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

Department of Defense Contracts for Sept. 30, 2019

NAVY

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $2,195,644,813 modification (P00011) to a previously awarded advanced acquisition contract (N00019-18-C-1021). This modification definitizes the production and delivery of 112 F135-PW-100 propulsion systems for the Air Force, 46 F135-PW-600 propulsion systems for the Marine Corps, and 25 F135-PW-100 propulsion systems for the Navy. In addition, this modification definitizes award of long lead components, parts and materials associated with 129 F135-PW-100 and 19 F135-PW-600 propulsion systems for non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67%); Indianapolis, Indiana (26.5%); and Bristol, United Kingdom (6.5%), and is expected to be completed in February 2023. Fiscal 2018 and 2019 aircraft procurement (Air Force, Marine Corps, and Navy); non-U.S. DoD participant; and FMS funds in the amount of $3,561,262,259 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($878,133,063; 40%); the Marine Corps ($619,150,637; 28%); the Navy ($178,828,697; 8%); non-U.S. DoD Participants ($420,087,247; 19%); and FMS customers ($99,445,169; 5%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sprint Communications Co. L.P., doing business as Sprint, Reston, Virginia (N00244-19-D-0013); and Manhattan Telecommunications Corp., doing business as MetTel, New York, New York (N00244-19-D-0014), are awarded an estimated $993,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for wireless services and devices in support of the Navy, Marine Corps, Army, Air Force, other Department of Defense agencies, and federal agencies. The contract will include a base period, Sept. 30-Nov. 7, 2019, due to an on-ramp to the existing Spiral 3 Wireless Services multi-agency contracts with three one-year option periods which if exercised, the total value of this contract will be $993,500,000. The program ceiling amount is $993,500,000. The contract line item numbers (CLIN) amounts are not firm individual ceilings, but are rather representative of the program amount for administrative purposes. Therefore, if the amounts stated on a given CLIN are not utilized in a given year, they shall be available for subsequent option periods if exercised. The whole unobligated program ceiling amount remains available throughout the life of the contract until such time as the amount becomes obligated. Work is expected to be completed by November 2019; if all options are exercised, work will be completed by November 2022. Work will be performed at various locations throughout the U.S. and percentage of work cannot be determined at this time. Annual fiscal year operations and maintenance (Navy) funds in the amount of $10,000 will be obligated ($5,000 on each of the two contracts to fund the contracts’ minimum amounts), and funds will expire at the end of the current fiscal year. This contract resulted from a full and open competitive solicitation, with two offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity.

Lockheed Martin Space, Titusville, Florida, was awarded a $494,875,260 fixed-price-incentive, cost-plus-incentive-fee and cost-plus-fixed-fee modification (PZ0001) to a previously awarded and announced un-priced letter contract (N0003019C0100) for TRIDENT II (D5) missile production and deployed systems support. Work will be performed in Cape Canaveral, Florida (23%); Kings Bay, Georgia (19.5%); Bangor, Washington (19.4%); Sunnyvale, California (16.7%); Denver, Colorado (8%); Titusville, Florida (4.8%); Magna, Utah (2.7%); Orlando, Florida (1.3%); and other various locations (less than 1% each, 4.6% total). Work is expected to be completed Sept. 30, 2024. The maximum dollar value of the modification, including the base and all option items, if exercised, is $1,226,750,858. Fiscal 2019 weapons procurement (Navy) funds in the amount of $38,341,216; and United Kingdom funds in the amount of $4,165,366 are being obligated on this award, none of which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Maryland, is awarded an $84,577,989 firm-fixed-price contract for design and construction of the basic training command for Naval Special Warfare Command at Naval Base Coronado. The contract also contains two unexercised options and six planned modifications, which, if exercised, would increase cumulative contract value to $106,789,165. The work to be performed provides for the design and construction of a new basic training command schoolhouse and includes a combat training tank complex. An addition to the existing operational storage and distribution facility is also included, along with renovations to two buildings and demolition of 19 buildings. The options, if exercised, provide for a boat support facility and a medical facility renovation and addition. The planned modifications, if issued, provide for furniture, fixtures, audiovisual equipment, and physical security equipment. Work will be performed in Coronado, California, and is expected to be completed by August 2022. Fiscal 2018 military construction, (defense-wide) contract funds in the amount of $84,577,989 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 11 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-C-1238).

The Charles Stark Draper Laboratory (CSDL), Cambridge, Massachusetts, is awarded an $83,424,000 cost-plus-fixed-fee contract N00030-20-C-0004 to provide research into the applications of technologies to meet guidance requirements for the U.S. Trident II (D5) Strategic Weapon System, and provide specialized technical knowledge for the guidance, navigation and control applications that will support Navy programs. Work will be performed in Cambridge, Massachusetts, with an expected completion date of Sept. 30, 2021. Fiscal 2020 research, development, test, and evaluation funds in the amount of $40,239,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1). CSDL has been the design agent for Navy Strategic Missile Guidance Systems since the Fleet Ballistic Missile Program inception in the late 1950’s.  CSDL possesses the unique knowledge of the total Trident Guidance system including its design and use on the Trident II weapon system. The purpose of a MK6 life extension effort also procured under this contract is to provide credible deterrence throughout the TRIDENT II weapon system’s extended service life. The unique expertise and experience at CSDL makes them uniquely qualified to perform this life extension effort. No source other than CSDL has the technical capacity, facilities, and critical expertise, including comprehensive knowledge and understanding of design, to provide the engineering, program management, and repair and refurbishment support of deployed TRIDENT II MK6 missile guidance systems or the development of the MK6LE guidance systems. No other known source possesses similar capability, and no other institution possesses the combined, unique system test facilities, receives knowledge and overall experience to understand and resolve the issues associated with the Navy’s TRIDENT II guidance and reentry mission. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

RQ Construction LLC, Carlsbad, California, is awarded a $70,864,328 firm-fixed-price contract for design and construction of P5825 Joint Task Force Barracks at Naval Station Guantanamo Bay. The work to be performed provides for the construction of austere standard design barracks. Primary facilities include living and sleeping quarters, information systems, fire protection and alarm systems, and energy monitoring and control system connection. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by March 2022. Fiscal 2018 military construction, (Army) contract funds in the amount of $70,864,328 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, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-1324).

The Boeing Co., Jacksonville, Florida, is awarded a $70,825,736 modification (P00002) to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00019-19-D-0003). This modification exercises an option to provide F/A-18 E/F and EA-18G aircraft inspections, modifications and repairs as well as F/A-18 E/F and EA-18G inner wing panel (IWP) modifications and repairs. The remanufacturing efforts for the F/A-18 E/F and EA-18G will restore aircraft and IWP service life projections to the new design specifications. Work will be performed in Jacksonville, Florida (77%); St. Louis, Missouri (13%); and Lemoore, California (10%), and is expected to be completed in September 2020. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EMCube Inc., Alexandria, Virginia, is awarded a $67,371,583 mixed contract type containing both cost-plus-fixed-fee and firm-fixed-price line items to provide services for the U.S. and United Kingdom Trident II D5 Strategic Weapon System programs and the United Kingdom Dreadnought programs. Specifically, this procurement will provide systems engineering and training support; orientation and culture awareness training; security engineering; independent system safety and surety support; Trident training to the United Kingdom Royal Navy; leadership training for Strategic Systems Programs and Field Activities; Ship Submersible Guided Nuclear support and life extension II (LE2) system support. Work will be performed at Alexandria, Virginia (60%); Washington, District of Columbia (20%); Kings Bay, Georgia (5%); Silverdale, Washington (5%); United Kingdom (4%); Pittsfield, Massachusetts (1%); and Baltimore, Maryland (5%), with an expected completion date of Sept. 30, 2024. Subject to the availability of funding, fiscal year 2020 operations and maintenance (Navy) contract funds in the amount of $7,554,770 will be obligated and United Kingdom funds in the amount of $462,785 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 (N00030-20-C-0009).

Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N64498-19-D-4038); NDI Engineering Co.,* Thorofare, New Jersey (N64498-19-D-4039); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-19-D-4040); LPI Technical Services Inc.,* Chesapeake, Virginia (N64498-19-D-4041); Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N64498-19-D-4042); Tecnico Corp.,* Virginia Beach, Virginia (N64498-19-D-4043); and Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-19-D-4044), were each awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with firm-fixed-priced ordering provisions for engineering and technical services to support Naval Surface Warfare Center, Philadelphia Division’s (NSWCPD), Hull, Mechanical and Electrical (HM&E) modernization programs. Delphinus Engineering Inc. was awarded a $62,366,080 contract. NDI Engineering Co. was awarded a $55,325,516 contract. Q.E.D. Systems Inc. was awarded a $50,780,791 contract. LPI Technical Services Inc. was awarded a $58,966,325 contract. Continental Tide Defense Systems Inc. was awarded a $62,697,337 contract. Tecnico Corp. was awarded a $56,143,802 contract. Epsilon Systems Solutions Inc. was awarded a $59,386,372 contract. The mission of the NSWCPD HM&E Division is to transition HM&E machinery technology to the Navy active/reserve fleet and to support various sponsors for Navy modernization programs. This requires development and execution of various ship changes (SC), specialty trade industrial and prototype engineering support, and ship alterations to upgrade and maintain in a more cost-effective and timely manner the system/equipment readiness of various Navy HM&E and electronic systems. The Navy modernization program provides a full spectrum of industrial specialty trades and technical support encompassing all phases of the alteration/SC installation process. These services are accomplished in whole or in phases that minimize interruption in ship operating schedules while maximizing the capacity of type commander and Naval Sea Systems Command agencies to upgrade and modernize HM&E and electronic systems. Work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. and overseas. Work performed under this multiple-award contract will contain a five-year ordering period and is expected to be complete by September 2024. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $483,000 will be obligated at time of award and will not 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 2019 operation and maintenance (Navy) funding.) The total value of all task orders issued under these multiple-award contracts, when combined, shall not exceed the value of the highest proposal received. The guaranteed minimum for each contract awarded is $10,000. These contracts were competitively procured via Federal Business Opportunities website as a total small business set-aside, with seven offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity. (Awarded Sept. 27, 2019)

