Filtrer les résultats :

Tous les secteurs

Toutes les catégories

    4149 nouvelles

    Vous pouvez affiner les résultats en utilisant les filtres ci-dessus.

  • Happy new (fiscal) year! Feds want more electronic warfare and cybersecurity tools

    2 octobre 2018 | International, C4ISR

    Happy new (fiscal) year! Feds want more electronic warfare and cybersecurity tools

    By: Justin Lynch As the new federal fiscal year begins, cybersecurity analysts and industry leaders predict that electronic warfare and managed services will top the U.S. government's priority list to improve cybersecurity during the next fiscal cycle. Lockheed Martin, one of the five major cybersecurity contractors for the federal government, told Fifth Domain that they are focusing on signals intelligence and electronic warfare in the new year, which began Oct. 1. Cybersecurity and electronic warfare “can disrupt, deny, degrade, deceive and destroy adversaries' electronic systems,” Deon Viergutz, vice president of Lockheed Martin's cyber division told Fifth Domain in an email. “The ability to dominate the electromagnetic spectrum allows militaries to not only establish control, but also keep soldiers out of harm's way by providing offensive and defensive techniques from remote locations.” Russia's use of electronic warfare during its 2015 invasion of Ukraine exposed how the Department of Defense needs to boost its own digital combat tools, Brad Curran, an analyst at Front & Sullivan previously told Fifth Domain. The White House's new cybersecurity strategy states that the federal government will boost efforts to lawfully gather evidence of criminal activity and disrupt criminal networks through new legislation. It could translate into a greater need for tools that can manage large amounts of data, such as artificial intelligence. But along with the expected increase in electronic warfare, analysts and firms are predicting a rise in managed and cloud based services. Raytheon, another of the five major cybersecurity U.S. government contractors, said they expected the federal government to need more managed security operations. “Concepts like security operations center-as-a-service, and others are gaining momentum due to the desire for scalability. Federal agencies will continue to look to contracted service providers for expertise and support,” John DeSimone, a vice president for cybersecurity and special missions at Raytheon told Fifth Domain in an email. Curran said he expects the federal government to save money by using more cloud-based services, such as Amazon Web Services and Microsoft's Azure. The Trump administration has seen an increased in shared services, said Suzanne Spaulding, a former undersecretary at the Department of Homeland Security who now works at the Center for Strategic and International Studies. “Which services they will ultimately centralize is hard to see,” Spaulding said. She added the decision-space is “is tricky because at the end of the day, cabinet secretaries also need to be accountable for their own cybersecurity.” Distributed cloud-based communications is a key priority of the Department of Homeland Security, according to the agency's 2017 industry guide. The department also said they were looking to invest in metrics for cybersecurity effectiveness and data capture of networked devices. https://www.fifthdomain.com/industry/2018/10/01/happy-new-fiscal-year-feds-want-more-electronic-warfare-and-cybersecurity-tools

  • Army Awards Northrop $289M For IBCS Missile Defense Network

    2 octobre 2018 | International, C4ISR

    Army Awards Northrop $289M For IBCS Missile Defense Network

    By SYDNEY J. FREEDBERG JR. Chief of Staff Mark Milley declared air and missile defense the Army's No. 5 priority -- one of the Big Six which the service is pushing to accelerate, if necessary at the expense of everything else in their budget. UPDATED with contract details WASHINGTON: The Army just gave Northrop Grumman a $289.3 million vote of confidence in its much-criticized IBCS missile defense network, a major priority for major war. The award was announced — without even naming IBCS — on Friday, the last work day of the 2018 fiscal year. IBCS is meant to link multiple Army air and missile defense (AMD) systems that weren't designed to work together — Patriot, THAAD, Sentinel radar, and the future IFPC anti-aircraft/cruise missile system — into a single network. (It's an awful nested acronym for IAMD Battle Control System, where IAMD in turn stands for Integrated Air & Missile Defense). The goal is to exchange targeting data so quickly and precisely over vast distances that any launcher in range can intercept incoming threats spotted by any radar. It's a capability of significant value against North Korea and vital for a high-tech war against Russia or China, which have massive arsenals of increasingly precise (non-nuclear) ballistic and cruise missiles. Full article: https://breakingdefense.com/2018/10/army-gives-northrop-289m-for-ibcs-missile-defense-network

  • Australia begins work on satellite ground station as Airbus supports space aims

    2 octobre 2018 | International, C4ISR

    Australia begins work on satellite ground station as Airbus supports space aims

    Beth Stevenson, London - IHS Jane's Defence Industry The building of a new satellite ground station to support a wideband satellite communications network for the Australian Defence Force (ADF) has begun at Kapooka in New South Wales, Australia. Expected to be completed in 2021, the new site is being supported by Northrop Grumman and Viasat under an AUD24 million (USD17.3 million) investment. The first sod was turned by Michael McCormack, deputy prime minister and member of parliament for Riverina, on 28 September, initiating development of the new Defence Satellite Ground Station under the Wideband Satellite Capability project. “The construction will be a boon for the Wagga Wagga region's economy as this AUD24 million investment means goods and services can be sourced from local businesses throughout the construction phase and ongoing maintenance jobs,” McCormack said. https://www.janes.com/article/83465/australia-begins-work-on-satellite-ground-station-as-airbus-supports-space-aims

  • Facing industry pressure, Pentagon backs off contract payment changes

    2 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Facing industry pressure, Pentagon backs off contract payment changes

    By: Aaron Mehta and Joe Gould WASHINGTON – Following a wave of criticism from the defense industry and members of Congress, the Pentagon on Monday backed off proposed changes to how companies receive cash flow on their contracts. In a statement released at the unusual time of 7:19 PM, Deputy Secretary of Defense Patrick Shanahan said the decision to withdraw the proposed acquisition changes stemmed from a lack of “coordination” inside the department. “Recently, proposed amendments to the Defense Federal Acquisition Regulation Supplement (DFARS) were prematurely released, absent full coordination,” Shanahan's statement read. “As a result, the Department will rescind the proposed amendments. In coordination with industry, the Department will create a revised rule to implement section 831 of the FY2017 NDAA.” "The department will continue to partner closely with Congress and industry to examine all reform opportunities, ensuring we provide the best value to taxpayers and critical capabilities to military personnel who defend this great Nation,” Shanahan said. Unsaid in the statement: that since word of the proposed changes got out, the defense industry has been loud and unanimous in its opposition, and has enlisted its supporters on the Hill to help fight against the plan, put forth by Undersecretary of Defense for Acquisition and Sustainment Ellen Lord. As part of a broader set of changes to the acquisition rules, Lord hoped to change how companies receive their cash flow based on performance measurements, to act as an incentive for good behavior. In a Sept. 5 interview with Defense News, she laid out the rationale, saying “I believe the lifeblood of most industry is cash flow, so what we will do is regulate the percentage of payments or the amount of profit that can be achieved through what type of performance they demonstrate by the numbers.” However, three major trade groups — The National Defense Industrial Association, Professional Services Council and the Aerospace Industries Association — objected to the proposal, which would slash the payments on work to be performed from 80 percent to 50 percent, with incremental increases for maintaining quality or on-time delivery — and decreases for companies that have committed fraud. Rep. Mac Thornberry, R-Texas, and Sen. Jim Inhofe, R-Okla., the chairs of the House and Senate Armed Services Committees, sent a Sept. 21 letter to Shanahan calling the proposal “fundamentally flawed" and asking that it be rescinded and revisited. “We should not make it harder to do business with the Department of Defense than it is to do business with other parts of government — and that's exactly what this regulation does,” Thornberry told reporters last Tuesday. “We try to streamline acquisition, we try to make it easier to do business with these small companies; and then something like this comes out.” The Pentagon had hoped to implement the rule changes by the end of the year and had planned to hold a public meeting on Oct. 10, before the public comment period ended on Oct. 23. Whether that event will still happen is unclear. https://www.defensenews.com/pentagon/2018/10/02/facing-industry-pressure-pentagon-backs-off-contract-payment-changes

  • Here is what Marines really need for realistic simulations training

    1 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR

    Here is what Marines really need for realistic simulations training

    By: Todd South MARINE CORPS BASE QUANTICO, Va., ― Last year at the annual military expo here, Commandant Gen. Robert B. Neller told industry his vision for simulations is a kind of Star Trek-like holodeck in which any Marine could fight any battle on any terrain in virtual reality. Since then, Secretary of Defense James Mattis has said that close combat infantry units should fight 25 battles before they ever taste real combat. This year one of the Marines in charge of bringing those simulation dreams to reality laid down some of the tangible needs of the Corps now and in the near-term. Lt. Col. Byron Harder, with Training and Education Command's capabilities division, told the audience at this year's Modern Day Marine military expo that while live training will always remain the standard against which a unit's readiness is measured, even live training has its limits. It costs a lot of money to ship Marines out to Twentynine Palms or other areas. It costs money to fire munitions. Some of those munitions can't be fired in most areas. Some of the advanced weapons, such as cyber and electronic warfare types, can't be used for fear of damaging civilian networks or facilities in the United States. And some really advanced weapons can't be demonstrated where just anyone can see them in action, thus revealing our tech to adversaries. And that is where simulations can help bridge the gap. But first, there's a list of things that must come to fruition. Much of that is going to be software and bandwidth, basically getting better versions of terrains and simulations that are more realistic and can accommodate as much as a division's worth of players and an equally complex, simulated adversary. But some items are smaller and more hands-on, like better virtual reality and augmented reality headsets. Those headsets are key since the Marines want them to work not as they do now, with pounds of cabling in bulky indoor shooting simulators but light with long-lasting batteries that can be taken in the field and on deployment. Harder said a goggle that is about twice the weight of existing eye protection, perhaps with its power source somewhere on the body, is likely five to 10 years away based on his survey of the field. There's another an ongoing need: better drones. But instead of longer flying, large-scale drones that can coordinate complex fires and sensors for the operational environment, what Harder said simulations needs are smaller drones that can fly lower, giving Marines a street-level, detailed view of the battlespace so they can create their own terrain maps and fight the simulated fight in the areas they'll really be operating in. And those video feeds that are now on every ISR platform in the real world? Simulations need them too, to be realistic. That means game designers have to have human-like activity going on in areas instead of some digital “blob” representing enemies. That way, when a commander wants to zoom in on a tactical frame in the game, they'll be able to do it just like in theater. Which brings it to one of the more ambitious items beyond terrain and hardware: getting simulations to act more like humans. As it works now, unit commanders set up their forces, work their mission sets and then the virtual “forces” collide and often a scripted scenario plays out. Not too realistic. What's needed is both civilian simulations to act like civilian populations might act in the real world and the same for the enemy, taking advantages, fighting and withdrawing. But one step further is key: The enemy has to talk back. When a commander finishes the fight, they should be able to query the virtual enemy and figure out why it did what it did, how it gained a certain advantage. And it shouldn't take a programmer to “talk” with the simulation. Units communicate via voice and chat. That's how simulations users must be able to talk with their simulated civilians, allies and enemies, in plain language. These pursuits are not happening in a vacuum. This April for the first time Marine pilots at both Yuma, Arizona, and Camp Pendleton, California, ran flight simulations coordinated with ground units at the Marine Corps Air Ground Combat Center in Twentynine Palms, California. Those were done at a battalion level with a short prep time, far different than the large-scale Marine Expeditionary Unit or Marine Expeditionary Brigade-sized training that is typical. That is part of a larger effort to create a “plug-and-play” type of training module that any battalion, and later smaller units, can use at home station or on deployment to conduct complex, coordinated training. What made that work new was pairing legacy systems with a variety of software and operating systems between them. That's another example of what needs to be fixed. Marines and other services are, in many cases, using systems that were designed decades apart and creating a labyrinth of patchwork methods to get the hardware to work together when it wasn't built for that type of operation. The new systems must be open architecture so that new tech, new weapons and new terrain can be added on the fly. But also secure enough to operate across networks and not be spied upon by those who would want a peek at our tactics. Across the infantry battalions Marines received new gear last year called Tactical Decision Kits. These allow for squad to company-sized elements to do video game-play for their unit exercises, complete with NFL-style replay of engagements and decisions. That's a low-level example of one thing that's lacking in current training, Harder said. Right now the main piece of tech for a Marine commander conducting an after action review is a pen and paper pad. But with ISR drones, body cams and sensors, Marines in the near-term future should be able to monitor individual Marine's energy and hydration levels, where they pointed their weapon, when they fired, how many rounds, if they hit their target, even where their eyes were looking while on patrol. And, if on deployment, Marines can't rely on a cadre of civilian contractors back home to run their hardware. To that end, the Corps began two courses last year, the Simulation Professional Course and the Simulations Specialist Course. Both give Marines in infantry units experience setting up simulations and running the games for their units. They input training objectives and can understand and put together training for the unit staff or just for their fire team back in the barracks. https://www.marinecorpstimes.com/news/your-marine-corps/2018/09/28/here-is-the-current-checklist-for-marine-corps-simulations-training

