An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Sept. 27, 2019

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a $2,628,005,872 modification (P00165) to previously awarded contract FA8625-11-C-6600 for Lot 5 production KC-46 aircraft, initial spares, and support equipment.  The contract modification provides for the exercise of an option for an additional quantity of 15 KC-46 aircraft, data, two spare engines, five wing refueling pod kits, initial spares, support equipment, subscriptions and licenses, and G081 flat file being produced under the basic contract.  Work will be performed in Seattle, Washington, and is expected to be completed by March 2023.  Fiscal 2017 aircraft procurement funds in the amount of $112,957,314; fiscal 2018 aircraft procurement funds in the amount of $363,104,247; and fiscal 2019 aircraft procurement funds in the amount of $2,151,944,310 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.

Northrop Grumman Systems Corp., Woodland Hills, California, has been awarded, a $1,392,000,000 indefinite-delivery/indefinite-quantity contract for Embedded GPS Inertial Navigation System Modernization (EGI/EGI-M) follow-on production and sustainment.  This contract provides for production, sustainment and engineering technical services in support of the EGI/EGI-M system.  Work will be performed at Woodland Hills, California; and Salt Lake City, Utah, and is expected to be completed by Sept. 26, 2032.  This contract will allow foreign military sales.  This award is the result of a sole-source acquisition.  Funding types that can be used at the order level are aircraft procurement, operations and maintenance, research and development and foreign military sales.  Foreign Military Sales funds in the amount of $17,645 is being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8576-19-D-0001).

Northrop Grumman Systems Corp., Northrop Grumman Aerospace Systems, Melbourne, Florida, has been awarded a $495,000,000 indefinite-delivery/indefinite-quantity contract for the E-8C Joint Surveillance Target Attack Radar System (JSTARS) aircraft.  This contract provides for modernization and sustainment of 16 mission and one trainer aircraft. The contract will support the current JSTARS Program Office and Air Combat Command projections of improvements to increase or maintain E-8C performance, capability, reliability, and maintainability.  Work will be provided at Robins Air Force Base, Georgia; and Melbourne, Florida, and is expected to be completed by Sept. 26, 2024.  This award is the result of a sole source acquisition.  Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $55,345 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8529-19-D-0002).

United Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a $78,118,288 indefinite-delivery-requirements contract for engine module remanufacture.  This contract provides for F100-PW-220/-220E engine module remanufacture for Foreign Military Sales partner country of Jordan.  This contract involves 100% foreign military sales to Jordan.  Work will be performed at East Hartford, Connecticut; Midland, Georgia; and Midwest City, Oklahoma, and is expected to be completed by Sept. 30, 2024.  This award is the result of a sole source acquisition.  No funds are being obligated at the time of award.  The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-19-D-0001). 

Kudu Dynamics LLC,* Chantilly, Virginia, has been awarded a $49,211,463 cost-plus-fixed-fee completion contract for Tactical Proficiency Synthesis software/hardware prototypes.  This contract will provide the Air Force and their mission partners with state-of-the-art cyber capabilities by performing multiple activities through the research, development and integration of cyber capabilities across all war-fighting domains to advance cyber dominance.  Work will be performed at Chantilly, Virginia, and is expected to be complete by Sept. 26, 2024.  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 $100,000 are being obligated at time of award.  The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-C-1529).

Microsoft Corp., Redmond, Washington, has been awarded a $44,985,323 modification (P0004) to previously awarded FA8726-18-9-0002 for Network as a Service.  The contract modification adds Wi-Fi, public cellular connectivity, Base Area Network transformation and dual path Wide Area Network connectivity at all three bases on the agreement.  Work will be performed at Cannon Air Force Base, New Mexico; Hurlburt Air Force Base, Florida; and Maxwell Air Force Base, Alabama, and is expected to be completed by Sept. 30, 2021.  This modification brings the total cumulative face value of the agreement to $109,815,137.  Fiscal 2019 operations and maintenance funds in the amount of $25,578,356 are being obligated at the time of award.  The Enterprise IT and Cyber Infrastructure Division, Hanscom Air Force Base, Massachusetts, is the contracting activity.

CAE USA Inc., Tampa, Florida, has been awarded a $33,093,470 modification (P00151) to previously awarded contract FA8223‐10‐C‐0013.  This modification exercises the fiscal 2020 option to extend the KC‐135 Aircraft Training System contract.  Work will be performed at MacDill Air Force Base, Florida; Pittsburgh, Pennsylvania; Rickenbacker Air National Guard Base, Ohio; Grissom Air Reserve Base, Indiana; Scott Air Force Base, Illinois; Milwaukee, Wisconsin; Fairchild Air Force Base, Washington; Altus Air Force Base, Oklahoma; March Air Reserve Base, California; Hickam Air Force Base, Hawaii; Kadena Air Base, Japan; Ramstein Air Base, Germany; and Royal Air Force Mildenhall, England; and is expected to be completed by Sept. 30, 2020.  This modification brings the total cumulative face value of the contract to $505,527,083.  No funds are being obligated at the time of the award.  The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

CDO Technologies Inc., Dayton, Ohio, has been awarded a $27,145,759 firm-fixed price and cost reimbursement contract.  This contract provides for the installation hardware and software to provide Voice Over Internet Protocol capability.  Work will be performed at 180 Air Force installations world-wide and is expected to be completed by Jan. 5, 2025.  This award is the result of a competitive acquisition and five offers were received.  Fiscal 2018 and 2019 other procurement funds in the amount of $7,868,771 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-19-F-0006).

Northrop Grumman Corp., Aerospace Systems, Azusa, California, has been awarded a $23,454,970 modification (P00031) to a previously awarded contract FA8810-15-C-0001 for the Defense Support Program (DSP) on-orbit satellite and anomaly resolution support.  This support provides root cause analysis as a key component of the lifetime extension of DSP.  Work will be performed in Azusa, California; Aurora, Colorado; and Colorado Springs, Colorado, and is expected to be completed by June 30, 2020.  The total cumulative face value is $132,431,047.  Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at the time of the award.  The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

Four Tribes Enterprises LLC, Los Angeles, California, has been awarded a $22,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity for heating, ventilation, and air conditioning services.  The contract provides for all labor, materials, equipment and supervision required to perform repair, maintenance, and replacement of HVAC systems inclusive of energy management and control systems.  Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Sept. 27, 2024.  This award was made on a direct 8(a) award basis.  Fiscal 2019 operations and maintenance funds in the amount of $157,278 are being obligated at the time of award.  The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9301-19-D-A009).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $17,952,383, cost-plus-incentive-fee contract modification (P01001) to a previously awarded contract F19628-02-C-0010 for fiscal year 2020 Distributed Space Command and Control – Dahlgren (DSC2-D) Sustainment Support.  This contract modification provides a range of system sustainment and support activities for the Mission Processing System (MPS).  The MPS is the computation center and directly supports the DSC2-D mission by providing space control data from all space surveillance sensors.  The DSC2-D functions as the backup to U.S. Strategic Command's 18th Space Control Squadron Space Situational Awareness Operations cell.  Work will be performed in Dahlgren, Virginia, and is expected to be completed by June 30, 2020.  The total cumulative face value is $17,952,383.  Fiscal 2020 operations and maintenance funds are being used and no funds are being obligated at time of award.  The Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $13,519,008 modification (A0007) exercising option year one on the previously awarded contract FA3002-18-C-0003 for Base Maintenance Service Contract (BMC).  This contract will provide all labor, supplies, materials, parts, supervision and other items or services necessary to perform the management and operation of the Base Maintenance Contract services.  Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex at Lake Texoma, Texas, and is expected to be completed by Sep. 30, 2020. Fiscal 2020 operations and maintenance funds will be used and no funds will be obligated at the time of the award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a total cumulative face value of $13,420,210 firm fixed price, cost plus fixed fee contract under Delivery Order FA8634-19-F-0011 for F-15 Non-ADCP II Video Situational Display Replacement (NA-VSDR) program.  This contract provides for the production and integration of the NA-VSDR units and related equipment into the F-15 Air National Guard platform. Work will be performed at St. Louis, Missouri and is expected to be completed by June 30, 2023. This award is the result of a sole source acquisition. Fiscal 2018 National Guard and Reserve equipment appropriation funds in the amount of $12,157,659 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8634-17-D-2696).