Korte Construction Co., St. Louis, Missouri, was awarded a $55,962,617 firm-fixed-price contract for P-471 design and construction of a new Navy Gateway Inn and Suites (NGIS) and demolition of older lodging facilities at Naval Air Station (NAS) Key West. The contract also contains three unexercised options, which, if exercised, would increase the cumulative contract value to $76,356,204. The work to be performed provides for the design and construction of an NGIS with at least 244 rooms on no more than four floors and demolition of four buildings (A-648, A-649, A-650, and A-727) located on Boca Chica Key, near the main NAS Key West airfield. The new facility, located at Trumbo Point, NAS Key West, will accommodate transient personnel associated with year-round training operations, and will serve as a satellite facility for the adjacent NGIS “Fly Navy” lodging facility. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. The options, if exercised, will add an additional 134 rooms and provide for furniture, fixtures, and equipment. Work will be performed in Key West, Florida, and is expected to be completed by January 2022. Fiscal 2018 military construction, (Navy) contract funds in the amount of $55,962,617 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with six proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0903). (Awarded Sept. 27, 2019)

L3 Harris Technologies Inc., Anaheim, California, is awarded a cost-plus-fixed-fee $48,747,332 contract modification (P00020) to exercise an option to a previously awarded and announced contract (N00030-18-C-0001), and award two new procurement contract line item numbers (CLIN) to provide support in the acquisition and engineering of both on-board and off-board FTI systems. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (27%); Washington, District of Columbia (4%); Bremerton, Washington (3%); Kings Bay, Georgia (3%); Norfolk, Virginia (2%); Laurel, Maryland (2%); Silverdale, Washington (2%); Barrow-In-Furness, England (1%), with an expected completion date of Sept. 30, 2020. Fiscal 2019 other procurement funds in the amount of $1,625,928; fiscal 2019 weapons procurement funds in the amount of $30,109,163; fiscal 2019 United Kingdom funds in the amount of $12,119; and fiscal 2020 United Kingdom funds in the amount of $2,039,000 are being obligated on this award. Strategic Systems Programs, District of Columbia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $43,889,245 firm-fixed-price delivery order N0002419F5637 under previously awarded contract N00024-15-D-5217 for 281 Technical Insertion Sixteen (TI-16) Common Display System (CDS) Variant A water-cooled and air-cooled production consoles. CDS is a set of watch station consoles designed to support the implementation of Open Architecture in Navy combat systems. The TI-16 CDS is the next evolution in the CDS family and consists of a three-eyed horizontal display console. This delivery order combines purchases for the Navy (64%); Coast Guard (2%); and the governments of South Korea (28%); and Japan (6%). Work will be performed in Johnstown, Pennsylvania, and is expected to be complete by March 2020. Fiscal 2019 other procurement (Navy); fiscal 2019 research, development, test and evaluation (RDT&E) (Navy); fiscal 2019 weapons procurement (Navy); fiscal 2018 other procurement, Navy (OPN); fiscal 2018 weapons procurement (Navy); fiscal 2018 shipbuilding and conversion (Navy); fiscal 2017 shipbuilding and conversion (Navy); fiscal 2016 shipbuilding and conversion (Navy); and governments of South Korea and Japan funding in the amount of $43,356,682, will be obligated at time of award and will not expire at the end of the current fiscal year. Funding: Foreign Military Sales (FMS) (South Korea) $12,650,960 (29%); fiscal 2019 OPN $8,283,690 (19%); fiscal 2017 shipbuilding and conversion, Navy (SCN) $7,752,076 (18%); fiscal 2018 SCN $4,222,532 (10%); fiscal 2016 SCN $2,956,338 (7%); FMS (Japan) $2,612,224 (6%); fiscal 2019 RDT&E $2,057,016 (5%); fiscal 2018 OPN $1,997,434 (5%); fiscal 2019 weapons procurement, Navy (WPN) $561,332 (1%); fiscal 2018 WPN $263,080 (less than 1%). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Vertex Aerospace LLC, Madison, Mississippi, is awarded a $40,277,158 modification (P00039) to a previously awarded firm-fixed-price, cost reimbursable, labor hour indefinite-delivery, requirements contract (N00019-14-D-0011). This modification opens up the ordering period to provide organizational, intermediate, and depot-level maintenance, logistics, and engineering support. The effort involves providing services in support of the T-45 Pilot Production Recovery effort, equipment, tools, direct material, and indirect material required to support and maintain all Navy T-45 aircraft, aircraft systems, and related support equipment to support flight and test and evaluation operations. Work will be performed in Kingsville, Texas (53.6%); Meridian, Mississippi (39.6%) and Pensacola, Florida (6.8%), and is expected to be completed in March 2022. No funds are being obligated at time of award, funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems Corp., Baltimore, Maryland, is awarded a $33,594,304 for cost-plus-fixed-fee job order N6339419F0043 under previously awarded blanket order agreement N6339416G0006 for providing in-service engineering; design; integration; test and evaluation; software development, logistics product development and distribution; configuration management and training support of the Littoral Combat Ship, Freedom variant combat system initiatives for Naval Sea Systems Command. Work will be performed in Moorestown, New Jersey (52%); Baltimore, Maryland (20%); Arlington, Virginia (12%); Mechanicsburg, Pennsylvania (7%); Jacksonville, Florida (6%); Orlando, Florida (1%); Berlin, New Jersey (1%); Clearwater, Florida, and Charlottesville, Virginia (combined 1%), and is expected to be complete by September 2022. Fiscal 2019 and 2018 research, development, test and evaluation (Navy); and 2019 and 2018 other procurement (Navy), funding of $3,006,539 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2019 operations and maintenance, (Navy) funding of $928,008 will be obligated at time of award and will expire at the end of the current fiscal year. This job order was not competitively procured in accordance with 10 U.S. Code 2304(c) (1), this contract was non-competitively procured (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $30,468,348 modification (P00005) to a previously awarded, cost-plus-incentive-fee contract (N00019-19-C-0004). This modification exercises the option to continue lab infrastructure activities in support of F-35 system integration labs. In addition, this modification provides administration, maintenance and preparation of F-35 labs to test updated or corrected software and hardware configurations across the F-35 platform. Work will be performed in Patuxent River, Maryland (70%); and Eglin Air Force Base, Florida (30%), and is expected to be completed in March 2020. Non-U.S. Department of Defense (DoD) participant funds in the amount of $5,424,586 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DeMaria Building Co., Novi, Michigan, is awarded a $28,729,993 firm-fixed-price contract for construction of the ambulatory care center at Marine Corps Air Station (MCAS) New River. The work to be performed provides for construction of an ambulatory care clinic to incorporate the Marine centered medical home concept for Marine active duty personnel at MCAS New River. Supporting facilities include utilities, site improvements, facility special foundations, parking, anti-terrorism force protection measures, demolition, and environmental protection measures. Existing building AS100 will be demolished. Work will be performed in New River, North Carolina, and is expected to be completed by October 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $28,729,993 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 five proposals received. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9124).

Asturian-Consigli JV LLC,* Virginia Beach, Virginia, is awarded firm-fixed-price task order N4008519F7139 at $25,737,473 under a small business, design build/design bid build general construction multiple award construction contract for the envelope repair of Building 261 and 1539 at Norfolk Naval Shipyard. The work to be performed provides for envelope repairs to the facility to provide a long-term solution for effective water penetration resistance. The project also includes fire protection upgrades to the facility to comply with applicable criteria and the removal of the existing 165-ton stiff leg derrick, associated support machinery, and associated utilities. Work will be performed in Portsmouth, Virginia, and is expected to be completed by August 2022. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $25,737,473 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1124).

Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-19-D-4427); TerraNul, LLC,* Pembroke Pines, Florida (N62473-19-D-4428); King and George LLC,* Fort Worth, Texas (N62473-19-D-4429); and Miramar International Group Inc.,* Riverside, Illinois (N62473-19-D-4430), are each awarded an indefinite-delivery/indefinite-quantity, multiple award service contract for facility support and maintenance services at various reserve centers located in California, Arizona, Colorado, Nevada, New Mexico, and Utah. The maximum dollar value including the base and four option periods (60 months) for all four contracts combined is $25,000,000. Chugach Consolidated Solutions LLC is awarded the initial task order (seed project) at $3,049,161 for facility support and maintenance services at various Marine Corps Reserve training centers (Pasadena, Concord, San Bruno, and Pico Rivera) in California. Work for this task order is expected to be completed by September 2024. The work to be performed provides for maintenance, repair, and alteration services for systems and facilities, including minor construction (incidental to services) associated with various support service functions including family housing, bachelor quarters, facility management, facility management (relocatable facility) and facility investment. All work on this contract will be performed primarily within the Naval Facilities Engineering Command Southwest area of responsibility, which includes California (91%); Arizona (5%); Colorado (1%); Nevada (1%); New Mexico (1%); and Utah (1%). The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2020 operation and maintenance (O&M), (Marine Corps Reserve) contract funds in the amount of $231,399 are obligated on this award and will expire at the end of the fiscal 2020. Future task orders will be primarily funded by O&M, (Navy Reserve) and O&M (Marine Corps Reserve). This contract was competitively procured via the Federal Business Opportunities website with five proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command (NAVFAC) Southwest, San Diego, California, is the contracting activity.

