and fitting out. Work will be performed in Salt Lake City, Utah, and is expected to be completed by September 2023. Fiscal 2017, 2018, and 2019 shipbuilding and conversion (Navy) funding in the amount of $25,424,516 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. L-3Communications Vertex Aerospace LLC, Madison, Mississippi, is awarded a $23,420,937 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide contractor owned and operated aircraft for airborne threat simulation capabilities to train shipboard and aircraft squadron weapon systems operations and aircrew to counter enemy electronic warfare and electronic attach operations. Work will be performed at various locations inside and outside the continental U.S., and is expected to be completed in February 2022. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0031). Bahfed Corp.,* Portland, Oregon (N6893619D0011); Impact Components, a California Limited Partnership,* San Diego, California (N6893619D0012); Laguna Components Inc.,* Laguna Beach, California (N6893619D0013); Pacific IC Source,* Yucaipa, California (N6893619D0014); and Vizocom ICT LLC,* El Cajon, California (N6893619D0015), are each awarded indefinite-delivery/indefinite-quantity contracts. The estimated aggregate ceiling for all contracts is $20,000,000, with the companies having an opportunity to compete for individual orders. These contracts provide for various types of commercially-available electronic components, manufactured from several different materials, in different forms, shapes, sizes, and complexity in support of the Naval Air Warfare Center Weapons Division's Applied Manufacturing Technology Division (Code 475000D). Work will be performed in Portland, Oregon (20 percent); San Diego, California (20 percent); Laguna Beach, California (20 percent); Yucaipa, California (20 percent); and El Cajon, California (20 percent), and is expected to be completed in February 2024. Fiscal 2019 working capital funds (Navy) in the amount of $21,886 will be obligated at time of award, none of which will expire at the end of the current fiscal year. These contracts were competitively procured via a 100 percent small business set-aside electronic request for proposals with six offers received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $17,288,213 cost-plus-incentive-fee contract modification to previously-awarded contract N00024-17-C-6259 to exercise options for Navy equipment, engineering services and required material. 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 September 2022. Fiscal 2019 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $16,823,290 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. Bell Boeing Joint Project Office, Amarillo, Texas, was awarded $10,656,686 for modification P00002 to a previously issued delivery order (N0001918F1645) placed against basic ordering agreement, N00019-17-G-0002. This modification exercises the option to procure 12 A-Kits to retrofit legacy fleet aircraft with the AN/APR-39D(V)2, AN/AAQ-24B(V)27, and the ALE-47 Power Performance Computing, upgrading the MV-22 from Configuration A to Configuration C. In addition, this modification provides for the procurement of 12 APR-39D(V)2 A-Kits to install the AN/APR-39D (V)2 system on any of the 48 previously Integrated Aircraft Survivability Equipment retrofitted aircraft, upgrading the MV-22 from Configuration B to Configuration C. Work will be performed in Ridley Park, Pennsylvania (65 percent); Miramar, California (14 percent); New River, North Carolina (13 percent); Fort Worth, Texas (6 percent); St. Louis, Missouri (1 percent); and various locations within the continental U.S. (1 percent), and is expected to be completed in September 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $10,656,686 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. (Awarded Feb.11, 2019) AIR FORCE Tecolote Research Inc., El Segundo, California, has been awarded a $38,784,990 cost-plus-fixed-fee contract for Space and Missile Systems Center acquisition and financial support services. This contract provides the Remote Sensing Systems Directorate with a broad range of acquisition, financial, and administrative capabilities to execute effective and responsive integrated program management of space-related research, development, production, sustainment, and lifecycle acquisition activities. Work will be performed in El Segundo, California, and is expected to be complete by Aug. 17, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 space procurement funds in the amount of $939,196; fiscal 2019 operations and maintenance funds in the amount of $707,006; and fiscal 2019 research, development, test and evaluation funds in the amount of $4,952,516 are being obligated at the time of award. Space and Missile Systems Center Remote Sensing Systems Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8810-19-F-0003). Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity (IDIQ) contract for Advanced Turbine Technologies for Affordable Mission (ATTAM) capability Phase I. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. This approach extends to a range of legacy, emerging, and future military propulsion, power and thermal technology needs in multiple applications. Work will be performed in Redondo Beach, California, and is expected to be completed by Feb. 8, 2027. This award is the result of a competitive acquisition and 54 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 2018 research, development, test and evaluation funds in the amount of $5,000; and fiscal 2019 research, development, test and evaluation funds in the amount of $315,000 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-2060, FA8650-19-F-2075). ARMY PAE Government Systems Inc., Arlington, Virginia, was awarded a $27,574,855 modification (P00010) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for contractor logistic support efforts to the Afghan National Defense and Security Forces. Work will be performed in Hikia, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $27,574,855 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $9,136,250 firm-fixed-price contract for Canaveral Harbor maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Canaveral, Florida, with an estimated completion date of Dec. 30, 2019. Fiscal 2019 operations and maintenance, Army funds in the amount of $9,163,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0010). DEFENSE ADVANCED RESEARCH PROJECTS AGENCY System High Corp., Chantilly, Virginia, has been awarded a $24,200,840 modification (P00019) to previously awarded task order HR0011-17-F-0001 for program security services. The modification brings the total cumulative face value of the task order to $69,223,019 from $45,022,179. Work will be performed in Arlington, Virginia, with an expected completion date of March 2020. Fiscal 2019 research and development funds in the amount of $21,769,143 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. U.S. TRANSPORTATION COMMAND Vane Line Bunkering Inc., Baltimore, Maryland, has been awarded contract modification (P00030) on contract HTC71113CW015 in the amount of $16,952,486. This modification provides continued transportation of bulk jet fuel and marine diesel fuel by barge for the Defense Logistics Agency-Energy in the U.S. Atlantic Region. Performance is from Mar. 1, 2019, to Aug. 31, 2019. Fiscal 2019 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $139,538,998 from $122,586,512. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded a $9,763,000 cost-plus fixed-fee contract. The contract is to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in the National Capital Region, including Arlington and Alexandria, Virginia. Fiscal 2018 - fiscal 2019 research, development, test, and evaluation funds in the amount of $5,460,000; fiscal 2019 – fiscal 2020 research, development, test, and evaluation funds in the amount of $3,576,000; and fiscal 2019 operations and maintenance funds in the amount of $727,000 are being obligated on this award. The expected completion date is Dec. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-13-D-0003). *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1758484/source/GovDelivery/

  • Opening Statement by CISA Director Jen Easterly | CISA

    30 avril 2024 | International, Sécurité

    Opening Statement by CISA Director Jen Easterly | CISA

  • Contract Awards by US Department of Defense - September 21, 2018

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

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

    Contracts for Sept. 21, 2018 CONTRACTS DEFENSE LOGISTICS AGENCY Harris Corp., Clifton, New Jersey, has been awarded a maximum $255,421,604 fixed-price, requirements contract for B-52 and C-130 Special Operation Forces aircraft parts. This is a seven-year contract with no option periods. 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 New Jersey with a May 24, 2026, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-18-D-0014). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $48,365,907 firm-fixed-price delivery order (SPRPA1-18-F-LS9Q) against basic ordering agreement SPRPA1-15-G-001Y for V-22 PRGB right hand aircraft assembly parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 21, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $48,365,907 firm-fixed-price delivery order (SPRPA1-18-F-LS9R) against basic ordering agreement SPRPA1-15-G-001Y for V-22 PRGB left hand aircraft assembly parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. Location of performance is Texas, with an April 21, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Interstate Storage and Pipeline Co., Nashua, New Hampshire, has been awarded a maximum $42,888,271 firm-fixed-price contract for contractor-owned, contractor-operated storage and handling facilities. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six months. Locations of performance are New Hampshire and New Jersey, with a Sept. 30, 2022, performance completion date. Using customers are Army, Air Force, Navy, Coast Guard and other federal government agencies. Type of appropriation is fiscal 2018 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-18-C-5026). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $35,262,656 firm-fixed-price, requirements contract for High Mobility Multipurpose Wheeled Vehicle parts. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a Sept. 6, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0138). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $18,439,388 firm-fixed-price, requirements contract in support of the V-22 aircraft platform hub assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is Texas, with an April 30, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2026 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS9S). Bell Helicopter Textron Inc., Fort Worth, Texas, has been awarded a maximum $13,655,072 firm-fixed-price, requirements contract in support of the V-22 aircraft platform hub assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), in accordance with Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. Location of performance is Texas, with an Oct. 31, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2025 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-F-LS9T). Gentex Corp., Simpson, Pennsylvania, has been awarded a maximum $12,719,425 modification (P00011) exercising the fourth one-year option period of a one-year base contract (SPM1C1-14-D-1078) with four one-year option periods for the aircrew integrated helmet system, HGU-56/P and components. This is a firm-fixed-price, requirements contract. Location of performance is Pennsylvania, with a Sept. 25, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Bluewater Defense Inc., Corazol, Puerto Rico, has been awarded a maximum $12,315,000 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-18-D-1030) with four one-year option periods for Army Combat Uniform coats and trousers. The modification brings the maximum dollar value of the contract to $24,564,000 from $12,249,000. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 23, 2019, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Labatt Food Service, San Antonio, Texas, has been awarded a maximum $9,954,437 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) as stated in the Federal Acquisition Regulation 6.302-1. This is a 238-day contract with no option periods. Locations of performance are Texas and New Mexico, with a May 18, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-3202). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $9,550,512.00 firm-fixed-price contract for control-display units. 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-time buy contract. Location of performance is Iowa, with an Oct. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-C-0061). (Awarded Sept. 20, 2018) Constellation NewEnergy Inc., Baltimore, Maryland, has been awarded a maximum $8,219,513 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary/incidental services. This was a competitive acquisition with five offers received. This is a two-year contract with no option periods. Locations of performance are Maryland and New York, with a Dec. 31, 2020, performance completion date. Using customers are Customs and Border Protection, Department of Labor, and Department of Energy. Using customers are solely responsible to fund this requirements contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE60418D8012). AIR FORCE JT4 LLC, Las Vegas, Nevada, has been awarded a $222,100,000 cost-plus-award-fee modification (P00004) to contract FA8240-18-C-7218 for technical engineering services. This modification provides for updated technical performance requirements and exercises the first available option for range engineering services to be performed at Edwards Air Force Base, California; Nevada Test and Training Range, Nellis AFB, Nevada; Utah Test and Training Range, Hill AFB, Utah; and the Naval Air Warfare Center Weapons Division Ranges at China Lake and Pt. Mugu, California. The work is expected to be completed by Sept. 30, 2019. Fiscal 2018 operations and maintenance funds; and working capital funds in the amount of $17,200,000 are being obligated at the time of award. The total cumulative face value of the contract is $289,100,000. Air Force Test Center, Hill AFB, Utah, is the contracting activity. Chugach Federal Solutions Inc., has been awarded a not-to-exceed $19,495,814 firm-fixed-price modification to contract FA500-13-C-00005 for Installation Support Services – Geographically Separated Locations. This contract modification provides operations and maintenance of installation infrastructure, utilities, services, and airfields capable of receiving emergency aircraft diverts within 30 minutes notice for Eareckson Air Station, Alaska; King Salmon Airport, Alaska; and Wake Island Airfield, Wake Island. Work will be performed at Eareckson Air Station, Alaska, and is expected to be completed Sept. 30, 2019. Fiscal 2018 operations and maintenance funds in the amount of $2,453,001 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity. Raytheon Co., Fort Wayne, Indiana, has been awarded a $14,071,825 cost-plus-fixed-fee contract for Phase II risk reduction for the Airborne Warning and Control System (AWACS). This contract provides for risk reduction activities related to early system-level integration; AWACS-specific modifications to the existing sensor electronics unit; AWACS-specific antenna solutions; and integration prototyping. Work will be performed in Fort Wayne, Indiana, and is expected to be completed by March 20, 2020. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,612,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0065). L3 Technologies Inc., Arlington, Texas, has been awarded an $8,655,585 firm-fixed-price contract modification (P00193) to contract FA8621-09-C-6292 for the F-16 Mission Training Center (MTC). The contract modification is for incorporation of the F-16 MTC distributed mission operations mission package 18 standards update engineering change proposal. Work will be primarily performed in Arlington, Texas, and is expected to be completed by Nov. 29, 2019. Fiscal 2018 operations and maintenance funds in the amount of $8,655,585 are being obligated at the time of award. Total cumulative face value of the contract is $605,958,036. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. ARMY American Ordnance LLC, Middletown, Iowa, was awarded a $92,341,823 modification (P00017) to contract W15QKN-15-C-0044 for the acquisition of M918E1 40mm high velocity target practice cartridge. Work will be performed in Middletown, Iowa; Bonaparte, Iowa; Mountainside, New Jersey; Lynchburg, Virginia; O'Fallon, Missouri; Radford, Virginia; Coachella, California; and Louisville, Kentucky, with an estimated completion date of Nov. 30, 2020. Fiscal 2017 and 2018 other procurement, Army funds in the amount of $92,341,823 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. LOC Performance,* Plymouth, Michigan, was awarded a $58,838,967 modification (0002) to contract W56HZV-17-D-0078 for 345 each Bradley Engineering Change Proposal kits and installation. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 15, 2020. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. American Ordnance LLC, Middletown, Iowa, was awarded a $56,883,137 modification (0003 19) to foreign military sales (Austria and Lebanon) contract W52P1J-16-D-0050 for 155mm HE projectile M795 TNT. Work will be performed in Middleton, Iowa, with an estimated completion date of Dec. 31, 2021. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Ernst & Young LLP, Washington, District of Columbia, was awarded a $24,026,244 time-and-materials contract for commercial audit support services. Bids were solicited via the internet with two received. Work will be performed in Washington, District of Columbia, with an estimated completion date of Sept. 20, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $644,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-F-0238). SRCTEC LLC, Syracuse, New York, was awarded a $20,429,720 modification (P00002) to contract W56KGY-15-D-0022 for reliability, maintainability, and improvement kits to upgrade the Duke V3 system. 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 Sept. 22, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Creative Times Dayschool Inc., doing business as Creative Times,* Ogden, Utah, was awarded a $20,264,866 firm-fixed-price contract for construction of classrooms, conference rooms, training space, instructor offices, supply rooms, team rooms for training, administrative space, elevator, building information systems, and covered training area (General Instruction Building). Bids were solicited via the internet with six received. Work will be performed in Tucson, Arizona, with an estimated completion date of March 16, 2020. Fiscal 2018 military construction funds in the amount of $20,264,866 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0036). Northrop Grumman Systems Corp., Boulder, Colorado, was awarded a $15,156,662 modification (P00069) to contract W9113M-12-C-0005 for operational systems. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 30, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $15,156,662 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Mission 1st Group Inc.,* Arlington, Virginia, was awarded a $14,538,390 modification (P00020) to contract W52P1J-15-F-0039 for subject matter experts to assist with theater communications and networking infrastructure mission requirements, as well as perform critical functions such as project management and information assurance. Work will be performed in Kuwait, Afghanistan, and Jordan, with an estimated completion date of March 23, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $2,522,577 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. GP Strategies Corp., Columbia, Maryland, was awarded a $13,356,046 modification (0005) to contract W52P1J-15-D-0087 for life cycle logistics support and chemical demilitarization training facility operation and maintenance. Bids were solicited via the internet with one received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 23, 2020. Fiscal 2018 operations and maintenance Army; and research, development, test and evaluation funds in the combined amount of $13,356,046 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Information Technology Inc., Fairfax, Virginia, was awarded a $12,190,571 modification (P00010) to contract W81XWH-17-F-0078 for services to support all aspects of the U.S. Army Medical Materiel Development Activity mission. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 25, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $12,190,571 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Sam Houston, Texas, is the contracting activity. (Awarded Sept. 13, 2018) Jjbrun JV LLC,* San Antonio, Texas, was awarded a $11,396,361 firm-fixed-price contract to design and construct an ambulatory care center, dental addition and alteration to existing clinic at Schriever Air Force Base, Colorado. Three bids were solicited with two bids received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of May 14, 2021. Fiscal 2014 and 2018 military construction; and operations and maintenance Army funds in the combined amount of $11,396,361 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-F-0281). City of Aberdeen, Aberdeen, Maryland, was awarded a $10,469,784 modification (P00099) to contract DAAD05-99-C-0008 for water and wastewater utility capital improvements. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $4,720,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Tompco-Triton,* Seabeck, Washington, was awarded a $10,050,800 firm-fixed-price contract for repairs to bridges at Military Ocean Terminal Concord, California. Bids were solicited via the internet with one received. Work will be performed in Concord, California, with an estimated completion date of Oct. 1, 2019. Fiscal 2018 military construction funds in the amount of $10,050,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0037). Goodloe Marine Inc.,* Wimauma, Florida, was awarded a $9,362,765 firm-fixed-price contract for Atlantic Intercostal Waterway maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Nov. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,362,765 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-18-C-0011). L3 Technologies Inc., Salt Lake City, Utah, was awarded a $9,054,373 firm-fixed-price contract to procure RQ-7B Shadow spares. One bid was solicited with one bid received. Work will be performed in Salt Lake City, Utah, with an estimated completion date of March 31, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $9,054,373 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0233). AeroVironment, Monrovia, California, was awarded an $8,868,341 firm-fixed-price foreign military sales (Estonia) contract for RQ-20B Puma AE II. One bid was solicited with one bid received. Work will be performed in Monrovia, California, with an estimated completion date of March 23, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $8,868,341 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0219). Power Engineering Construction Co., Alameda, California, was awarded a $7,110,250 firm-fixed-price contract for pier repairs at Military Ocean Terminal Concord, California. Bids were solicited via the internet with one received. Work will be performed in Concord, California, with an estimated completion date of May 1, 2019. Fiscal 2018 military construction funds in the amount of $7,110,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0046). NAVY Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded $64,800,000 for firm-fixed-price delivery order N0001918F2470 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for the low rate initial production 3 initial spares operational requirement to support organizational level maintenance for the MQ-4C Triton Unmanned Aircraft System Multi-Function Active Sensor (MFAS). The initial spares requirement consists of six antenna group assemblies, six wideband receivers/exciters, ten radar signal processors (RSP), two antenna drive electronics and two RSP external power supplies for the MFAS. Work will be performed in Linthicum, Maryland (35 percent); Andover, Massachusetts (21.5 percent); Baltimore, Maryland (12.3 percent); Exeter, New Hampshire (9.1 percent); San Diego, California (6.3 percent); Annapolis, Maryland (4.5 percent); Stafford Springs, Connecticut (3.8 percent); Hampstead, Maryland (2 percent); various locations within the continental U.S. (4.8 percent), and various locations outside the continental U.S. (0.7 percent), and is expected to be completed in June 2022. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $64,800,000 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Integrated Defense Systems, St. Petersburg, Florida, is awarded a $61,992,392 cost-plus-fixed-fee, cost-only modification to previously awarded contract (N00024-13-C-5212) for Cooperative Engagement Capability (CEC) design agent and engineering services requirements. CEC is a sensor netting system that significantly improves battle force anti-air warfare capability by extracting and distributing sensor-derived information such that the superset of this data is available to all participating CEC units. CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple, or layered engagement strategies. This contract combines purchases for the Navy (86 percent) and the governments of Australia (9 percent) and Japan (5 percent) under the foreign military sales (FMS) program. Work will be performed in St. Petersburg, Florida, and is expected to be completed by September 2019. Fiscal 2018 and 2017 research, development, test and evaluation (Navy); 2018 other procurement (Navy); foreign military sales (Australia, Japan); fiscal 2018 operations and maintenance (Navy and Marine Corps), funding in the amount of $8,617,678 will be obligated at the time of award and funds in the amount of $690,772 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. L3 Technologies Inc., Londonberry, New Hampshire, is awarded a $48,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Squad Aiming Lasers (SAL), spare parts, and training in support of U.S. Special Operations Command. The SAL is a compact, ruggedized, aiming, pointing and illuminating laser system for compact rifles and assault rifles. This contract includes options which, if exercised, would bring the performance period to ten years. Work will be performed in Londonberry, New Hampshire, and is expected to be completed by September 2023. If options are exercised, work will continue through September 2028. Fiscal 2018 Defense-wide procurement funding in the amount of $8,668,680 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 five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JQ27). Johnson Controls Navy Systems LLC, York, Pennsylvania, is awarded a $38,941,842cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services in support of Naval research, development, testing and evaluation program for shipboard air conditioning and refrigeration programs. The services under this contract will provide for development and fabrication of compressors, control systems, refrigeration systems and air conditioning systems and technology integration kits based upon current Navy designs, testing and qualification of modified air conditioning and refrigeration systems; installation start-up services; carryout engineering analyses and in-service field support. Work will be performed in York, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated at time of award and will 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-4007). Kranze Technology Solutions Inc.,* Prospect Heights, Illinois, is awarded a $37,370,955 firm-fixed-price, cost-plus-fixed-fee contract to support production, testing, installation, supportability, and technical documentation upgrades on an emerging Command, Control, Communications, Computers, and Intelligence suite of equipment known as the Roll On/Roll Off Communications Suite for the V-22 Program. Work will be performed in Prospect Heights, Illinois, and is expected to be completed in September 2020. Fiscal 2017 and 2018 aircraft procurement (Navy) and fiscal 2018 research, development, test and evaluations (Navy) funds in the amount of $37,370,955 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 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0780). G-W Management Services LLC,* Rockville, Maryland (N40080-17-D-0022); Desbuild Inc.,* Hyattsville, Maryland (N40080-17-D-0023); CFM/Severn JV,* Millersville, Maryland (N40080-17-D-0025); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0026); C.E.R. Inc.,* Baltimore, Maryland (N40080-17-D-0027); and Tidewater Inc.,*Elkridge, Maryland (N40080-17-D-0028), are awarded Option Year One under a previously awarded firm-fixed-price multiple award contract for design and construction services within the Naval Facilities Engineering Command (NAVFAC) Washington Integrated Product Team (IPT) Gold area of responsibility (AOR). The combined total value for all six contractors is $33,000,000. The total contract amount after exercise of this option will be $66,000,000. No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Washington IPT Gold AOR to include Washington, District of Columbia (40 percent); Virginia (40 percent); and Maryland (20 percent). The term for this option is from September 2018 to September 2019. Future task orders will be primarily funded by fiscal 2019 military construction, (Navy); fiscal 2019 operations and maintenance (Navy and Marine Corps); and fiscal 2019 Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity. BAE Systems Hawaii Shipyards Inc., Honolulu, Hawaii, is awarded a $31,927,422 cost-plus-award-fee, cost-plus-incentive-fee modification to definitize previously-awarded undefinitized contract action N00024-14-C-4412 for scheduled extended docking selected restricted availability (EDSRA) for USS Hopper (DDG 70), homeported in Honolulu, Hawaii. A focal point of the work is to support alteration installation team modernization packages. The scheduled EDSRA is the opportunity in the ship's life cycle primarily to conduct repair and alteration to systems that will update and improve the ship's military and technical capabilities. Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by July, 2020. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $19,641,877, fiscal 2018 other procurement (Navy) funding in the amount of $2,790,109, and fiscal 2018 working capital funds (Navy) in the amount of $111,793, will be obligated at time of award. Fiscal 2018 operations and maintenance (Navy) funding will expire at the end of the current fiscal year. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. Telephonics Corp., Farmingdale, New York, is awarded a not-to-exceed $23,523,298 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of AN/ZPY-4 Radar supplies for the MQ-8B Fire Scout Unmanned Air System for the Navy. The maximum quantities that can be procured under this contract include a quantity of 14 complete AN/ZPY-4 Radar sets; 17 antenna pedestals; 17 receiver transmitters; 20 signal processors; 48 waveguide assemblies; 15 harness assemblies; 15 radio frequency (RF) cable assemblies (W110); 15 RF cable assemblies (W111); 15 RF cable assemblies (W112); 19 Radar Command and Control Systems. Work will be performed in Huntington, New York, and is expected to be completed in September 2019. No funds are being obligated 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 (N0001918D0130). The Boeing Co., St. Louis, Missouri, is awarded $22,757,050 for modification P00009 to a delivery order (0025) previously issued against basic ordering agreement N00019-16-G-0001. This modification exercises an option for engineering, logistics, and program management in support of F/A-18A-D, E-F and EA-18G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2019. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,157,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Advancia Technologies LLC,* Milwaukee, Wisconsin, is awarded a ceiling price $20,054,685 indefinite-delivery/indefinite-quantity contract to provide non-centrally managed Home Station Role Players services. Work will be performed at 11 active duty and reserve Fleet Marine Force training locations (Camp Lejeune, North Carolina; Bogue Field, North Carolina; Quantico Marine Corps Base, Virginia; Fort Story (Joint Expeditionary Base), Virginia; Fort A.P. Hill, Virginia; Camp Pendleton, California; Twentynine Palms, California; Bridgeport, California; Fort Hunter Liggett, Monterey County, California; Yuma, Arizona; and Hawaii); and work will be completed by Sept. 21, 2020. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $543,800 will be obligated on the first task order immediately following contract award and funds will expire the end of the current fiscal year. This contract was not competitively procured 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 (M67854-18-D-7850). L-3 Vertex Aerospace LLC, Madison, Mississippi, is awarded $16,332,950 for modification P00007 to a previously awarded firm-fixed-price, cost-reimbursement indefinite-delivery/indefinite-quantity contract (N61340-17-D-0005) to exercise an option to provide for intermediate level maintenance, repair, and logistics services in support of the Chief of Naval Aircraft Training aircraft. Work will be performed at the Naval Air Station (NAS) Pensacola, Florida (50 percent); NAS Corpus Christi, Texas (45 percent); and NAS Whiting Field, Florida (5 percent), and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. MACNAK Construction LLC,* Lakewood, Washington, is awarded $11,737,841 for firm-fixed-price task order N4425518F4410 under a previously awarded multiple award construction contract (N44255-17-D-4013) for the removal and replacement of three generators at Naval Radio Station Jim Creek. The work to be performed provides for the removal and replacement of two existing Mitsubishi generators in Building 76 and one Worthington generator in Building 38. This work also includes modifications to Building 39 which include the removal of the fan room, remote radiators, fuel pumps, fuel day tanks, fuel piping, and switch gear. Additional requirements for Building 39 include seismic upgrades, installation of a fire sprinkler and alarm system, and demolishing and replacing the restroom. Work will be performed in Arlington, Washington, and is expected to be completed by December 2020. Navy working capital funds in the amount of $11,737,841 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. BEAT LLC,* San Antonio, Texas (N62645-18-D-5060); and QED Systems Inc., Virginia Beach, Virginia (N62645-18-D-5065), are each awarded a firm-fixed-price, indefinite-delivery/indefinite quantity, multiple award task order contract for Dental Digital Imaging (DDI) systems in support of various Naval Dental Treatment Facilities. These contracts have a combined maximum aggregate dollar value of $11,587,255. The multiple award contracts have a five year ordering period or until the time that orders totaling the sum of the maximum quantities have been issued, whichever occurs