Systems and Technology Research, Woburn, Massachusetts, has been awarded a $10,413,599 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 Woburn, Massachusetts and is expected to be completed by Feb. 28, 2021. This award is being awarded under limited competition and six offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,744,123 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-7927). 

BAE Systems, Merrimack, New Hampshire, has been awarded a $10,076,247 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 Merrimack, New Hampshire and is expected to be completed by Feb. 28, 2021. This award is being awarded under limited competition and six offers were received. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,500,000 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-7925). 

CUBRC Inc., Buffalo, New York, has been awarded a $ $9,687,554 cost plus, fixed fee completion contract for Enhanced Exploitation of Multi-Int Data For Space Situational Awareness. The objective of this contract is to research, develop and mature innovative concepts to support space situational awareness. The effort addresses concepts including: enhanced tracking and characterization of space objects, exploitation of non-traditional data sources, ontology development, anomaly detection, rendezvous and proximity operations, decision support and further develop several current capabilities to address known, current operational needs. Work will be performed at Buffalo, New York, and is expected to be completed by Sept. 25, 2023. This award is the result of a competitive acquisition and two offers were received. Fiscal 2019 research and development funds in the amount of $93,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-19-C-0214). 

The Boeing Co., Defense Space Security, Saint Louis, Missouri has been awarded an $8,522,717 fixed price incentive firm modification (P00007) to previously awarded FA8634-18-C-2697 for Infra-Red Search and Track (IRST) Low Rate Initial Production 2. The contract modification provides for the purchase of an additional quantity of three LRIP 2 pods. Work will be performed at Saint Louis, Missouri and Orlando, Florida and is expected to be completed by Feb. 1, 2021. The total cumulative face value of the contract is $315,227,059. Fiscal 2019 aircraft procurement funds in the amount of $8,522,717 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.  

L3Harris Technologies, Inc., Colorado Springs, Colorado has been awarded an $8,123,263 cost-plus-incentive-fee contract modification (P01009) to a previously awarded contract F19628-02-C-0010 for the National Space Defense Center (NSDC) Sustainment effort. This modification provides sustainment support for the NSDC at Schriever Air Force Base, Colorado which is housed within the Distributed Space Command and Control – Dahlgren program of record. Work will be performed at Schriever Air Force Base, Colorado and is expected to be completed by Jan. 15, 2020. The total cumulative face value is $10,509,482. Fiscal 2019 operations and maintenance funds in the amount of $8,123,263 are being obligated at time of award. The Space and Missile Systems Center, Peterson Air Force Base, Colorado Springs, Colorado is the contracting activity. 

BAE Systems Information and Electronic Systems Integration, FAST Labs – Advanced Information Technologies, Burlington, Massachusetts has been awarded a $7,850,071 cost plus, fixed fee contract for the MAPLE Exploits Multi-INT Data for Directed Energy Weapons Discovery software. This contract provides for the addressing of topics including multi-source data (radar, optical and other) exploitation and analysis and fusion for timely, accurate and complete characterization of space objects and mathematical approaches for fusing, assessing and characterizing data from new sensor and information sources to provide robust threat detection, prediction and decision aids based on complex patterns of events. Work will be performed at Burlington, Massachusetts and is expected to be completed by Sep. 27, 2023. 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 $45,000 are being obligated at time of award. The Air Force Research Laboratory, Rome New York is the contracting activity (FA8750-19-C-0529). 

United Technologies Corp. doing business as Pratt & Whitney Military Engines, East Harford, Connecticut, has been awarded a $7,647,790 firm-fixed price delivery order on Basic Ordering Agreement SPE4A1-15-G-0006. This order provides the new manufacture of the F100-220 Digital Electronic Engine Control Assembly build sets for Foreign Military Sales Partner Countries. Work will be performed at East Hartford, Connecticut and is expected to be complete Dec. 31, 2021. This order involves foreign military sales to Chile, Denmark, Saudi Arabia, Jordan, Taiwan, Portugal and Belgium. This award is the result of a sole source acquisition.  Foreign Military Sales funds in the amount of $7,647,790 will be obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.   

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,071,180,002 cost-plus-fixed fee modification to previously awarded contract (N00024-18-C-2130) to exercise the fiscal 2020 option for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (46%), Schenectady, New York (45%), and Idaho Falls, Idaho (9%). No funds are being obligated at time of award. For more than 60 years, the Naval Nuclear Laboratory has been developing advanced naval nuclear propulsion technology and providing technical support to ensure the safe and reliable operation of our nation’s submarine and aircraft carrier fleets. The Laboratories are solely dedicated to the Naval Nuclear Propulsion Program, which is a joint Navy-Department of Energy program responsible for the research, design, construction, testing, operation, maintenance, and ultimate disposition of naval nuclear propulsion plants. The solicitation required a transition of the entire incumbent workforce at their current pay levels and will not result in a reduction in force. Operations will continue at all sites. No completion date or other additional information is provided on Naval Nuclear Propulsion Program contracts. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Vigor Marine LLC, Seattle, Washington, was awarded a $254,566,432 firm-fixed-price contract for the execution of USS Chosin (CG 65) and USS Cape St. George (CG 71) modernization periods (MODPRD). These availabilities will include a combination of maintenance, modernization, and repair of USS Chosin (CG 65) and USS Cape St. George (CG 71). These are Chief of Naval Operations (CNO) scheduled MODPRDs. This is a “long-term” availability and was competed on a coast-wide (West Coast) basis without limiting the place of performance to the vessel’s homeport. Vigor will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for the USS Chosin and USS Cape St. George. This contract includes options which, if exercised, would bring the cumulative value of this contract to $303,677,110. Work will be performed in Seattle, Washington, and is expected to be completed by November 2021. Fiscal 2019 operation and maintenance (Navy) and fiscal 2019 other procurement (Navy) funding in the amount of in the amount of $254,566,432 will be obligated at time of award, and funding in the amount of $185,170,177 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4447). (Awarded Sept. 25, 2019)