Rockwell Collins Inc., a Collins Aerospace Co., Cedar Rapids, Iowa, is awarded a $24,708,215 cost-plus-fixed-fee contract to provide for the engineering and manufacturing development of the Enhanced Visual Acuity (EVA) system. EVA will increase flight safety and mission effectiveness by allowing Department of the Navy rotary-wing and tiltrotor (RW/TR) aircrews to maintain required visual situational awareness down to Very-Low-Light-Level (VLLL) flight operations. In addition, the EVA system will provide a heads up display for pilot and co-pilot viewing of mission specific video imagery generated by the host aircraft. Work will be performed in Cedar Rapids, Iowa (40%); Santa Clara, California (30 %); Westborough, Massachusetts (15%); and Los Gatos, California (15%), and is expected to be completed in March 2023. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-C-0038).

The Boeing Co., St. Louis, Missouri, is awarded a $17,603,904 cost-plus-fixed-fee order (N0001919F4078) against a previously issued basic ordering agreement (N00019-16-G-0001).  This order procures non-recurring engineering support to design, develop, validate and verify the Cabin Pressure and On-Board Oxygen Generation System Monitoring System (CPOMS) kit. In addition, this order provides validation installs and the production and delivery of 112 CPOMS kits for the Navy. Work will be performed in St. Louis, Missouri (90%); and San Antonio, Texas (10%), and is expected to be completed in December 2022. Fiscal 2018 aircraft procurement and research, development, test and evaluation (Navy) funds in the amount of $16,300,077 will be obligated at time of award, $6,540,661 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $16,460,896 firm-fixed-price contract for construction of reserve training center complex at Joint Expeditionary Base, Little Creek, Virginia Beach, Virginia. The work to be performed will provide low-rise reinforced concrete and a steel framed building will be of permanent construction with masonry exterior walls and gypsum board interior walls, concrete floors, and pile foundation. The joint reserve center areas include an assembly hall, classrooms, medical exam rooms, conference room, storage, crews lounge, administrative areas, recruiting office, toilets/locker room/showers, janitorial space, and mechanical equipment spaces. The Marine Corps exclusive use areas include active duty administrative offices, unit conference space, administrative space, supply/storage areas, recruiting space, armory, shops for communications equipment maintenance, multi-media/local area network control center, NEXGEN secure and equipment room, firearm training simulator, training aids storage, exercise and double locker room area. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $16,460,896 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 (N40085-19-C-9061).

The Boeing Co., St. Louis, Missouri, is awarded a $15,537,941 modification (P00003) to a cost-plus-fixed-fee delivery order (N0001917F173) against a previously issued basic ordering agreement (N00019-16-G-0001). This modification provides for the design and development of the Environmental Control System (ECS), test article, and associated unique instrumentation and equipment for the F/A-18E/F and EA-18G aircraft. The ECS is a critical capability that will assist in eradicating physiological episodes and improving aircrew safety. Work will be performed in St. Louis, Missouri (60%); and El Segundo, California (40%), and is expected to be completed in December 2020. Fiscal 2018 and 2019 research, development, test and evaluation (Navy) funds in the amount of $14,305,907 will be obligated at time of award, $9,864,158 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The National Marine Mammal Foundation Inc., San Diego, California, is awarded a $13,317,292 cost-plus-fixed-fee and cost-reimbursement-type contract to provide veterinary care, research support, animal care, and training of marine mammals in the U.S. Navy Marine Mammal Program. This one-year contract includes four one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $70,662,266. Work will be performed at government facilities in San Diego, California (92%); at Naval Submarine Base Kings Bay, Georgia (5%); and at Naval Base Kitsap in Bangor, Washington (3%). The period of performance of the base award is from Sept. 30, 2019, through Sept. 29, 2020. If all options are exercised, the period of performance would extend through Sept. 29, 2024. Fiscal 2019 funds will be obligated using Navy working capital funds. Contract funds will not expire at the end of the current fiscal year. This contract is awarded using other than full and open competition in accordance with Federal Acquisition Regulation Subpart 6.302-1 and 10 U.S. Code 2304(c)(1), only one responsible source. The Naval Information Warfare Center Pacific San Diego, California, is the contracting activity (N66001-20-C-0023).

Diversified Service Contracting Inc.,* Dunn, North Carolina, is awarded a $13,186,727 indefinite-delivery/indefinite-quantity (IDIQ) modification to extend the period of performance under an IDIQ contract for small base operations support at Patuxent River. After award of this modification, the total cumulative contract value will be $97,003,688. The work to be performed provides for all labor, management, supervision, tools, materials and equipment required to perform pest services, grounds services, janitorial services, and transportation services. Work will be performed in Patuxent River, Maryland. This extension covers the period from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) in the amount of $13,186,727 for recurring and non-recurring work will be obligated on individual task orders issued during the period of the contract extension. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-11-D-3020).

Veterans Northwest Construction LLC,* Seattle, Washington, is awarded a firm-fixed-price task order (N4425519F4418) from the basic contract (N44255-17-D-4015) at $11,226,000 under a multiple award construction contract for the Building 983 controlled industrial facility (CIF) design-bid-build ventilation repair project, Naval Base Kitsap, Puget Sound Naval Shipyard and intermediate maintenance facility (PSNS and IMF), Bremerton, Washington. This project will repair the antiquated structural, mechanical and electrical systems of Building 983, CIF at PSNS and IMF, Bremerton Washington. Architectural work includes demolition, replacement and repairs to insulation, roof penetrations, walkways, flashing, vents, and necessary components that have deteriorated to the point of failure. Mechanical and electrical work includes disconnecting, relocating, reinstalling and testing of heat vent and air conditioning and their associated control systems. Site preparation includes laydown, storage, necessary tools, materials and equipment, and safety features. The work will be completed in Bremerton, Washington, and is expected to be completed by August 2020. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $11,226,000 are obligated on this award and will expire in five years. Five solicitation emails were sent and four proposals were received for this task order. The Naval Facilities Engineering Command (NAVFAC), Northwest, Silverdale, Washington, is the contracting activity for the basic contract (N44255-17-D-4015) and the NAVFAC Bremerton Field Engineering Acquisition Department, Bremerton, Washington, is the contracting activity for the task order.

Harris Corp., Palm Bay, Florida, is awarded a $10,113,048 modification (P00014) to a previously awarded firm-fixed-price contract (N00421-17-C-0024). This modification is for the procurement of 114 Fibre Channel Network Switches for the Navy and government of Kuwait EA-18G, F/A-18E/F, E-2D aircraft, including two units for the Naval Air Warfare Center Aircraft Division’s Manned Flight Simulator Laboratory. Work will be performed in Malabar, Florida, and is expected to be completed in December 2021. Fiscal 2019 aircraft procurement (Navy); working capital (Defense); and Foreign Military Sales (FMS) funds in the amount of $10,113,048 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Harris Corp., Palm Bay, Florida, is awarded a $9,959,544 firm-fixed-price contract to procure 23 digital map computers (DMC); and 72 digital video map computers (DVMC) for Naval Supply Systems Command (NAVSUP); 28 DMCs and 24 DVMCs for the Navy; and 13 DMCs for the government of Bahrain. These capabilities will be integrated on the F/A-18E/F, AH-1Z and H-1 aircraft. Work will be performed in Malabar, Florida, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); working capital fund (Navy); and Foreign Military Sales (FMS) funds in the amount of $9,959,544 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for NAVSUP ($6,238,989; 63%); the Navy ($3,088,404; 31%); and the government of Bahrain via the FMS program ($632,151; 6%). 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-C-0039).

Gomez Research Associates Inc.,* Huntsville, Alabama, is awarded a $9,442,774 Small Business Innovative Research (SBIR) Phase III, cost-plus-fixed-fee contract for counter improvised explosive devices and unmanned aerial system technology. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $47,463,250. Work will be performed in Huntsville, Alabama (60%); Sofia, Bulgaria (20%); Belgrade, Serbia (15%); and Kiev, Ukraine (5%); and is expected to be complete in September 2024. Fiscal 2019 operation and maintenance (Army) funding in the amount of $5,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website and is a sole source award in accordance with Federal Acquisition Regulation 6.302-5 Authorized or Required by Statute – 10 U.S. Code 2304 (c) (5).The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-C-0021).

