10 décembre 2018 | International, Aérospatial

Why the Navy will deactivate an F-35 Squadron next year

By:

The Navy will deactivate the Grim Reapers of Strike Fighter Squadron 101, consolidating all Joint Strike Fighter operations and training at California's Naval Air Station Lemoore, officials confirmed on Friday.

The squadron has been based at Eglin Air Force Base in Florida. It was reactivated in 2012 as the Navy's initial F-35C fleet replacement squadron. At the time, the Navy, Marine Corps and Air Force Joint Strike Fighter replacement squadrons were located there as well.

The move of the Grim Reapers' 15 aircraft is slated to be effective on July 1, according to OPNAV notice 5400.

“The Navy is moving forward with the deactivation of VFA-101 at Eglin AFB next year, and the re-alignment of F-35C assets into Strike Fighter Squadrons to support VX-9 Detachment Edwards AFB, Air Warfare Development Command (NAWDC) at NAS Fallon and maintain Fleet Replacement Squadron (FRS) production at VFA-125, while transitioning Navy and Marine Corps F/A-18 Hornet squadrons to the F-35C Lightning II,” wrote Lt. Travis Callaghan, a Naval Air Forces spokesman, in an email to Navy Times.

The shift to California should see the Grim Reapers' 29 officers and 239 enlisted personnel replace their patches with those of the “Rough Raiders” of Strike Fighter Squadron 125, Lemoore's F-35C replacement squadron.

“This will co-locate the fleet replenishment squadron production of pilots directly into the operational squadrons scheduled for transition to F-35C,” according to a note in the directive ordering the move.

The extra aircraft, pilots and maintainers at Lemoore are expected to help the Pentagon meet its testing and evaluation requirements for the the Navy's first operational fleet F-35C squadron, VFA-147,

That major milestone for the Navy's JSF program is still slated to happen in 2019. The maiden overseas deployment of VFA-147 is anticipated in 2021 while embarked on the aircraft carrier Carl Vinson.

Deactivating VFA-101 wasn't the Navy's original plan.

Officials wanted to move the squadron to Lemoore in early 2017. Then the Navy decided to keep VFA-101 at Eglin and stood up a second training squadron, VFA-125, at Lemoore.

At the time, officials told Navy Times there was “no plan in the foreseeable future for VFA-101 to be stood down” because “the requirement is for two FRS while we are transitioning squadrons.”

The Grim Reapers could be resurrected if the Navy chooses to have an F-35 replacement squadron on both coasts. The OPNAV note requires the Navy to “maintain VFA 101 squadron lineage (name, UIC, insignia, call sign, etc.) for future reactivation.”

But bringing the Grim Reapers back to life likely won't happen for at least a decade. That's because the Navy has yet to start the process of naming a home base for its East Coast F-35Cs. It requires extensive environmental impact studies before senior leaders make the final decision on where the squadrons will go. And that, Navy officials say, isn't expected to start until the mid-2020′s at the earliest.

https://www.navytimes.com/news/your-navy/2018/12/07/why-the-navy-will-deactivate-an-f-35-squadron-next-year/

Sur le même sujet

  • Contract Awards by US Department of Defense - February 27, 2020

    28 février 2020 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - February 27, 2020