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $150,544,969 modification (P00022) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee, firm-fixed-price contract (N0001919C1048). This modification provides for Autonomic Logistics Information System hardware and support equipment in support of low rate initial production Lot 11 Lightning II aircraft for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DoD) Participants, and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (35%); Fort Worth, Texas (20%); Redondo Beach, California (18%); Windsor, Connecticut (13%); Franklin, Ohio (3%); Rome, Italy (3%); Winter Springs, Florida (2%); Riverside, California (2%); Chatsworth, California (2%); and Bend, Oregon (2%). Work is expected to be completed in November 2023. Fiscal 2017 and 2019 aircraft procurement (Air Force, Navy, and Marine Corps); non-U.S. DoD Participant; and FMS funds in the amount of $150,544,969 are being obligated at time of award, $11,150,805 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Air Force ($24,176,311; 16.06%); Navy ($11,150,805; 7.41%); Marine Corps ($9,630,405; 6.40%); non-U.S. DoD Participants ($80,050,789; 53.17%); and FMS customers ($25,536,659; 16.96%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $123,968,905 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-5112 for fiscal years 2018 and 2019 production of AEGIS Weapon System fire control system MK 99 equipment, AEGIS Modernization production requirements, and associated engineering services. This contract combines purchases for the U.S. Navy (99%), and the government of Japan (1%) under the foreign military sales (FMS) program. Work will be performed in Andover, Massachusetts (66%); Chesapeake, Virginia (15%); Marlborough, Massachusetts (13%); Portsmouth, Rhode Island (3%); San Diego, California (2%); and Burlington, Massachusetts (1%), and is expected to be completed by April 2023. Fiscal 2019 shipbuilding and conversion (Navy); 2019 other procurement (Navy), Defense-wide procurement; and FMS case funding in the amount of $123,968,905 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1). Raytheon IDS is the only existing source that has the specific production engineering background and in-depth technical expertise to produce and deliver fully functionally tested Missile Fire Control System MK99 ship sets without adverse impact to scheduled deliveries and ship deployment requirements for operational use. These services are in support of DDG 51 Class Flight III destroyers. This contract also covers the production of Multi-Mission Signal Processor (MMSP) Ordnance Alteration (ORDALT) kits, Kill Assessment System (KAS) ORDALT kits and spares, Radio Frequency Coherent Combiner kits, High Voltage Power Supply Sidewall Capacitors, and Solid State Switch Assembly kits. The AMOD program fields combat system upgrades that will enhance the Anti-Air Warfare and Ballistic Missile Defense capabilities of AEGIS equipped DDG 51 Arleigh Burke-class destroyers and CG 47 Ticonderoga-class cruisers. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $113,252,163 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise, and fund options for Navy engineering services and required materials. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by June 2021. Fiscal 2019 other procurement (Navy), 2018 other procurement (Navy), and 2019 research development test and evaluation (Navy) funding in the amount of $13,494,031 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2017 other procurement (Navy) funding in the amount of $498,198 will also be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity.

Port Madison Enterprises Construction Corp.,* Suquamish, Washington, is awarded with a maximum not-to-exceed $99,000,000 indefinite-delivery indefinite-quantity job order contract for construction, repair, and alteration of non-complex construction projects in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). Initial task order is being awarded at $197,577 for installation of a fence at the controlled industrial area of Naval Base Kitsap, Bremerton. This contract is intended to provide rapid response for construction, maintenance, rehabilitation, demolition, and repair of real property in a cost effective manner. Firm-fixed-price task orders for construction will be placed against the contract. The majority of projects will be performed in the Puget Sound region of Washington State. The remainder of projects will be performed in other outlying areas within the NAVFAC Northwest AOR, which includes Alaska, Idaho, Iowa, Minnesota, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. Work for this task order is expected to be completed by December 2019. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $ 197,577 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance, (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with five proposals received. The Naval Facilities Engineering Command Northwest, Silverdale, Washington, is the contracting activity (N44255-19-D-0008). 

Dawson Enterprises LLC,* Honolulu, Hawaii (N62478-19-D-4039); Interior Alaska Roofing Inc., * Fairbanks, Alaska (N62478-19-D-4040); Southwest Construction & Property Management, * San Bruno, California (N62478-19-D-4041); and TABCON Inc., * Queen Creek, Arizona (N62478-19-D-4042), are each awarded a maximum dollar value including the base period and four option years for all four contracts combined $98,000,000 indefinite-delivery indefinite-quantity multiple award design-build/design-bid-build construction contracts for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The work to be performed provides for, but is not limited to, reroofing, recovering, removal of existing roofing materials (including asbestos abatement for asbestos containing material), abatement of lead-based containing paint and lead-based contaminated materials along with other associated work by design-build or design-bid-build for JBPHH, Marine Corp Base Hawaii, Camp Smith, Pacific Missile Range Facilities, and other Federal facilities. No task orders are being issued at this time. All work on the contract will be performed within the NAVFAC Hawaii AOR. The term of the contract is not to exceed 60 months, with an expected completion date of September 2024.  Fiscal 2019 operation and maintenance, (Navy) (O&M,N) contract funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the Navy Electronic Commerce Online website with nine proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii, is the contracting activity.

COSMEZZ S.a.r.l.,* Djibouti, Africa (N33191-19-D-0831); INNOX, LLC JV,* Alexandria, Virginia (N33191-19-D-0836); Sea Pac Engineering,* Los Angeles, California (N33191-19-D-0835); Kellogg Brown & Root Services Inc., Houston, Texas, (N33191-19-D-0833); Consorzio Stabile GMG S.c.ar.l,* Catania, Italy (N33191-19-D-0832); Prime Projects International,* Dubai, United Arab Emirates (U.A.E.) (N33191-19-D-0834); and United Infrastructure Projects,* Dubai, U.A.E. (N33191-19-D-0837), are each being awarded a maximum total combined amount of $95,000,000 including the base period and four option years indefinite-delivery indefinite-quantity multiple award design-build and design-bid-build contract for construction projects located primarily within the Naval Facilities Engineering Command Europe Africa Southwest Asia area of responsibility. COSMEZZ S.a.r.l. is awarded the initial task order of $899,999 for the combat aircraft loading area hangar drainage repair at Camp Lemonnier, Djibouti, Africa. The work to be performed provides for general building type projects including new construction, renovations, alterations, demolition, repair work and any necessary design work. All work on this contract will be performed in Djibouti and Kenya including, but not limited to, Camp Lemonnier and Chabelley Airfield in Djibouti and Camp Simba and Manda Bay in Kenya. Work for this task order is expected to be completed by September 2020. The term of the contract is not to exceed 60 months, with an expected completion date of September 2024. Fiscal 2019 operation and maintenance, (Navy) (O&M,N) contract funds in the amount of $30,000 for the guaranteed minimums are obligated on these awards and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N funds. This contract was competitively procured via the Federal Business Opportunities website with 27 proposals received. These seven contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Europe Africa Southwest Asia, Naples, Italy, is the contracting activity. 

A&D GC Inc.,* Santee, California (N62473-15-D-2403); Bristol General Contractors LLC,* Anchorage, Alaska (N62473-15-D-2404); Cox Construction Co.,* Vista, California (N62473-15-D-2405); I.E.-Pacific Inc.,* Escondido, California (N62473-15-D-2406); and Insight Pacific LLC,* Brea, California (N62473-15-D-2407), are awarded $92,000,000 to increase the aggregate capacity of the previously awarded suite of firm-fixed-price, indefinite-delivery indefinite-quantity, multiple award construction contracts. The maximum dollar value including the base year and four option years for all five contracts combined is increased from $105,000,000 to $197,000,000. The contracts are for new construction, repair, and renovation of commercial and institutional buildings at various locations within the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility. All work will be performed at various federal sites within the NAVFAC Southwest area of responsibility. No funds are being obligated on this award. No funds will expire. Future task orders will be primarily funded by military construction, Navy, and operation and maintenance (O&M), (Navy). The original contract was competitively procured via the Federal Business Opportunities website, with 42 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $67,000,000 cost plus fixed fee modification to previously awarded contract (N00024-15-C-4301) to continue performance of the repair, maintenance, upgrades, and modernization efforts on USS Columbus (SSN 762) Engineered Overhaul. The contracted requirements include the continuance of execution and new work efforts arising from the Availability Work Package (AWP) and additional required work discovered during the inspection of shipboard components.  This work is necessary to ensure the submarine is operating at full technical capacity as defined in the AWP during the CNO scheduled availability. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $67,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity.