T&E Technologies LLC,* Anchorage, Alaska, is awarded an $8,945,065 for cost-plus-fixed-fee contract berthing and messing barge organizational level maintenance support services in support of Commander, U.S. Pacific Fleet. The contract will include a one-year base period and four one-year option periods which if exercised, the total value of this contract will be $44,624,743. Work is expected to be completed by November 2020. If all options on the contract are exercised, work will be completed by November 2024. Work will be performed in San Diego, California (33%); Bremerton, Washington (26%); Pearl Harbor, Hawaii (18%); Yokosuka, Japan (9%); Apra Harbor, Guam (8%); and Sasebo, Japan (6%). Fiscal 2020 operation and maintenance (Navy) funds in the amount of $8,945,065 will be obligated at time of award and funds will expire at the end of the current fiscal year. The solicitation for this requirement was issued under authority 10 U.S. Code 2304 (b)(2), with three offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity (N00244-19-C-0008).

Raytheon Co., Tewksbury, Massachusetts, is awarded an $8,804,039 firm-fixed-price, and cost-plus-incentive-fee modification to previously awarded contract N00024-17-C-5145 to procure, build, install, and test onboard trainer hardware for DDG 1000 ship class combat systems. The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed, and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active, and passive self-defense system and enhanced survivability features. Work will be performed in Portsmouth, Rhode Island (50%); and Tewksbury, Massachusetts (50%), and is expected to be complete by January 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,804,039 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.

Valiant Government Services LLC, Hopkinsville, Kentucky, is awarded an $8,765,195 (firm-fixed-price $7,358,383 and indefinite quantity $1,406,812) indefinite-delivery/indefinite-quantity modification for the exercise of Option Number Two under an indefinite-delivery/indefinite-quantity contract for base operations support services in the Naval Facilities Engineering Command Europe, Africa, Southwest Asia (EURAFSWA) area of responsibility. The work to be performed provides for all management and administration, facilities management and investment, janitorial, pest control, integrated solid waste, pavement clearance, and environmental services to provide base operations support services. After award of this option, the total cumulative contract value will be $25,570,646 (firm-fixed-price $21,350,211 and indefinite quantity $4,220,435). Work will be performed at Capodichino, Gaeta and Gricignano, Italy. This option period is from October 2019 to September 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $7,358,383 for recurring work will be obligated on individual task orders issued during the second option period. The Naval Facilities Engineering Command, EURAFSWA, Naples, Italy, is the contracting activity (N62470-17-D-4011).

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is awarded an $8,170,504 firm-fixed-price modification under an indefinite-delivery/indefinite-quantity contract for the exercise of Option One for naval hospital custodial services at Marine Corps Base Camp Lejeune. The total contract amount after exercise of this option will be $16,179,944. No task orders are being issued at this time. The work to be performed provides for various custodial services including, but not limited to, emptying trash cans, sweeping, dusting, mopping, cleaning toilets, and medical waste disposal for the naval hospital, medical clinics, dental clinics, and wounded warriors’ barracks. Work will be performed in Jacksonville, North Carolina, and this option period is from October 2019 to September 2020. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2020 operation and maintenance (Navy), Defense Federal Health Program. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-6161).

Souza Construction Inc.,* Farmersville, California, is awarded a firm-fixed-price task order (N6247319F4901) for $8,100,307 under a multiple award construction contract for design and construction of repair Sky Top substation and circuit five repair at Naval Air Weapons Station China Lake. The work to be performed is to provide material, equipment and labor to repair Sky Top substation and replace existing power poles and cross arms, insulators and disconnects. Work will be performed in China Lake, California, and is expected to be completed by October 2020. Fiscal 2019 Navy working capital fund contract funds in the amount of $8,100,307 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2429).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,004,622 modification (P00006) to a previously awarded cost-plus-incentive-fee contract (N00019-19-C-0004). This modification provides additional contractor support to increase the development flight test aircraft capacity for F-35 test. Work will be performed in Patuxent River, Maryland (80%); and Edwards Air Force Base, Florida (20%), and is expected to be completed in March 2020. Fiscal 2019 research, development, test and evaluation (Marine Corps); and non-U.S. Department of Defense (DoD) participant funds in the amount of $8,004,622 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 ($6,579,479; 82%); and non-U.S. DoD participants ($1,425,143; 18%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Metson Marine Services Inc.,* Ventura, California, is awarded $7,618,818 for modification P00009 to the previously awarded firm-fixed-price contract (N68836-19-C-0002) to exercise Federal Acquisition Regulation 52.217-9 for Option Period One for port operations support services that include maintenance and repairs of government furnished boats, service craft, and waterfront equipment; oil spill response; industrial marine services; docking regular overhauls; ship movement and fleet liaison support services; berth day support; facility response team services; counter-terrorism support; barrier and gate services; and exclusion buoy inventory in support of Commander, Navy Region Southeast. The contract will include a nine-month base period and four one-year option periods which if exercised, the total value of this contract will be $35,545,878. Work is expected to be completed by September 2020. If all options on the contract are exercised, work will be completed by September 2023. Work will be performed in Kings Bay, Georgia (30%); Kingsland, Georgia (28%); Mayport, Florida (18%); Pensacola, Florida (15%); Key West, Florida (4%); Port Canaveral, Florida (3%); Panama City, Florida (1%); and Jacksonville, Florida (1%). Fiscal 2020 operations and maintenance (Navy) funds (98%); and fiscal 2020 operations and maintenance (U.S. Coast Guard) funds (2%) in the amount of $3,398,123 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was competitively procured with the solicitation as a 100% total small business set-aside requirement with five offers received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity.

Insitu Inc., Bingen, Washington, is awarded a $7,497,412 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract procures product and hardware support required to provide rapid response to fielded unmanned aerial systems, unmanned air vehicles and operational personnel. Work will be performed in Bingen, Washington (90%); and China Lake, California (10 %), 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 Weapons Division, China Lake, California, is the contracting activity (N68936-19-D-0026).

AIR FORCE

United Launch Services (ULS), Centennial, Colorado, has been awarded a $1,175,842,965 firm-fixed-price modification (P00001) to previously awarded contract FA8811-19-C-0002 for National Security Space Launch (NSSL) Delta IV Heavy launch services. This contract modification is for Launch Operations Support (LOPS) services for five NSSL National Reconnaissance Office missions, all of which require ULS’s Delta IV Heavy launch vehicle. Work will be performed at Centennial, Colorado; Pueblo, Colorado; Decatur, Alabama; and Harlingen, Texas, with launch facilities at Cape Canaveral Air Force Station, Florida; and Vandenberg Air Force Base, California, and is expected to be completed by Feb. 29, 2024. The total contract value is increased from $467,537,345 to $1,643,380,310 to include five annual options. Fiscal 2019 procurement funds are being obligated at the time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

The MITRE Corp., Bedford, Massachusetts, has been awarded a $451,345,707 cost reimbursement option contract for services. This contract provides for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally-Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia, and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 30, 2020. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $327,003 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $200,000,000 indefinite-delivery/indefinite-quantity contract for Small Diameter Bomb II Life Cycle Support Contract III. This contract provides lifecycle support includes, but is not limited to, all efforts related to the SDB II and variants in various support efforts for the Engineering and Manufacturing Development integration, production, sustainment, testing, obsolescence analysis and management, logistics support, testing, training, upgrades, and software updates. Additionally, studies and analysis related to current and future expansion of system performance, simulations, modeling, test hardware, technical support, aircraft integration activities, and procurement of all associated test hardware to support the activities and repair of non-warranted assets will be procured using this contract vehicle. Technical support for the SDB II system provides for engineering, management fielding and logistical tasks required to ensure technical baselines remain current and effective and that future growth requirements remain feasible. Work will be performed at Tucson, Arizona, and is expected to be completed by Sept. 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 and 2020 Air Force and Navy ammunition procurement; and research and development funds will be used, and no funds are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-19-D-0001).

L-3 Technologies Inc., San Diego, California, contract has been awarded a $92,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price/time and material contract for Telemetry and RF Production and Sustainment Services. This contract provides for miniature cryptographic unit 110B/C and KI-700 hardware and technical support of these products. Work will be performed at San Diego, California, and is expected to be completed by April 30, 2024. This award is the result of a sole source acquisition. Fiscal 2019 space procurement; and fiscal 2019 research and development funds in the amount of $6,195,846 are being obligated at the time of award. The Air Force Life Cycle Management Center, Joint Base San Antonio, Texas, is the contracting activity (FA8307-19-D-0001).

M1 Support Services, Denton, Texas, has been awarded a $71,449,848 modification (A00051) to previously awarded contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the fourth option period of a seven-year, firm-fixed-price contract for T-6, T-38 undergraduate pilot training and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2020. The total cumulative face value of the contract is $204,286,163. Fiscal 2020 operations and maintenance funds will be used and no funds will be obligated at the time of the award. The 82d Contracting Squadron, Sheppard Air Force Base, Texas, is contracting activity.

The Boeing Corp., St. Louis, Missouri, has been awarded a $70,000,000 indefinite-delivery/indefinite-quantity contract for the procurement of GBU-57 Massive Ordnance Penetrators. Will be performed at St. Louis, Missouri, and is expected to be complete by Dec. 31, 2022. This award is the result of a sole source acquisition. Fiscal 2018 ammunition procurement funds in the amount of $26,285,280 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-19-D-0008).

