44.7 F
Washington D.C.
Friday, March 29, 2024

Department of Defense Contracts for Sept. 25, 2019

NAVY

BAE Systems, Information and Electronic Systems Integration Inc., Hudson, New Hampshire, is awarded a $2,684,650,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Advanced Precision Kill Weapon System (APKWS) II full rate production Lots 8-12. This award procures WGU-59/B units to upgrade the current 2.75-inch rocket system to a semi-active laser guided precision weapon to support Navy, Army, Air Force, and foreign military sales requirements to include the governments of Iraq, Lebanon, Netherlands, Jordan, Afghanistan, United Kingdom, Tunisia, Philippines and Australia. Work will be performed in Hudson, New Hampshire (54%); and Austin, Texas (46%), and is expected to be completed in December 2025. No funds will be obligated at time of award; funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0026).

Methuen Construction Co. Inc., Plaistow, New Hampshire, is awarded a $59,397,989 firm-fixed-price contract for construction of a paint blast and rubber consolidation facility located at the Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine, and is expected to be completed by September 2023. Project P-293 will consolidate paint, blast, rubber manufacturing, and plastic molding operations into one location within the controlled industrial area by constructing a new facility, converting existing buildings, and demolishing excess footprint. The new facility will be low-rise and consist of high and low-bay industrial shop areas, as well as offices, break rooms, locker rooms, training and support spaces. Buildings #55, #60 and #74 will be renovated and converted to support industrial, maintenance and their administrative functions. Project relocates and consolidates Shop #06 into Building #60. The new facility will support installation of new blast and paint booths requiring ventilation systems, dust collectors, and full floor grit recovery systems. New production areas will also support consolidation of rubber production and molding operations, fiberglass repairs, adequate cleaning/prep areas and environmentally controlled storage for curing preserved products. The high bay area and shaft refurbishment booth will be equipped with bridge cranes. The very large parts work area will have convenient access for portal crane from the waterfront and trucks for component delivery. Fiscal 2018 military construction, (Navy) contract funds in the amount of $59,397,989 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 two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9261).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $50,383,950 cost-plus-incentive-fee, cost-plus-fixed-fee contract modification (P00037) to a previously awarded and announced contract (N00030-17-C-0001) to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. SSGN (guided missile submarine) attack weapon systems, nuclear weapon surety, and future concepts. Work will be performed at Rockville, Maryland (70.3%); Washington, District of Columbia (14.33%); Kings Bay, Georgia (5.1%); Silverdale, Washington (2.7%); Norfolk, Virginia (1.5%); San Diego, California (1.5%); Alexandria, Virginia (1.1%); Barrow, United Kingdom (1.1%); Ocala, Florida (0.20%); Ball Ground, Georgia (0.20%); Saint Mary’s, Georgia (0.20%); Pittsfield, Massachusetts (0.17%); Montgomery Village, Maryland (0.15%); Thurmont, Maryland (0.15%); Buffalo, New York  (0.15%); New Lebanon, New York (0.15%); New Paris, Ohio (0.15%); Downington, Pennsylvania (0.15%); Wexford, Pennsylvania (0.15%); Alton, Virginia (0.15%); Springfield, Virginia (0.15%); Vienna, Virginia (0.15%); and Baltimore, Maryland (0.10%), with an expected completion date of Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $39,721,974; and the United Kingdom funds in the amount of $10,661,976, will be obligated. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001).

Crowley Government Services Inc., Jacksonville, Florida, is awarded a $49,329,212 modification for the fixed-price portion of a previously awarded contract (N6238715C3135) to fund the operation and maintenance of six maritime prepositioning force vessels, which include the five USNS 2ND LT John P. Bobo class vessels and USNS GYSGT Fred W. Stockham (T-AK 3017). This modification exercises the fourth of four one-year option periods of this contract. The vessels will continue to support Military Sealift Command’s worldwide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed by Sept. 30, 2020. Navy Working Capital Funds in the amount of $49,329,212 are obligated for fiscal 2020, and will not expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C3135).