American Systems Corp., Chantilly, Virginia (N6660419DL901); Oceaneering International Inc., Chesapeake, Virginia (N6660419DL902); and Serco Inc., Herndon, Virginia (N6660419DL903), are awarded a $49,452,651 indefinite-delivery/indefinite-quantity (ID/IQ) multiple-award contract to fabricate hardware, and provide technical and engineering services. 

For these base ID/IQ five-year contracts, funding will not be obligated at time of award; the $1,000 minimum guarantee will be executed on each awardee’s initial task order. Work will be performed at the contractors’ site and minimally at government locations, and is expected to be completed by September 2024. This multiple-award contract was competitively procured with three offers received via the Federal Business Opportunities website. In accordance with 10 U.S.C. 2304(c)(1), only a limited number of responsible sources and no other supplies or services will satisfy the needs of the agency for the Deep Submergence Systems – Scope of Certification tasking (65%). This requirement is to provide hardware, systems, subsystems, software, and supporting engineering and technical services required to support Dry Deck Shelter Payload Integration efforts that fall within the scope of the Deep Submergence Systems – Scope of Certification (DSS-SOC) program (65%). This tasking was limited to those activities qualified to perform DSS-SOC work per the NAVSEA Notice 5000. The remaining tasking at 35% was competitive. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity.

Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $41,446,604 firm-fixed price, cost and cost-plus-fixed-fee contract to produce MK11 Shallow Water Combat Submersibles and provide related engineering services. Work will be performed in Huntsville, Alabama, and is expected to be completed by December 2022. This contract includes options which, if exercised, would bring the cumulative value of this contract to $178,181,112, and be complete by December 2023. Fiscal 2019 procurement (Department of Defense) funding in the amount of $41,446,604 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 (N00024-19-C-6402).

Chugach Federal Solutions Inc.,* Anchorage, Alaska, was awarded a $40,047,866 indefinite-delivery/indefinite-quantity (ID/IQ) modification for the exercise of option six under an IDIQ contract for base operations support at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). After award of this option, the total cumulative contract value will be $374,597,725. The work to be performed provides for all management and administration, visual services, security, fire and emergency, facilities management and investment, pest control, pavement clearance, base support vehicles and equipment, and environmental services for base operations support services. Work will be performed at various installations in the NAVFAC Northwest AOR, including, but not limited to, Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), Oregon (1%), North Dakota (1%), South Dakota (1%), and Wyoming (1%). This option period is from October 2019 to March 2020. No funds will be obligated at time of award.  Fiscal 2020 operation and maintenance, (Navy) and fiscal 2020 Defense health program contract funds in the amount of $22,348,104 for recurring work will be obligated on individual task orders issued during the option period. The NAVFAC Northwest, Silverdale, Washington, is the contracting activity (N44255-14-D-9000).

Hornbeck Offshore Operators LLC, Covington, Louisiana, is awarded a $36,030,519 modification for the fixed-price portion of a previously awarded firm, fixed-price contract (N6238715C2507) to exercise a one-year option period for the operation and maintenance of four modified offshore-Supply vessels identified as T-AGSEs serving as blocking vessels in support of the U.S. Navy. The contract includes a 215-day base period, nine one-year option periods and one 150-day option period. Work for this option period will be performed at sea worldwide, and is expected to be completed by Sept. 30, 2020. Transportation working capital funds in the amount of $36,030,519 are obligated for fiscal 2020, and will not expire at the end of the fiscal year. This contract was issued on an other than full and open competition basis. The U. S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N6238715C2507). 

U.S. Marine Management Inc., Norfolk, Virginia (N3220517C3000), is awarded a $35,219,188 modification under previously awarded firm fixed-price contract to fund the second one-year option period. Contract option two is being exercised in the amount of $35,219,188 from the firm, fixed-price contract. This contract is for operation and maintenance of seven USNS Bob Hope class surge large, medium-speed roll-on/roll-off vessels. This contract includes one 12-month base period, four 12-month option periods and one six-month option under Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $196,303,408. Work will be performed at sea worldwide, which has commenced Oct. 1, 2017, and is expected to be completed, if all options are exercised, by March 31, 2022. Working capital contract funds in the amount of $35,219,188 are obligated for fiscal 2020, and will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3000).

Triton Marine Construction Corp., Bremerton, Washington, is awarded a $34,635,584 firm-fixed-price contract for the Poseidon Wharf repairs at Naval Ordnance Test Unit Cape Canaveral, Florida. The work to be performed provides for repairs and improvements to the Poseidon Wharf, to include the following: demolition of the wharf deck down to the piles caps; installation of new precast concrete piles and new wharf deck consisting of concrete deck panels and concrete toping;  repair to structural components including deteriorated concrete pile caps, piling, superstructure, and appurtenances; placement of concrete filled fiberglass reinforced plastic jackets with passive cathodic protection; and repairs to existing mechanical and electrical systems. Work will be performed in Cape Canaveral, Florida, and is expected to be completed by September 2021. Fiscal 2019 operation & maintenance, (Navy) contract funds in the amount of $34,635,584 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-C-0906).

Skookum Educational Programs, Bremerton, Washington, is awarded a $34,569,805 indefinite-delivery/indefinite-quantity (ID/IQ) modification for the exercise of option number one under an ID/IQ contract for base operations support services at various installations in the NAVFAC Northwest area of responsibility (AOR). After award of this option, the total cumulative contract value will be $68,914,088. The work to be performed provides for janitorial services, grounds maintenance, facility investment, pest control, regulated medical waste, chemical toilets, pavement clearance, and warehousing services. Work will be performed in the NAVFAC Northwest AOR, including but not limited to, Washington (97%), Idaho (1%), Montana (1%), and Oregon (1%). 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 $28,619,705 for recurring work will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from Non-Profit Agencies Employing People Who Are Blind or Severely Handicapped. Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-5009).

Skookum Educational Programs, Bremerton, Washington, is awarded a $30,243,269 indefinite-delivery/indefinite-quantity (ID/IQ) modification for the exercise of option two under an ID/IQ contract for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR). After award of this option, the total cumulative contract value will be $87,820,579. The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment, and environmental services for base operations support services. Work will be performed at various installations in the NAVFAC Northwest AOR, including, but not limited to, Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), North Dakota (1%), Oregon (1%), South Dakota (1%), and Wyoming (1%). 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 $22,431,983 will be obligated on individual task orders issued during the option period. The contract was awarded under the AbilityOne program, Federal Acquisition Regulation Part 8.7, Acquisition from Non Profit Agencies Employing People Who Are Blind or Severely Handicapped. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4039).

Bamforth Enginers & Surveyors,* Norfolk, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract with a maximum amount of $30,000,000 for civil and geotechnical architect-engineering (A-E) services for projects primarily in the Hampton Roads area of Virginia, North Carolina, South Carolina and Georgia. The work to be performed provides A-E design and engineering services for various civil, structural, and geotechnical related projects and other projects under the cognizance of Naval Facilities Engineering Command, Mid-Atlantic. Projects will primarily be for civil and/or geotechnical design and engineering services, but may also include multi-discipline services. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, fire protection, and interior design.  Planned projects include primarily, but are not limited to, Navy military construction projects, special projects, investigations, studies, and minor construction projects involving new construction, repair, replacement, investigation, studies, and alteration of waterfront/marine facilities, and other shore-based facility projects. Task order 0001 is being issued in the amount of $187,318. The term of the contract is not to exceed 60 months with an expected completion date of September 2024. Fiscal 17 operations and maintenance, (Marine Corps) funds in the amount of $187,318 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction. This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9164).