Battelle Memorial Institute, Columbus, Ohio, has been awarded a $42,156,000 bilateral, shared ceiling increase modification (P00003) to previously awarded FA8650-15-D-1953 for research and development. The Microelectronics and Embedded Systems Assurance (MESA) contract modification will provide for basic, applied, and advanced research and development to develop, evaluate, and facilitate the transition of technologies to improve the security and reliability of microelectronics and embedded systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 21, 2022. Total cumulative face value of the contract is $90,877,000. No funds are being obligated at the time of the award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Riverside Research Institute, New York, New York, has been awarded a $42,156,000 bilateral, shared ceiling increase modification (P00003) to previously awarded contract FA8650-15-D-1847 for research and development. The Microelectronics and Embedded Systems Assurance (MESA) contract modification will provide for basic, applied, and advanced research and development to develop, evaluate, and facilitate the transition of technologies to improve the security and reliability of microelectronics and embedded systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 21, 2022. Total cumulative face value of the contract is $90,877,000. No funds are being obligated at the time of the award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Cubic Defense Applications, San Diego, California, has been awarded a contract valued at $41,100,000 for P5 Air Combat Training System (P5CTS) equipment delivery. This contract provides for the procurement of Air Force and Qatar P5CTS equipment. Work is performed at San Diego, California, and is expected to be complete by October 2021. This contract involves foreign military sales to Qatar. This award is the result of a sole source acquisition. Fiscal 2019 aircraft procurement; and Foreign Military Sales funds in the amount of $31,249,695 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8210-19-C-0002).

AT&T Government Solutions, Vienna, Virginia, has been awarded a $23,615,000 indefinite-delivery/indefinite-quantity contract for Tyndall Air Force Base Supplement Communications Recovery Effort (TSCR). This effort is for relief in rebuilding Tyndall AFB, a disaster area due to Hurricane Michael. The TSCR is to complete the holistic communication infrastructure and IT services restoration effort by delivering a modernized Wide Area Network and Base Area Network delivery solution. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be complete by Sept. 25, 2020. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $23,615,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-19-F-0153).

L3 Technologies Inc., Arlington, Texas, has been awarded a $17,374,120 firm-fixed-price contract for an F-16 A/B Block 15 simulator. This contract provides for one F-16 A/B Block 15 simulator. Work will be performed at Arlington, Texas, and is expected to be complete by Nov. 30, 2023. This contract involves 100% foreign military sales to Thailand. This award is the result of a sole source acquisition. Foreign Military Sales funds in the amount of $17,374,120 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 (FA8621-19-C-0009).

PKL Services Inc., Poway, California, has been awarded $13,143,186 for a modification and a request for equitable adjustment to previously awarded FA4897-18-C-2002 for flight operations and maintenance. The contract modification provides for the exercise of Option Year Two and an increase due to a request for equitable adjustment under 52.222-43(f) pursuant to a collective bargaining agreement. This modification involves foreign military sales to Singapore. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed by Sept. 30, 2020. The total cumulative value of the contract is $24,972,317. Foreign Military Sales funds in the amount of $13,143,186 are being obligated at the time of the award. The 366 Financial Acquisition Squadron, Mountain Home AFB, Idaho, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $12,496,295 cost-plus-fixed-fee contract for the Mercury Program, a top secret/special compartmented information special access program. The overall objective of the program is to research electronic warfare. Work will be performed at Linthicum Heights, Maryland, and is expected to be completed by Feb. 28, 2021. This award is being awarded to the subject contractor under limited competition and six offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $5,700,000 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-7926).

Umyuaq Technology LLC, San Antonio, Texas, has been awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for fiber optic cabling and infrastructure support services for the 88th Communications Squadron. This contract provides for communications cable installation support services to defense activities at all areas of Wright-Patterson Air Force Base, Ohio. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by March 31, 2025. This award is the result of a directed 8(a) Alaskan Native Corporation (ANC) acquisition. Fiscal 2019 operations and maintenance funds in the amount of $44,238 are being obligated at the time of award. The Air Force Life Cycle Management, Information Technology Contracting, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-19-D-3501).

Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded an estimated $10,515,989 delivery order to provide software maintenance updates and engineering support on the C-5M Galaxy weapons system. Work will be performed in Toronto, Canada; and Torrance, California, and is expected to be completed by March 31, 2021. This award is a result of a sole source acquisition. Fiscal 2019 transportation working capital funding in the amount of $10,515,989 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8525-19-F-0034).

Valley Tech Systems Inc.,* Folsom, California, has been awarded a $9,924,238 cost-per-fixed-fee contract for the development and testing of open system signal intelligence framework. This contract will further enhance the body of knowledge in the cyber domain through the research and development of innovative concepts and advancement in the software defined radio state-of-the-art to support signal intelligence related capabilities including real-time collection, geolocation and signal exploitation. Work will be performed at Folsom, California, and is expected to be complete by Sept. 30, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1531).

Northrop Grumman Systems Corp., doing business as Northrop Grumman Technical Services, Oklahoma City, Oklahoma, has been awarded a $9,374,145 cost-plus-fixed-fee contract for the B-2 Crystal Oscillator Replacement Engineering Services. This contract provides engineering labor services for B-2 Crystal Oscillator replacement. Work will be performed at Oklahoma City, Oklahoma; Heath, Ohio; Redondo Beach, California; Mitchel Field, New York; and Placentia, California, and is expected to be completed by Sept. 29, 2022. This award is the result of a sole source acquisition. Fiscal 2019 working capital funds in the amount of $9,374,145 are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma City, Oklahoma, is the contracting activity (FA8117-19-C-0007).

Thales Defense and Security Inc., Clarksburg, Maryland, has been awarded an $8,500,000 indefinite-delivery/indefinite-quantity contract for F-16 Helmet Mounted Integrated Targeting System interim contractor support. This contract provides for repairs of the F-16 Helmet Mounted Integrated Targeting System and assistance in starting up the organic depot repair program. Work will be performed at Clarksburg, Maryland, and is expected to be complete by Sept. 30, 2024. This award is the result of a sole source acquisition. Fiscal 2017 and 2018 Air National Guard procurement funds in the amount of $1,067,222 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-19-D-0019).

Multibeam Corp., Santa Clara, California, has been awarded an $8,164,910 cost-plus-fixed-fee contract for research and development. The MEBL-Embedded Chip ID to Assure Traceability and Provenance of All Integrated Circuits contract’s objective is to develop technology to address design assurance to ensure that the Department of Defense maintains access to advance and legacy integrated circuit technology nodes through the implementation of assurance technologies embedded within an integrated circuit. Work will be performed at Santa Clara, California, and is expected to be completed by Dec. 31, 2021. This award is the result of a non-competitive acquisition. Fiscal 2019 research and development funds in the amount of $8,164,910 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1938).

Classic Site Solutions Inc., Framingham, Massachusetts, has been awarded a not-to-exceed $7,795,409 firm-fixed-price contract for the Repair East Ramp and Taxiway Golf project. This contract provides for the maintenance and repair on primary pavements critical to the mission and operations at Westover Air Reserve Base, Massachusetts. This project will prolong the life of the existing pavements by replacing old joint sealants on Taxiway G, as well as repairing spalls, cracks and selective slab replacements on the East Ramp Parking Apron which is the primary parking apron for the C-5 aircraft. Work will be performed at Westover Air Reserve Base, Massachusetts, and is expected to be completed by Aug. 31, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 operations and maintenance funds in the amount of $7,795,409 are being obligated at the time of award. The 439th Contracting Flight, Westover ARB, Massachusetts, is the contracting activity (FA6606-19-C-A016).

Flight Support Inc., North Haven, Connecticut, has been awarded a $7,721,182 firm-fixed-price requirements contract for TF33 jet engine second, third and fourth stage fan blade laser cladding repair. The contract is for repair of up to 31,321 sets of fan blades. Work will be performed in North Haven, Connecticut, and is expected to be completed by Sept. 29, 2020. This award is the result of a sole source acquisition and one offer was received. Fiscal 2019 working capital funds will be used for first task order and no funds are being obligated at contract award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8132-19-D-A003).

STS Systems Support LLC, San Antonio, Texas, is awarded a $7,326,508 firm-fixed-price contract for Pre-Award Acquisition Liaison Support (PALS) services. This contract provides support to the Air Force Medical Service missions by providing performance based, non-personal, professional advisory and assistance for PALS services in support of the pre-award phase of the acquisition lifecycle. The contract provides guidance and assistance to Program Managers and contracting officer representatives (COR) in the course of developing, preparing, writing, reviewing and editing pre-solicitation documentation and any other documents appropriate for each particular requirement. The contractor shall assist the COR in creating acquisition/contract status program management review briefings and generate documentation that complies with federal regulations and policies. Work will be performed at Lackland Air Force Base, Texas; Falls Church, Virginia; and Ft. Detrick, Maryland, and is expected to be completed by March 29, 2023. This award is the result of a Direct 8(a) Native American Small Business acquisition. Fiscal 2019 operations and maintenance funds in the amount of $2,023,161 are being obligated at the time of award. The Air Force Installation Contracting Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8003-19-C-A019).

MOWA-Barlovento JV A, Gautier, Mississippi, has been awarded a $7,058,125 firm-fixed-price contract to repair and update the Non-Commissioned Officer Academy, Building 837. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be completed by Dec. 10, 2020. This award is the result of the Regional Engineering and Construction indefinite-delivery/indefinite-quantity contract and four offers were received. Fiscal 2019 operations and maintenance funding in the amount of $7,058,125 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Panama City, Florida, is the contracting activity. (FA4819-19-F-A065).

CORRECTION: The modification (P00010) announced on Sept. 26, 2019, for Lockheed Martin Corp., Rotary and Mission Systems, Littleton Colorado (FA8750-17-C-0051) for $9,153,653 was announced with an incorrect award date. The correct award date is Sept. 27, 2019.