U.S. Marine Management Inc., Norfolk, Virginia, is awarded a $17,838,903 modification under a previously awarded firm-fixed-price contract (N3220517C3503) to fund the third one-year option period. The option will continue to provide one U.S.-flagged Jones Act tanker, M/T Maersk Peary (T-AOT 5246) for the transportation of petroleum product in support of Operation Deep Freeze. The vessel is capable of deployment to worldwide locations. The current contract includes a seven-month firm period of performance and four one-year option periods. Work will be performed worldwide and is expected to be completed by Sept. 30, 2020. The option will be funded by fiscal 2020 transportation working capital funds. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3503).

The Boeing Co., Seattle, Washington, is awarded a $16,063,380 modification (P00154) to a previously awarded firm-price-incentive-firm, firm-fixed-price contract (N00019-14-C-0067).
This modification provides for the Lots 6-8 retrofit of optical sensor capability A-kits, aircraft updates, remote interface unit wiring and the Dry Bay Fire Protection System as well as the Lots 9-10 production and delivery of the optical sensor capability and the Dry Bay Fire Protection System for the Navy and the governments of Australia, the United Kingdom and Norway in support of P-8A aircraft retrofits and production. Work will be performed in Jacksonville, Florida (50%); Seattle, Washington (30%); and City, Australia (20%), and is expected to be completed in February 2024.  Fiscal 2017, 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $20,230,172 will be obligated at time of award, $4,137,839 of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($8,609,976; 54%); the government of Australia ($4,190,152; 26%); the government of the United Kingdom ($2,385,272; 15%); and the government of Norway ($877,980; 5%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sauer Inc., Jacksonville, Florida, is awarded a $12,912,850 firm-fixed-price contract for recapitalization of ordnance magazines at Harvey Point Defense Testing Facility. Work will be performed in Hertford, North Carolina, and is expected to be completed by May 2021. The contract also contains two unexercised options, which if exercised would increase cumulative contract value to $22,511,903. Fiscal 2019 operation and maintenance, (Navy) contract funds in the amount of $12,912,850 are obligated on this award and will expire at the end of the current fiscal year. The work includes demolition of 16 existing magazines and construction of five new magazines. Options if exercised will include demolition of 15 existing magazines and construction of five new magazines. This contract was competitively procured via the Navy Electronic Commerce Online website with five proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9163).

Compunetix Inc.,* Monroeville, Pennsylvania, is awarded a $12,566,654 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract procures hardware and technical services to support the current release of the Mission Voice Platform (MVP) software suite as well as associated hardware components in support of the Atlantic Test Range at the Naval Air Station, Patuxent River, Maryland. The MVP software supports real-time voice processing, display, and recording capabilities. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0056).

Thales Defense and Security Inc., Clarksburg, Maryland, is awarded an undefinitized contract action delivery order (N00383-19-F-AQ05) with a maximum amount of $11,967,442 under a previously awarded basic ordering agreement N00383-17-G-AQ01 for repair of 73 dome sonars in support of the H-60 Airborne Low Frequency Sonar system. Work will be performed in Clarksburg, Maryland (50%); and Brest, France (50%). Work is expected to be completed by December 2020. Fiscal 2019 working capital funds (Navy) in the amount of $6,091,285 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Woodward Inc., Fort Collins, Colorado, is awarded a $10,517,399 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for interface equipment for the Rolls-Royce 501-K34 and 501-K17 ship service gas turbine generator. Work will be performed at the contractor’s facility located in Fort Collins, Colorado, and is expected to be complete by September 2024. Fiscal 2018 and 2017 other procurement (Navy) funding in the total amount of $769,323 will be obligated at time of award, and funding in the amount of $100,802 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity (N64498-19-D-4035).