  • Contract Awards by US Department of Defense - September 28, 2018

    1 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Contract Awards by US Department of Defense - September 28, 2018

    AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $1,051,818,540 cost-plus-fixed-fee modification to contract FA8802-19-C-0001 for Federally Funded Research and Development Center support. This contract is for general life-cycle systems engineering and integration for the national security space community. This contract provides planning, systems definition, and technical specification support, analyzes user needs, design and design alternatives, interoperability, manufacturing and quality control. It also assists with test and evaluation, launch support, flight tests, orbital operations and integration of space systems. Work will be performed in El Segundo, California, and is expected to be completed Sept. 30, 2019. No funds will be obligated at the time of award. Space and Missile Systems Center, El Segundo, California, is the contracting activity. Aero Turbine Inc., Stockton, California, has been awarded a $128,757,513 indefinite-delivery/indefinite-quantity and firm-fixed-price contract for overhaul services of J85-GE-5/-21 engine components. Work will be performed in Stockton, California, and is expected to be completed by Jan. 24, 2020. Fiscal 2018 defense working group funds in the amount of $9,185,439 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-17-D-0001). Gentex Corp., Simpson, Pennsylvania; and Teledyne Scientific & Imaging LLC, Thousand Oaks, California, have each been awarded a $98,300,000 ceiling, multiple award, indefinite-delivery/indefinite-quantity contract for laser eye protection. This contract provides for the development, manufacture, and delivery of different variants or form factors of laser eye protection to be used for the purpose of protecting aircrew against emerging laser threats. Work will be performed in Simpson, Pennsylvania; and Thousand Oaks, California, and is expected to be completed by Sept. 27, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $10,000 will be obligated on the first delivery orders. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-18-D-0019; FA8606-18-D-0031). Utah State University Research Foundation/Space Dynamic Laboratory, North Logan, Utah, has been awarded a $92,000,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion task orders for research and development. This contract provides the Air Force Research Laboratory the necessary research and development to maintain an essential engineering, research and development capability in the areas of sensor development, image processing, and data analysis. Work will be performed primarily at Kirtland Air Force Base, New Mexico; and Logan, Utah, and is expected to be complete by 2025. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $208,509 are being obligated at the time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-18-D-0042). Northrop Grumman Systems Corp., Middle River, Maryland, has been awarded a not-to-exceed $80,228,674 cost-plus-fixed-fee modification (P00014) to contract FA8726-17-C-0011 for military global positioning system (GPS) in support of the Battlefield Airborne Communications Node platform fleet. Work will be performed at Bombardier Facility in Wichita, Kansas, for installs and testing. Military testing will be done at Edwards Air Force Base. The contract is expected to be completed by Sept. 28, 2020. Fiscal 2017 research, development, test and evaluation funds in the amount of $6,100,000 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. Raytheon Co., El Segundo, California, has been awarded an $81,800,000 requirements contract for Miniaturized Airborne Global Positioning System Receiver (MAGR) production and sustainment. Work will be performed in El Segundo, California; and in Huntsville, Alabama, and will be completed by Sept. 27, 2023. This contract will allow foreign military sales. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-18-D-0005). Telspan Data LLC, Concord, California, has been awarded a $46,183,433 basic indefinite-delivery/indefinite-quantity contract for air data recorders (ADR), ground recorder systems (GRS), data replay systems (DRS) and support services. The contract provides for spare equipment, support services, and improvement of ADR, GRS, and DRS capabilities for use by the operational and test communities in support of the Air Force Test mission. Work will be performed in Concord, California, and multiple continental U.S. military installations, and is expected to be completed by Sept. 28, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $2,795,985 are being obligated at the time of award. Air Force Test Center, Specialized Contracting Branch, Eglin Air Force Base, Florida, is the contracting activity (FA2487-18-D-0016). Lockheed Martin Space, Sunnyvale, California, has been awarded a $45,430,528 cost-plus-fixed-fee modification (P00131) to previously awarded contract FA8810-13-C-0002 for space-based infrared system contractor logistics support for studies and modification projects. This modification brings the total cumulative face value of the contract to $1,381,777,416. Work will be performed on Peterson Air Force Base, Colorado; Buckley AFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado. Work is expected to be completed by June 27, 2021. Fiscal 2018 operations and maintenance funds in the amount of $45,430,528 are being obligated at the time of award. Air Force Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity. KBRwyle Technology Solutions LLC, Colorado Springs, Colorado, has been awarded a $40,230,542 firm-fixed-price modification (P00019) to previously awarded contract FA8806-13-C-0001 for Air Force Satellite Control Network Hybrid upgrades. This modification provides for upgrades to hybrid sites at New Hampshire Tracking Station A-Side in New Boston, England; New Hampshire, England; and Telemetry and Command Station A-Side in Oakhanger, England. This modification brings the total cumulative face value of the contract to $100,586,993. Work will be performed in New Boston, New Hampshire and Oakhanger, England, and is expected to be completed by May 31, 2022. Fiscal 2016 and 2017 space procurement funds in the amount of $27,840,387 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. Cherokee Nation Management & Consulting LLC, Catoosa, Oklahoma, has been awarded a $22,000,000 indefinitely-delivery/indefinite-quantity contract for civil engineering support services. The contract provides for responsive, flexible full-spectrum installation engineering services including installation engineer technical assistance (requirement planning, development, execution) and other support. Work will be performed at Eglin Air Force Base, Florida, and is expected to be complete by 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $2,264,651 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-18-D-0010). Aviation Training Consulting LLC, Altus, Oklahoma, has been awarded a $20,892,865 firm-fixed price modification (P00032) to previously awarded contract FA8621-16-C-6339 for the B-52 Training System Delta Merge. This contract provides for the development, integration, and testing of 1760 Internal Weapons Bay Upgrade 1.2, Combat Network Communications Technology 3.0, Next Generation Threat System 3.2.1, Defensive Station Subsystem Technical Refresh, and B-52 Software Baseline 06/Sniper Targeting Pod. Work will be performed in Sterling, Virginia; and Oklahoma City, Oklahoma, and is expected to be complete by March 31, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $19,094,000 are being obligated at time of award. Air Force Life Cycle Management Center, Wight-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6339). Webb Electric Co. of Florida Inc., Pensacola, Florida, has been awarded a $16,460,695 firm-fixed-price in support of the Airfield Lighting Phase 1&2 construction project. This contract provides all plant, labor, materials, equipment, transportation and supervision necessary to repair Scott Air Force Base, Illinois, degraded airfield lighting. Work will be performed at Scott AFB, Illinois, and is expected to be completed November 2019. The award is the result of a source-selection acquisition with five offers received. Fiscal 2018 funds in the amount of $16,460,695 will be obligated at the time of award. 375th Contracting Squadron, Scott AFB, Illinois, is the contracting activity (FA4407-18-R-0003). Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $9,967,000 indefinite-delivery/indefinite-quantity contract for spare equipment, on-site technical support, repairs, upgrades, and travel. This contract provides for spare parts and technical services to support F-35 Reprogramming Labs. Work will be performed at Eglin Air Force Base, Florida; and Linthicum Heights, Maryland, and is expected to be complete by Sept. 27, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $267,487 are being obligated on the first task order at the time of award. Air Force Test Center, Specialized Contracting Branch, Eglin Air Force Base, Florida, is the contracting activity (FA2487-18-D-0006). Northrop Grumman Systems Corp.-Amherst Systems Inc., Buffalo, New York, has been awarded a $7,680,000 indefinite-delivery/indefinite-quantity contract for spare equipment, on-site technical support, repairs, upgrades, and travel. This contract provides for spare parts and technical services to support F-35 reprogramming labs. Work will be performed at Eglin Air Force Base, Florida; and in Buffalo, New York, and is expected to be completed by Sept. 28, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $493,741 are being obligated at the time of award. Air Force Test Center, Specialized Contracting Branch, Eglin Air Force Base, Florida, is the contracting activity (FA2487-18-D-0004). Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded a $7,378,400 modification (P00012) to contract FA8823-17-C-0003 for the AN/UMQ-13 Meteorological Data Station MARK IV-B System Sustainment. The MARK IV-B is a web enabled client-server system that receives, processes, disseminates, and stores real time imagery and mission sensor data from polar orbiting and geostationary satellites, which provides stored environmental imagery and sensor data to forecaster users. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed by Oct. 31, 2019. No funds are being obligated at the time of award. Total cumulative face value is $17,985,939. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity. L3 Technologies Inc., Arlington, Texas, has been awarded a $7,209,803 bilateral modification (P00177) to contract FA8621-13-C-6323 for Block 30 Phase 3 Hardware effort. Work will be performed in Arlington, Texas, and is expected to be completed by Jan. 30, 2020. Fiscal 2016 procurement funds in the amount of $7,209,803 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Woodward Inc., Loves Park, Illinois, has been awarded a $7,128,800.00 indefinite-delivery/indefinite-quantity, commercial firm-fixed-price contract for the KC-135 Aircraft Sustainment. This contract provides overhaul services of the F108-100 Main Engine Control. Work will be performed at Loves Park, Illinois, and is expected to be completed by Sept. 29, 2021. Fiscal 2018 defense revolving funds in the amount of $7,128,800 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity (FA8122-18-D-0006). DEFENSE LOGISTICS AGENCY American Water Military Services LLC, Voorhees, New Jersey, has been awarded a $590,702,920 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Leonard Wood, Missouri. This was a competitive acquisition with five responses received. This is a 50-year contract with no option periods. Locations of performance are New Jersey and Missouri, with an April 30, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-18-C-8324). Meggitt Aircraft Braking Systems Corp., Akron, Ohio, has been awarded a maximum $322,691,461 firm-fixed-price, requirements contract for aircraft consumable and reparable parts. This is a five-year base contract with one five-year option period. 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 Ohio and Kentucky, with a Sept. 29, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-18-D-9452). Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded a $142,280,462 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the electric distribution system at Fort Jackson, South Carolina. This was a competitive acquisition with eight responses received. This is a 50-year contract with no option periods. Locations of performance are Virginia and South Carolina, with a March 31, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-18-C-8325). American States Utility Services Inc., Fredericksburg, Virginia, has been awarded an $81,380,241 modification (P00004) to a 50-year contract (SP0600-17-C-8328) with no option periods for additional utility services for the water and wastewater utility systems at Fort Riley, Kansas. This modification increases the obligated value from $5,554,732 to $5,972,894. This is a fixed-price with economic-price-adjustment contract. Locations of performance are Kansas and Virginia, with a June 30, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. Nasco Aircraft Brake Inc., Gardena, California, has been awarded a maximum $41,955,000 firm-fixed-price, requirements contract for aircraft consumable and reparable parts. This is a five-year base contract with one five-year option period. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is California, with a Sept. 29, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-18-D-9453). South Carolina Electric & Gas Co., Cayce, South Carolina, has been awarded a $33,658,296 regulated tariff rate contract for the ownership, operation and maintenance of the natural gas distribution system at Fort Jackson, South Carolina. This was a competitive acquisition with four responses received. This is a 50-year contract with no option periods. Location of performance is South Carolina, with a Sept. 30, 2069, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-18-C-8326). Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $19,918,381 fixed-price contract for various Navy men's shirts. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract. This was a competitive acquisition with four responses received. Location of performance is North Carolina, with a Sept. 27, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1093). JV Global Logistics LLC, Durham, New Hamphire, has been awarded a maximum $19,362,630 firm-fixed-price contract for alongside aircraft refueling services at Naval Air Station Patuxent River, Patuxent River, Maryland. This is a four-year base contract with one five-year option period and a six-month extension. This was a competitive acquisition with six offers received. Locations of performance are New Hamphire and Maryland, with a June 30, 2028, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-18-C-5071). Olgoonik Logistics LLC, Anchorage, Alaska, has been awarded a maximum $15,689,017 firm-fixed-price contract for alongside aircraft refueling services at Naval Base Ventura County, Point Mugu, California. This is a four-year base contract with one five-year option period and one six-month extension. This was a competitive acquisition with eight offers received. Locations of performance are Alaska and California, with an April 30, 2028, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-18-C-5069). CORRECTION: The contract announced on Sept. 26, 2018, for SupplyCore Inc., Rockford, Illinois (SPE8E3-18-D0003), for $80,000,000 was announced with an incorrect award date. The correct award date is Sept. 28, 2018. CORRECTION: The contract announced on Sept. 27, 2018, for General Dynamics Land Systems Inc., Sterling Heights, Michigan (SPE7MX-16-D-0100, modification P00030), for $15,561,864 was announced with an incorrect award date. The correct award date is Sept. 28, 2018. ARMY General Atomics, Poway, California, was awarded a $441,634,278 cost-plus-fixed-fee contract for procurement of technical services for U.S. Army Gray Eagle Unmanned Aircraft Systems. 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. 30, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0001). DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $292,091,753 firm-fixed-price contract for maintenance support device version four Rugged/Marine Configuration (MSD V4R), Semi-Rugged (MSD V4S), (MSD V4-R/S). Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P31-18-D-0067). Northrop Grumman Systems Corp., Huntsville, Alabama, was awarded a $289,331,060 modification (P00163) to contract W31P4Q-08-C-0418 for engineering, logistics, integration, test and evaluation, and program management activities necessary to develop and test improved software and production representative hardware. Work will be performed in Huntsville, Alabama, with an estimated completion date of Dec. 31, 2019. Fiscal 2018 research, development, test and evaluation funds in the amount of $131,492,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. CenCore LLC,* Orem, Utah (W911QY-18-D-0233); Davis Defense Group Inc.,* Stafford, Virginia (W911QY-18-D-0234); Integrity Consulting Engineering and Security Solutions LLC,* Purcellville, Virginia (W911QY-18-D-0235); Interactive Process Technology LLC,* Billerica, Massachusetts (W911QY-18-D-0236); Joint Research and Development Inc.,* Stafford, Virginia (W911QY-18-D-0237); Kalman & Company Inc.,* Virginia Beach, Virginia (W911QY-18-D-0232); Millennium Corp.,* Arlington, Virginia (W911QY-18-D-0238); and The Tauri Group Inc.,* Alexandria, Virginia (W911QY-18-D-0239), will compete for each order of the $249,000,000 firm-fixed-price contract for providing resources in support of the Joint Program Executive Office for Chemical and Biological Defense to include its headquarters, directorates and five joint project managers. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Davis Defense Group Inc.,* Stafford, Virginia (W911QY-18-D-0247); Engility Corp., Andover, Massachusetts (W911QY-18-D-0248); HII Mission Driven Innovation Solutions Inc., Huntsville, Alabama (W911QY-18-D-0249); Kalman & Company Inc.,* Virginia Beach, Virginia (W911QY-18-D-0250); Patricio Enterprises Inc., Stafford, Virginia (W911QY-18-D-0251); and the Tauri Group Inc.,* Alexandria, Virginia (W911QY-18-D-0252), will compete for each order of the $249,000,000 firm-fixed-price contract for resources in support of the Joint Program Executive Office for Chemical and Biological Defense to include its headquarters, directorates and five joint project manager. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $215,797,886 modification (P00011) to contract W56HZV-17-C-0001 for production of the M109A7 Self-Propelled Howitzer and the M992A3 Carrier Ammunition Tracked vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 29, 2021. Fiscal 2018 other procurement, Army funds in the amount of $215,797,886 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. ECS Federal LLC, Fairfax, Virginia, was awarded a $78,826,837 cost-plus-fixed-fee contract for machine learning and computer vision engineering. Bids were solicited via the internet with one received. Work will be performed in Fairfax, Virginia, with an estimated completion date of Dec. 31, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $40,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-18-C-0037). Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $61,060,108 cost-plus-fixed-fee contract for mission command training program exercise planning, coordination, execution, technical support, and operations of simulation and models, and related support activities. Bids were solicited via the internet with four received. Work will be performed in Fort Leavenworth, Kansas, with an estimated completion date of Oct. 14, 2023. Fiscal 2019 operations and maintenance (Army) funds in the amount of $61,060,108 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Kansas, is the contracting activity (W911S0-18-C-0004). AECOM Technical Services Inc., Atlanta, Georgia, was awarded a $48,000,000 firm-fixed-price contract to procure quality-assurance services as required to respond to the district's large number of complex civil works projects. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2024. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-D-0008). AECOM Technical Services Inc., Sacramento, California (W91238-18-D-0018); Burns & McDonnell Engineering Company Inc., Kansas City, Missouri (W91238-18-D-0019); Jacobs Engineering Group Inc., Irvine, California (W91238-18-D-0020); and Michael Baker International Inc., Midvale, Utah (W91238-18-D-0021), will compete for each order of the $44,000,000 firm-fixed-price contract for military design and interagency and international services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity. Flatiron/Dragados/Sukut JV, Benicia, California, was awarded a $36,695,695 modification (P00006) to contract W91238-17-C-0025 for the auxiliary spillway for the Isabella Lake Dam safety modification project and the demolition of several downstream monoliths in the Borel Outlet Works through the auxiliary dam, filling the Borel Outlet Works conduit through the auxiliary dam with lightweight concrete, and overall modifications to the auxiliary spillway. Work will be performed in Lake Isabella, California, with an estimated completion date of July 1, 2021. Fiscal 2018 civil works funds in the amount of $36,695,695 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity. Nation Ford Chemical,* Fort Mill, South Carolina, was awarded a $34,400,000 firm-fixed-price contract for the supply of specialty dyes for the M18 smoke grenade. 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. 27, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-D-3030). Allison Transmission, Indianapolis, Indiana, was awarded a $30,062,763 cost-plus-fixed-fee, firm-fixed-price contract for Abrams new and upgraded transmissions, sustainment kits and system technical services. Bids were solicited via the internet with one received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Dec. 31, 2019. Fiscal 2017 and 2018 Army working capital funds; and other procurement, Army funds in the amount of $30,062,763 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0189). Syracuse Research Corp., North Syracuse, New York, was awarded a $25,720,017 modification (P00011) to contract W31P4Q-17-C-0157 for logistics and engineering support of deployed systems and for continued development, production, integration, spares, delivery, deployment and logistics support for the Low-Slow-Small UAS Integrated Defeat System. Work will be performed in North Syracuse, New York, with an estimated completion date of Jan. 31, 2019. Fiscal 2018 other procurement, Army funds in the amount of $25,720,017 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Conti Federal Services Inc., Edison, New Jersey, was awarded a $20,575,002 firm-fixed-price contract for roof repairs and replacement of Virgin Islands Army National Guard. Bids were solicited via the internet with six received. Work will be performed in Kingshill, Virgin Islands, with an estimated completion date of Sept. 28, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $20,575,002 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0031). Pagoda-Broadway JV One LLC,* Elk Grove Village, Illinois, was awarded a $20,157,000 firm-fixed-price contract for repair of north drainage, secondary electrical lines and telecommunications, Pohakuloa Training Area, Island of Hawaii, Hawaii. Bids were solicited via the internet with four received. Work will be performed in Hilo, Hawaii, with an estimated completion date of May 31, 2021. Fiscal 2018 operations and maintenance (Army) funds in the amount of $20,157,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-18-C-0005). State Licensing Agency, South Carolina Commission, Columbia, South Carolina, was awarded a $19,047,036 modification (P00005) to contract W9124C-18-C-0016 for receiving, storing, preparing, requisitioning, serving food, labor, equipment, tools, materials, supervision and other associated work efforts for food service management, food production, and headcounter services. Work will be performed in Fort Jackson, South Carolina, with an estimated completion date of March 31, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $3,240,114 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Jackson, South Carolina, is the contracting activity. Geoweb3d Inc.,* Vestal, New York, was awarded a $17,233,795 firm-fixed-price contract for design, development and integration of the Special Operations Mission Planning and Execution Plan next generation three-dimension mapping engine. One bid was solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91215-18-D-0001). Daylight Defense, San Diego, California, was awarded a $16,286,704 cost-plus-fixed-fee contract to design, develop, build, integrate, and conduct testing and evaluation of optical transceiver demonstration systems. One bid was solicited with one received. Work will be performed in San Diego, California, with an estimated completion date of Sept. 27, 2022. Fiscal 2018 research, development, test and evaluation funds in the amount of $6,591,497 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-18-C-0047). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $16,185,983 modification (0046 02) to contract W52P1J-11-G-0002 to repair and/or replace the electrical circuit components and replace electrical infrastructure in the area that directly supports multiple products and areas at the Radford Army Ammunition Plant. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 26, 2020. Fiscal 2018 other procurement, Army funds in the amount of $16,185,983 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. RLB Contracting Inc.,* Port Lavaca, Texas, was awarded a $15,175,147 firm-fixed-price contract for maintenance dredging of the Gulf Intracoastal Waterway, Corpus Christi Ship Channel to Port Isabel and the channel to Harlingen in Kenedy, Willacy and Cameron Counties, Texas. Bids were solicited via the internet with three received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of April 21, 2019. Fiscal 2016, 2017 and 2018 operations and maintenance (Army) and supplemental operations and maintenance (Army) funds in the amount of $15,175,147 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0097). TDX Quality LLC,* Anchorage, Alaska, was awarded a $15,150,516 firm-fixed-price contract for construction of KC-46A alterations of apron and fire hydrants at Joint Base McGuire-Dix-Lakehurst, New Jersey. One bid was solicited with one bid received. Work will be performed in Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated completion date of March 21, 2020. Fiscal 2018 military construction funds in the amount of $15,150,516 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0024). Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $14,986,216 contract for procurement of Airborne Computer Equipment V Architecture Zero equipment for the RQ-7B Shadow Tactical Unmanned Aircraft System, production for software and hardware on the RQ-7B Shadow. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-D-0246). Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $14,796,430 firm-fixed-price contract for construction of a combat arms facility at McConnell Air Force Base, Kansas. Bids were solicited via the internet with seven received. Work will be performed in McConnell Air Force Base, Kansas, with an estimated completion date of June 12, 2020. Fiscal 2018 military construction funds in the amount of $14,796,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-18-C-4051). Northrop Grumman Systems Corp., Sierra Vista, Arizona, was awarded a $14,243,026 modification (P00021) to contract W58RGZ-17-C-0019 for reconstitution and rehabilitation of 10 ground-control station shelters. Work will be performed in Sierra Vista, Arizona, with an estimated completion date of Aug. 31, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $14,243,026 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. BCI Construction USA Inc.,* Pace, Florida, was awarded a $13,731,375 firm-fixed-price contract for headworks intake lifting equipment. Bids were solicited via the internet with two received. Work will be performed in Lancaster, Tennessee; Celina, Tennessee; and Jamestown, Kentucky, with an estimated completion date of Oct. 15, 2020. Fiscal 2018 river and harbor contributed funds in the amount of $13,731,375 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-18-C-0019). BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $13,488,069 modification (0029 17) to contract W52P1J-11-G-0002 to design a new permanent energy center allowing for complete isolation from a legacy coal-fired powerhouse and incorporating it into a natural gas-fired package boiler facility. Work will be performed in Radford, Virginia, with an estimated completion date of Sept. 27, 2020. Fiscal 2018 other procurement, Army funds in the amount of $13,488,069 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Carbro Constructors Corp.,* Hillsborough, New Jersey, was awarded a $12,278,324 firm-fixed-price contract for construction for segment C2 of the Green Brook Flood Risk Management Project located in Middlesex, New Jersey. Bids were solicited via the internet with 15 received. Work will be performed in Middlesex, New Jersey, with an estimated completion date of Oct. 4, 2020. Fiscal 2014, 2015, 2016, 2017 and 2018 civil works and non-federal funds in the amount of $12,278,324 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0021). Eastern Construction & Electric Inc.,* Wrightstown, New Jersey, was awarded a $11,905,555 firm-fixed-price contract to construct an addition to the B2324 MX training facility at Joint Base McGuire-Dix-Lakehurst, New Jersey. Bids were solicited via the internet with eight received. Work will be performed in Trenton, New Jersey, with an estimated completion date of March 27, 2020. Fiscal 2018 military construction funds in the amount of $11,905,555 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-C-0019). Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,311,500 firm-fixed-price contract for maintenance dredging of the Delaware River, Philadelphia. Bids were solicited via the internet with one received. Work will be performed in New Castle, Delaware, with an estimated completion date of Feb. 28, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $11,311,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-18-C-0047). Sagres Construction, Alexandria, Virginia, was awarded a $10,980,000 firm-fixed-price contract to provide Fort Myer, Virginia, with a protective barrier ornamental fence and associated access gates and construction of approximately 9,600 LF of an 8 ft. perimeter ornamental security fence. Bids were solicited via the internet with 11 received. Work will be performed in Fort Myer, Virginia, with an estimated completion date of April 4, 2020. Fiscal 2018 military construction funds in the amount of $10,980,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-C-0046). Alan Shintani Inc.,* Waipahu, Hawaii, was awarded a $10,689,000 firm-fixed-price contract for renovations at Schofield Barracks, Hawaii. Bids were solicited via the internet with five received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of June 30, 2020. Fiscal 2018 operations and maintenance (Army) funds in the amount of $10,689,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-18-C-0006). Manson Construction Co., Seattle, Washington, was awarded a $10,133,500 firm-fixed-price contract for dredging of the Galveston Harbor and channel. Bids were solicited via the internet with one received. Work will be performed in Galveston, Texas, with an estimated completion date of Feb. 6, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $10,133,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0121). Eco & Associates Inc.,* Tustin, California, was awarded a $9,800,000 firm-fixed-price contract for architect-engineer services for construction management services primarily for large scale Veterans Administration construction projects throughout the state of California. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-D-0006). Georgia Power Co., Atlanta, Georgia, was awarded a $9,798,186 firm-fixed-price contract for energy project Utility Energy Service Contract. One bid was solicited via the internet with one bid received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of March 31, 2033. According to IAW 42 U.S. Code, funding is not required at the time of award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-18-F-0820). Orion Marine Construction Inc., Tampa, Florida, was awarded a $9,221,250 firm-fixed-price contract for maintenance dredging of the Sabine-Neches Waterway, Texas, and Sabine-Neches in Orange & Jefferson Counties, Texas. Bids were solicited via the internet with four received. Work will be performed in Orange, Texas, with an estimated completion date of Feb. 1, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $9,221,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0119). Northern Construction LLC,* Ogden, Utah, was awarded an $8,958,380 firm-fixed-price contract for the design and construction of an F-35A munitions maintenance complex at Hill Air Force Base, Utah. Bids were solicited via the internet with four received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of Sept. 27, 2020. Fiscal 2017 military construction funds in the amount of $8,958,380 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0049). Raytheon Co., Indianapolis, Indiana, was awarded an $8,932,665 cost-plus-fixed-fee Foreign Military Sales (Jordan) contract for repair and return of the Integrated Fire Control System. One bid was solicited via the internet with one received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Sept. 27, 2021. Fiscal 2018 foreign military sales funds in the amount of $8,932,665 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0091). Speegle Construction Inc.,* Niceville, Florida, was awarded an $8,007,902 firm-fixed-price contract for design and construction of a new 10,134 sq. ft. two-story addition at Eglin Air Force Base, Florida. Bids were solicited via the internet with one received. Work will be performed in Eglin Air Force Base, Florida, with an estimated completion date of July 29, 2020. Fiscal 2018 military construction funds in the amount of $8,007,902 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-18-C-0026). Raito/Great Lakes E&I JV, Rocklin, California, was awarded a $7,884,517 firm-fixed-price contract for constructing a cutoff wall and reconstructing the degraded embankment of Marysville Ring Levee. Bids were solicited via the internet with two received. Work will be performed in Marysville, California, with an estimated completion date of Oct. 26, 2019. Fiscal 2018 civil works funds in the amount of $7,884,517 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0048). TW LaQuay Marine LLC,* Port Lavaca, Texas, was awarded a $7,459,176 firm-fixed-price contract for pipeline dredging of the Matagorda ship channel. Bids were solicited via the internet with four received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of May 24, 2019. Fiscal 2017 and 2018 operations and maintenance Army funds in the amount of $7,459,176 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0083). NAVY Raytheon Missile Systems, Tucson, Arizona, is awarded a $395,549,739 modification to previously awarded contract (N00024-17-C-5409) for procurement of fiscal 2017 and 2018 Standard Missile-6 (SM-6) full rate production requirements and spares. This contract modification includes options which, if exercised, would bring the cumulative value of this contract to $579,718,607. Work will be performed in East Camden, Arkansas (31 percent); Tucson, Arizona (19 percent); Wolverhampton, United Kingdom (15 percent); Andover, Massachusetts (7 percent); Middletown, Ohio (4 percent); San Jose, California (3 percent); Anniston, Alabama (2 percent); Dallas, Texas (2 percent); Huntsville, Alabama (2 percent); Clarkston, Georgia (1 percent); Middletown, Connecticut (1 percent); Amesbury, Massachusetts (1 percent); Anaheim, California (1 percent); Minneapolis, Minnesota (1 percent); Orangeburg, New York (1 percent); San Diego, California (1 percent); Warrington, Pennsylvania (1 percent); all other locations less than .5 percent (7 percent), and is expected to be completed by September 2022. Fiscal 2018 and 2017 weapons procurement (Navy), funding in the amount of $484,397,929 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $333,299,488 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00014 to a previously awarded contract (N00030-17-C-0100) for new procurement of Trident II (D5) Deployed Systems Support. The work will be performed in Cape Canaveral, Florida (29.06 percent); Sunnyvale, California (26.58 percent); Kings Bay, Georgia (13.8 percent); Bangor, Washington (13.64 percent); Denver, Colorado (5.14 percent); Titusville, Florida (3.48 percent); Magna, Utah (3.08 percent); Orlando, Florida (1.54 percent); and other various locations (less than 1.00 percent each; 3.68 percent total) with an estimated completion date of Feb. 4, 2020. Subject to availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $315,899,488 and United Kingdom funds in the amount of $17,400,000 will be obligated. Funds in the amount of $315,899,488 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Lockheed Martin Space, Sunnyvale, California, is awarded $103,919,058 for fixed-price-incentive, cost-plus-incentive-fee, and cost-plus-fixed-fee modification PZ0001 to a previously awarded un-priced letter contract (N00030-18-C-0100) for new procurement of Trident II (D5) missile production, D5 Life Extension production, and D5 Deployed Systems Support. The work will be performed in Kings Bay, Georgia (43.59 percent); Bangor, Washington (42.44 percent); Sunnyvale, California (4.52 percent); Cape Canaveral, Florida (3.97 percent); and other various locations (less than 1.00 percent each; 5.48 percent total) with an expected completion date of Sept. 30, 2023. Fiscal 2018 weapons procurement (Navy) funds in the amount of $33,789,468, United Kingdom funds in the amount of $3,746,000, and fiscal 2018 other procurement (Navy) funds in the amount of $351,680 are being obligated on this award, none of which will expire at the end of the current fiscal year. Subject to availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $66,031,910 will be obligated on this award. Funds in the amount of $66,031,910 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Huntington Ingalls Industries, Newport News Shipbuilding Inc., Newport News, Virginia, is awarded a $94,583,325 cost-plus-fixed-fee modification to previously awarded contract (N00024-16-C-2116) to increase the existing level of effort for additional advance fabrication, research, development, testing and engineering efforts in support of nuclear powered aircraft carrier Enterprise (CVN 80). Work will be performed in Newport News, Virginia, and is expected to be complete by March 2019. No contract funds are being obligated at this time. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. General Electric-Aviation, Lynn, Massachusetts, is awarded an $84,100,298 firm-fixed-priced, performance-based logistics requirements contract for logistics and repair support for four T700 engine components in support of the Navy's H-60 Seahawk and the Marine Corps' AH-1 Cobra helicopters. This contract includes a three-year base period with no options. Work will be performed in Winfield, Kansas, and work is expected to be completed by September 2021. Subject to the availability of annual fiscal year funds for 2019-2021, working capital (Navy) funds will be obligated to fund delivery orders as they are issued, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-18-D-PT01) Oceaneering International Inc., Chesapeake, Virginia, is awarded a $68,879,200 cost-fixed-fee and cost-only contract for maintenance, product improvement and design services efforts to support the Dry Deck Shelter (DDS) Program. The contract provides Naval Special Warfare Command with engineering services to support maintenance, product improvement and design services and repairs of U.S. Special Operations Command's Dry Deck Shelter assets. This contract includes options which, if exercised, would bring the cumulative value of this contract to $68,879,200. Work will be performed in Chesapeake, Virginia (60 percent); Honolulu, Hawaii (30 percent); Kings Bay, Georgia (5 percent); Groton, Connecticut (3 percent); and Guam (2 percent), and is expected to be completed by September 2019. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $725,000 and fiscal 2018 DoD procurement funding in the amount of $201,000 will be obligated at time of award. Operations and maintenance (Navy) funding will expire at the end of the current fiscal year; however, 10 U.S. Code 2410(a) authority will be invoked to allow the period of performance to be extended past the funding expiration date of Sept. 30, 2018. 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-6413). United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded $63,499,364 for order N0001918F2414 against a previously issued firm-fixed-price-incentive-fee, cost-plus-fixed-fee basic ordering agreement (N00019-17-G-0005). This order provides for non-recurring engineering for early identification, development, and qualification of corrections to potential and current operational issues. Work will be performed in East Hartford, Connecticut (88 percent); and Indianapolis, Indiana (12 percent), and is expected to be completed in December 2020. Fiscal 2018 research, development, test and evaluation (Navy and Air Force) funds in the amount of $43,181,577 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($25,813,010; 41 percent); Air Force ($19,181,577; 30 percent); Non-U.S. DoD Participants ($12,599,197; 20 percent); and foreign military sales customers ($5,905,581; 9 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Leidos Inc., Reston, Virginia, is awarded $57,752,791 for a single cost-plus-fixed-fee task order N6264518F0620 under a previously awarded General Services Administration One Acquisition Solution for Integrated Services contract (GS00Q14OADU420). This task order will provide research support services to examine the effects of deployments and career experiences on the overall physical and mental health of service members and their families. The work will be performed at the Naval Health Research Center in San Diego, California, and is expected to be completed by Sept. 27, 2023. Fiscal 2018 research, development, testing and evaluation funds (Navy) funds in the amount of $5,699,811 will be obligated under the initial incrementally funded task order, and the funds will not expire at the end of the current fiscal year. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity. Bath Iron Works, Bath, Maine, is awarded a $55,963,902 firm-fixed-price modification to previously awarded contract N00024-11-C-2306 for the procurement of guided-missile destroyer (DDG) 1000 class unique wholesale spare parts and equipment. The spare parts and equipment for systems include but are not limited to Integrated Fight Through Power, Steering Gear Actuation System and Propulsion shafting. This also includes the program management, material handling, packaging, warehousing and other services associated with the procurement of these parts and systems. Work will be performed in Milwaukee, Wisconsin (30 percent); Cranberry Township, Pennsylvania (21 percent); Erie, Pennsylvania (16 percent); Bath, Maine, (11 percent); Philadelphia, Pennsylvania (7 percent); High Ridge, Missouri (3 percent); Stevensville, Maryland (2 percent); Superior, Wisconsin (2 percent); Mankato, Minnesota (1 percent); Iron Mountain, Michigan (1 percent); Warren, Massachusetts (1 percent); Chesapeake, Virginia (1 percent); Bridgton, Maine (1 percent); and various other places less than one percent (3 percent), and is expected to be completed by March 2022. Fiscal 2018 working capital funds (Navy) funding in the amount of $55,963,902 will be obligated at time of award and funds in the amount of $55,963,902 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,551,523 cost-plus-incentive-fee, fixed-price-incentive, and cost-only modification to a previously awarded contract (N00024-13-C-5225) for production of the Navy's AN/SQQ-89A(V)15 Surface Ship Undersea Warfare System. 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 action includes options which, if exercised, would bring the cumulative value of this contract action to $168,051,549. Work will be performed in Lemont Furnace, Pennsylvania (41 percent); Clearwater, Florida (24 percent); Syracuse, New York (13 percent); Manassas, Virginia (12 percent); Hauppauge, New York (5 percent); Owego, New York (4 percent); and Tewksbury, Massachusetts (1 percent), and is expected to be completed by November 2020. Fiscal 2016, 2017 and 2018 other procurement (Navy), 2018 shipbuilding and conversion (Navy); fiscal 2016 shipbuilding and conversion (Navy), and fiscal 2017 research, development, test and evaluation (Navy) funding the amount of $54,551,523 will be obligated at the time of award and $2,242,839 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Life Cycle Engineering, North Charleston, South Carolina, is awarded a $46,254,486 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity service contract to provide engineering support for electrical power and propulsion systems during the construction and life cycle of Navy ships, submarines and other naval assets. The Naval Surface Warfare Center, Philadelphia Division, with the Advanced Electric Power Systems as the lead Directorate for this acquisition, has multiple requirements which includes development, engineering support, technical support, logistics support, and life cycle support for electrical power and propulsion systems. Work is expected to be performed in the continental U.S. at various Navy bases, ship yards, repair facilities, and contractor facilities, and will be specified by each task order. The work under this contract will contain a five year ordering period and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the total amount of $719,000 will be obligated at time of award on the initial task order, and will expire at the end of the current fiscal year. 10 U.S. Code 2410(a) authority will be invoked at time of award for the fiscal 2018 operations and maintenance (Navy) funding. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4011). Tactical Engineering and Analysis Inc.,* San Diego, California, is awarded a $36,437,112 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for analysis and test engineering services to provide research, development, test, and evaluation services for command, control, communications, computers, cyber, intelligence, surveillance, reconnaissance, and combat direction systems. This is one of three contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $94,854,200. All work will be performed in San Diego, California, and work is expected to be completed Sept. 27, 2020. If the options are exercised, the period of performance would extend through Sept. 27, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and the Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-17-R-0170 published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four offers were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0392). U.S. Marine Management Inc., Norfolk, Virginia, is awarded a $34,774,265 modification under previously awarded firm-fixed-price contract (N3220517C3000) to fund the first one-year option period. This contract is for operation and maintenance of seven USNS Bob Hope Class Surge Large, Medium-Speed Roll-On/Roll-Off vessels. This contract includes a 12-month base period, four 12-month option periods and a six-month option which, if exercised, would bring the cumulative value of this contract to $196,303,408. Work will be performed at sea worldwide, and is expected to be completed Sept. 30, 2019. If all options are exercised, work will continue through March 31, 2022. Working capital contract funds in the amount of $34,774,265 are obligated for fiscal 2019, and will not expire at the end of the current fiscal year. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Sauer Inc., Jacksonville, Florida, is awarded a $32,973,953 firm-fixed-price contract for construction of a Bachelor Enlisted Quarters (BEQ) at Marine Corps Base Camp Lejeune. The work to be performed provides for construction of a three-story BEQ with open bay sleeping areas, multi-purpose lounge areas, laundry facilities, elevators, elevator equipment room, telecommunications rooms, duty room, storage areas, administrative/reception area, housekeeping areas, covered patio and public restrooms. The project will also construct a combined vehicle maintenance facility and warehouse facility with administrative spaces, shower facilities and restroom facilities. The project additionally will require the demolition of Buildings M309, M316, M318 and M321. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2020. Fiscal 2018 military construction (Navy) contract funds in the amount of $32,973,953 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-0610). Highbury Defense Group,* San Diego, California, is awarded a $32,373,744 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for analysis and test engineering services to provide research, development, test, and evaluation services for command, control, communications, computers, cyber, intelligence, surveillance, reconnaissance, and combat direction systems. This is one of three contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $83,064,545. All work will be performed in San Diego, California, and work is expected to be completed Sept. 27, 2020. If the options are exercised, the period of performance would extend through Sept. 27, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and the Navy working capital funds. This contract was competitively procured via Request for Proposal N66001-17-R-0170 published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Four offers were received and three were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0390). KOAM Engineering Systems Inc.,* San Diego, California, is awarded a $32,362,238 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for analysis and test engineering services to provide research, development, test, and evaluation services for command, control, communications, computers, cyber, intelligence, surveillance, reconnaissance, and combat direction systems. This is one of three contracts awarded. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes three, one-year options which, if exercised, would bring the potential value of this contract to an estimated $83,183,067. All work will be performed in San Diego, California, and work is expected to be completed Sept. 27, 2020. If the options are exercised, the period of performance would extend through Sept. 27, 2023. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued usi