DEFENSE LOGISTICS AGENCY

American Water Military Services LLC, Camden, New Jersey, has been awarded a $519,632,941 fixed-price with economic-price-adjustment contract for the ownership, operation, and maintenance of the water and wastewater utility systems at U.S. Army Garrison West Point, New York. This was a competitive acquisition with 10 responses received. This is a 50-year contract with no option periods. Locations of performance are New York and New Jersey, with a May 31, 2070, performance completion date. Using military service is the Army. Type of appropriation is fiscal 2019 through 2070 Army operations and maintenance funds. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-19-C-8327).

The Source Group Inc., doing business as SGI Environmental, Signal Hill, California, has been awarded a $75,395,544 firm-fixed-price contract to perform environmental remediation services to include steam injection and electro-resistive heating technologies. This was a competitive acquisition with three offers received. This is a three-year contract with no option periods.  Location of performance in California, with an Oct. 31, 2022, 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 Energy, Fort Belvoir, Virginia (SPE603-19-C-5014).

Rockwell Collins, Cedar Rapids, Iowa, has been awarded a maximum $67,356,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for display units. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five year contract with no option periods. Location of performance is Iowa, with a Sept. 30, 2024, performance completion date. The using customer is Army Aviation & Missile Command Center. The type of appropriation is fiscal 2019 through 2020 Army working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0132).

Abbott Labs Point of Care Division Inc., Abbott Park, Illinois, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for chemical analyzing equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 93 responses received. This is a five-year contract with no option periods. Location of performance is Illinois, with a Sept. 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0020).

American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a $32,636,024 modification (P00148) to a 50-year base contract (SP0600-09-C-8256) with no option periods for an increase to the water and wastewater utility service charge at Fort Meade, Maryland. This is a fixed-price with prospective-price-redetermination contract. Locations of performance are Maryland and New Jersey, with a July 31, 2060, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2060 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $21,601,066 firm-fixed-price contract for target acquisition. This was a competitive acquisition with one response received. This is a one-time purchase with no option periods. Locations of performance are Florida and Pennsylvania, with a Sept. 15, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-19-C-0029).

Lockheed Martin Corp., Owego, New York, has been awarded a maximum $18,940,000 letter contract for circuit card assemblies. 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 70-month contract with no option periods. Location of performance is New York, with a July 1, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Ogden, Utah (SPRHA4-19-C-0021).

Top Flight Aerostructures Inc.,* Dallas, Georgia, has been awarded a maximum $14,115,231 fixed-price, indefinite-delivery/indefinite-quantity contract for wing tip components in support of the C-5 aircraft. This is a five-year contract with no option periods. This was a competitive acquisition with two offers received. Location of performance is Georgia, with a Sept. 30, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-19-D-0012).

PAS Technologies Inc., Hillsborro, Ohio, has been awarded a maximum $12,082,035 firm-fixed-price, fixed-quantity contract for aircraft engine turbine cases. This was a competitive acquisition with one response received. This is a two-year, 11-month contract with no option periods. Location of performance is Ohio, with an Aug. 1, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-C-0046).

Woodward HRT Inc., Santa Clarita, California, has been awarded an $8,994,199 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cylinder assemblies. This was a competitive acquisition with one response received. This is a one-year base contract with two one-year option periods. Location of performance is California, with a Sept. 30, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0145).

WASHINGTON HEADQUARTERS SERVICES

Booz Allen Hamilton, McLean, Virginia (HQ0034-19-D-0022); Emagine IT Inc., Fairfax, Virginia (HQ0034-19-D-0023); Logistics Management Institute (LMI), McLean, Virginia (HQ0034-19-D-0024); Management Systems International LLC, Arlington, Virginia (HQ0034-19-D-0025); and QED Group LLC, Arlington, Virginia (HQ0034-19-D-0026), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $300,000,000.  This requirement will provide assessment, monitoring, and evaluation to the Defense Security Cooperation Agency.  The Functional Category 1 award provides security cooperation support consisting of support to security cooperation programs and initiatives. Some activities included are: support to planning, program design, execution, administration, and implementation of security cooperation initiatives; justify, manage, and utilize assigned program resources, including budget and personnel; manage stakeholder communications; monitor deliverables.  Work performance will take place in the National Capital Region, including the Pentagon and Crystal City, Arlington, Virginia.  No funds will be obligated at the award of the basic IDIQ contract.  Appropriate fiscal 2019 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 29, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Lukos LLC, Tampa, Florida (HQ0034-19-D-0027); McKellar Corp., Virginia Beach, Virginia (HQ0034-19-D-0028); Skybridge Tactical LLC, Tampa, Florida (HQ0034-19-D-0029); Vysnova Partners Inc., Landover, Maryland (HQ0034-19-D-0030); Commonwealth Trading Partners Inc. (CTP), Alexandria, Virginia (HQ0034-19-D-0031); and Sabel Systems Technology Solutions LLC, Gainesville, Virginia (HQ0034-19-D-0032), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $150,000,000.  This requirement will provide assessment, monitoring, and evaluation (AM&E) to the Defense Security Cooperation Agency.  The Functional Category 2 award provides AM&E training including planning, developing, and conducting training on security cooperation AM&E topics, including AM&E of security cooperation, and institutional capacity building/defense institution building.  The contractor shall provide training venues, as required.  Work performance will take place in the National Capital Region, including the Pentagon and Crystal City, Arlington, Virginia.  No funds will be obligated at the award of the basic IDIQ contract.  Appropriate fiscal 2019 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 29, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Cedar International Services, Tampa, Florida (HQ0034-19-D-0033); Commonwealth Trading Partners Inc. (CTP), Alexandria, Virginia (HQ0034-19-D-0034); Lukos LLC, Tampa, Florida (HQ0034-19-D-0035); PBG Consulting LLC, McLean, Virginia (HQ0034-19-D-0036); and Vysnova Partners Inc. Landover, Maryland (HQ0034-19-D-0037), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $150,000,000.  This requirement will provide assessment, monitoring, and evaluation (AM&E) to the Defense Security Cooperation Agency.  The Functional Category 3 award provides AM&E evaluations including of designing, and conducting evaluations of the efficiency and effectiveness of security cooperation planning, programs and activities in achieving desired outcomes.  Work performance will take place in the National Capital Region, including the Pentagon and Crystal City, Arlington, Virginia.  No funds will be obligated at the award of the basic IDIQ contract.  Appropriate fiscal 2019 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 29, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Advanced Concepts and Technologies International LLC, Arlington, Virginia (HQ0034-19-D-0038); Booz Allen Hamilton, McLean, Virginia (HQ0034-19-D-0039); Deloitte Consulting LLP, Arlington, Virginia (HQ0034-19-D-0040); Dexis Consulting Group, Washington, District of Columbia (HQ0034-19-D-0041); Logistics Management Institute (LMI), Tysons, Virginia (HQ0034-19-D-0042); and Sabel Systems Technology Solutions LLC, Gainesville, Virginia (HQ0034-19-D-0043), have been awarded an indefinite-delivery/indefinite-quantity (IDIQ) contract with a maximum amount of $150,000,000.  This requirement will provide assessment, monitoring, and evaluation (AM&E) to the Defense Security Cooperation Agency.  The Functional Category 4 award provides program management including support of the planning, execution, and management of security cooperation programs and includes support beyond AM&E.  The Department of Defense (DoD) will expect contractors to become knowledgeable about DoD’s guidance on designing and managing security cooperation programs, projects and processes.  Security cooperation related support can further be detailed as subject matter expertise and program management, budgeting, and staff augmentation support.  The contractor shall provide short-term and/or long-term, embedded program management, budgeting, and staff augmentation support to DoD organizations and components to support planning, execution, and security cooperation programs and activities.  Work performance will take place in the National Capital Region, including the Pentagon and Crystal City, Arlington, Virginia.  No funds will be obligated at the award of the basic IDIQ contract.  Appropriate fiscal 2019 funds will be obligated on all subsequent task orders. The expected completion date is Sept. 29, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Systems Planning and Analysis, Alexandria, Virginia, has been awarded a $7,685,438 firm-fixed-price contract.  The contract will provide support the following areas to enable effective execution of the Office of the Under Secretary of Defense, Research & Engineering, Strategic Intelligence Analysis Cell’s mission and objectives: (1) net technical assessment; (2) ongoing kill chain analysis, including kill chain development and associated operational evaluation; (3) technology roadmaps and comprehensive science and technology prioritization development; (4) general analytic support; and (5) administrative support.  Work performance will take place primarily at the Pentagon, Arlington, Virginia.  Fiscal 2019/2020 research, development, test, and evaluation funds in the amount of $7,685,438 are being obligated on this award.  The expected completion date is Sept. 30, 2020.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-15-D-0018).

ARMY

EMC Inc., Grenada, Mississippi, was awarded a $240,000,000 firm-fixed-price contract for land survey architect-engineer. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-19-D-6004).

General Atomics, Huntsville, Alabama, was awarded a $41,768,559 cost-plus-fixed-fee contract for Hypersonics Technology Demonstration Program support, engineering design, analysis, and test support for critical test events in support of the Advanced Hypersonic Weapons Technology Demonstrator. One bid was solicited via the internet with one bid received. Work will be performed in Huntsville, Alabama; and Albuquerque, New Mexico, with an estimated completion date of March 31, 2021. Fiscal 2019 research, development, test and evaluation funds in the amount of $175,000 were obligated at the time of the award. Rapid Capabilities and Critical Technologies Office, Redstone Arsenal, Alabama, is the contracting activity (W50RAJ-19-C-0001).