EMS Development Corp., Yaphank, New York, is awarded a $10,300,821 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for supplies relating to the maintenance and repair of the Advanced Degaussing Systems onboard T-AKE Lewis and Clark class vessels. Work will be performed at the contractor’s facilities in Yaphank, New York, and is expected to be complete by September 2024. Fiscal 2019 Defense Working Capital funding in the amount of $69,014 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). EMS is the original designer, developer, and sole manufacturer of the items covered in this requirement. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4021).

Harris Corp., Government Communications Systems, Palm Bay, Florida, is awarded a $9,251,213 firm-fixed-price contract for the procurement of 79 mass storage units and 198 bulk data cartridges to integrate Distributing Targeting System (DTS) capabilities into the F/A-18E/F and EA-18G aircraft production. In addition, this contract provides for a DTS test set Windows 10 to upgrade one existing test set and replace three test sets with the migration to the Windows 10 Operating System. Work will be performed in Malabar, Florida, and is expected to be completed in September 2025. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $9,059,463 will be obligated at time of award, $1,456,263 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1(a)(2)(iii). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0081).

Modutech Marine Inc.,* Tacoma, Washington, is awarded a $7,337,175 firm-fixed price, General Services Administration (GSA) schedule delivery order for construction and delivery of one small harbor tug (YTL) service craft, along with Federal Supply Schedule (FSS) accessories and crew familiarization for the YTL. This GSA delivery order includes construction and delivery of one small harbor tugboat along with crew familiarization, FSS accessories, and a contract option for one additional small harbor tugboat, which also includes crew familiarization and FSS accessories. Work under the order will be performed in Tacoma, Washington, and is expected to be completed by July 2021. The cumulative value of this contract is $13,473,350, which includes the value of options. Fiscal 2019 Shipbuilding and Conversion (Navy) funding in the amount of $7,337,175 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured as a small business set aside via the GSA eBuy website with two quotes received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-F-2240).

DEFENSE INTELLIGENCE AGENCY

The Buffalo Group, Reston, Virginia, has been awarded a base year plus four option year time and materials contract (HHM402-19-C-0091) with a ceiling of $301,029,226 to provide service support for intelligence analysis and support activities to U.S. Central Command Intelligence Directorate (J2). Work will be performed at MacDill Air Force Base, with an expected completion date of Nov. 30, 2024. Fiscal 2019 operations and maintenance funds in the amount of $41,139,319 are being obligated at time of award. This contract has been awarded through competitive acquisition and 11 offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

VAE Inc.,* Springfield, Virginia, was awarded an $8,390,583 firm-fixed-price contract (HHM402-19-F-0240) to provide information technology products necessary for government operations. The required products will be delivered to the Defense Intelligence Agency’s Defense Logistics Operation Center by Dec. 30, 2019. Fiscal 2019 operations and maintenance funds in the full amount of $8,390,583 are being obligated at time of award. This contract was awarded through a small business set-aside and nine offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

ARMY

Lockheed Martin Corp., Liverpool, New York, was awarded a $281,076,408 hybrid (fixed-price-incentive (firm target), firm-fixed-price and cost reimbursable (no profit/fee)) contract to acquire 18 Sentinel A4 Radar Systems. Three bids were solicited with three bids received. Work will be performed in Liverpool, New York, with an estimated completion date of March 31, 2026. Fiscal 2019 research, development, test and evaluation funds in the amount of $6,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0058).

Gilbane Federal, Concord, California (W912GB-19-D-0040); Bryan 77 Construction JV, Colorado Springs, Colorado (W912GB-19-D-0041); Eiffage Infraestructuras SA, Dos Hermanas, Spain (W912GB-19-D-0039); BBGS SP Z O O, Warsaw, Poland (W912GB-19-D-0042); Warbud SA SKE Support Services GMBH MATOC Poland 1 Spolka Jawna, Warsaw, Poland (W912GB-19-D-0043); and Zafer Taahhut Insaat Ve Ticaret Anonim Sirketi, Ankara, Turkey (W912GB-19-D-0044), will compete for each order of the $249,500,000 firm-fixed-price contract for design and build. 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. 25, 2024. U.S. Army Corps of Engineers, Europe, is the contracting activity.