  • Trump signs defense spending plan, with one more swipe at Democrats

    1 octobre 2018 | International, Aérospatial, Naval, Terrestre, C4ISR, Sécurité

    Trump signs defense spending plan, with one more swipe at Democrats

    By: Leo Shane III WASHINGTON — President Donald Trump finalized an $854 billion spending bill on Friday that fully funds the military for fiscal 2019 and prevents a government shutdown next week, accomplishments that congressional leaders have called important and laudable. But Trump's signature came with one final attack on Democrats over the spending measure, lamenting lawmakers' decision not to include extra money in the appropriations package for his planned wall along the southern U.S. border. “Unfortunately, the radical Democrats refuse to support border security and want drugs and crime to pour into our country,” he said in a statement after signing the bill. The comments came just a week after Trump took to social media to blast “this ridiculous Spending Bill,” raising fears of a presidential veto on Capitol Hill. Instead, Trump largely praised the measure on Friday, calling it “important legislation to rebuild our military” and promote other domestic priorities. The appropriations measure includes $674 billion in defense funding for fiscal 2019, and marks the first time in a decade Congress has finalized the spending measure before the start of the new fiscal year. The measure funds a 2.6 percent pay raise for troops starting next January and a boost in military end strength of 16,400 spread across the active-duty and reserve forces. Trump, in his statement, praised the measure for including “93 new F-35 Lightning Joint Strike Fighters, 142 Apache and Black Hawk helicopters, and 13 Navy battle force ships — made right here in the USA.” In a statement after the signing, House Armed Services Committee Chairman Mac Thornberry, R-Texas, praised the president for pushing for the funding increases in his budget request and past public statements. “By funding our military in full and on time, we can begin to restore its strength, agility, and effectiveness,” he said. “As I have said before, the task before us now is to make full, on time funding of our military the rule in Washington, and not the exception.” The spending bill also includes full-year funding for the departments of Health and Human Services, Education and Labor, as well as bridge funding for a handful of other government agencies to keep them operational through Dec. 7. Last week, Trump signed into law a separate package that included full-year funding for the Department of Veterans Affairs and for military construction projects. https://www.militarytimes.com/news/your-military/2018/09/28/trump-signs-spending-plan-avoiding-shutdown