    ARMY Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $1,142,750,791 modification (P00038) to contract W31P4Q-18-C-0049 for Guided Multiple Launch Rocket Systems. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 30, 2022. Fiscal 2018, 2019 and 2020 procurement appropriations, Army, and 2020 Foreign Military Sales (Romania and the Republic of Korea) funds in the combined amount of $1,142,750,790.62 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CBRE, Cleveland, Ohio (W912DY-20-D-0055); EMCOR, Arlington, Virginia (W912DY-20-D-0024); Facilities Services Management Inc.,* Clarksville, Tennessee (W912DY-20-D-0056); Quality Services International LLC,* San Antonio, Texas (W912DY-20-D-0057); Hospital Housekeeping Systems LLC, Dripping Springs, Texas (W912DY-20-D-0058); Sodexo Management Inc., Gaithersburg, Maryland (W912DY-20-D-0059); Valiant Government Services, Hopkinsville, Kentucky (W912DY-20-D-0060); J&J Worldwide Services, Austin, Texas (W912DY-20-D-0061); VW International,* Alexandria, Virginia (W912DY-20-D-0062); and Zero Waste Solutions, Concord, California (W912DY-20-D-0063), will compete for each order of the $396,000,000 firm-fixed-price contract to provide specialized services to support Army, Air Force, Navy and Defense Health Agency medical facilities throughout the U.S. and outside the U.S. (Republic of Korea, Japan, Thailand, Germany, England, Portugal, Turkey and Italy). Work locations and funding will be determined with each order, with an estimated completion date of Feb. 26, 2025. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. Raytheon Integrated Defense Systems, Huntsville, Alabama, was awarded a $92,000,000 cost-no-fee, firm-fixed-price, fixed-price-level-of-effort contract for the Army Integrated Air and Missile Defense Plug & Fight A-Kit, materials and support. 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 Feb. 29, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-F-0150). R. C. Construction Co. Inc., Greenwood, Alabama, was awarded a $30,127,950 firm-fixed-price contract for construction of a 3,850 square foot pre-engineered building. Bids were solicited via the internet with four received. Work will be performed in Hurlburt, Florida, with an estimated completion date of Feb. 14, 2023. Fiscal 2018 military construction, Army funds in the amount of $30,127,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0009). Accenture Federal Services, Arlington, Virginia, was awarded a $21,718,289 modification (P00032) to contract W52P1J-17-C-0022 to exercise option period two of the General Fund Enterprise Business System - Sensitive Activities. Work will be performed in Arlington, Virginia, with an estimated completion date of May 31, 2021. Fiscal 2020 research, development, test and evaluation, Army and operations and maintenance, Army funds in the amount of $21,718,289 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $18,026,834 modification (P00099) to contract W56HZV-17-C-0067 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 26, 2021. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army; 2020 operations and maintenance, Army; 2020 Foreign Military Sales (Kuwait); and 2020 Army working capital funds in the amount of $18,026,834 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. NAVY Raytheon Missile Systems Inc., Tucson, Arizona, is awarded a $90,421,317 cost-plus-incentive-fee contract for the engineering and manufacturing development (EMD) phase of the Joint Multiple Effects Warhead System (JMEWS). The EMD effort includes the design, integration, test and evaluation of the JMEWS. Work will be performed in Tucson, Arizona (79%); Cincinnati, Ohio (15%); Plymouth, Minnesota (3%); and Rocket Center, West Virginia (3%), and is expected to be completed by November 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,162,342 and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,374,456 will be obligated at time of award, $1,162,342 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0004). DZSP 21 LLC, Marlton, New Jersey, is awarded a $60,187,207 cost-plus-fixed-fee contract modification to add and exercise a 6-month option period for base operating support (BOS) services at Joint Region Marianas. After award of this option, the total cumulative contract value will be $199,520,375. Work will be performed at various locations on the island of Guam, and is expected to be completed by August 2020. The work will provide facility and BOS for the following services: management and administration, port operations, ordnance, material management, facility management, sustainment, restoration and modernization, electrical, wastewater, steam, hot water and demineralized water, potable water, transportation and environmental. Fiscal 2020 working capital funds (Defense); fiscal 2020 transportation Air Force working capital funds; fiscal 2020 operations and maintenance (Navy, Air Force, Defense); fiscal 2020 family housing operations and maintenance (Navy); fiscal 2020 operations and maintenance (Marine Corps, Army, Army National Guard and Air National Guard); fiscal 2020 health program funds (Defense); fiscal 2020 General Fund; and fiscal 2020 commissary agency (Defense) contract funds in the amount of $60,187,207, of which $56,278,824 will be obligated on this award, $3,908,383 will be incrementally funded, and all will expire at the end of the current fiscal year. This contract modification was issued as a sole-source procurement under the authority of 10 U.S. Code 2304(c)(1) as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-19-C-1175). Cass Holdings LLC,* Oklahoma City, Oklahoma, is awarded a $43,516,006 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for the refurbishment of AM2 Matting packages to include Landing Matting (F71/F72), Heavy Duty Matting (F73) and Spacer Matting (F78) in accordance with Naval Air Systems Command drawing package instructions and directives in support of the aircraft launch and recovery equipment's expeditionary airfield program. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed in February 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via Federal Business Opportunities; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0015). Raytheon Co., McKinney, Texas, is awarded a $23,287,384 cost-plus-fixed-fee contract for the naval surveillance application upgrade. This contract provides for improving radio frequency (RF) sensors on naval surveillance applications. The improvements will potentially provide increased SWPC (size, weight, power and cooling), modular open system architectures and resolution against small maritime/air targets, detection of moving targets in synthetic aperture radar imagery and the formulation and extraction of other detection and classification features. Further, these improvements may demonstrate multi-source autonomous surveillance capabilities in support of the RF detection, tracking and identification thrust area. Work will be performed in McKinney, Texas, and is expected to be completed by Feb. 2024. The total cumulative value of this contract is $23,287,384. The base period is $23,287,384 and no options were proposed. The action will be incrementally funded with an initial obligation of $2,931,730 utilizing fiscal 2020 research, development, test and evaluation (Navy) funds, and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology." Since proposals are received throughout the year under the Long Range BAA, the number of proposals received in response to the solicitation are unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-20-C-1018). BAE Systems Information and Electronic Systems Inc., Nashua, New Hampshire, is awarded a $21,380,547 firm-fixed-price, cost-plus-fixed-fee, cost contract to provide hardware, technical engineering, management and logistics support associated with the fabrication, assembly, test and delivery of 235 T-1622/ALE-55(V) Fiber Optic Towed for the Navy and foreign military sales (FMS) customers. Work will be performed in Nashua, New Hampshire (48%); Chelmsford, United Kingdom (12%); Mountain View, California (6%); Rochester, New York (4%); San Diego, California (4%); Landenberg, Pennsylvania (3%); Hamilton, New Jersey (2%); Commerce, California (2%); Los Osos, California (2%); Toledo, Ohio (1%); various locations within the continental U.S. (16%), and is expected to be completed by March 2022. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funds in the amount of $13,752,949 and FMS funds in the amount of $7,627,598 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0042). Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded $19,007,322 for an indefinite-delivery/indefinite-quantity contract under the AbilityOne program for custodial, recycling and grounds maintenance support for all labor, management, supervision, tools, materials and equipment required to perform facility investment services for federal installations located within a 100-mile radius of the National Capitol Region (NCR). Work will be performed at various installations in and around the NCR. This contract covers the period from March 2020 to February 2021. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance, (Navy) in the amount of $15,504,479.00 for recurring work will be obligated on individual task orders issued during the option year two period. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity (N40080-18-D-0306). Forward-looking Infrared (FLIR) Surveillance Inc., Wilsonville, Oregon, is awarded a $16,108,026, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for repairs of sensor systems, procurement of spare parts, upgrades and engineering services that are in direct support of the Ground Based Operational Surveillance System program. Work will be performed in Wilsonville, Oregon (70%) and Taby, Sweden (30%), and is expected to be completed by February 2025. This action supports the Marine Corps System Command G-BOSS program's FLIR optical sensor systems: the Star SAFIRE III ™ (Gyro-Stabilized Long-Range Thermal Infrared Imaging Sensor System) and the THV-3000™ (Pan and Tilt Long-Range Thermal Imaging Sensor System). The integrated sensors detect, assess and help personnel at risk to counter or avoid improvised explosive devices and other insurgent activities in major combat operations, irregular warfare and military support of stability, homeland defense and civil support operations. This is a sole-source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. FLIR Surveillance Inc. is the original equipment manufacturer. No other supplies or services will satisfy agency requirements. Fiscal 2020 operations and maintenance (Marine Corps) funding in the amount of $1,866,654 will be obligated at award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. R.E. Staite Engineering Inc.,* San Diego, California, is awarded a $15,261,525 firm-fixed-price task order N62473-20-F-4350 under a multiple award construction contract for maintenance dredging at Naval Base San Diego. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $15,363,685. Work will be performed in San Diego, California, and is expected to be completed by September 2022. The work will provide for the maintenance dredging to Pier 10 slip, mouth of Chollas Creek, approach corridor for Navy small craft vessels and tug-boats, north approach corridor from Pier One to north of Pier Eight, and south approach corridor from south of Pier Eight to south of Pier 13 to re-establish the design operational and berthing depth required for Navy ships and other vessels. The project also includes ocean disposal material turbidity curtain and additional dredging costs associated with a monitoring station identified in specification. The options, if exercised, provides for water quality monitoring and reporting identified in the specification and on-site qualified biologist identified in the specification. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $15,261,525 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-16-D-1806). Huntington Ingalls Industries, Newport News Shipbuilding Division, Newport News, Virginia, is awarded a $14,999,841 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-4314 for continued advance planning and availability preparations for the fiscal 2020 USS Boise (SSN 764) engineered overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2020. The contracted requirements include continued advance planning pre-availability preparations necessary to repair and maintain unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the availability work package during this Chief of Naval Operations-scheduled availability. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $14,999,841 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Moran Towing Corp., New Canaan, Connecticut, is awarded a $14,597,547 option in the contract (N32205-19-C-3503). The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command's service support program for the time charter services of eight tugboats. The tugboats will be capable of ship handling, docking and undocking in the Norfolk, Virginia, harbor and surrounding waters. This is option one of the current contract and includes a one-year-firm period of the performance, three one-year options periods and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $74,005,396. Work will be performed in Norfolk, Virginia, and surrounding waters, and is expected to be completed if all options are exercised by January 2024. Working capital funds (Navy) in the amount of $8,558,561 for option one are currently available for performance under this contract action. Funds in the amount of $6,038,985 for the remainder of option one are to be provided for fiscal 2021 and are subject to the availability of funds in accordance with Federal Acquisition Regulations 52.232-18 availability of funds. This procurement was released under full and open competition, with an unlimited number of companies solicited via the Beta.SAM.Gov website and with one offer received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-19-C-3503). Alion Science and Technology Corp., Burr Ridge, Illinois, is awarded a $14,361,357 cost-plus-fixed-fee modification to exercise an option under a previously-awarded indefinite-delivery/indefinite-quantity contract N61331-18-D-0007. Work performance locations will be determined with each order and is expected to be completed by March 2023. Funds will be used for the development, integration, testing and evaluation of prototype systems into existing or emerging unmanned vehicles, unmanned weapons, unmanned weapons control systems related to mine warfare, amphibious warfare, surface warfare, diving and life support, coastal and underwater intelligence, surveillance and reconnaissance and other missions in the littoral and riverine environments. No funding will be obligated at time of award, but will be obligated at the time of delivery. The Naval Surface Warfare Center, Panama City Division, Panama City, Florida, is the contracting activity. Frontier Technologies Inc.,* Beavercreek, Ohio, is awarded a $12,808,653 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This contract is a Phase III Small Business Innovation Research (SBIR) contract action for the procurement of airborne systems decision life cycle planning and analysis methods and tools. This contract includes options which, if exercised, may bring the cumulative value of this contract to $69,496,924. Work will be performed in San Diego, California (90%); Washington, District of Columbia (4%); Patuxent River, Maryland (3%); Norfolk, Virginia (2%); and Jacksonville, Florida (1%), and is expected to be completed by February 2021, and February 2025 if all options are exercised. The services under this contract support wide-ranging initiatives including information technology capabilities, communications, engineering, analysis, planning, assessment, design, hardware and software, operations and administration of network and communications systems for Naval Information Warfare Center Pacific. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $400,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638 (r)(1), as it is a Phase III Small Business Innovation Research for additional work to be performed after the Phase II SBIR period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N64267-20-D-0041). Serrano Construction and Development Corp.,* Dededo, Guam, is awarded a firm-fixed-price task order (N40192-20-F-4145) at $10,833,673 under an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract. The work will provide renovation of enlisted personnel unaccompanied housing at buildings 25007, 25009, 25011, 25016 and 25017 on Andersen Air Force Base. Work will be performed in Yigo, Guam, and is expected to be completed by February 2024. The work provides the replacement of windows, door hardware, built-up roofing, roof ventilators and photocell devices, installation of covers for fire alarm pull stations and painting of areas affected by new work, and includes demolition and disposal of items affected by the renovation work. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $10,833,673 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-18-D-2804). Arnold Defense and Electronics, Arnold, Missouri, is awarded $10,487,500 firm-fixed price modification to a previously awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0001 to exercise the option ordering period for the manufacturing of the 2.75-inch rocket launchers and subcomponents to support Navy, Army, Air Force and the governments of South Korea and Pakistan under the Foreign Military Sales program. This option exercise is for the manufacture of 2.75-inch rocket launchers and subcomponents to support the Army for the M260 and M261 Launchers; the Air Force for the LAU131 Series Launchers; the Navy for the LAU61 and LAU68 Series Launchers and the Intervalometers that will be utilized by all services. Work will be performed in Arnold, Missouri, and is expected to be completed by February 2021. No funding is being obligated at the time of award. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. General Dynamics Bath Iron Works, Bath, Maine, is awarded a $7,713,504 cost-plus-award-fee modification to previously-awarded contract N00024-19-C-2322 to exercise options for the accomplishment of planning yard efforts such as engineering, technical, planning, ship configuration, data and logistics efforts for DDG 1000-class destroyers post-delivery and in-service life-cycle support. Work will be performed in Bath, Maine (95%), and San Diego, California (5%), and is expected to be completed by December 2020. This option exercise is for planning yard efforts which will provide Guided Missile Destroyer (DDG) 1000-class technical, engineering and support services, including emergent technical problem investigation and resolution, maintenance and modernization planning, integrated logistics support, configuration data management, maintenance, repair and/or overhaul availability planning and scheduling, modernization planning and scheduling, industrial yard/facility planning and scheduling and material orders, and fabrication and kitting. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $7,226,568 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. AIR FORCE Canadian Commercial Corp., Ottawa, Canada, has been awarded a $39,262,254 firm-fixed and cost-type contract with 100% subcontracting to Coulson Aircrane Ltd., Port Alberni, British Columbia, Canada. The contract award provides a 27 month period of performance. The location of performance is Port Alberni, British Columbia, Canada, and work is expected to be completed by Feb. 2022. Fiscal 2018 and 2019 procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $39,262,254. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-20-C-0004). FlightSafety Services Corp., Centennial, Colorado, has been awarded a $33,151,551 not-to-exceed modification (P00038) to previously awarded FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System production year 5 options. The contract modification is for the exercise of option contract line item numbers for two additional weapon system trainers, two boom operator trainers, fuselage trainer, fuselage trainer sprinkler system and installation, two pilot part task trainers, boom operator part task trainer, additional learning management workstations, fuselage trainer support equipment, McGuire and Altus Site Activations, systems engineering and program management, Visual Database Airfield Models and new refresher training scenarios. Work will be performed in Broken Arrow, Oklahoma, and is expected to be complete by Feb. 2022. Fiscal 2018 purchasing and procurement funds are being obligated at the time of award. The total cumulative face value of the contract is $280,871,734. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. LMR Technical Group LLC, Fort Walton Beach, Florida, has been awarded a $7,053,303 contract for the Optimizing the Human Weapon System Services. The contractor provides services to increase the physical capacity of fighter aircrew, decreasing the rate of injuries and accelerating return to duty. Contractor personnel will work with active duty, Air National Guard, Air Force Reserve Component fighter aircrew to optimize physical performance targeting neck and back pain prevention while monitoring, analyzing and resolving physical readiness concerns. Work will be performed at multiple bases across the Air Combat Command, Pacific Air Forces, and United States Air Force Europe. The award provides services for the base year with a completion date of March 22, 2021. This contract is issued as a result of a competitive acquisition with ten offers received. Fiscal 2020 operations and maintenance funds are being obligated at the time of the award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-20-C-0005). DEFENSE LOGISTICS AGENCY Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $20,727,424 modification (P00022) exercising the second one-year option period of a two-year base contract (SPE1C1-17-C-B003) with three one-year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed-price with economic-price-adjustment contract. Location of performance is Austin, Texas, with a Feb. 28, 2021, performance completion date. Using customers are Air Force, Marine Corps and Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Marathon Medical Corp., Aurora, Colorado, has been awarded a maximum $12,600,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 110 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Feb. 26, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0031). Southern Counties Oil Co., doing business as SC Fuels, Orange, California, has been awarded a minimum $7,065,718 fixed-price with economic-price-adjustment contract for various types of fuel. This was a competitive acquisition with 39 responses received. This is a 54-month contract with one six-month option period. Location of performance is California, with a Sept. 30, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-4521). *Small business **Mandatory source https://www.defense.gov/Newsroom/Contracts/Contract/Article/2096872/source/GovDelivery/