Northrop Grumman Technology Services, Herndon, Virginia, was awarded an $88,074,985 time and materials contract for research facilitation laboratory services. One bid was solicited with one bid received. Work will be performed in Monterey, California, with an estimated completion date of Sept. 28, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $14,043,377 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-1334).

Leidos Inc., Reston, Virginia, was awarded a $72,470,367 modification (P00037) to contract W911QX-16-C-0012 for support of continued operations, sustainment and integration of the Saturn Arch Program. Work will be performed in Bridgewater, Virginia, with an estimated completion date of Sept. 16, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $30,657,603 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Manson Construction Co., Seattle, Washington, was awarded a $43,865,000 firm-fixed-price contract for dredging. 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 Oct. 25, 2023. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-D-0016).

Michels Corp., Brownsville, Wisconsin, was awarded a $34,748,425 firm-fixed-price contract for replacing three pump stations. Bids were solicited via the internet with three received. Work will be performed in Kansas City, Kansas, with an estimated completion date of Sept. 29, 2022. Fiscal 2019 civil construction funds in the amount of $34,748,425 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-19-C-1089).

Dyncorp International LLC, Fort Worth, Texas, was awarded an $18,881,501 modification (P00256) to Foreign Military Sales (Taiwan) contract W58RGZ-13-C-0040 for aviation field maintenance services. Bids were solicited via the internet with three received. Work will be performed in Germany, Honduras and Kuwait with an estimated completion date of Dec. 31, 2019. Fiscal 2010 and 2019 Foreign Military Sales; and operations and maintenance, Army funds in the combined amount of $18,881,501 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Echo Ridge LLC,* Sterling, Virginia, was awarded a $12,960,856 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for purchase of hardware and software development of Low-Size, Weight, and Power handheld software-defined radio platform. 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. 24, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-19-D-0007).

Tool Masters Inc.,* Tuscumbia, Alabama, was awarded a $12,550,306 firm-fixed-price, economic-price-adjustment contract for the supply of M18/M83 smoke hand grenades, AN-M14 incendiary hand grenades and M8 smoke pot metal parts. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-0089).

Patriot,* Dunkirk, Maryland, was awarded an $11,717,372 firm-fixed-price contract for renovation (Building 3072). Bids were solicited via the internet with nine received. Work will be performed in Aberdeen, Maryland, with an estimated completion date of March 18, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,717,372 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0039).

Edaptive Computing Inc.,* Dayton, Ohio, was awarded a $10,934,280 modification (P00007) to contract W911QY-17-C-0114 for improving medical technology. Work will be performed in Falls Church, Virginia, with an estimated completion date of Oct. 25, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,836,038 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $10,048,373 cost-plus-fixed-fee Foreign Military Sales (Iraq) contract for technical services, logistics, maintenance training and repairs. One bid was solicited via the internet with one bid received. Work will be performed in Fort Worth, Texas, with an estimated completion date of Sept. 25, 2020. Fiscal 2019 foreign military sales funds in the amount of $10,048,373 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-C-0198).

Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded a $9,787,000 firm-fixed-price contract for dike raise. Bids were solicited via the internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 construction and civil works funds in the amount of $9,787,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0021).

AMTEC Corp.,* Janesville, Wisconsin (W15QKN-19-D-0115); and American Ordnance LLC, Middletown, Iowa (W15QKN-19-D-0118), will compete for each order of the $9,900,000 firm-fixed-price contract for 40mm grenade ammunition integration, fabrication, and testing support. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Sand Point Services LLC,* Anchorage, Arkansas, was awarded an $8,995,802 firm-fixed-price contract for new temporary lodging facility construction. Four bids were solicited with two received. Work will be performed in Charleston, South Carolina, with an estimated completion date of April 17, 2021. Fiscal 2019 military construction funds in the amount of $8,995,802 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W912HP-19-F-7010).