  • Contract Awards by US Department of Defense - September 27, 2018

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

    Contract Awards by US Department of Defense - September 27, 2018

    AIR FORCE The Boeing Co., St. Louis, Missouri, has been awarded an indefinite-delivery/indefinite-quantity contract with an estimated ceiling of $9,202,568,686 for the Advanced Pilot Training aircraft and ground-based training systems. The contract provides for the anticipated delivery of 351 aircraft, 46 associated training devices, and other ancillary supplies and service (e.g., initial spares, support equipment, sustainment, and training). The contract includes the initial delivery order for engineering and manufacturing development of Advanced Pilot Training aircraft and ground-based training systems for $813,385,533. The maximum quantity of aircraft and training devices the Air Force can purchase under this indefinite-delivery/indefinite-quantity contract is 475 aircraft and 120 ground based training systems. Work will be performed in St. Louis, Missouri, and is expected to be complete by 2034. This award is the result of a competitive acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $33,600,000 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8617-18-D-6219). United Launch Services, Centennial, Colorado, has been awarded an $867,081,864 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price modification (P00199) to contract FA8811-13-C-0003 for Evolved Expendable Launch Vehicle launch capability for the Delta IV and Atlas V families of launch vehicles. The contract modification is for mission integration, base and range support, maintenance commodities, Delta depreciation, and Atlas depreciation and provides for mission assurance, program management, systems engineering, and integration of the space vehicle with the launch vehicle, launch site and range operations, and launch infrastructure maintenance and sustainment. Work will be performed in Centennial, Colorado; Vandenberg Air Force Base, California; and Cape Canaveral Air Station, Florida, and is expected to be completed by Sept. 30, 2019. Fiscal 2018 space procurement funds are being obligated at the time of award. Total cumulative face value of the contract is $9,769,473,249. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity. United Technologies Corp. Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a not-to-exceed $250,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. This contract provides for the ATTAM Phase I program to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in East Hartford, Connecticut, and is expected to be complete by September 2026. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-2062). Bristol Prime Contractors, Anchorage, Alaska (FA3020-18-D-0006); C3/SMR JV LLC, Temple, Texas (FA3020-18-D-0007); Gonzalez De La Garza, San Antonio, Texas (FA3020-18-D-0008); RCO-Ross Group JV, San Antonio, Texas (FA3020-18-D-0009); Waldrop Construction, Oklahoma City, Oklahoma (FA3020-18-D-0010); and Weil Construction, Albuquerque, New Mexico (FA3020-18-D-0011), have been awarded a combined cumulative face value $150,000,000 multiyear indefinite-delivery/indefinite-quantity contract. These contracts provide a contracting vehicle for Sheppard Air Force Base, Texas; and Altus AFB, Oklahoma, to expedite construction contract awards. Work will be performed at Sheppard AFB, Texas; Altus AFB, Oklahoma; Frederick Airfield, Oklahoma; and Lake Texoma Annex, Texas. The last date to order on this contract vehicle is Sept. 30, 2023. Fiscal 2018 operations and maintenance funds in the amount of $9,000 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. The Boeing Co., St. Louis, Missouri, has been awarded an $85,533,183 fixed-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract for F-15 Advanced Display Core Processor II (ADCPII). This contract provides for the production and integration of the ADCPII boxes into the F-15 platform. Work will be performed in St. Louis, Missouri, and is expected to be completed by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2017 and 2018 procurement funds; fiscal 2018 working capital funds; and fiscal 2018 research, development, test and evaluation funds in the amount of $64,149,888 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Amec Foster Wheeler-Zapata JV, Alpharetta, Georgia (FA6643‐18‐D‐0006); Benham Mead & Hunt JV, Oklahoma City, Oklahoma (FA6643‐18‐D‐ 0007); Farnsworth & Blair Remy JV, Bloomington, Illinois (FA6643‐18‐D‐0008); HDR Engineering Inc., Omaha, Nebraska (FA6643‐18‐D‐0009); and Leo A. Daly - BTA JV, Omaha, Nebraska (FA6643‐18‐D‐ 0010), have been awarded a combined $50,000,000 indefinite‐delivery/indefinite‐quantity contract. Contractors will provide facilitates architectural and engineering service efforts to Headquarters Air Force Reserve Command (AFRC). Work will be performed throughout the AFRC command at HQ-AFRC, the various AFRC host bases, active duty bases, and tenant locations, and is expected to be completed by Sept. 26, 2023. This award is the result of a competitive, best-qualified, architect-engineer acquisition, with 22 offers received. No funds are being obligated at the time of award. Funds will be obligated on individual task orders. HQ-AFRC, Robins Air Force Base, Georgia, is the contracting activity. Calculex Inc., Las Cruces, New Mexico, has been awarded a $46,623,715 basic indefinite-delivery/indefinite-quantity contract for Air Data Recorders (ADR) and support services. The contract provides for spare equipment, support services, and improvement of ADR capabilities for use by the operational and test communities in support of the Air Force Test mission. Work will be performed in Las Cruces, New Mexico, and multiple continental U.S. military installations, and is expected to be completed by Sept. 27, 2024. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test and evaluation funds in the amount of $282,795 are being obligated at the time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-18-F-2325). Alpha-Omega Change Engineering Inc., Williamsburg, Virginia, has been awarded a $44,738,911 modification (P00052) to previously awarded contract FA8621-16-C-6331 for academic and simulator formal training and continuation training for multiple mission design series. This modification provides for aircrew instruction including initial and mission qualification, refresher, upgrade, and currency; student series; contractor logistics support, concurrency management, training systems support center, courseware, and cybersecurity. This modification brings the total cumulative face value of the contract to $142,925,074. Work will be performed at Kirtland Air Force Base, New Mexico; Davis-Monthan Air Force Base, Arizona; Joint Base Andrews, Maryland; and Moody Air Force Base, Georgia, and is expected to be complete by Sept. 30, 2019. No funds are being obligated at time of award. Total Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. CAE USA Inc., Tampa, Florida, has been awarded a $32,554,415 modification (P00137) to previously awarded contract FA8223-10-C-0013. This modification exercises the fiscal 2019 option to extend the KC-135 Aircraft Training System contract, and brings the total cumulative face value of the contract to $455,435,428. Work will be performed at MacDill Air Force Base, Florida; Pittsburgh, Pennsylvania; Rickenbacker Air National Guard Base, Ohio; Grissom Air Reserve Base, Indiana; Scott Air Force Base, Illinois; Milwaukee, Wisconsin; Fairchild Air Force Base, Washington; Altus Air Force Base, Oklahoma; March Air Reserve Base, California; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; Ramstein Air Base, Germany; and Royal Air Force Mildenhall, England. Work is expected to be completed by Sept. 30, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $29,830,000 firm-fixed-price, indefinite-delivery/indefinite-quantity commercial contract for Selective Availability Anti-Spoofing Module Embedded Global Positioning System/Inertial Navigation System for Pre-Block F-16 aircraft. This contract provides for the procurement of Integrated GPS Anti-Jam Receiver 200 and GPS Embedded Module VII-2 spares with integration and engineering support and support integration with the F-16 Pre-Block 30/32 system upgrades. Work will be performed at Cedar Rapids, Iowa, and is expected to be complete by Sept. 29, 2023. This award is the result of a sole-source acquisition. Fiscal 2016 and 2017 procurement funds in the amount of $17,487,296 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0017). Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a $28,914,642 firm-fixed-price requirements contract for the Defense Advanced Global Positioning System Receiver (DAGR). This contract provides for the production and repair of the DAGR, which provides authorized Department of Defense, federal civilian, and Foreign Military Sales users of GPS User Equipment a lightweight, hand-held, dual frequency, Selective Availability Anti-Spoofing Module-based and Precise Positioning Service receiver. Work will be performed in Cedar Rapids and Coralville, Iowa, and is expected to be complete by Sept. 26, 2023. This award is the result of a sole-source acquisition, and no funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8540-18-D-0018). Aerojet Rocketdyne, Canoga Park, California, has been awarded a not-to-exceed $20,000,000 indefinite-delivery/indefinite-quantity contract for Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I. This contract provides for the ATTAM Phase I program to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Canoga Park, California, and is expected to be completed by September 2026. This award is the result of a competitive acquisition and 54 offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-2062). 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). Raytheon Co., Woburn, Massachusetts, has been awarded a not-to-exceed $16,909,342 undefinitized contract for receiver exciter line replaceable units in support of the Ballistic Missile Early Warning System/Precision Acquisition Vehicle Entry Phased Array Weapon System. The contractor will produce and install six types of Generation 3 LRUs in various quantities. Work will be performed in Woburn, Massachusetts, and is expected to be completed by March 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $4,006,862 are being obligated at the time of award. Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-18-C-0003). Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $13,500,000 firm-fixed-price contract, for engineering services. These engineering services provide all of Northrop designed platforms managed by the 424th Supply Chain Management Squadron at Tinker Air Force Base, Oklahoma. Work will be performed at Tinker AFB, Oklahoma, and is expected to be completed Sept. 26, 2023. Fiscal 2018 consolidated sustainment funds in the amount of $2,700,000 will be obligated at the time of award. Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA811918D0011). Northrop Grumman Corp., Rolling Meadows, Illinois, has been awarded a $9,800,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for LITENING Targeting Pod - Operational Flight Program software updates and/or incidental firmware and hardware. This contract provides for support integration with the F-16 Pre-Block 30/32 system capability upgrades. Work will be performed at Rolling Meadows, Illinois, and is expected to be completed by Sept. 29, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $3,100,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-18-D-0013). Universal Technology Corp., Dayton, Ohio, has been awarded a $9,650,000 shared-ceiling, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research in the area of developing a spatial registration for the Material State Awareness system. This contract is to provide the most appropriate spatial/positional registration technologies for aircraft nondestructive inspection applications, and develop integrated technology capabilities at breadboard and prototype levels with necessary validation/verification and demonstration at each stage of advancement. Work will be performed in Dayton, Ohio, and is expected to be completed Dec. 27, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal 2018 research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-5202). Texas Research Institute, Austin Inc., Austin, Texas, has been awarded a $9,650,000 shared-ceiling, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research in the area of developing a spatial registration for the Material State Awareness system. This contract is to provide real-time inspector assistance using the registration and data provided from the inspection. Work will be performed in Austin, Texas, and is expected to be completed Dec. 27, 2024. This award is the result of a competitive acquisition and five offers were received. Fiscal year 2018 research, development, test and evaluation funds in the amount of $25,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-D-5290). Merex Aircraft Co., Camarillo, California, has been awarded an estimated ceiling $9,610,406 indefinite-quantity contract action for A-10 speed brake assembles and aileron trim tabs. This contract provides for spares parts. Work will be performed in Camarillo, California, and is expected to be complete by Sept. 29, 2022. This award is the result of a competitive acquisition and three offers were received. Working capital funds in the amount of $4,643,916 are being obligated at the time of award. Air Force Supply Chain, Hill Air Force Base, Utah, is the contracting activity (FA8212-18-D-0009). Hamilton Sundstrand Corp., Rockford, Illinois, has been awarded a $9,182,513 definitive contract for overhaul of 22 B-2/B-52 Common Strategic Rotary Launchers. Work will be performed in Rockford, Illinois, and is expected to be completed Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2018 Working Capital Funds in the amount of $9,182,513 will be obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-18-C-0007). GasTOPS, Inc., Huntsville, Alabama, has been awarded a $7,661,190 requirements contract for the Portable Debris Analyzer ChipCheck Machine. This contract provides for the procurement of 75 machines, which allow for in-the-field ability to analyze debris found in aircraft engine oil, specifically, the F-110 engine. Work will be performed in Huntsville, Alabama, and is expected to be complete by Sept. 26, 2023. This contract was the result of a sole-source Small Business Innovation Research Phase III acquisition. No funds are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-18-D-0012). Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $7,458,047 modification to contract FA8540-12-C-0004 for continuing engineering services. This contract modification provides for a sustainment depot for the Mission Data File Generator, Intermediate Level Support Equipment, Millicomputer Replacement, Operational Flight Program (OFP) and Digital Receiver Exciter OFP, as well as interfacing firmware and software support tools. The interfacing of firmware and software tools ensure corrections to deficiencies are identified during government testing and initial fielding. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Dec. 12, 2019. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. NAVY Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $5,104,668,778 fixed-price-incentive, firm target multiyear contract for construction of six DDG 51 class ships, two in fiscal 2018 and one each in fiscal 2019 through 2022. This contract includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the awarded firm multiyear ships, which, if exercised, would bring the cumulative value of this contract to $5,253,076,779. This contract includes options for construction of additional DDG 51 class ships. These options may be subject to future competitive actions in accordance with the terms and conditions of the contract, and therefore the dollar values are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Pascagoula, Mississippi (91 percent); Erie, Pennsylvania (1 percent); and other locations below 1 percent (collectively totaling 8 percent), and is expected to be completed by April 2029. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $1,712,643,749 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Inc. and Bath Iron Works pursuant to 10 U.S. Code 2304 (c) (3) and FAR 6.302-3 (Industrial Mobilization), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2307). Bath Iron Works, Bath, Maine, is awarded a $3,904,735,559 fixed-price-incentive, firm target multiyear contract for construction of four DDG 51 class ships, one each in fiscal 2019 through 2022. This contract includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities on the awarded firm multiyear ships, which, if exercised, would bring the cumulative value of this contract to $4,030,194,579. This contract also includes options for construction of additional DDG 51 class ships. These options may be subject to future competitive actions in accordance with the terms and conditions of the contract, and therefore the dollar values are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Bath, Maine (61 percent); Cincinnati, Ohio (5 percent); Atlanta, Georgia (4 percent); York, Pennsylvania (2 percent); Coatesville, Pennsylvania (2 percent); Falls Church, Virginia (2 percent); South Portland, Maine (1 percent); Walpole, Massachusetts (1 percent); Erie, Pennsylvania (1 percent); Charlottesville, Virginia (1 percent); and other locations below 1 percent (collectively totaling 20 percent), and is expected to be completed by June 2028. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $25,017,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured via a limited competition between Huntington Ingalls Inc. and Bath Iron Works pursuant to 10 U.S. Code 2304 (c) (3) and FAR 6.302-3 (Industrial Mobilization), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-2305). Raytheon Co., Tucson, Arizona, is being awarded a $482,276,572 firm-fixed-price contract for MK 15 Close-In Weapon System (CIWS) upgrades and conversions, system overhauls, and associated hardware. CIWS is a fast-reaction terminal defense against low- and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses. This contract includes a no-cost option which, if exercised, would not change the cumulative value of the contract. This contract combines purchases for the Navy (41 percent); Army (5 percent); and the governments of Taiwan (38 percent); Saudi Arabia (9 percent); Japan (5 percent); New Zealand (1 percent); and Australia (less than 1 percent) under the Foreign Military Sales (FMS) program. Work will be performed in Melbourne, Florida (13 percent); Louisville, Kentucky (7 percent); Williston, Vermont (6 percent); Andover, Massachusetts (6 percent); Pittsburgh, Pennsylvania (5 percent); Tempe, Arizona (5 percent); Ottobrunn, Germany (3 percent); Hauppauge, New York (3 percent); Murray, Utah (2 percent); Grand Rapids, Michigan (2 percent); Miami, Florida (2 percent); Phoenix, Arizona (2 percent); Ashburn, Virginia (2 percent); Dallas, Texas (2 percent); Huntsville, Alabama (1 percent); El Segundo, California (1 percent); Minneapolis, Minnesota (1 percent); Dayton, Ohio (1 percent); Camarillo, California (1 percent); Norcross, Georgia (1 percent); Valencia, California (1 percent); Palo Alto, California (1 percent); San Diego, California (1 percent); East Syracuse, New York (1 percent); and various locations with less than 1 percent each (30 percent). Work is expected to be completed by April 2024. Fiscal 2018 operations and maintenance (Navy); fiscal 2016, 2017 and 2018 weapons procurement (Navy); fiscal 2016, 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2017 other procurement (Army); fiscal 2018 other procurement (Navy); and all FMS funding in the amount of $415,677,070 will be obligated at time of award, and $66,599,502 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 as there is “only one responsible source and no other supplies or services will satisfy agency requirements.” The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-5406). Lockheed Martin Corp., Fort Worth, Texas, is awarded $315,773,716 for modification P00004 to a previously awarded fixed-price incentive firm contract (N0001918C1048) to procure support equipment for F-35 Lightning low-rate initial production Lot XI aircraft in support of the Air Force, Marine Corps, Navy, and non-Department of Defense (DoD) participants. Work will be performed in Orlando, Florida (31 percent); Redondo Beach, California (25 percent); Fort Worth, Texas (13 percent); Hartford, Connecticut (12 percent); Melbourne, Australia (8 percent); Rome, Italy (4 percent); Franklin, Ohio (4 percent); and Chatsworth, California (3 percent), and is expected to be completed in September 2023. Fiscal 2016 and 2017 aircraft procurement (Air Force); fiscal 2017 and 2018 aircraft procurement (Navy); fiscal 2018 aircraft procurement (Marine Corps); and non-DoD Participant funds in the amount of $315,773,716 are being obligated at time of award, $29,911,537 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($108,665,198; 34.41 percent); Navy ($31,062,358; 9.84 percent); Marine Corps ($5,186,434; 1.64 percent); and non-DoD participants ($170,859,726; 54.11 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $210,500,224 modification (P00006) to a previously awarded firm-fixed-price contract (N00019-16-C-0026). This modification procures fiscal 2018 Large Aircraft Infrared Countermeasures (LAIRCM) production requirements for the Navy, Air Force, Army, U.S. Special Operations Command (SOCOM), and the government of the United Kingdom. Hardware for this procurement includes weapon replaceable assemblies and support equipment: 466 Advanced Threat Warning Sensors, 15 LAIRCM Signal Processor Replacements (LSPRs), 30 Control Indicator Units, 62 Control Indicator Unit Replaceable, 114 -2103 Signal Processors, 161 Infrared Missile Warning Sensors, 245 Guardian Laser Transmitter Assemblies (GLTAs), 20 Multi-Role Electro-Optical End-to-End Test Sets, 125 GLTA Shipping Containers, 56 High Capacity Cards, 16 LSPR Smart Connector Assemblies, 381 Personal Computer Memory Card, International Association Cards, and 11 LSPR Battery Kits. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Colombia, Maryland (3 percent); various locations within the continental U.S. (19 percent); and various locations outside the continental U.S. (3 percent), and is expected to be completed in October 2020. Fiscal 2016 aircraft procurement (Air Force); fiscal 2017 aircraft procurement (Navy and Air Force); fiscal 2018 aircraft procurement (Navy, Army, Air Force); fiscal 2018 working capital (Navy); and Foreign Military Sales (FMS) funds in the amount of $210,500,224 are obligated at time of award; $4,647,172 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($161,240,756; 77 percent); Army ($27,756,313; 13 percent); Air Force ($19,784,658; 9 percent); and the government of United Kingdom ($1,718,497; 1 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded $209,601,517 for modification P00002 to a previously awarded advance acquisition contract (N00019-18-C-1021) for additional long-lead materials, parts, and components in support of F-35 Lightning II low-rate initial production Lot 13 propulsion systems. This modification is in support of Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Air Force, Marine Corps, and Navy); non-DoD participant, and FMS funds in the amount of $209,601,517 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($73,537,179; 35 percent); Marine Corps ($35,477,475; 17 percent); Navy ($21,888,984; 10 percent); non-DoD participants ($41,929,486; 20 percent); and FMS customers ($36,768,394; 18 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., El Segundo, California, is awarded $183,486,207 for not-to-exceed undefinitized modification P00039 to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0002) for the Next Generation Jammer Mid-Band (NGJ-MB) engineering and manufacturing development. This modification continues Phase 1 efforts and provides for the performance of Phase 2 structural analysis and structural design efforts related to NGJ-MB static and fatigue requirements. Phase 2 will require the final redesign efforts and the manufacturing implementation of that redesign (developed during Phases 1 and 2) into the NGJ-MB engineering development model pods to be used in system developmental testing. Additionally, Phase 2 will provide for non-recurring analysis and design activities associated with weight reduction and service life improvements to be incorporated into the NGJ-MB system demonstration test articles. Work will be performed in Forest, Mississippi (40.3 percent); El Segundo, California (32.4 percent); and Dallas, Texas (27.3 percent), and is expected to be completed in December 2021. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $23,441,571 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $116,311,183 for firm-fixed-price delivery order N0001918F2048 against a previously issued basic ordering agreement (N00019-14-G-0020) for the procurement of 440 low-rate initial production 11 Generation 3 Helmet Mounted Display Systems, oxygen masks, and initial spares in support of the F-35 Lightning II aircraft for the Air Force (180); Navy (60); Marine Corps (69); non-Department of Defense (DoD) participants (119); and Foreign Military Sales (FMS) customers (12). Work will be performed in Fort Worth, Texas, and is expected to be completed in October 2020. Fiscal 2016 aircraft procurement (Air Force, Navy, and Marine Corps); fiscal 2017 aircraft procurement (Air Force and Navy); fiscal 2018 aircraft procurement (Navy and Marine Corps); non-DoD participant, and FMS funds in the amount of $116,311,183 are being obligated at time of award, $70,826,314 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($47,120,086; 40.5 percent); Navy ($15,711,725; 13.5 percent); Marine Corps ($18,944,511; 16.3 percent); non-DoD participant ($31,599,088; 27.2 percent); and FMS customers ($2,935,773; 2.5 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Textron Inc., New Orleans, Louisiana, is awarded a $98,045,961 cost-reimbursable, not-to-exceed, undefinitized modification to previously-awarded letter contract N00024-17-C-2480 for the procurement of additional long-lead-time material (LLTM) for the Ship-to-Shore Connector (SSC) program, Landing Craft, Air Cushion (LCAC) 100-class craft 109 through 112, and for the procurement of LLTM and pre-fabrication activities for LCACs 113 through 118. The SSC program is the functional replacement for the existing fleet of vehicles, which are nearing the end of their service life. It is an air cushion vehicle designed for a 30-year service life. The SSC mission is to land surface assault elements in support of operational maneuver from the sea at over-the-horizon distances while operating from amphibious ships and mobile landing platforms. SSC provides increased performance to handle current and future missions, as well as improvements which will increase craft availability and reduce total ownership cost. Work will be performed in New Orleans, Louisiana (45 percent); Cincinnati, Ohio (12 percent); Harahan, Louisiana (10 percent); Huntington Beach, California (6 percent); Eatontown, New Jersey (6 percent); Chesapeake, Virginia (5 percent); Corona, California (4 percent); Metairie, Louisiana (4 percent); Gold Beach, Oregon (3 percent); East Hartford, Connecticut (3 percent); and Riverdale, Iowa (2 percent). Work is expected to be completed by December 2021. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $13,189,830; and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $60,344,640 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. Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia 23323 (N40085-18-D-1159); and WF Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are each awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for waterfront construction projects within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads area of responsibility (AOR). The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000. The work to be performed provides for, but is not limited to, new construction, repair, replacement, demolition, alteration, and/or improvements of waterfront projects and may be of either design-bid build or design-build construction strategy. Types of waterfront projects that include one or more of the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront related utilities (e.g., steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; and fire protection systems) and required staging and performing construction in or over open tidal waters from barges and/or other floating or affixed work platforms. These five contractors may compete for task orders under the terms and conditions of the awarded contract. Crofton Construction Services Inc. is being awarded the initial task order at $7,327,275 for the Berth 18/19 Submarine Berth Repair at Norfolk Naval Shipyard, Portsmouth, Virginia. Work for this task order is expected to be completed by February 2020. All work on this contract will be performed in the NAVFAC Mid-Atlantic Hampton Roads AOR, Virginia. The term of the contract is not to exceed 60 months, with an expected completion date of August 2022. Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,347,295 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. SRC Inc., North Syracuse, New York, is awarded a maximum ceiling $93,000,000 five-year, hybrid, indefinite-delivery/indefinite-quantity delivery order contract with firm-fixed-price, cost-plus-fixed-fee, and cost contract line items for the AN/TPQ-49A Lightweight Counter Mortar Radar System. The scope of work being performed is for system refresh kit installation, new system production, live fire testing, program management, initial/sustainment spares provisioning, new equipment training, technical manual production, and field service representative support. Work will be performed in North Syracuse, New York (88 percent); various countries to support Foreign Military Sales (ten percent); and Tobyhanna Army Depot, Pennsylvania (two percent), and is expected to be complete by Sept. 27, 2023. Fiscal 2018 procurement (Marine Corps) funds in the amount of $367,432 will be obligated on the first delivery order immediately following contract award and funds will not expire at the end of the current fiscal year. This contract was a sole-source award in accordance with Federal Acquisition Regulation 6.302-1- only one responsible source and no other supplies or services will satisfy agency requirements; 6.302-4, international agreement; and 6.302-6, National security. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-D-1354). Crowley Government Services Inc., Jacksonville, Florida, is awarded a $48,746,282 modification to previously awarded contract N6238715C3135 to exercise option three for the operation and maintenance of six government-owned Marine Prepositioning Force (MPF) ships. The ships will continue to support Military Sealift Command worldwide prepositioning requirements. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2019. Working capital fund (Transportation) in the amount of $48,746,282 are obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured on a full and open basis with more than 50 companies solicited via the Military Sealift Command, Federal Business Opportunities and Navy Commerce Online websites, with seven offers received. The U.S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity. Huntington Ingalls Inc. - Ingalls Shipbuilding, Pascagoula, Mississippi, was awarded a $48,532,386 cost-plus-fixed-fee contract modification for the execution of USS Fitzgerald (DDG 62) emergent repair and restoration. This effort provides for the additional collision repairs as well as maintenance and modernization of USS Fitzgerald. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by May 2020. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $48,499,489; and fiscal 2017 other procurement (Navy) in the amount of $32,898 were obligated at time of award, and contract funds in the amount of $48,499,489 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-4444). (Awarded Sept. 25, 2018) Aretè Associates Inc.,* Northridge, California, is awarded a $40,378,366, firm-fixed-priced, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity requirements contract to provide coastal battlefield reconnaissance and analysis (COBRA) systems, COBRA program systems support, and provisioned item orders/spares for the AN/DVS-1 COBRA Block 1 System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $93,000,000. Work will be performed in Tucson, Arizona (35 percent); Destin, Florida (35 percent); and Santa Rosa, California (30 percent), and is expected to be completed by March 2021. Fiscal 2018 other procurement (Navy) funding in the amount of $16,618,453 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5), as implemented by Federal Acquisition Regulation 6.302-5(c)(2): Authorized or Required by Statutes, this is a Phase III Small Business Innovation Research (SBIR) contract award that is derived from, extends, or logically concludes efforts performed under prior SBIR contract N61331-11-C-0007. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-18-D-0012). United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded $39,266,691 for modification P00008 to a previously awarded fixed-price-incentive-firm target, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0020). This modification provides for additional long lead-time components, parts, and materials in support of Lot 13 F-35 Lightning II propulsion systems in support of the Marine Corps, Air Force, Navy; non-Department of Defense (DoD); and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in September 2021. Fiscal 2018 aircraft procurement (Marine Corps, Air Force, and Navy); non-DoD participant; and FMS funds in the amount of $30,439,813 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Marine Corps ($29,054,685; 73.99 percent); Air Force ($582,821; 1.49 percent); Navy ($109,186; 0.28 percent); non-U.S. DoD participants ($9,228,392; 23.50 percent); and FMS customers ($291,607; 0.74 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded $36,024,134 for cost-plus-incentive-fee order N0001918F0546 against a previously issued basic ordering agreement (N00019-14-G-0019). This order provides for the development and deployment of the MH-60 product line software configuration 20 fleet release for all MH-60 air platform variants in support of the Navy, the government of Australia, and the government of Denmark. Additionally, this order includes tasking and activities associated with the development and integration of an enhanced fuel and power management capability and the integration of the form, fit, and function replacement of the multifunctional information distribution system, low volume terminal, Block 2 upgrade and associated software. Work will be performed in Owego, New York, and is expected to be completed in June 2021. Fiscal 2018 aircraft procurement (Navy); fiscal 2018 research, development, test and evaluation (Navy); and Foreign Military Sales (FMS) funds in the amount of $28,060,715 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order combines purchases for the Navy ($12,047,419; 33 percent); and FMS ($23,976,715; 67 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Harper Construction Co. Inc., San Diego, California, is awarded $34,355,931 for firm-fixed-price task order N6247318F5293 under a previously awarded multiple award construction contract (N62473-17-D-0817) for construction of Ammunition Supply Point Upgrade Phase 2 at Marine Corps Base, Camp Pendleton. The work to be performed provides for the demolition of eight existing high explosive magazines, drainage structures and existing access road. It includes the construction of nine new low rise, earth-covered, high explosive magazines with reinforced concrete walls and Portland cement concrete apron for loading and unloading purposes, reinforced concrete and earth covered roof, and reinforced concrete foundation and floor slab. The task order also contains two unexercised options, which if exercised would increase cumulative task order value to $40,375,601. Work will be performed in San Diego, California, and is expected to be completed by October 2020. Fiscal 2018 military construction (Navy) contract funds in the amount of $34,355,931 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Jacobs Government Services Co., St. Louis, Missouri, is awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). The work to be performed provides for comprehensive architect-engineering services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of Navy and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design. Initial task order is being awarded at $217,648 for utility trestle and tunnel study at Naval Station Great Lakes, Great Lakes, Illinois. Work for this task order is expected to be completed by January 2019. All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Illinois (40 percent); Indiana (40 percent); and other areas within the AOR (20 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2023. Fiscal 2018 Navy working capital contract funds in the amount of $217,648 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction, (Navy); operations and maintenance, (Navy); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-8728). Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $29,254,101 for firm-fixed-price delivery order N0001918F2494 against a previously issued basic ordering agreement (N00019-14-G-0020). This order provides for the procurement of various diminishing manufacturing sources parts to protect deliveries for future F-35 Lightning II lots. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2019. Fiscal 2016 aircraft procurement (Air Force, Navy, and Marine Corps); non-Department of Defense (DoD) participant; and Foreign Military Sales (FMS) funds in the amount of $29,254,101 will be obligated at time of award, $10,589,608 of which will expire at the end of the fiscal year. This order combines purchases for the Air Force ($6,353,410; 21.72 percent); Marine Corps ($3,128,028; 10.69 percent); Navy ($1,108,170; 3.79 percent); non-DoD participants ($12,181,209; 41.64 percent); and FMS customers ($6,483,284; 22.16 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Skookum Educational Programs, Bremerton, Washington, is awarded a $29,214,362 indefinite-delivery/indefinite-quantity modification under previously awarded contract N44255-17-D-4039 for the exercise of option one for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment, and environmental services for base operations support services. After award of this option, the total cumulative contract value will be $57,045,743. Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); North Dakota (1 percent); Oregon (1 percent); South Dakota (1 percent); and Wyoming (1 percent), and is expected to be completed September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $29,214,362 for recurring work will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from NonProfit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity. Airtec Inc.,* California, Maryland, is awarded a $26,948,745 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for intelligence, surveillance, and reconnaissance flight hours, operations, maintenance, and as needed, development, testing and evaluation of currently integrated aircraft systems and associated ground systems in support of the Falcon-I program. Work will be performed in Bogota, Colombia (85 percent); and California, Maryland (15 percent), and is expected to be completed in September 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0058). KOAM Engineering Systems Inc., San Diego, California, is awarded a potential value $23,543,089 indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contract to provide program management and engineering support services for the Space and Naval Warfare Systems Center Pacific (SSC Pacific) Network Integration Engineering Facility. Support includes designing, engineering, production, integration, and testing of Department of Defense (DoD) command, control, communications, computers and intelligence systems. This one-year contract includes four one-year option periods which, if exercised, would bring the potential value of this contract to an estimated $123,134,353. Work will be performed in San Diego, California. The work is expected to be completed Sept. 26, 2019. If the options are exercised, the period of performance would extend through Sept. 26, 2023. No funds will be obligated at the time of award. Future efforts will obligate funds using research, development, test and evaluation (DoD); ship construction (Navy); operations and maintenance (DoD); other procurement (Navy and DoD); and Navy working capital fund. This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website, with three proposals received. SSC Pacific, San Diego, California, is the contracting activity (N66001-18-D-0075). PAE Applied Technologies LLC, Lexington Park, Maryland, is awarded a $17,770,204 cost-plus-fixed-fee modification to previously awarded contract N00244-14-C-0007 to exercise options for operations and maintenance services in support of the Southern California Offshore Range. Work will be performed in San Diego, California (70 percent); and San Clemente Island, California (30 percent), and is expected to be completed by March, 2019. Fiscal 2018 working capital funds (Navy) funding in the amount of $1,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity. Northrop Grumman Corp. Aerospace Systems, Melbourne, Florida, is awarded $13,517,256 for cost-plus-fixed-fee delivery order N00019-18-F-0517 against a previously issued basic ordering agreement (N00019-15-G-0026) for the non-recurring engineering necessary to incorporate the E-2D Link-16 Crypto Modernization and Frequency Remapping capability by integrating the Multifunctional Information Distribution System Joint Tactical Radio System Concurrent Multi Netting 4 terminal and a low volume Link-16 High Power Amplifier into the E‑2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (89 percent); Woodland Hills, California (6 percent); Patuxent River, Maryland (3 percent); and St. Augustine. Florida (2 percent), and is expected to be completed in December 2020. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $4,544,967 are being obligated on this 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. Hydroid Inc., Pocasset, Massachusetts, is awarded a $12,816,907 firm-fixed-price, cost-plus-fixed-fee, cost requirements contract for the production of the bathymetry mapping system sensor suite as well as required technical support, post mission analysis tools, software licensing and spares. This contract includes options which, if exercised, would bring the cumulative value to $33,631,584. Work will be performed in Horten, Norway (85 percent); and Pocasset, Massachusetts (15 percent), and is expected to be completed by September 2019. Fiscal 2017 and 2018 other procurement (Navy) funding in the amount of $8,001,973 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Panama City Division, Florida, is the contracting activity (N61331-18-D-0015). Bell-Boeing Joint Project Office, Amarillo, Texas, is awarded $10,810,033 for cost-plus-fixed-fee modification P00019 to a previously issued delivery order 0096 placed against basic ordering agreement N00019-12-G-0006 to procure 12 additional MV-22 Integrated Aircraft Survivability Equipment (IASE) retrofit A-Kits Block C; 12 MV-22 IASE retrofit kit installations; IASE configuration B retrofit A and B-Kit installation; and five CV-22 IASE advanced mission computer A-Kits. Work will be performed at Ridley Park, Pennsylvania (81.9 percent); Fort Walton Beach, Florida (17.7 percent); and Fort Worth, Texas (.4 percent), and is expected to be completed in August 2020. Fiscal 2018 aircraft procurement (Navy and Air Force) funds in the amount of $10,810,033 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($9,577,130; 88 percent); and Air Force ($1,232,903; 12 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Intelligence, Information, Services, Sterling, Virginia, is awarded $10,688,510 for modification P00018 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price contract (N00019-16-C-0027) to procure MQ-8 Fire Scout unmanned air system, tactical control system 2016 Linux cyber baseline implementation of build 9 software release. Work will be performed in Dulles, Virginia, and is expected to be completed in November 2019. Fiscal 2016 and 2017 aircraft procurement; and fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $2,905,071 will be obligated at time of award, $629,350 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. L3 - Interstate Electronics Corp. (IEC), Anaheim, California, is awarded $10,159,587 for modification P00008 to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N00030-18-C-0001) for flight test instrumentation engineering services and support. The work will be performed in Anaheim, California (56 percent); Cape Canaveral, Florida (27 percent); Washington, District of Columbia (4 percent); Kings Bay, Georgia (3 percent); Norfolk, Virginia (3 percent); Bremerton, Washington (2 percent); Laurel, Maryland (2 percent); Silverdale, Washington (2 percent); and Barrow-in-Furness, United Kingdom (1 percent), with an expected completion date of Sept. 30, 2019. Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) funds in the amount of $9,217,123; and United Kingdom funds in the amount of $942,464 will be obligated on this award. Funds in the amount of $9,217,123 will expire at the end of fiscal 2019. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. iRobot Defense Holding's Inc., Chelmsford, Massachusetts, is awarded a $10,134,415 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-15-D-0001 to exercise an option for production units, spares, consumables, engineering enhancements, and configuration management services under the Man Transportable Robotic System MK1 Robotic Systems program. The work will be performed in Chelmsford, Massachusetts, and is expected to be completed by September 2019. No contract funds are being obligated at this time. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded a $9,631,719 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62478-16-D-2452) to exercise option two for custodial services at various locations on Oahu. The work to be performed provides for custodial services to ensure facilities are clean and sightly. The work includes, but is not limited to, emptying waste containers, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, and building perimeter services for approximately 545 buildings. After award of this option the total cumulative contract value will be $29,868,389. Work will be performed in Oahu, Hawaii, and this option period is from October 2018 to September 2019. No funds will be obligated at time of award. Fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $9,092,945 for recurring work will be obligated on individual task orders during the option period. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity. Provengo LLC,* Merrick, New York, is awarded a maximum ceiling $9,085,675 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 8,005 Military Ski Systems (MSS). The MSS will replace the current ski in the Marine Corps inventory and will provide the Marine Corps with a universal ski binding. Work will be performed in Merrick, New York, and is expected to be complete by September 2023. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $1,708,175 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-1402). Tuva LLC,* Herndon, Virginia, is awarded an $8,999,621 firm-fixed-price contract for the purchase of 100 Mobile Training Suites (MTS) in support of Global Combat Support System-Marine Corps (GCSS-MC). The kits are a combination of equipment, software, databases, documentation, and procedures; and, will be used in the training of GCSS-MC users and key personnel in locations where network connectivity to the enterprise training environment is not available. Work will be performed in Herndon, Virginia, and is expected to be complete by Sept. 27, 2019. Fiscal 2018 operations and maintenance (Marine Corps) funds in the amount of $8,999,621 will be obligated at the time of award and funds will expire the end of the current fiscal year. This contract is awarded in accordance with Federal Acquisition Regulation subpart 19.8 and section 8(a) of the Small Business Act, 15 U.S. Code 637(a) as an Alaska Native Corporation. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-18-C-7618). Saab Defense and Security USA LLC, East Syracuse, New York, is awarded an $8,184,781 firm-fixed-price contract for research and development of an X-Band Active Aperture Array radar prototype in support of the Office of Naval Research and the Office of the Secretary of Defense Foreign Comparative Testing Program. Work will be performed in Gothenburg, Sweden (80 percent); and East Syracuse, New York (20 percent), and is expected to be completed in June 2020. Fiscal 2017 and 2018 research, development, test and evaluation (Navy and Defense) funds in the amount of $8,184,781 will be obligated at time of award, $1,000,000 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. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-C-0693). General Dynamics Ordnance and Tactical Systems, Bothell, Washington, is awarded a $7,858,577 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for the purchase of gas generators for use in the suppression system onboard the F/A 18E/F aircrafts to protect the dry bays under the fuel tanks. This contract includes a three-year base period with no options. Work will be performed in Moses Lake, Washington, and is expected to be completed by September 2021. This effort combines purchases with procurement and ammunition (Navy and Marine Corps) funds (59.3 percent); Australian funds (23.5 percent); and Kuwait funds (17.2 percent) under the Foreign Military Sales program. Funds will in the amount of $2,266,086 will be obligated at time of award to fund the first delivery order, and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Sup