  • Future Army recon helicopter will still need pilots, study finds

    19 avril 2023 | International, Aérospatial

    Future Army recon helicopter will still need pilots, study finds

    Maj. Gen. Walter Rugen, the director of the Army’s Future Vertical Lift Cross-Functional Team, hailed the closely held analysis as "very informative."

  • Contract Awards by US Department of Defense - September 26, 2018

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

    Contract Awards by US Department of Defense - September 26, 2018

    AIR FORCE Lockheed Martin Corp., Littleton, Colorado, has been awarded a $1,362,089,314 contract for GPS IIIF Space Vehicles 11 and 12. This contract provides for the non-recurring engineering, space vehicle test bed and simulators, and production of GPS IIIF Space Vehicles 11 and 12 as well as options for the production of up to 22 GPS III Space Vehicles, Space Vehicle storage, and launch and on-orbit support. Work will be performed in Littleton, Colorado, and is expected to be completed by Aug. 31, 2027. This award is the result of a competitive acquisition with one solicitation mailed and one proposal received. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,152,000 are being obligated at the time of award. The Space and Missile System Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-18-C-0009). AT&T Corp., Oakton, Virginia, has been awarded an $87,377,959 other transaction agreement to execute the enterprise information technology as a service network as a service experiment. This agreement provides for experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed at Buckley Air Force Base, Colorado; Offutt AFB, Nebraska; and Joint Base Elmendorf Richardson, Alaska, and is expected to be completed by Sept. 30, 2021. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-18-9-0001). Honeywell International Inc., Clearwater, Florida, has been awarded an $80,112,194 modification (P00013) to contract FA8540-13-D-0002 for Embedded Global Positioning System and Inertial Navigation System (EGI). The contract modification is to extend the current indefinite-delivery/indefinite-quantity contract, consisting of platform integration, modernization, diminishing manufacturing sources, flight test support, technical support following integration efforts, training, engineering support/studies, contractor depot repair, spares, and data for the EGI. Work will be performed in Clearwater, Florida, and is expected to be completed by Oct. 26, 2019. This modification involves foreign military sales to India, Turkey, Singapore, Oman, Canada, Italy, Sweden, Saudi Arabia, Japan, Korea, Slovenia, Israel, Egypt, Australia, Ghana, Taiwan, Kuwait, and Iraq. No funds are being obligated at the time of award. Total cumulative face value of the contract is $565,570,194. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity Engility Corp., Andover, Massachusetts, has been awarded a $49,500,000 requirements-type, firm-fixed-price, cost-reimbursable contract for the Joint Range Extension/Joint Range Extension Tactical Equipment Package program. This contract provides software sustainment support services. Work will be performed in San Diego, California; Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by May 27, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $3,234,886 are being obligated on the first order at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8574-18-D-0004). QuantiTech, Inc., Huntsville, Alabama, has been awarded a $47,352,975 modification (P00080) to contract FA2486-16-F-0034 for Technical and Management Advisory Services range support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Arnold AFB, Tennessee; Holloman AFB, New Mexico; Hill AFB, Utah; Wright-Patterson AFB, Ohio; Joint Base Pearl Harbor-Hickam, Hawaii; and Eielson AFB, Alaska, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research, development, test and evaluation funds; production funds; and operations and maintenance funds in the amount of $646,620 are being obligated at the time of award. Total cumulative face value of the contract is $123,653,694. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Torch Technologies Inc., Huntsville, Alabama, has been awarded a $44,456,840 modification (P00068) to contract FA2486-16-F-0030 for Technical and Management Advisory Services Armament support. The contractor will provide additional research, development, technical, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Kirkland AFB, New Mexico; and Wright-Patterson AFB, Ohio, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research and development funds in the amount of $4,980,727 are being obligated at the time of award. Total cumulative face value of the contract is $113,184,124. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, has been awarded a $38,722,467 indefinite-delivery requirements type contract for contractor logistics support of the Common Organization Level Tester System. This contract provides for program management, engineering and repair services. Work will be performed in Orlando, Florida, and is expected to be completed by Sept. 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $823,254 will be obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-18-D-0002). Bevilacqua Research Corp., Huntsville, Alabama, has been awarded a $36,081,359 modification (P00059) to contract FA2486-16-F-0033 for Technical and Management Advisory Services Platforms support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Duke Field, Florida; Hurlburt Field, Florida; Nellis AFB, Nevada; Tinker AFB, Oklahoma; and Edwards AFB, California, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 research and development; procurement; and operations and maintenance funds in the amount of $831,385 are being obligated at the time of award. Total cumulative face value of the contract is $96,476,260. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Microsoft, Redmond, Washington, has been awarded a $34,350,473 other transaction agreement under to execute the enterprise information technology as a service network as a service experiment. This agreement provides for experimentation of a secure, reliable, measured, commercial data and voice network in order to enable access to Department of Defense data and applications from DoD facilities, as well as enable access for mobile and remotely located users. Work will be performed in Hurlburt Field, Florida; Cannon Air Force Base, New Mexico; and Maxwell AFB, Alabama, and is expected to be completed by Sept. 30, 2021. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA8726-18-9-0002). GE Aviation Systems, doing business as Dowty Propellers Inc., Sterling, Virginia, has been awarded a $19,565,172 firm-fixed-price contract for the C-130J R391 Propeller Depot Activation requirement. The contractor shall establish an organic depot repair/overhaul capability for the C-130J R391 propeller which will include training for organic repair/overhaul capability for the line replaceable unit and shop replaceable unit. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Sept. 20, 2021. This award is the result of a sole-source commercial acquisition. Fiscal 2018 procurement funds in the amount of $19,565,172 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8504-18-C-0008). DCS Corp., Alexandria, Virginia, has been awarded a $16,252,479 modification (P00045) to previously awarded FA2486-16-F-0032 for Technical and Management Advisory Services Electronic Warfare support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; and Edwards Air Force Base, California, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 and 2019 research and development; procurement; and operations and maintenance funds in the amount of $2,161,841 are being obligated at the time of award. Total cumulative face value of the contract is $30,469,693. This modification involves foreign military sales to Belgium, Greece, Iraq, Korea, Morocco, NATO, Norway, Qatar, Saudi Arabia, and Taiwan. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. Omni Medical Systems Inc., Colchester, Vermont, has been awarded a $15,498,493 firm-fixed-priced contract for bladder relief devices, training and six months of supplies. This contract provides for an external bladder relief device for aircrew capable of hands-free, eyes-free, seated, harnessed use in military aircraft operating at positive and negative Gs, and at high altitude. Work will be performed in Colchester, Vermont, and is expected to be completed by April 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $15,498,493 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-18-C-0034). Delaware Resource Group, Oklahoma City, Oklahoma, has been awarded a $12,675,528 firm-fixed-price contract for the Pacific Air Forces Distributed Mission Operations/Live, Synthetic and Blended Operational Training environment that allows aircrew to practice basic and emergency procedures. It also enables aircrew to experience advanced weapon-system capabilities and hone the complex skills required to operate in a contested and degraded combat environment. Work will be performed at airbases in both the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 24, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 operations and maintenance funds in the amount of $2,782,432 are being obligated at the time of award. The 766th Specialized Contracting Squadron, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (FA5215-18-C-8010). AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded an $11,075,000 firm-fixed-price contract for Minuteman III intercontinental ballistic missile sustainment. This contract provides for 32 each of NSN 1450-01-441-4107-AH (PN 33307-40055-10), the Guided Missile Maintenance Platform. This platform is used to access both the missile and the missile silo using a hoist to allow for two individuals to access all areas to complete required maintenance. Work will be performed in Hunt Valley, Maryland, and is expected to be complete by June 26, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 procurement funds in the amount of $11,075,000 are being obligated at the time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8206-18-C-0005). CACI