TDX Quality LLC,* Cookstown, New Jersey, was awarded an $8,602,603 firm-fixed-price contract for construction, demolition, alteration, and replacement of HVAC components; replacement of electrical components; reconfiguration of interior walls, lighting, plumbing, fire suppression systems; and installation of exterior canopies. Bids were solicited via the internet with six received. Work will be performed in Trenton, New Jersey, with an estimated completion date of March 17, 2021. Fiscal 2018 and 2019 military construction; and operations and maintenance, Army funds in the amount of $8,602,603 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0022).

Kleinfelder Inc., Rancho Cordova, California, was awarded an $8,000,000 modification (P00002) to contract W91238-16-D-0019 for geotechnical focused engineering, investigation and design services. 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, 2021. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $7,816,000 firm-fixed-price contract for renovations (Building 310 and Building 333). Bids were solicited via the internet with four received. Work will be performed in Lackland Air Force Base, Texas, with an estimated completion date of April 2, 2021. Fiscal 2019 operations and maintenance funds in the amount of $7,816,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0043).

Structural Associates Inc.,* East Syracuse, New York, was awarded a $7,142,700 firm-fixed-price contract for renovation (Building 252). Bids were solicited via the internet with 10 received. Work will be performed in Portsmouth, New Hampshire, with an estimated completion date of Feb. 25, 2022. Fiscal 2019 sustainment, restoration and modernization funds in the amount of $7,142,700 were obligated at the time of the award. U.S. Army Corps of Engineers, New England, Massachusetts, is the contracting activity (W912WJ-19-C-0013).

DEFENSE LOGISTICS AGENCY

Sterling BV Inc.,* San Antonio, Texas, has been awarded a maximum $54,990,835 firm-fixed-price contract for various bakery items for unitized group rations. This was a competitive acquisition with three responses received. This is a four-year base contract with no option periods. Location of performance is Texas, with a Sep. 24, 2023, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-19D-Z213).

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Warfighter Information Network-Tactical antennas. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is New Jersey, with a Sept. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0078).

The Lighthouse for the Blind Inc., Seattle, Washington, has been awarded a maximum $33,868,706 modification (P00014) exercising the second one-year option period to a one-year contract (SPE1C1-17-D-B027) with two one-year option periods for the Multi-Purpose Hydration System (MPHS) and associated components. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Washington, with a Sept. 24, 2020, performance completion date. Using military services are Army and Navy. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Becton, Dickinson and Co., Franklin Lakes, New Jersey, has been awarded a maximum $23,686,374 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. To date, this is the 14th contract awarded from standing solicitation SPM2D0-12-R-0004. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Sept. 28, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-19-D-0007).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $11,761,000 firm-fixed-price delivery order (SPRPA1-19-F-QM32) against a five year basic ordering agreement (SPE4A1-19-G-0013) for F/A-18 aircraft radomes. This was a sole source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in the Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Sept. 30, 2021, performance completion date. Using customers are Navy and Foreign Military Sales. Type of appropriation is fiscal 2019 Navy working capital funds and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

IMTT Epic LLC, Savannah, Georgia, has been awarded a maximum $11,728,344 firm-fixed-price contract for contractor-owned contractor-operated services for storage and handling facilities capable of receiving, storing, protecting, maintaining quality and shipping U.S. government owned product. This was a competitive acquisition with one offer received. This is a four-year base contract with one five-year option period and an option to extend, not to exceed six months. Location of performance is Alabama, with a Sept. 30, 2023, performance completion date. Using customers are Army, Air Force, Navy, Coast Guard and other federal government agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-19-C-5009).