Northrop Grumman Systems Corp. Marine Systems, Sunnyvale, California, is being awarded a cost-plus incentive-fee $28,805,731 contract modification (P00041) to exercise an option to a previously awarded and announced contract (N00030-16-C-0010) to provide support for technical engineering services, design and development engineering, component and full scale test and evaluation engineering to support the Underwater Launcher Subsystem ULS.  Work will be performed in Sunnyvale, California (55%); Ridgecrest, California (20 %); Cape Canaveral, Florida (10%); Bangor, Washington (5%); Kings Bay, Georgia (5%); Barrow-In-Furness, England (2%); New London, Connecticut (1%); Quonset Point, Rhode Island (1%); and Arlington, Virginia (1%) with an expected completion date of Sept. 30, 2020. Fiscal 2019 other procurement funds in the amount of $96,506 are being obligated on this award. No funds will expire at the end of the current fiscal year. Subject to the availability of funding, fiscal year 2020 operations and maintenance and United Kingdom funding in the amount of $28,709,225 will be obligated on this award. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded a $28,319,306 firm fixed price contract for spare parts and section level spares in support of the Evolved Seas Sparrow Missile Block 1 Program. Work will be performed in Mississauga, Canada (30%); Rothenbach, Germany (27%); Raufoss, Norway (22%); Hengelo, Netherlands (9%); Ankara, Turkey (4%); Adelaide, Australia (2%); Joplin, Missouri (2%); and various locations below one % (4%), and is expected to be completed by December 2022. This contract is for the procurement of ESSM Block 1 spare parts and assembly-level components for the U.S. and the NATO Sea Sparrow Consortium nations. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles. The ESSM provides enhanced ship defense. This is a sole-source award under 10 U.S. Code 2304 (c)(4) authority pursuant to an international agreement between the United States and NATO Sea Sparrow Consortium nations. Fiscal 2019 operation and maintenance (Navy); fiscal 2019 weapons procurement (Navy); and fiscal 2019 other customer funds in the amount of $28,319,306 will be obligated at time of award, and $17,988,971 will expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website, in accordance with Federal Acquisition Regulation 6.302-4 (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contract activity (N00024-19-F-5424).

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $22,911,402 firm-fixed-price contract for construction of medical/dental replacement at Marine Corps Base Camp Lejeune. The work to be performed provides for construction of a new two story freestanding medical/dental replacement located at the Marine Corps Base, Camp Lejeune, North Carolina. All Engineering systems will be furnished including structural; fire suppression; plumbing; heating, ventilation and air conditioning; electrical; and communications. The basic structural frame will be comprised of steel beams supporting a steel bar joist and steel deck roof system. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2018 military construction (Navy) contract funds in the amount of $22,911,402 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. Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-C-9265).

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $21,875,257 firm-fixed-price contract for construction of medical/dental replacement at Marine Corps Base (MCB) Camp Lejeune, North Carolina. The work to be performed will construct a medical/dental clinic replacement to deliver primary medical and dental care to incorporate new two- team marine centered medical homeport (MCMH) concept in supporting marine active duty personnel currently being seen in substandard battalion aid stations located across MCB Camp Lejeune. Exterior shall be compatible with base exterior appearance plan and Branch Health Clinic French Creek existing structure. Temporary buildings numbers 67 A,B,C,D,G,H,I,J and Interim MCMH will be demolished. Supporting facilities include utilities, site improvements, access drive, parking, and shall include low impact development. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by October 2021. Fiscal 2018 military construction, (Navy) contract funds in the amount of $21,875,257 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-9266).

Crowley Government Services Inc., Jacksonville, Florida (N6238715C5301), is awarded a $17,427,389 modification under a previously awarded firm, fixed-price contract to fund the fourth, one-year option period. Contract option four is being exercised in the amount of $17,427,389. This contract is for operation and maintenance of five roll-on/roll-off and container vessels. This contract includes a 12-month base period and four 12-month option periods, which, if exercised, would bring the cumulative value of this contract to $137,812,218. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Sept. 30, 2020. Working capital contract funds in the amount of $17,427,389 are obligated for fiscal 2020, and will not expire at the end of the current fiscal year. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N6238715C5301).

3e Technologies International Inc., Rockville, Maryland, is awarded a $17,119,084 modification to previously awarded cost plus fixed fee, firm fixed price contract (N00174-16-C-0046) to exercise option year III (three) for continued naval facility infrastructure support. This SBIR Phase III Critical Infrastructure Control and Monitoring System project is structured to provide Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland (NSWC IHEODTD) and other selected ashore Naval shore facilities the ability to monitor critical areas for anti-terrorism/force protection (AT/FP) intrusions, provide a decision support and command control system that will optimize the use of energy systems and utilities assets by automating energy systems monitoring, and provide real-time sensor network connectivity for NSWC IHEODTD and ashore infrastructure to facilitate collaboration within the local Command Center, AT/FP security responders, and public works/utility systems providers via Critical Infrastructure Monitoring of existing Supervisory Control and Data Acquisition/Direct Digital Control systems into a central monitoring capability. Work will be performed at Joint Base Pearl Harbor Hickam, Hawaii (56%), San Diego, California (44 %), and is expected to be complete by September 2020. Fiscal 2019 operations and maintenance (Navy), 2019 operations and maintenance, (Air Force), working capital fund (Navy), and 2019 operations and maintenance (Army National Guard) funding in the amount of $1,499,961 will be obligated upon execution of this modification and expire at the end of the current fiscal year. Working capital funds (Navy) are true working capital funds however, they included a note upon acceptance stating funds expire and must be executed by September 30, 2019. This contract was awarded on a sole-source basis in September 2016 in accordance with FAR 6.302-5: Authorized or Required by Statute – 10 U.S.C. 2304 (c) (5). The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $13,489,070 cost-plus-fixed-fee delivery order (N0001919F2968) against a previously issued basic ordering agreement (N00019-16-G-0001) for supplies and engineering services in support of government flight operations on the P-8A flight test aircraft and the Naval Air Station System Integration Laboratory. Work will be performed in Patuxent River, Maryland (64%); Seattle, Washington (33%); and St. Louis, Missouri (3%), and is expected to be completed in September 2020. Fiscal 2018 and 2019 aircraft procurement (Navy) funding in the amount of $13,489,070 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. 

CounterTrade Products Inc., Arvada, Colorado, is awarded a $13,332,995 modification for the option exercise of a previously awarded contract (M67854-19-F-2038). This modification is to exercise certain option contract line items for the previously agreed upon quantities. Work will be performed in Altoona, Pennsylvania. Items will be delivered according to the schedule appearing in the awarded contract. All deliveries are expected to be complete by July 2020. Fiscal 2019 procurement (Marine Corps) funds in the amount of $13,332,995 will be obligated for the modification and funds will not expire the end of the current fiscal year. This contract was competitively procured using full and open competition after exclusion of sources as a Small Business Set-aside via National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement website with six offers received. The Marine Corps Systems Command in Quantico, Virginia, is the contracting activity (M67854-19-F-2038).