Ashford Leebcor Enterprises II LLC,* Williamsburg, Virginia, was awarded a $40,979,587 firm-fixed-price contract for design-build, demolition of a dormitory. Bids were solicited via the internet with two received. Work will be performed in Eglin, Florida, with an estimated completion date of Oct. 9, 2021. Fiscal 2015 and 2018 military construction, Air Force funds in the amount of $40,979,587 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0034).

Bohannan Huston Inc.,* Albuquerque, New Mexico (W912PP-19-D-0024); and Tetra Tech Inc., Albuquerque, New Mexico (W912PP-19-D-0025) will compete for each order of the $40,000,000 firm-fixed-price contract for civil works and hydraulic and hydrologic services. 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. 30, 2024. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

The Whiting-Turner Contracting Co., Baltimore, Maryland, was awarded a $35,286,992 firm-fixed-price contract for repair to buildings and construction of the central utility plant. Bids were solicited via the internet with two received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 operation and maintenance, Army funds in the amount of $35,286,992 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0009).

Georgia Power Co., Atlanta, Georgia, was awarded a $33,051,731 modification (P00003) to contract W912DY-18-F-0820 for energy and water efficiency improvements and demand reduction services. Work will be performed in Robins Air Force Base, Georgia, with an estimated completion date of Dec. 1, 2043. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $32,523,535 firm-fixed-price contract for beach fill re-nourishment. Bids were solicited via the internet with two received. Work will be performed in Cape May County, New Jersey, with an estimated completion date of June 11, 2020. Fiscal 2019 civil construction funds in the amount of $32,523,535 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0063).

MVL USA Inc.,* Houston, Texas, was awarded a $25,397,037 firm-fixed-price contract for design-bid-build construction of a heavy vehicle maintenance care and preservation facility. Bids were solicited via the internet with eight received. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of May 3, 2021. Fiscal 2019 military construction, Army funds in the amount of $25,397,037 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-19-C-0018).

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois (W912HY-19-D-0012); Weeks Marine Inc., Covington, Louisiana (W912HY-19-D-0013); The Dutra Group, San Rafael, California (W912HY-19-D-0014); and Manson Construction Co., Seattle, Washington (W912HY-19-D-0015) will compete for each order of the $25,000,000 firm-fixed-price contract for Hopper dredging projects to remove shoals that impede navigation. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2024. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $22,375,000 firm-fixed-price contract for beach fill and advanced nourishment along the length of the design berm and a dune. Bids were solicited via the internet with two received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Jan. 30, 2020. Fiscal 2018 and 2019 civil construction; and Non-FED funds in the amount of $22,375,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0032).

MTNT IT & Communications LLC,* Anchorage, Arkansas, was awarded a $17,391,000 firm-fixed-price contract for renovation (Bldg. 1717 and Bldg. 1735). Bids were solicited via the internet with two received. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Sept. 29, 2020. Fiscal 2019 operation and maintenance funds in the amount of $17,391,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0151).

RedTown Technical Services,* Seminole, Oklahoma, was awarded a $17,289,227 firm-fixed-price contract for the purchase of various production equipment, with integration, in support of Corpus Christi Army Depot. Bids were solicited via the internet with one received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2022. Fiscal 2018 other procurement, Army funds in the amount of $17,289,227 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0060).

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $17,061,326 firm-fixed-price contract for special operations forces survival, evasion, resistance and escape training facility. Bids were solicited via the internet with two received. Work will be performed in Aberdeen Training Facility, North Carolina, with an estimated completion date of Sept. 30, 2020. Fiscal 2016, 2018 and 2019 military construction, Army funds in the amount of $17,061,326 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0042).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $15,503,840 cost-plus-fixed-fee contract for engineering and technical support services for the Joint Technology Center/System Integration Laboratory and its customers in the accomplishment of the Unmanned Aircraft Systems segment of its training mission. Bids were solicited with one received. Work will be performed in Poway, California, with an estimated completion date of March 30, 2021. Fiscal 2017 Air Force procurement funds in the amount of $15,503,840 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-F-0707).

Rockwell Collins, Cedar Rapids, Iowa, was awarded a $14,194,748 cost-plus-fixed-fee contract for Mission System Development and Integration Lead for the Advanced Teaming Demonstration Program. Bids were solicited via the internet with five received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of Dec. 29, 2023. Fiscal 2019 research, development, test and evaluation funds in the amount of $728,206 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-19-C-0068).

Pontchartrain Partners LLC,* New Orleans, Louisiana, was awarded a $13,428,800 firm-fixed-price contract for removal of damaged articulated concrete block mattresses, constructing rip-rap revetments to replace existing damaged articulated block revetment on Gulf Intracoastal Waterway facing dikes including reshaping and filling voids in the earthen dikes where needed for construction of the revetments. Bids were solicited via the internet with one received. Work will be performed in Brazoria County, Texas; Matagorda County, Texas, with an estimated completion date of Jan. 31, 2021. Fiscal 2018 and 2019 operation and maintenance; and civil works funds in the amount of $13,428,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0027).

ASRC Builders LLC,* Anchorage, Arkansas, was awarded a $12,795,970 firm-fixed-price contract for demolition (Bldg. 6385) and construction of an F-35A conventional munitions maintenance facility. Bids were solicited via the internet with six received. Work will be performed in Eielson, Arkansas, with an estimated completion date of July 30, 2021. Fiscal 2010 military construction funds in the amount of $12,795,970 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-19-C-0030).

Bear Brothers Inc.,* Montgomery, Alabama, was awarded a $12,768,107 firm-fixed-price contract for construction of an air traffic control tower. Bids were solicited via the internet with two received. Work will be performed in Montgomery, Alabama, with an estimated completion date of April 21, 2021. Fiscal 2019 military construction, Air Force funds in the amount of $12,768,107 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0037).

Mississippi State University, Mississippi State, Mississippi, was awarded a $12,599,999 modification (P00002) to contract W909MY-19-C-C002 for Persistent Collaborative Situational Awareness to the Warfighter: High-Performance, Low-Acoustic Signature Unmanned Aircraft System Operations – Phase II. Work will be performed in Mississippi State, Mississippi, with an estimated completion date of Sept. 26, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,954,799 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,208,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of Feb. 28, 2020. Fiscal 2019 operation and maintenance funds in the amount of $11,208,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0061).

Studebaker Brown Electric Inc.,* North Highlands, was awarded a $11,179,900 firm-fixed-price contract for renovation and repair to White Road West, White Road Center, and Johnson Roads at Military Ocean Terminal Concord. Bids were solicited via the internet with four received. Work will be performed in Concord, California, with an estimated completion date of Oct. 10, 2020. Fiscal 2019 military construction funds in the amount of $11,179,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-C-0042).

BFL Construction Company Inc., Tucson, Arizona, was awarded a $10,792,977 firm-fixed-price contract for design and construction of an aerospace ground equipment complex, maintenance requirements for the 355 Fighter Wing mission and consolidated maintenance group for all fixed-wing aircraft assigned and transient to the installation, with the demolition of 13 facilities and seven associated canopies into a single efficient operation. Bids were solicited via the internet with five received. Work will be performed in Tucson, Arizona, with an estimated completion date of April 21, 2021. Fiscal 2010 military construction funds in the amount of $10,792,977 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-C-0035).

Trans4Fed LLC,* Purvis, Mississippi, was awarded a $10,303,548 firm-fixed-price contract for construction of an Army Reserve Center. Bids were solicited via the internet with six received. Work will be performed in Starkville, Mississippi, with an estimated completion date of May 31, 2021. Fiscal 2015, 2016, 2017 and 2019 military construction, Army Reserve funds in the amount of $10,303,548 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0045).

Morse Corp Inc.,* Cambridge, Massachusetts, was awarded a $10,032,261 firm-fixed-price contract for development of an Artificial Intelligence machine learning test, evaluation, and algorithmic capabilities. Bids were solicited via the internet with two received. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of Dec. 29, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-C-0101).

Accelera Solutions Inc.,* Fairfax, Virginia, was awarded a $9,837,265 hybrid (labor hours, time and material) contract for civilian HR cloud information technology services. Bids were solicited via the internet with two received. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Sept. 26, 2020. Fiscal 2010 operation and maintenance, Army funds in the amount of $9,837,265 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-C-0062).

Techtrend Inc.,* Fairfax, Virginia, was awarded a $9,759,486 firm-fixed-price contract for Microsoft Azure Cloud credits. Eighty-two bids were solicited via the internet with three received. Work will be performed in Mobile, Alabama, with an estimated completion date of Sept. 29, 2024. Fiscal 2020, 2021, 2022, 2023 and 2024 operation and maintenance, civil workds funds in the amount of $9,759,486 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-F-04A3).

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $9,649,333 firm-fixed-price contract for dining facility. Bids were solicited via the internet with seven received. Work will be performed in ATF, North Carolina, with an estimated completion date of March 24, 2021. Fiscal 2019 military construction, Army funds in the amount of $9,649,333 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0043).