American Water Operations & Maintenance LLC, Hill Air Force Base, Utah, has been awarded a maximum $11,503,080 modification (P00033) to a 50-year contract (SP0600-14-C-8290) for the water and wastewater operations and maintenance and the renewal and replacement monthly utility service charge. This is a fixed-price with economic-price-adjustment contract. Location of performance is Utah, with an Aug. 31, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

The Boeing Co., St. Louis, Missouri, has been awarded an estimated $10,680,018 firm-fixed-price delivery order (SPRPA1-19-F-QM30) against a five year basic ordering agreement (SPE4A1-19-G0013) for aircraft moveable canopies. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year three-month contract with no option periods. Location of performance is Missouri, with a Dec. 25, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $8,788,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for airworthy suction apparatuses under the Corporate Exigency Contract program. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is Massachusetts, with a Sept. 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0034).

Petro Marine Services,* Seward, Alaska, has been awarded a maximum $8,652,127 fixed-price with economic-price-adjustment contract for marine gas oil. This was a competitive acquisition with 41 responses received. This is a 60-month contract with one six-month option period. Location of performance is Alaska, with an Oct. 31, 2024, performance completion date. Using customers are Army, Navy, Coast Guard, Military Sealift Command and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE608-19-D-0371).

Bell Helicopter, Fort Worth, Texas, has been awarded a maximum $7,930,951 firm-fixed-price delivery order (SPRPA1-19-F-M21T) against a five year basic ordering agreement (SPRPA1-16-G-001W) for H-1 aircraft yoke assemblies. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a three-year eight-month contract with no option periods. Location of performance is Texas, with a May 31, 2022, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2022 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

AIR FORCE

Good Vocation, Macon, Georgia, has been awarded a maximum value of $35,000,000 requirements, indefinite delivery/indefinite-quantity contract to support Air Force Material Command. This contract supports Robins Air Force Base-Wide custodial services. This contract provides for a one year basic contract, with four one-year annual ordering periods for a total period of performance of five years. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed Sept. 30, 2024. This award is the result of a mandatory source acquisition in conjunction with Source America and AbilityOne. Fiscal 2020 operations and maintenance and Consolidated Sustainment Activity Group funds will be used and no funds have been obligated to the time of award. The Air Force Material Command Operational Contracting, Warner Robins, Georgia, is the contracting activity (FA8501-19-D-A018).

Northrop Grumman Systems Corp., Herndon, Virginia, has been awarded a $33,119,511 firm-fixed-price task order to deliver Windows 10 migration of the Ground Minuteman Automated Test Stand. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by July 31, 2023. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $2,523,781 are being obligated at the time of award. The Air Force Nuclear Weapons Center, ICBM Contracting Division, Hill Air Force Base, Utah, is the contracting activity (FA8204-19-F-0062).

Vectren Energy Delivery of Ohio, Fairborn, Ohio, has been awarded a $16,253,772 task order for natural gas distribution. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 30, 2029. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $1,353,792 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8601-19-F-A207).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $14,586,963 cost-plus-fixed-fee completion contract for Agent Based Core Development and Capabilities software. This contract will extend the Enterprise Engine Model-Oriented Development Environment to an open standards-based agent development architecture and framework and apply it to intelligence and defense use cases. Work will be performed at Sparks, Nevada; and Herndon, Virginia, and is expected to be completed by Sept. 25, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation in the amount of $4,812,383 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-0139).