Inc. - Federal, Chantilly, Virginia; and Rome, New York, has been awarded a $9,709,489 cost-plus-fixed-fee contract for Cavalieri software. This contract provides for systems engineering, software development, integration, demonstration, prototyping, documentation, and testing and systems administration to deliver software tools for Space Situational Awareness and Space Battle Management Command and Control. Work will be performed in Rome, New York, and is expected to be complete by Sept. 25, 2021. This award is the result of a competitive acquisition and two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0180). Mantech Advanced Systems International, Herndon, Virginia, has been awarded a $12,918,248 cost-plus-fixed-fee contract for security support. This contract provides Sensitive Compartmented Information and Special Access Program security services to the Space and Missile Systems Center and Air Force Space Command operational units. Work will be performed at Los Angeles Air Force Base, California; Vandenberg AFB, California; Peterson AFB, Colorado; and Schriever AFB, Colorado. The work is expected to be completed by Nov. 16, 2019. This award is the result of a competitive acquisition with three offers received. Fiscal 2018 research and development funds in the amount of $10,000 are being obligated at the time of award. The Air Force Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity (FA8819-18-C-1001). ARMY The Boeing Co., Ridley Park, Pennsylvania, was awarded a $198,927,812 firm-fixed-price contract for performance-based logistics support of the Chinook H-47 forward and aft rotor blades and associated containers. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0111). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $59,856,516 modification (P00664) to contract DAAA09-98-E-0006 for construction of a fluid energy mill at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of July 31, 2021. Fiscal 2016 and 2018 Air Force; aircraft procurement, Army; and other procurement, Army funds in the amount of $59,856,516 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge & Dock Co., Jacksonville, Florida, was awarded a $47,901,600 firm-fixed-price contract for channel dredging in Hillsborough County, Florida. Bids were solicited via the internet with two received. Work will be performed in Tampa, Florida, with an estimated completion date of Jan. 31, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $47,901,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0028). Laboratory Corp. of America, Burlington, North Carolina, was awarded a $46,371,667 firm-fixed-price contract for clinical reference laboratory testing services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0029). C.J. Mahan Construction Company LLC, Columbus, Ohio, was awarded a $35,495,500 firm-fixed-price contract for demolition and removal of Lock and Dam 52 in Brookport, Illinois. Bids were solicited via the internet with four received. Work will be performed in Brookport, Illinois, with an estimated completion date of Dec. 14, 2020. Fiscal 2018 other procurement, Army funds in the amount of $35,495,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0033). The Boeing Co., Philadelphia, Pennsylvania, was awarded a $33,786,581 firm-fixed-price contract for cargo platform health environment kits for cargo helicopters. 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 Dec. 26, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0124). Heeter Geotechnical Construction LLC, Mount Morris, Pennsylvania, was awarded a $28,260,132 firm-fixed-price contract for construction for Kentucky lock downstream excavation. Bids were solicited via the internet with six received. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Oct. 24, 2020. Fiscal 2018 Inland Waterways Trust; and operations and maintenance funds in the amount of $28,260,132 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-18-C-0017). General Dynamics Ordnance & Tactical Systems Inc., St. Petersburg, Florida, was awarded a $19,979,953 modification (P00013) to contract W52P1J-17-C-0024 to procure 120mm M1002 new production cartridges for 120mm tank training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of June 30, 2020. Fiscal 2017 other procurement, Army funds in the amount of $19,979,953 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $18,076,560 firm-fixed-price contract for dredging beach-compatible sand from the sand bypass dredging area north of the Canaveral Harbor Inlet and transporting the dredged material to a designated beach placement site south of the inlet. Bids were solicited via the internet with two received. Work will be performed in Cape Canaveral, Florida, with an estimated completion date of April 30, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,076,560 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0029). Oak Grove Technologies LLC,* Raleigh, North Carolina, was awarded an $18,019,000 firm-fixed-price contract for squad advanced marksmanship training. Bids were solicited via the internet with six received. Work will be performed in Raleigh, North Carolina, with an estimated completion date of Sept. 25, 2023. Fiscal 2018 operations and maintenance (Army) funds in the amount of $18,019,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-18-F-0008). Marco-Z-Technology Co.,* Santa Ana, California, was awarded a $14,975,000 firm-fixed-price contract for construction of a 31,800 sq. ft., two-story academic facility. Bids were solicited via the internet with two received. Work will be performed in March Air Reserve Base, California, with an estimated completion date of May 1, 2020. Fiscal 2018 military construction funds in the amount of $14,975,000 were obligated at the time of the award. U.S. Property and Fiscal Office, California, is the contracting activity (W912LA-18-C-8004). Raytheon Co., Fort Wayne, Indiana, was awarded a $13,579,174 firm-fixed-price Foreign Military Sales (United Arab Emirates, Australia, Netherlands, Saudi Arabia and Thailand) contract to procure ARC-231 hardware. One bid was solicited with one bid received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Jan. 31, 2021. Fiscal 2018 foreign military sales funds in the amount of $13,579,174 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-F-5021). Donald L. Mooney Enterprises LLC, San Antonio, Texas, was awarded a $13,500,000 firm-fixed-price contract for licensed vocational nurse and certified nurse assistant services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0031). U.S. Ordnance,* McCarran, Nevada, was awarded a $13,499,098 firm-fixed-price contract to procure M60 weapon systems, spare barrels, conversion kits, training, and spare parts. 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. 25, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0167). Jacobs Government Services Co., Arlington, Virginia, was awarded a $10,000,000 firm-fixed-price contract for planning, design and construction phase services in support of the Department of Defense Education Activity program. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0011). Burnham Associates Inc.,* Salem, Massachusetts, was awarded a $9,375,800 firm-fixed-price contract for maintenance dredging of Plymouth Harbor. Bids were solicited via the internet with three received. Work will be performed in Plymouth, Massachusetts, with an estimated completion date of Nov. 20, 2019. Fiscal 2018 civil works funds in the amount of $9,375,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-18-C-0020). CACI-ISS Inc., Chantilly, Virginia, was awarded a $9,202,730 modification (P00043) to contract W15QKN-15-C-0049 for support of project management, integrated personnel and pay system-Army increment II. Work will be performed in Arlington, Virginia, with an estimated completion date of March 31, 2019. Fiscal 2018 other procurement, Army; and research, development, test and evaluation funds in the amount of $7,571,752 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. 3M Health Information Systems Inc., Murray, Utah, was awarded a $9,039,841 firm-fixed-price contract for a dictation and transcription software product. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2021. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0028). MACRO-Z-Technology Co.,* Santa Ana, California, was awarded an $8,762,000 firm-fixed-price contract for repair of vehicle wash racks. Bids were solicited via the internet with seven received. Work will be performed in Joint Base Lewis-McChord, Washington, with an estimated completion date of July 2, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $8,762,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-18-C-0030). Booz Allen Hamilton Inc., McLean, Virginia, was awarded an $8,647,532 modification (P00034) to contract W15QKN-14-C-0032 for system engineering and technical assistance support services. Work will be performed in Arlington, Virginia, with an estimated completion date of March 10, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $4,846,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity. G. E. Johnson Construction Company Inc., Colorado Springs, Colorado, was awarded a $7,741,573 firm-fixed-price contract for design and construction of a 3,000 sq. ft., single-story structure, and demolition of an existing approximate 2,300 sq. ft., single-story structure. Bids were solicited via the internet with one received. Work will be performed in Cascade, Colorado, with an estimated completion date of Oct. 9, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $7,741,573 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0049). Avox Systems Inc., Lancaster, New York, was awarded a $7,075,107 modification (P00008) to contract W911SR-15-C-0007 for Joint Service Aircrew Mask - Rotary Wing mask protective unit mask systems and spares. Work will be performed in Lancaster, New York, with an estimated completion date of Oct. 22, 2019. Fiscal 2018 other procurement, Army funds in the amount of $7,075,107 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. NAVY Siemens Government Technologies Inc., Arlington, Virginia, is awarded $171,543,614 for firm-fixed-price task order N3943018F9924 under a previously awarded multiple award