General Dynamics Electric Boat (GDEB) Corp., Groton, Connecticut, is awarded a $13,032,726 not-to-exceed, undefinitized delivery order under a previously awarded multiple-award indefinite-delivery/indefinite-quantity (ID/IQ) contract (N00024-16-D-4300) for the planning, material procurement, and repair work for USS Indiana (SSN 789). Work will be performed in Groton, Connecticut and is expected to be completed by December 2019. Fiscal 2019 operation and maintenance (Navy) funding in the amount of $6,516,363 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with 10 U.S.C. 2304(c)(1), a Fair Opportunity Notice was issued to both multiple award contracts ID/IQ holders Sept.5, 2019. Only GDEB expressed interest in performing the work. The Supervisor of Shipbuilding, Conversion and Repair, Groton, Connecticut, is the contracting activity.

Global Connections to Employment Inc., Pensacola, Florida, is awarded $12,147,228 for modification P00013 to extend the previously awarded firm-fixed-price contract (N68836-17-C-0005) to exercise Federal Acquisition Regulation 52.217-9 for option period three for full food and mess attendant services in support of Naval Air Station, Pensacola and Navy Explosive Ordnance Disposal School Elgin Air Force Base (AFB), and mess attendant services in support of Naval Construction Battalion Center, Gulfport. The contract includes a one-month base period, two 12-month option periods, one 11-month option period, and a six-month extension option under Federal Acquisition Regulation 52.217-8, which if all options are exercised, would bring the cumulative value of this contract to $45,737,677. Work will be performed in Pensacola, Florida (60%); Elgin AFB, Florida (20%); and Gulfport, Mississippi (20%), and work is expected to be completed by August 2020. If all options on the contract are exercised, work will be completed by February 2021. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,532,017 will be incrementally funded throughout the period of performance, and funds will not expire at the end of the current fiscal year. This contract is a sole-source procurement under the Ability One Program (Federal Acquisition Regulation Part 8.704), with one offer received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Florida, is the contracting activity.

EG Designbuild LLC,* Germantown, Maryland, is awarded a firm-fixed-price task order N4008519F7102 at $11,677,128 under a small business design-build/design-bid-build general construction multiple award construction contract for the repair and renovation of Bachelor Enlisted Quarters 288 at Navy Medical Center Portsmouth. The work to be performed provides for renovation of the residential units, laundry rooms, common and administrative areas; and replacement of heating, ventilation, and air conditioning systems and associated equipment consisting of ductwork, piping, hardwired programmable thermostat controls, occupancy sensors, exhaust systems, water booster pump and architectural finishes. Repair of fire protection systems, plumbing systems with fixtures and exterior residential unit doors with latching/locking. Work will be performed in Portsmouth, Virginia, and is expected to be completed by November 2020. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $11,677,128 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1126).  

Hexagon US Federal Inc., Huntsville, Alabama, is awarded an $11,601,118 firm-fixed-price contract for the purchase of Consolidated Emergency Response 2.0 System Integration and Installation at Marine Corps Air Station (MCAS) Yuma, Arizona; MCAS Iwakuni, Japan; and Marine Corps Base Camp Lejeune, North Carolina. Work will be performed at MCAS Yuma (26%); MCAS Iwakuni (37%); and MCB Camp Lejeune (37%). Full System and start of warranty is to be delivered no later than Sept. 29, 2020, with completion of warranty and ultimate contract completion no later than Sept. 29, 2021. Fiscal 2019 procurement Marine Corps (PMC) funds in the amount of $11,601,118 will be obligated for the two-year delivery. This contract was awarded utilizing the authority of other than full and open competition in accordance with Federal Acquisition Regulation (FAR 6.302-1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-4924).

TOTE Services Inc., Jacksonville, Florida, is awarded an $11,594,773 modification under a previously awarded firm, fixed-price contract (N3220518C3101) to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the ground based mid-course defense element of the ballistic missile defense system for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by Sept. 30, 2020. Working capital contract funds in the amount of $11,594,773 are obligated for fiscal 2020, and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $11,256,447 firm-fixed-price delivery order (N6833519F0696) against a previously issued basic ordering agreement (N68335-15-G-0022). This delivery order procures 34 peculiar support equipment (PSE) end items and radar PSE for the APG-79 antenna in support of organizational and intermediate levels of maintenance for the F/A-18E/F and EA-18G aircraft. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2021. Fiscal 2017 and 2019 aircraft procurement (Navy) funds in the amount of $11,256,447 will be obligated at time of award, $9,805,015 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

Opportunities and Resources, Inc., Wahiawa, Hawaii, is awarded a $10,749,214 modification under an indefinite-delivery/indefinite-quantity contract for the exercise of option three for custodial services at various locations on Oahu. The work to be performed provides for custodial services to ensure facilities are clean and sightly. The work includes, but is not limited to, emptying waste containers, low area cleaning, high area cleaning, interior and exterior window cleaning, floor care, restroom cleaning services, and building perimeter services for approximately 545 buildings. Total amount of the option (recurring and non-recurring) is $10,749,214 -- recurring $10,198,440 and non-recurring $550,774. After award of this option, the total cumulative contract value will be $41,290,273. Work will be performed in Oahu, Hawaii, and 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 $10,198,440 for recurring work will be obligated on individual task orders during the option period. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity (N62478-16-D-2452). 

Shape Construction, Inc.,* Poulsbo, Washington, is awarded a firm-fixed-price task order N4425519F4431 at $10,374,690 under a multiple award construction contract. The work will renovate building 1 located at Naval Undersea Warfare Center (NUWC), Keyport, Washington. The work to be performed includes seismic retrofit, fire protection and renovations including structural, architectural, mechanical, plumbing, electrical, communications, elevator upgrades, with incidental related work. The task order also contains two unexercised options and a furniture, fixtures, and equipment contract line item number, which, if exercised, would increase cumulative task order value to $13,214,293. Work will be performed in Keyport, Washington, and is expected to be completed by April 2021. Fiscal 2019 Navy working capital fund, contract funds in the amount of $10,374,690 are obligated on this award and will expire at the end of the current fiscal year.  Three proposals were received for this task order. The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4006).

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 U.S. 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 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.

The University of Southern California (USC) in Los Angeles, California, is awarded a $9,850,056 cooperative research agreement to develop an artificial intelligence (AI) commonsense service with a unifying concept called the Multi-modal Open-World Grounded Learning and Inference (MOWGLI) that will harness and synthesize state-of-the-art AI research across representation learning, knowledge graphs, and explainable AI. The MOWGLI system will perform minimally supervised, joint commonsense extraction and computer vision over multi-modal sources such as video and text. The result will be a commonsense knowledge graph that will support a set of intuitive everyday phenomena such as abduction, analogy, causality, agency, and physics in a unified reasoning engine. This is a four-year contract with no options. Work will be performed at USC in Los Angeles, California. The period of performance is from Sept. 27, 2019 through Sept. 26, 2023. Funds in the amount of $1,000,000 will be obligated at the time of award using research, development, test and evaluation (Defense Advanced Research Projects Agency) funds. This agreement was competitively procured via a Broad Agency Announcement and publication on the Federal Business Opportunities web site. 23 proposals were received and nine were selected for award. The Naval Information Warfare Center Pacific in San Diego, California, is the contracting activity (N66001-19-2-4033).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $9,000,000 modification (P00008) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N0001919C1022) in support of the F-35 Lightning II aircraft. This modification provides for additional Air System Software Sustainment Updates/Delivery to include Deficiency Report (DR) resolution services for the U.S. Navy and U.S. Marine Corps and one training course for the Government of the Netherlands. Work will be performed in Fort Worth, Texas (81.7%); Samlesbury, Preston, United Kingdom (5.5%); Linthicum, Maryland (3.9%); Nashua, New Hampshire (3.7 percent); Orlando, Florida (2.9%); El Segundo, California (2.3%). Work is expected to be completed in December 2019. Fiscal 2019 operation and maintenance and non-U.S. Department of Defense (DoD) participant funds in the amount of $9,000,000 are being obligated at time of award, $7,397,640 of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Navy ($3,698,820; 41 %); U.S. Marine Corps ($3,698,820; 41%); and Non-U.S. DoD Participants ($1,602,360; 18%).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Sippican Inc., Marion, Massachusetts, is awarded a $7,671,548 firm-fixed-price modification to previously awarded contract N00024-16-C-6412 to exercise an option for Provision Item Order of Mk48 Mod 7 equipment. Work will be performed in Marion, Massachusetts, and is expected to be completed by August 2020. Fiscal 2018 and 2019 weapons procurement (Navy) funding in the amount of $7,671,548, 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.