The Boeing Co., Seattle, Washington, has been awarded an $11,986,000 modification (P00154) to previously awarded contract FA8625-11-C-6600 for radio frequency (RF) simulator equipment and support. This modification will provide for an RF simulator capable of integrating with the suite of equipment included in the ongoing MDF reprogramming center equipment effort. Work will be performed in Seattle, Washington; and Robins Air Force Base, Georgia, and is expected to be completed by July 20, 2021. Fiscal 2017 aircraft procurement funds in the amount of $11,986,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Institute for Human and Machine Cognition, Pensacola, Florida, has been awarded an $8,974,967 contract for the Peerless Operator Biologic Aptitude effort. This contract maps the complex and hierarchical networks of molecular expression circuits that drive physical, physiological, cognitive, behavioral, and team performance phenotypes considered key to operator success. The contract provides phenotypic assays and biological circuit feature sets predictive of operator and cadre performance as well as multilayered expression circuit analysis tools and platform. Work will be performed in Pensacola, Florida; Pittsburgh, Pennsylvania; Princeton, New Jersey; Birmingham, Alabama; New York, New York; La Jolla, California; and Virginia Beach, Virginia, and is expected to be completed by May 31, 2021. This award is the result of a competitive acquisition and 15 offers were received. Fiscal 2019 research, development, test, and evaluation funds in the amount of $250,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7944).

Raytheon Co., Marlborough, Massachusetts, will be awarded a $7,961,184 modification (P00041) to previously awarded contract FA8204-13-F-0009 for the communications installation and sustainment support contract. The contract modification is to definitize a change order and pay actuals incurred for the modification to the design of the Minuteman Minimum Essential Emergency Communications Network program update racks. This modification provides for the installation performed under the basic contract. Work will be performed at Malmstrom Air Force Base, Montana; F.E. Warren Air Force Base, Wyoming; and Minot Air Force Base, North Dakota, and is expected to be completed by Feb. 28, 2021. The total cumulative face value of the contract is $62,018,401. Fiscal 2017 and 2018 missile procurement funds in the amount of $7,961,184 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

General Electric Research, Niskayuna, New York, has been awarded a $7,202,223 contract for the Measuring Biological Aptitude effort. The contractor will develop a generalizable computational platform to assess warfighter aptitude and performance based on expression circuits that link macroscopic phenotypes to the underlying molecular biology of the individual. Work will be performed at Niskayuna, New York; Cambridge, Massachusetts; Storrs, Connecticut; and Bethesda, Maryland, and is expected to be complete by May 31, 2021. This award is the result of a competitive acquisition and 15 offers were received. Fiscal 2019 research, development, test, and evaluation funds in the amount of $250,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-7945).

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

FCN Technology Solutions, Rockville, Maryland (HE125419F3015), has been awarded a delivery order for laptop computers, desktop computer, and computer carts in the amount of $11,659,268. The location of delivery will be U.S., European and the Pacific regions. The initial delivery is 90 days after receipt of award and covers 12 months. Fiscal 2019 operations and maintenance funds will be used to fund the initial order. This contract was competitively procured via a request for quote HE125419Q3018 under the NASA Solutions for Enterprise-Wide Procurement indefinite-delivery/indefinite-quantity contract, with four offers received. The contracting activity is the Department of Defense Education Activity, Alexandria, Virginia. (Awarded Sept. 23, 2019)

*Small Business

Department of Defense Contracts for Sept. 25, 2019 Homeland Security Today
Homeland Security Today
The Government Technology & Services Coalition's Homeland Security Today (HSToday) is the premier news and information resource for the homeland security community, dedicated to elevating the discussions and insights that can support a safe and secure nation. A non-profit magazine and media platform, HSToday provides readers with the whole story, placing facts and comments in context to inform debate and drive realistic solutions to some of the nation’s most vexing security challenges.
Homeland Security Today
Homeland Security Todayhttp://www.hstoday.us
The Government Technology & Services Coalition's Homeland Security Today (HSToday) is the premier news and information resource for the homeland security community, dedicated to elevating the discussions and insights that can support a safe and secure nation. A non-profit magazine and media platform, HSToday provides readers with the whole story, placing facts and comments in context to inform debate and drive realistic solutions to some of the nation’s most vexing security challenges.

Related Articles

- Advertisement -

Latest Articles