first. Places of performance will be various dental treatment facilities yet to be determined - specific sites will be specified on individual delivery orders as they are issued. Work is expected to be completed by Sept. 27, 2023. Initial task orders using fiscal 2018 Defense Health Program other procurement funds will be obligated upon award in the amount of $742,943 to BEAT LLC, and $477,579 to QED Systems Inc., and will not expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity. U.S Marine Management Inc., Norfolk, Virginia, is awarded a $10,545,649 modification under a previously awarded firm-fixed-price contract (N3220517C3503) to fund the second one-year option period for one U.S. flagged Jones Act Tanker, M/T Maersk Peary for the transportation of petroleum products in support of Operation Deep Freeze in accordance with the terms of the charter. The vessel is capable of deployment to worldwide locations. Work will be performed worldwide and is expected to be completed Sept. 30, 2021. Subject to availability of funds, fiscal 2019 working capital funds (Transportation) funds in the amount of $10,545,649 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with eight proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. BAE Systems, Rockville, Maryland, is awarded $9,919,748 for firm-fixed-price contract modification P00001 under a previously awarded contract (N00604-18-C-4001) to exercise option period one for munitions handling and management services which involves receiving, storing, segregating, issuing, inspecting, and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands. This contract includes a nine-month base period, and four 12-month option periods. The exercise of this option will bring the estimated value of the contract to $14,835,063, and if all options are exercised, it will bring the total value to $44,923,252. Work will be performed in Ewa Beach, Hawaii, and work is expected to be completed by September 2019; if all options on the contract are exercised, work will be completed by September 2022. Subject to availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the full amount of $9,919,748 will be obligated once the modification to exercise option year one is awarded, and funds will not expire before the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with one offer received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity. Textron Aviation Defense LLC, Wichita, Kansas, is awarded $7,263,870 for modification P00013 to exercise an option to a previously awarded firm-fixed-price, cost-reimbursement contract (N00019-15-C-0124). This option provides for the procurement of 255 Automatic Dependent Surveillance-Broadcast (AD-B) Out production kits for the T-6 aircraft for the Navy (251) and the Army (4). The ADS-B Out capability ensures receipt of information in real-time precision, shared situational awareness, advanced applications for pilots and controllers. Work will be performed in Wichita, Kansas, and is expected to be completed in September 2019. No funds will be obligated at time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center, Training Systems Division, Orlando, Florida, is the contracting activity. WASHINGTON HEADQUARTERS SERVICES University of Alaska Fairbanks Geophysical Institute, Fairbanks, Alaska, has been awarded an indefinite-delivery/indefinite-quantity contract with a $46,730,000 ceiling for a DoD-wide University Affiliated Research Center (UARC) for research, development, testing, and evaluation services in the area of geophysical detection of nuclear proliferation. The UARC will be managed by the Office of the Deputy Assistant Secretary of Defense for Threat Reduction and Arms Control, reporting to the assistant secretary of defense for nuclear, chemical, and biological defense programs. This was a sole-source acquisition in accordance with Federal Acquisition Regulation 6.302-3(a)(2)(ii). The face value of this action is a ceiling amount of $46,730,000. No funding is issued with the award. Funding will be executed at the task order level using operations and maintenance; and research, development, test and evaluation funds. Work will be performed in Fairbanks, Alaska. The period of performance is a five-year ordering period. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-18-D-0027). DEPARTMENT OF DEFENSE EDUCATION ACTIVITY NCS Technologies Inc., Gainesville, Virginia, is awarded firm-fixed priced delivery order HE125418F3012 in the amount of $15,844,337 via the NASA Solutions for Enterprise-Wide Procurement (SEWP) for life-cycle replacement of laptop and desktop computers with storage carts to be delivered to multiple Department of Defense Education Activity (DoDEA) schools and offices in the U.S., Europe and Pacific areas. DoDEA received eight quotes. The one time purchase will use operations and maintenance funding. DoDEA Headquarters, Alexandria, Virginia, is the contracting activity. *Small Business https://dod.defense.gov/News/Contracts/Contract-View/Article/1642195/source/GovDelivery/

Toutes les nouvelles