  • CREAFORM OUVRE UN BUREAU EN ESPAGNE

    28 septembre 2018 | International, C4ISR

    CREAFORM OUVRE UN BUREAU EN ESPAGNE

    Le fournisseur de services et leader en métrologie 3D renforce sa présence sur le marché européen Creaform, un leader mondial en services d'ingénierie et de solutions de mesure 3D portables, annonce aujourd'hui l'ouverture d'un nouveau bureau à Barcelone, en Espagne. Avec cette ouverture, Creaform continue son expansion sur le marché international et franchit ainsi une autre étape importante pour le renforcement de son offre de services et de technologie de métrologie en Europe. Le personnel sur place est installé depuis juillet, afin de répondre à la demande croissante pour les services et les systèmes de métrologie sur le marché espagnol, particulièrement dans les secteurs de l'automobile et de l'aérospatiale, des industries clés pour Creaform. L'Espagne est le 8e plus grand producteur automobile au monde et le 2e plus grand constructeur automobile en Europe. Quant à son industrie aérospatiale avancée, elle se place au 8e rang mondial et au 5e rang en Europe, en matière de chiffre d'affaires. « Avec le récent développement économique et industriel de l'Espagne, il y a un nombre croissant d'opportunités potentielles, ainsi qu'une plus forte demande en nouvelles technologies, telles que nos solutions de mesure 3D automatisées et portables. Nous avons remarqué une demande croissante particulièrement pour les solutions automatisées de contrôle de la qualité au sein des industries susmentionnées. Nous avons répondu à cette demande avec notre nouvelle MMT à numérisation 3D, CUBE-R », explique Marc-Antoine Schneider, responsable régional chez Creaform. « Pour nous, travailler localement avec une présence en ventes directe et un bureau de service était une approche logique. Creaform continuera de travailler avec des distributeurs établis afin de renforcer davantage sa présence dans la région ». L'ouverture du bureau espagnol résulte de la stratégie d'expansion de marché de Creaform. Lors des deux dernières années, Creaform a ouvert des bureaux au Brésil, en Italie, à Singapour et en Corée du Sud. À propos de Creaform Creaform conçoit, fabrique et met en marché des technologies de mesure 3D portables, en plus de se spécialiser en services d'ingénierie. L'entreprise offre des solutions novatrices, dont la numérisation 3D, la rétro-ingénierie, le contrôle de la qualité, le contrôle non destructif, le développement de produit et la simulation numérique (FEA/CFD). Ses solutions s'adressent à une vaste gamme de secteurs d'activité, notamment ceux de l'automobile, de l'aérospatiale, des produits de consommation, de l'industrie lourde, des soins de santé, de la fabrication, de l'industrie pétrolière et gazière, de la production d'énergie, ainsi que de la recherche et de l'éducation. Outre son siège social à Lévis, au Québec, où sont regroupées ses activités de production, Creaform exploite des centres d'innovation à Lévis et à Grenoble, en France, en plus de posséder des bureaux aux États-Unis, en France, en Allemagne, en Italie, au Brésil, en Chine, au Japon, en Inde, en Corée et à Singapour. Creaform est une unité d'affaires d'AMETEK Technologies d'ultraprécision, une division d'AMETEK inc., chef de file mondial de la fabrication d'instruments électroniques et d'appareils électromécaniques, qui réalise un chiffre d'affaires annuel d'environ 4,3 milliards de dollars US. https://www.creaform3d.com/en/pressroom/9602

Partagé par les membres

  • Partager une nouvelle avec la communauté

    C'est très simple, il suffit de copier/coller le lien dans le champ ci-dessous.

Abonnez-vous à l'infolettre

pour ne manquer aucune nouvelle de l'industrie

Vous pourrez personnaliser vos abonnements dans le courriel de confirmation.