energy savings performance contract (DE-AM36-09GO29041) for energy improvements at Naval Air Station Sigonella, Naval Station Rota, and Naval Support Activity Naples. The work to be performed provides for design and installation of the following energy conservation measures: boiler plants, chiller systems, motors, water and lighting improvements. The work also provides for performance period services consisting of measurement and verification, operations and maintenance, and repair and replacement services. Work will be performed in Naples, Italy (50 percent); Sigonella, Italy (30 percent); and Rota, Spain, (20 percent). The project is expected to be completed by October 2039. No funds will be obligated with this award, as private financing obtained by the contractor will be used for project implementation. Eight proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. EMR Inc.,* Niceville, Florida (N69450-18-D-1318); Custom Mechanical Systems Corp.,* Bargersville, Indiana (N69450-18-D-1319); Dawson Federal Inc.,* Ponte Vedra, Florida (N69450-18-D-1320); Windamir Development Inc.,* McDonough, Georgia (N69450-18-D-1321); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (N69450-18-D-1322); and Drace Anderson JV,* Ocean Springs, Mississippi (N69450-18-D-1323), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award design-build construction contract for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility (AOR). The maximum dollar value for the five year ordering period for all six contracts combined is $99,000,000. The work to be performed provides for general building type projects (new construction, renovation, alteration, demolition, and repair work) including industrial, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, and community support facilities. EMR Inc. is being awarded the initial task order at $9,872,615 for the construction of K-C130J Enlisted Aircrew Training System Facility at Naval Air Station, Joint Readiness Base, Fort Worth, Texas. Work for this task order is expected to be completed by December 2019. All work on this contract will be performed within the NAVFAC Southeast AOR which includes Texas (40 percent); Louisiana (40 percent); and Mississippi (20 percent). The term of the contract is not to exceed 60 months, with an expected completion date of September 2023. Fiscal 2018 military construction (Navy Reserve); and fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $9,877,615 are obligated on this award; of which $5,000 will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction; operations and maintenance (Navy); and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 21 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. Manu Kai LLC*, Honolulu, Hawaii, is awarded $90,000,000 for a bridge contract (N00604-18-D-4003) as a bridge action for previously awarded indefinite-delivery/indefinite-quantity contract (N00604-09-D-0001) with both cost-plus-award-fee and fixed-price-award fee line items for range operations support and base operations support services. This contract includes a 15-month performance period with no option periods. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work is expected to be completed by December 2019. Subject to the availability of funds, fiscal 2019 operations and maintenance (Navy) funds in the amount of $20,000,000 will be obligated at the time of award to fund the contract's minimum amount and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1). The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity. Vertical Protective Apparel LLC,* Shrewsbury, New Jersey, is awarded a ceiling $62,612,464 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 225,886 Plate Carrier Generation IIIs and data reports. Work will be performed in Shrewsbury, New Jersey, and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $2,952,438 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1309). American Rheinmetall Munition Inc., Stafford, Virginia, is awarded a ceiling $59,703,284 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum of 2,135,026 MK281 MOD 3 40MM high velocity day/night practice cartridges. MK281 MOD 3 cartridges are for training Marines under day and night/low-light conditions. The MK281 MOD 3 cartridge uses a projectile containing a non-toxic chemiluminescent mixture that becomes visible upon impact at night and low-light conditions. Work will be performed in Camden, Arkansas, and is expected to be complete by Sept. 25, 2022. Fiscal 2017 procurement (Marine Corps) funds in the amount of $10,187,989; fiscal 2017 overseas contingency operations (OCO) (Marine Corps)) funds in the amount of $480,991; and, fiscal 2018 OCO operations and maintenance (Marine Corps) funds in the amount of $795,997 will be obligated on the first delivery order immediately following contract award and no funds will expire the end of the current fiscal year. This contract was awarded on a sole-source basis in accordance with Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-5225). KBRwyle Technology Solutions LLC, Jacksonville, Florida, is awarded $51,866,922 for contract modification P00045 to previously awarded contract M67004-09-D-0020. This modification increases the ceiling for prepositioning and Marine Corps logistics support services in support of Blount Island Command. Work will be performed in Jacksonville, Florida (85 percent); aboard 12 Maritime Prepositioning Ships (12 percent); Norway (2 percent); and Kuwait (1 percent). Work is expected to be completed by March 31, 2019. Fiscal 2019 operations and maintenance (Marine Corps); and fiscal 2019 overseas contingency operations appropriations in the amount of $51,866,922 will be obligated under task orders against this contract. Funds will not expire at the end of this contract year. U.S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity. M.A. Mortenson, Co., Minneapolis, Minnesota, is awarded a $50,207,000 firm-fixed-price contract for phase two repairs and improvements to the explosive handling wharf one facility at Naval Submarine Base Kings Bay. This includes the repair and/or replacement of the roof cladding and attachments, new coatings and sealants, repair of the roof ridge vents, repair of the gutters and downspouts, repair of the roof framing system, and repair of the elevated walkways, handrails and guardrails. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $95,416,000. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $50,207,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-C-0905). Huntington Ingalls Inc., Newport News, Virginia, is awarded a $42,600,000 cost-plus-fixed-fee, firm-fixed-price modification to previously awarded contract (N00024-16-C-4316) to continue performance of the repair, maintenance, upgrades, and modernization efforts on USS Helena (SSN 725) dry-docking selected restricted availability. The contracted requirements include advance and new work efforts necessary to repair, and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity. Work will be performed in Newport News, Virginia. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $42,600,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity. Ultra Electronics Ocean Systems, Braintree, Massachusetts, is awarded a $42,058,477 fixed-price-incentive-fee, firm-fixed price, cost and cost-plus-fixed-fee contract to test, produce and deliver MK54 MOD 0 Lightweight Torpedo (LWT) array kits and related spares, production support material, engineering and hardware repair services and maintenance of government-furnished equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $335,924,292. This contract combines purchases for the Navy (51 percent); the government of Taiwan (46 percent); and Canada (3 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Braintree, Massachusetts (70 percent); and Lititz, Pennsylvania (30 percent), and is expected to be completed by September 2022. FMS and fiscal 2018 weapons procurement (Navy) funding in the amount of $42,058,477 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 one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-6405). Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $32,350,663 for cost-plus-fixed-fee, firm-fixed-price delivery order N0001918F1645 against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides for new Large Aircraft Infra-Red Countermeasure System Processor Replacement non-recurring engineering and 60 kits for the MV-22 and CV-22 aircraft. 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 2018 aircraft procurement (Navy) funds in the amount of $32,350,663 are being 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. BAE Systems, Land and Armaments LP, Minneapolis, Minnesota, is awarded a $28,900,000 firm-fixed-price modification to previously awarded contract N00024-13-C-5314 for the procurement of MK 41 Vertical Launching System (VLS) MK 13 MOD 0 canisters and coding plugs. The MK 41 VLS provides a missile launching system for CG 47 and DDG 51 class surface combatants of the Navy, as well as surface combatants of allied navies. This effort includes the manufacture, production and test of the MK 13 Mod 0 canisters, packaging handling storage equipment, and coding plugs for the Standard Missile-2. The canisters provide rocket motor exhaust gas containment and a launch rail during missile firing. The canisters also serve as missile shipping and storage containers. Work will be performed in Aberdeen, South Dakota (90 percent); and Minneapolis, Minnesota (10 percent), and is expected to be completed by June 2021. This contract combines purchases for the governments of Japan (68 percent); Australia (22 percent); South Korea (6 percent); and Netherlands (4 percent) under the Foreign Military Sales program. Foreign military sales funding in the amount of $28,900,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Huntington Ingalls Inc., Newport News, Virginia, is awarded a $26,804,899 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-2121 for continued engineering, technical, design agent, and hull planning yard services in support of the Navy's operational aircraft carrier fleet. This modification will provide for engineering and technical services in support of operational Gerald R. Ford (CVN 