Carbro Constructors Corp.,* Hillsborough, New Jersey, was awarded a $9,509,319 firm-fixed-price contract for construction of flood-control measures for Green Brook Segment C1, Borough of Middlesex, New Jersey. Bids were solicited via the internet with five received. Work will be performed in Middlesex, New Jersey, with an estimated completion date of Oct. 13, 2021. Fiscal 2019 civil construction funds in the amount of $9,509,319 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-0035).

Burns & McDonnell Engineering Company Inc., Kansas City, Missouri, was awarded a $9,500,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-19-D-0023).

R Ward & Associates Inc.,* Ozark, Missouri, was awarded a $9,500,000 firm-fixed-price contract for training research, training development, range configuration, gunnery qualifications standards, assurance and compliance, range related requirements development, target layout and emplacement verification. 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. 29, 2020. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-D-1003).

Airfield Contracting,* Columbus, Ohio, was awarded a $9,312,665 firm-fixed-price contract for repair of concrete apron at Building 750 at Patrick AFB. Bids were solicited via the internet with five received. Work will be performed in Patrick AFB, Florida, with an estimated completion date of July 29, 2020. Fiscal 2019 operation and maintenance funds in the amount of $9,312,665 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0055).

John C. Grimberg Co. Inc., Rockville, Maryland, was awarded a $9,255,000 firm-fixed-price contract for access control point to house vehicular screening, both employee and visitor entrance pedestrian screening, authentication activities, related site rework and improvements to accommodate phased construction, new buildings, revised roadways, vehicular approach, reject lanes connecting to Boundary Channel access road, the existing access, exit lanes, and related signage. Bids were solicited via the internet with seven received. Work will be performed in Washington, DC, with an estimated completion date of March 20, 2021. Fiscal 2019 military construction, Army funds in the amount of $9,255,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-C-0057).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $8,968,433 modification (PZ0104) to contract W58RGZ-17-C-0018 for the conversion of nine Hunter Universal Ground Control Stations. Work will be performed in Poway, California, with an estimated completion date of April 23, 2020. Fiscal 2017 and 2019 aircraft procurement, Army funds in the amount of $8,968,433 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Expert Maintenance & Construction Services,* Prairieville, Louisiana, was awarded a $7,791,928 firm-fixed-price contract for repairs. Bids were solicited via the internet with five received. Work will be performed in Eastover, South Carolina, with an estimated completion date of April 2, 2021. Fiscal 2019 military construction funds in the amount of $7,791,928 were obligated at the time of the award. U.S. Property and Fiscal Office, Columbia, South Carolina, is the contracting activity (W912QG-19-C-0006).

Orion Marine Construction Inc., Tampa, Florida, was awarded a $7,772,500 firm-fixed-price contract for maintenance pipeline drilling for Gulf Intracoastal Waterway from Corpus Christi to Port Isabel and the channel to Harlingen. Bids were solicited via the internet with three received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 civil works; operation and maintenance; and Port of Harlingen, Texas, private funds in the amount of $7,772,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0028).

Aptim Federal Services LLC, Alexandria, Virginia, was awarded a $7,762,780 modification (000321) to contract W912DQ-15-D-3000 for construction of a waste-water treatment plant at Welsbach gas mantle superfund site. Work will be performed in Gloucester City, New Jersey, with an estimated completion date of Sept. 28, 2020. Fiscal 2019 superfund remediation CERLA and SARA funds in the amount of $3,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

Excentium Inc.,* Reston, Virginia, was awarded a $7,714,529 firm-fixed-price contract for equipment, materials, personnel, services, software, licenses and supplies necessary to provide maintenance, repair, and support services for the VH Telehealth carts. 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. 29, 2024. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-19-D-0028).

Quinlivan, Pierik & Krause,* Syracuse, New York, was awarded a $7,622,507 firm-fixed-price contract for architect-engineer services for planning and design of Building 606 at the United States Military Academy. Bids were solicited via the internet with eight received. Work will be performed in Syracuse, New York, with an estimated completion date of Sept. 30, 2027. Fiscal 2019 military construction, Army funds in the amount of $7,622,507 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-0034).

Jacobs Ewingcole A Joint Venture, Pasadena, California, was awarded a $7,570,267 firm-fixed-price contract for for architect-engineer services for Buildings 605/607 at USMA West Point. Bids were solicited via the internet with eight received. Work will be performed in West Point, New York, with an estimated completion date of Nov. 12, 2026. Fiscal 2019 military construction, Army funds in the amount of $7,570,267 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-0031).

Kallidus Technologies,* Lowell, Massachusetts, was awarded a $7,317,000 firm-fixed-price contract for new dialysis, replacement of two air handlers that serve four inpatient bed wards, and the total demolition and renovation of the 6th floor B-wing for a new Chronic Dialysis unit at Albany Stratton Veterans Affairs Medical Center. Bids were solicited via the internet with three received. Work will be performed in Albany, New York, with an estimated completion date of Jan. 22, 2021. Fiscal 2019 firm-fixed-price funds in the amount of $7,317,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0026).

U.S. TRANSPORTATION COMMAND

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a task order modification (P00022) on task order HTC71116FD011, on contract GS00F128CA in the amount of $12,425,594. The modification provides continued non-personal advisory and assistance service for consulting and planning of acquisition and life cycle phases of supply value chain systems in support of U.S. Transportation Command and other associated supporting organizations. Work will be performed at Scott Air Force Base, Illinois. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 Transportation Working Capital Funds have been obligated at the time of award. The modification brings the total cumulative face value of the contract to $52,767,638 from $40,342,044. USTRANSCOM, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Affigent LLC, Herndon, Virginia, has been awarded a modification (P00001) to task order HTC71119FD071 under contract NNG15SC59B, in the amount of $10,763,642. This modification provides updates, maintenance releases and patches for Oracle perpetual licenses, necessary to maintain mission critical database supported programs within the organizations that fall under U.S. Transportation Command TCJ6 directorate and component commands: Military Surface Deployment and Distribution Command, Air Mobility Command, and, subordinate command, Joint Enabling Capabilities Command. Work will be performed on Scott Air Force Base, Illinois. The period of performance is Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds, operations were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a modification (P00001) on task order HTC71119FD066 on contract 47QTCA19D00G3 in the amount of $10,327,885. This contract provides support for Integrated Computerized Deployment System, a joint decision-support system developed to assist users with the staging and load-planning requirements for multiple military and commercial modes of transportation for the Military Surface Deployment and Distribution Command. Work will be performed primarily at the contractor’s site. The period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds, operations; and operations and maintenance funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

CACI Inc.-Federal, Chantilly, Virginia, has been awarded a task order modification (P00010) on task order HTC71118FD107 on contract HC102818D007 in the amount of $10,273,516.  This modification provides continued software sustainment and development services in support of the Defense Personal Property System, a web-based system for the management of personal property shipments for the Department of Defense. Work will be performed at Scott Air Force Base, Illinois. The option period of performance is from Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $19,216,832 from $8,943,316. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AMYX Inc., Reston Virginia, has been awarded a modification (P00036) on task order HTC1117FD001 on contract GS00Q14OADS103 obligating funds in the amount of $7,831,320.  This modification provides continued non-personal advisory and assistance service support providing functional, engineering and resource management services for entire acquisition lifecycles, information technology systems supported and in support of the U.S. Transportation Command and other associated supporting organizations. This modification brings the total cumulative face value of the contract to $35,883,301 from $28,051,981. Work will be performed onsite at Scott Air Force Base, Illinois. The period of performance is Oct. 1, 2019, to Sept. 30, 2020.  Fiscal 2020 transportation working capital fund (TWCF); and TWCF capital, operations and maintenance funds were obligated at award. USTRANSCOM, Directorate of Acquisition, Scott Air Force Base Illinois, is the contracting activity.

Alethix LLC, Fairfax, Virginia, has been awarded a modification (P00002) to task order HTC71119FD025 under contract GS35F443CA in the amount of $7,344,871. This modification provides net-centric services as an enabler for new, modernized and current Mobility Air Force (MAF) command and control applications and capabilities supporting the U.S. Transportation Command and Air Mobility Command global mission. The Mobility Enterprise Information Services Sustainment framework is a structure providing reusable common platform and information technology services, software products and components, and design patterns allowing for deployment into a common shared environment. As a sub-enterprise focused on the MAF beneath USTRANSCOM, this framework is an integral part of USTRANSCOM’s overall service-oriented architecture strategy. Work will be performed in Fairfax, Virginia. The option period of performance is Oct. 1, 2019, to Sept. 30, 2020. Fiscal 2020 transportation working capital fund (TWCF), operations; and TWCF, capital were obligated at award. This modification brings the total cumulative face value of the contract to $7,754,358, from $409,487. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contract activity.

TekSynap Corp., Reston, Virginia, has been awarded a modification (P00001) to task order HTC71119FD057 under contract 47QTCA19D00CN in the amount of $7,088,819.  This modification provides Surface Deployment and Distribution Command (SDDC) Enterprise Information Technology Services and Support for SDDC activities worldwide. This is a consolidation of three currently contracted SDDC requirements: SEITS, SDDC Desktop Office Information Systems Support, and Cybersecurity. Work will be performed at Scott Air Force Base, Illinois, and SDDC Outposts. The period of performance is Oct. 14, 2019, to Sept. 30, 2019. Fiscal 2020 transportation working capital funds, operations; and operations, maintenance and administration funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small Business

Department of Defense Contracts for Sept. 30, 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