78) class and propulsion plant related efforts for Nimitz (CVN 68) class aircraft carriers. Work will be performed in Newport News, Virginia, and is expected to complete by September 2019. Fiscal 2018 operations and maintenance (Navy); 2018 weapons procurement (Navy); 2017 shipbuilding and conversion (Navy); and 2018 research, development, test and evaluation (Navy) funding in the amount of $9,229,624 will be obligated at contract award, and $8,604,840 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Grunley Construction Inc., Rockville, Maryland, is awarded a $25,977,000 firm-fixed-price contract for the design and construction of an Operational Archives and Research Facility at the Washington Navy Yard. The work to be performed provides for the design and construction of a complete renovation of Buildings 46 and 67 to accommodate research and collections at the Naval History and Heritage Command. The project includes upgrading the architectural, structural, electrical, mechanical and fire protection systems of each building, installation of new elevators, replacement of existing windows, and special construction features and requirements for structural premiums to support the loading dock overhead crane system. The project will also renovate Building 169 to house Naval History and Heritage Command artifacts throughout all three phases of renovations. The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $40,653,000. Work will be performed in Washington, District of Columbia, and is expected to be completed by March 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $25,977,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-18-C-0033). URS Federal Services Inc., an AECOM Co., Germantown, Maryland, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of the Naval Tactical Computer Resource (NTCR) program for the reutilization, repair, or refurbishment of legacy electronic equipment. Contract requirements also include installation of repaired NTCR equipment, incidental cable assemblies, and obsolescence management. The types of equipment being reutilized, repaired, or refurbished include: combat system displays, computer systems, peripheral systems, and videocassette tape recorders. Work will be performed in Odon, Indiana, and is expected to be completed by September 2028. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $143,749 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 one offer received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418DWP41). Ensign-Bickford Aerospace and Defense, Simsbury, Connecticut, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for MK 165/MK 166 non-electric detonators and MK 167/168/169 delay detonators with integral firing devices in support of U.S. Special Operations Command. The detonators are used to detonate explosives for close quarter breaching, military demolition, and explosive ordnance disposal. Work will be performed in Graham, Kentucky, and is expected to be completed by September 2023. Fiscal 2018 procurement (Defense-wide) in the amount of $1,300,366 will be obligated at the 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 one offer received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JR63). BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $24,757,239 firm-fixed-price contract modification to previously-awarded contract N00024-18-C-4403 for additional growth requirements identified during the execution of USS Tortuga (LSD 46) fiscal 2018 modernization period Chief of Naval Operations-scheduled availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2019. Fiscal 2018 operations and maintenance (Navy) funding; and fiscal 2018 other procurement (Navy) funding in the amount of $24,757,239 was obligated at time of award, of which $22,557,239 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. CSRA LLC, a General Dynamics Information Technology Co., Falls Church, Virginia, is awarded a $22,496,620 blanket purchase agreement (BPA) to deliver commercial cloud services by the use of multiple cloud service providers to accelerate Navy cloud adoption. The work encompasses Infrastructure as a Service, Platform as a Service, Software as a Service, and other commercially available cloud service offerings in accordance with the Cloud Computing Security Requirements Guide at Information Impact Levels 2, 4 and 5 as defined in the National Institute of Standards and Technology Special Publication 800-145. The BPA holder shall also provide related services that enable mission owners to transition to and operate within the commercial cloud environment. This BPA includes a one-year base ordering period and four one-year optional ordering periods, which if exercised would bring the estimated cumulative value to $95,844,276. The BPA contains firm-fixed-price, time and materials, and labor hour contract line item numbers. This BPA was issued against CSRA's General Services Administration (GSA) Schedule 70 contract (GS-35F-393CA), as well as CSRA's teaming partners' schedules. CSRA responded to the request for quotation as a contractor teaming arrangement. CRSA's team members include Beyond20 (GS-35F-137AA); Carahsoft (GS-35F-0119Y); and Minburn Technology Group LLC (GS-35F-309AA). Cloud service providers include Microsoft Azure and Amazon Web Services. Additional team members and cloud service providers may be added to the BPA holder's team over the term of the agreement in response to Department of the Navy needs. Work on task orders will be performed at various locations in the United States and internationally. No funding will be obligated at the time of award. Future contract actions will be issued and funds obligated as individual task orders. This BPA wascompetitively procured with quotations solicited via GSA's eBUY Portal from all GSA Schedule 70 holders whose schedule contracts include the relevant special item numbers as specified in the performance work statement. The government received four quotations in response to the solicitation. The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-18-A-0003). Leidos Innovations Corp., Gaithersburg, Maryland, is awarded a $20,987,917 cost-plus-incentive-fee, cost-plus-fixed-fee, cost only modification to previously awarded contract N00024-16-C-5202 to exercise the options for ship-installation, integrated logistic support, fleet support, and life-cycle-sustainment of the Navy's AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems. The AN/SQQ-89A(V)15 is the Surface Ship Undersea Warfare combat system with the capabilities to search, detect, classify, localize and track undersea contacts, and to engage and evade submarines, mine-like small objects and torpedo threats. This contract is for four inter-related areas of support for the AN/SQQ-89A(V)15, logistics, installation, fleet support, and life-cycle-sustainment. Work will be performed in Chesapeake, Virginia (26 percent); Everett, Washington (23 percent); Norfolk, Virginia (19 percent); Yokosuka, Japan (14 percent); San Diego, California (13 percent); Bath, Maine (1 percent); Manassas, Virginia (1 percent); Mayport, Florida (1 percent); Pascagoula, Mississippi (1 percent); and Pearl Harbor, Hawaii (1 percent), and is expected to be completed by August 2020. Fiscal 2013, 2016, 2017, and 2018 shipbuilding and conversion (Navy); fiscal 2017 and 2018 other procurement (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $10,261,096 will be obligated at the time of award, and $75,223 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Raytheon Co. Integrated Defense Systems, Portsmouth, Rhode Island, is awarded a $20,038,146 firm-fixed-price modification to previously awarded contract (N00024-16-C-6423) to procure circuit card assembly kits, signal processor circuit card assembly kits, and digital processor circuit card assembly kits. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed by March 2020. Fiscal 2016 special defense acquisition fund funding in the amount of $20,038,146, will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Computer Technology Associates Inc.,* Ridgecrest, California, is awarded an $18,535,563 cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract to provide programmatic support of the Advanced Weapons Laboratory's Software Management Information System applications and tools. Programmatic support applications include, but are not limited to, planning, estimation, risk management, event scheduling (including flight test events), anomaly tracking, project execution, project monitoring and control, and reporting. Work will be performed in China Lake, California, and is expected to be completed in September 2023. Fiscal 2018 working capital funds (Navy) in the amount of $3,500,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured utilizing an electronic request for proposal set aside for total small business; one proposal was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-18-D-0031). Austal, USA LLC, Mobile, Alabama, is awarded $16,459,663 for cost-plus-award-fee order N6931618F4003 against a previously awarded basic ordering agreement (N00024-15-G-2304) to provide engineering and management services in support of work specification development, prefabrication efforts, and material procurement for the Littoral Combat Ship USS Charleston (LCS-18) post shakedown availability (PSA). The PSA is accomplished within a period of approximately 16-20 weeks between the time of ship custody transfer to the Navy and the Shipbuilding and Conversion, Navy (SCN) obligation work limiting date. Efforts will include program management, advance planning, engineering, design, prefabrication, and material kitting. Work will be performed in Mobile, Alabama (60 percent); and San Diego, California (40 percent), and is expected to be completed by August 2019. Fiscal 2014 and 2018 shipbuilding and conversion (Navy) funding in the amount of $8,550,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $15,422,132 modification to previously-awarded contract N00024-13-C-6402 for air launch accessory engineering in support of the P-8A integration efforts and 14 telemetry kits for the air launch accessory of the High Altitude Anti-Submarine Warfare Weapon Capability. Work will be performed in St. Louis, Missouri, and is expected to be completed by September, 2020. Fiscal 2018 research, development, test and engineering (Navy) funding in the amount of $2,894,563 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $14,253,926 for firm-fixed-price delivery order N0001918F1652 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the procurement of 53 Harpoon Block II Plus tactical missile upgrade kits for the Navy. Work will be performed in St. Charles, Missouri (69.5 percent); Galena, Kansas (10.5 percent); Minneapolis, Minnesota (6.6 percent); St. Louis, Missouri (6.5 percent); Lititz, Pennsylvania (2.2 percent); O'Fallon, Missouri (1.1 percent); and various locations within the continental U.S. (3.6 percent), and is expected to be completed in December 2020. Fiscal 2018 weapons procurement (Navy) funds in the amount of $14,253,926 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. General Electric Aviation, Evandale, Ohio, is awarded $12,080,440 for firm-fixed-price delivery order N0042118F0121 against a previously issued basic ordering agreement (FA8122-14-G-0001) for the procurement of 1,815 main long spraybars and 265 kits that consists of the 12 main short spraybars, one ignition spraybar, and one bolt in support of F/A-18E/F/G aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in August 2019. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,080,440 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Digitized Schematic Solutions LLC,** Warren, Michigan, is awarded $12,000,000 for modification P00005 to a previously awarded indefinite-delivery/indefinite quantity contract (M67854-17-D-5018) for the procurement of additional Airfield Damage Repair (ADR) kits. This modification increases the maximum contract value by $12,000,000 to $34,000,000. Work will be performed in Warren, Michigan, and is expected to be complete by Sept. 26, 2020. Fiscal 2018 procurement (Marine Corps) funds in the amount of $2,771,950 will be obligated on the first delivery order immediately following award to procure three ADR kits, and funds will not expire the end of the current fiscal year. This contract modification was not competitively procured in accordance with Federal Acquisition Regulation 6.302-5, 15 U.S. Code 637 and 10 U.S. Code 2304 (c) (d). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-5018). IDSC Holdings LLC, doing business as Snap-On Industrial, Kenosha, Wisconsin, is awarded an $11,924,503 firm-fixed-price contract for the procurement of 1,482 different brand-name commercial hand tools and toolboxes with a total overall quantity of 158,516 items for Lot 11 low-rate initial production F-35 Lightning II aircraft in support of the Joint Strike Fighter F35A/B/C Tool Control Program. Work will be performed in Kenosha, Wisconsin, and is expected to be completed in September 2019. Fiscal 2018 operations and maintenance; fiscal 2018 working capital fund (Navy); and foreign military sales funds in the amount of $11,924,503 will be obligated at time of award, $160,164 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals; one offer was received. This contract combines purchases for the Navy ($9,565,654; 80.2 percent); and the governments of Israel ($1,174,474; 9.9 percent); Japan ($777,715; 6.5 percent); and Korea ($406,660; 3.4 percent) under the Foreign Military Sales program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0667). Gilbane Federal, Concord, California, is awarded an $11,192,881 firm-fixed-price task order N6247318F5271 under a previously awarded environmental multiple award contract (N62473-17-D-0005) for Phase IV Non-Time Critical Removal Action (NTCRA) for Solid Waste Disposal Area Westside, Installation Restoration (IR) Site 12 at Naval Station Treasure Island. The work to be performed provides for the Comprehensive Environmental Response Compensation Liability Act NTCRA at IR Site 12 at Naval Station Treasure Island, in accordance with the Performance Work Statement (PWS). The primary activities conducted under this PWS shall consist of the preparation of planning documents and perform all tasks necessary to continue the Site 12 NTCRA for chemical and radioactive contaminants in accordance with the action memo. Work will be performed in San Francisco, California, and is expected to be completed by September 2020. Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $11,192,881 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. University of California San Diego, Scripps Institution of Oceanography, La Jolla, California, is awarded $9,568,563 for modification P00005 to previously awarded cost reimbursement contract N00014-16-C-3054 for mid-life re-fit and overhaul of research vessel (R/V) Roger Revelle AGOR 24. Work will be performed in Portland, Oregon, and work is expected to be completed Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $6,437,916 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The contracting activity is the Office of Naval Research, Arlington, Virginia, is the contracting activity. Gilbane Federal, Concord, California, is awarded $9,299,640 for firm-fixed-price task order N6247318F5364 under a previously awarded environmental multiple award contract (N62473-17-D-0005) for Parcel B Radiological Characterization at Hunters Point Naval Shipyard. The work provides data to allow property transfer and support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, impacted buildings and impacted former building sites in Parcel B in accordance with the performance work statement. Work will be performed in San Francisco, California, and is expected to be completed by September 2020. Fiscal 2018 base realignment and closure environmental (Navy) contract funds in the amount of $9,299,640 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, Southwest, San Diego, California, is the contracting activity. G-W Management Services LLC,* Rockville, Maryland, is awarded $8,906,365 for firm-fixed-price task order N4008018F5114 under a previously awarded multiple award construction contract (N40080-17-D-0022) for repairs to the chapel exterior at the U.S. Naval Academy complex. The work to be performed provides for safety and fall protection with work from heights and on domed surfaces; repair and replacement of copper roofing and flashing; cleaning, restoration, repair, and replacement of brick and stone masonry; lightning protection; repair and waterproofing of terrace retaining walls; repair of ornamental metals; restoration of wood windows; protective secondary windows; and incidental related work. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2019. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $8,906,365 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Washington, Public Works Department, Annapolis, Maryland, is the contracting activity. L3 Technologies Inc., doing business as L3 Communication Systems West, Salt Lake City, Utah, is awarded an $8,514,907 cost-plus-fixed-fee modification to previously awarded contract (N0016417FJ021) for a research and development effort to design, test and build high gain antenna (HGA) common data link (CDL) engineering development models and production HGA/CDL for the Maritime Patrol and Reconnaissance Aircraft (PMA-290) and Persistent Maritime Unmanned Aircraft Systems (PMA-262). Work will be performed in Salt Lake City, Utah, and is expected to be completed by January 2021. Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,503,778 will be obligated at time of award and funding in the amount of $103,778 will expire at the end of fiscal year. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. DEFENSE LOGISTICS AGENCY SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price bridge contract for facilities maintenance, repair and operations items. This is a 13-month bridge 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. Locations of performance are Illinois and the Republic of Korea, with an Oct. 25, 2019, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-18-D0003). The Boeing Co., St. Louis, Missouri, has been awarded an estimated $69,726,565 performance-based modification (P00086) to a five-year base contract (SPRPA11-14-D-002U) with one five-year option period for consumable items supporting various aircraft. This is a fixed-price incentive contract. 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. Location of performance is Missouri, with a Sept. 16, 2019, performance completion date. Using customers are Army, Navy, Air Force and various foreign military sales countries. Types of appropriation are fiscal 2019 defense working capital and foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Bethel Industries Inc.,*** Jersey City, New Jersey, has been awarded a maximum $34,907,813 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various types of coats. This was a competitive acquisition with 13 responses received. This is a three-year contract with no option periods. Location of performance is New Jersey, with a March, 25, 2022, estimated performance completion date. Using customer is Afghan National Army. Type of appropriation is fiscal 2018 through 2021 foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1094). The Boeing Co., St. Louis, Missouri, has been awarded a $17,350,724 firm-fixed-price delivery order (SPRPA1-18-F-KH3M) against basic ordering agreement SPE4A1-16-G-0010 for F/A-18 aircraft radomes. 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. Location of performance is Missouri, with a Dec. 31, 2019 performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Northrop Grumman Systems Corp., Palmdale, California, has been awarded a $9,532,773 modification (P00006) to contract SPRTA1-13-C-0151 for additional aft deck production units. This is a firm-fixed price contract. Locations of performance are California, Missouri and Arkansas, with a Sept. 20, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma. Honeywell International Inc., Tucson, Arizona, has been awarded an $8,578,415 firm-fixed-price contract for Bradley Fighting Vehicle System generators. This is a three-year contract with one 100 percent option period. 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 Arizona, with a Jan. 31, 2021, performance completion date. Usin

Toutes les nouvelles