DEFENSE LOGISTICS AGENCY

Hawaiian Electric Co. Inc., Honolulu, Hawaii, has been awarded a maximum $638,545,308 regulated tariff-based contract for the ownership, operation and maintenance of the electric distribution system on the Island of Oahu, Hawaii. This was a competitive acquisition with five responses received. This is a 50-year contract with no option periods. Location of performance is Hawaii, with March 27, 2072, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2072 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-19-C-8322).

Synergy Logistics Services II LLC,** North Kansas City, Missouri, has been awarded a maximum $50,500,000 indefinite-delivery/indefinite-quantity, fixed-price incentive firm, cost-reimbursement, cost-plus-fixed-fee and firm-fixed-price contract for warehouse and distribution support services. This was a competitive acquisition with eight responses received. This is a five-year contract with no option periods. Locations of performance are Florida and Missouri, with an Oct. 31, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐19‐D‐5005).

Thales Defense and Security Inc., Clarksburg, Maryland, has been awarded a maximum $41,126,036 firm-fixed priced contract for sonar domes. 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 three-year, 11-month contract with no option periods. Location of performance is Maryland, with an Aug. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-19-C-Y084). 

Praxair Inc., Danbury, Connecticut, has been awarded a maximum $20,113,064 firm-fixed-price, requirements contract for hydrogen propellant. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Locations of performance are Connecticut and California, with an Aug. 31, 2022, performance completion date. Using customers are Air Force and Innovative Engineering Solutions. Type of appropriation is fiscal 2019 through 2022 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy-Aerospace Energy, San Antonio, Texas (SPE601-19-D-1536).

American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded an $18,905,139 modification (P00154) to a 50-year contract (SP0600-08-C-8250) with no options periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Hood, Texas. This is a fixed‐price with prospective‐price‐redetermination contract. Locations of performance are Texas and New Jersey, with a Jan. 8, 2059, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2059 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Matheson Tri-Gas Inc., Basking Ridge, New Jersey, has been awarded a maximum $13,484,373 firm-fixed-price, requirements contract for gaseous nitrogen. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. Locations of performance are New Jersey and Florida, with a Sept. 30, 2024, performance completion date. Using customer is Pratt and Whitney. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy-Aerospace Energy, San Antonio, Texas (SPE601-19-D-1544).

Propper International, Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $12,653,265 firm-fixed-price indefinite- delivery/indefinite-quantity contract for flame resistant trousers. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with three responses received. Location of performance is Puerto Rico, with a Sept. 26, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1198). 

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $11,618,501 firm-fixed price contract for lower target acquisition. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time purchase. Locations of performance are Florida and Pennsylvania, with a Feb. 21, 2021, 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-0028).

Capps Shoe Co.,* Lynchburg, Virginia, has been awarded a maximum $11,614,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men and women’s leather oxford shoes. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with one response received. Location of performance is Virginia, with a Sept. 27, 2020, performance completion date. Using military services are Army, Air Force, Navy, Marine Corps and Coast Guard. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1202). 

Rosemount Aerospace Inc., Burnsville, Minnesota, has been awarded a maximum $7,799,000 firm-fixed-price, requirements contract for ice detectors. This was a sole-source acquisition using justifications 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 Minnesota, with a Sept. 30, 2024, performance completion date. Using customer is Army Aviation & Missile Command Integrated Material Management 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-0125).

CORRECTION: The contract announced on Sept. 24, 2019, for TRC Government Services, LLC, Tulsa, Oklahoma (SPE603‐19‐C‐5011) for $7,063,200 was announced with an incorrect award date. The correct award date is Sept. 25, 2019. 

ARMY

ECS Federal LLC, Fairfax, Virginia, was awarded a $484,670,656 cost-plus-fixed-fee contract for management, development, enhancement, integration, testing, deployment, and maintenance of a secure un-classified network system and infrastructure. Twenty-two bids were solicited with two received. Work will be performed in Fairfax, Virginia, with an estimated completion date of Sept. 29, 2024. Fiscal 2018 and 2019 research, development, test and evaluation; and operation and maintenance, Army funds in the amount of $21,115,316 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-19-C-0039).

B&F Engineering Inc.,* Hot Springs, Arizona, was awarded a $240,000,000 firm-fixed-price contract for Professional Land Survey Architect-Engineer Indefinite Delivery Contracts acquisition in support of the Southwestern Division's Department of Homeland Security Border Infrastructure Program. 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. 26, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9126G-19-D-6001).

Leidos Inc., Reston, Virginia, was awarded an $110,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract to retrofit, procure, integrate, produce, test, refresh hardware/software, and upgrade capabilities to the current U.S. Army Common Driver Trainer simulator systems. 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. 30, 2026. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0009).

Korte Construction Co., St. Louis, Missouri, was awarded a $72,711,180 firm-fixed-price contract for planning, design, contracting and construction of the KC-46A Depot Fuel Maintenance Hangar, to include a two-bay aircraft fuel maintenance dock, plant equipment maintenance support facility and associated back shop, administrative and facility support spaces, and supporting offices. Bids were solicited via the internet with four received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of April 30, 2022. Fiscal 2019 military construction funds in the amount of $72,711,180 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0017).

General Dynamics Mission System Inc., Taunton, Massachusetts, was awarded a $62,494,324 firm-fixed-price contract to procure configuration items for the Warfighter Information Network-Tactical (WIN-T) Mission Network. Bids were solicited via the internet with one received. Work will be performed in Taunton, Massachusetts with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $62,494,324 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-F-0023).

HDR Architecture Inc., Seattle, Washington, was awarded a $58,000,000 firm-fixed-price contract for A-E Design Services for the U.S. Department of Veterans Affairs Health Care System. 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, 2029. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-19-D-0068).

Conti Federal Services, Edison, New Jersey (W912GB-19-D-0062); Exp Federal Inc., Chicago, Illinois (W912GB-19-D-0063); M.C. Dean, Inc., Tyson, Virginia (W912GB-19-D-0064); and Weston Solutions Inc., Westchester, Pennsylvania (W912GB-19-D-0065), will compete for each order of the $49,900,000 firm-fixed-price contract for FY19 Sensitive Compartmented Information Facility (SCIF) Construction MATOC for Germany, Belgium, Poland, Romania, & Estonia. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2022. U.S. Army Corps of Engineers, Europe District, is the contracting activity.

Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $33,800,000 modification (P00005) to contract W31P4Q-19-C-0018 for the procurement of seven Enhanced Sentinel A3 Radars and associated spares in support of the European Deterrence Initiative and future Initial Maneuver-Short Range Air Defense battalions. Work will be performed in Fullerton, California, with an estimated completion date of Aug. 31, 2021. Fiscal 2019 other procurement, Army funds in the amount of $33,800,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

Benard Associates Inc.,* Wayne, New Jersey, was awarded a $33,374,250 firm-fixed-price contract for construction of an Explosive Ordinance Technical facility comprised of a munitions disassembly facility, field operations, maintenance and experimentation facility, render-safe area, day storage magazine and long term storage magazines with a storage shed. Bids were solicited via the internet with three received. Work will be performed in Picatinny Arsenal, New Jersey, with an estimated completion date of Oct. 8, 2021. Fiscal 2019 military construction funds in the amount of $33,374,250 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-0033).

General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $32,597,493 firm-fixed-price contract to procure configuration items for Warfighter Information Network-Tactical Mission Network. One bid was solicited via the internet with one bid received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $32,597,493 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-F-0022).

Northrop Grumman Systems Corp., Sierra Vista, Arizona, was awarded a $30,711,318 cost-plus-fixed-fee contract for Hunter Unmanned Aircraft Systems engineering services. 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 April 29, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0030).

Totally Joined for Achieving Collaborative Techniques LLC,* Atlanta, Georgia, was awarded a $30,603,807 firm-fixed-price contract for maintenance, repair, administrative and logistical services across the 81st Reserve Division area of responsibility to include Puerto Rico. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2024. Mission Installation Contracting Command, Fort Jackson, South Carolina, is the contracting activity (W9124C-19-D-0008).

Zumwalt Construction Inc., Fresno, California, was awarded a $29,586,000 firm-fixed-price contract for renovation of Building 3004, Schofield Barracks, Oahu, Hawaii. Bids were solicited via the internet with four received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of March 30, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $29,586,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-19-C-0008).

Olin Winchester LLC, East Alton, Illinois, was awarded a $28,313,481 fixed-price with economic-price-adjustment contract for production of small caliber ammunition and the operation, maintenance, and modernization of the Lake City Army Ammunition Plant. Bids were solicited via the internet with three received. Work will be performed in Lake City Army Ammunition Plant in Independence, Missouri, with an estimated completion date of Sept. 27, 2029. U.S. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-19-F-0742).

Alpha Facilities Solutions LLC,* San Antonio, Texas, was awarded a $25,000,000 firm-fixed-price contract for DODEA facility assessment management services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2024. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-D-0002).

Sheffield Korte Team LLC,* Lawton, Oklahoma, was awarded a $21,764,123 firm-fixed-price contract for design, build, construction of a dormitory. Bids were solicited via the internet with five received. Work will be performed in Altus, Oklahoma, with an estimated completion date of Jan. 7, 2023. Fiscal 2019 military construction funds in the amount of $21,764,123 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-19-C-0024).

L.S. Black Constructors Inc., Saint Paul, Minnesota, was awarded a $20,683,519 firm-fixed-price contract for construction of the transient training barracks. Bids were solicited via the internet with two received. Work will be performed in Fort McCoy, Wisconsin, with an estimated completion date of Aug. 1, 2021. Fiscal 2017 and 2018 military construction, Army Reserve funds in the amount of $20,683,519 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0051).

Sauer Inc., Jacksonville, Florida, was awarded a $19,614,000 firm-fixed-price contract for renovation of Volunteer Army Barracks (Building 2273) at Fort Polk, Louisiana. Bids were solicited via the internet with seven received. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 19, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $19,614,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-19-C-0142).

RBC Construction Corporation,* San Juan, Puerto Rico, was awarded an $18,838,198 firm-fixed-price contract to construct a 1400-member Army Reserve Center Training Building and Unheated Storage at Fort Buchanan, Puerto Rico. Bids were solicited via the internet with four received. Work will be performed in Fort Buchanan, Puerto Rico, with an estimated completion date of April 1, 2021. Fiscal 2018 and 2019 military construction, Army Reserve funds in the amount of $18,838,198 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky is the contracting activity (W912QR-19-C-0046).

Great Lakes Dredge & Dock Company LLC, Oakbrook, Illinois, was awarded an $11,682,025 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Chesapeake City, Maryland, with an estimated completion date of Feb. 4, 2020. Fiscal 2019 civil construction funds in the amount of $11,682,025 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0062).

General Dynamics Mission Systems, Taunton, Massachusetts, was awarded a $10,538,390 cost-plus-fixed-fee contract for procurement of logistics and fielding support services for Warfighter Information Network Tactical. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-F-0144).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $10,272,183 modification (PZ0001) to contract W56HZV-19-F-0316 for to procure Warfighter Information Network Tactical kits. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 1, 2021. Fiscal 2019 procurement of weapons and tracked combat vehicles, Army funds in the amount of $10,272,183 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $9,993,750 modification (P00003) to contract W912P8-18-C-0045 for the Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge disposal area project number 18-1, Plaquemine Parish, Louisiana. Work will be performed in Plaquemine, Louisiana, with an estimated completion date of March 13, 2020. Fiscal 2018 recovery act; civil works; and operation and maintenance funds in the amount of $9,993,750 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Towill Inc., Concord, California, was awarded a $9,800,000 firm-fixed-price contract for Indefinite Delivery, Indefinite-Quantity Architect-Engineer contract for Surveying, Mapping and Geographic Information Systems Services in Support of the South Pacific Division. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2022. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-19-D-0006).

Cayo LLC,* Fort Worth, Texas, was awarded a $9,247,750 firm-fixed-price contract for installation of 3,225 linear feet of sheet tile driven to a depth of minus 29.89 feet adjacent to the 3,170 foot footprint of the existing seawall. Bids were solicited via the internet with four received. Work will be performed in Miami Beach, Florida, with an estimated completion date of Dec. 26, 2020. Fiscal 2018 and 2019 civil construction funds in the amount of $9,247,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0037).

Thoma-Sea Constructors LLC,* Houma, Louisiana, was awarded a $9,152,347 firm-fixed-price contract for to acquire a new barge and integrate a government furnished crawler crane into the barge. Bids were solicited via the internet with four received. Work will be performed in Houma, Louisiana, with an estimated completion date of May 27, 2021. Fiscal 2019 plant replacement improvement program funds in the amount of $9,152,347 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0065).

Frazier Engineering, Inc.,* Melbourne, Florida, was awarded an $8,891,692 firm-fixed-price contract for renovation (Bldg. 313). Bids were solicited via the internet with five received. Work will be performed in Patrick Air Force Base, Florida, with an estimated completion date of Aug. 11, 2021. Fiscal 2019 operation and maintenance funds in the amount of $8,891,692 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-19-C-0047).

Cashman Dredging & Marine Contracting Co. LLC, Quincy, Massachusetts, was awarded an $8,756,100 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of May 31, 2020. Fiscal 2019 civil construction funds in the amount of $8,756,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-19-C-0038).

Weston Solutions Inc., West Chester, Pennsylvania, was awarded an $8,500,000 firm-fixed-price contract for management, labor, equipment and material necessary for repair by replacing sanitary lines and sanitary sewer system. Eleven bids were solicited with two received. Work will be performed in St. Frederick, Maryland, with an estimated completion date of March 15, 2022. Fiscal 2019 firm-fixed-price funds in the amount of $8,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-19-F-1295).

Conrad Shipyard LLC,* Morgan City, Louisiana, was awarded an $8,386,379 firm-fixed-price contract for the towing and repair of Dry-Dock 5081. Bids were solicited via the internet with four received. Work will be performed in Memphis, Tennessee; and Amelia, Louisiana, with an estimated completion date of May 27, 2020. Fiscal 2019 operation and maintenance; and civil works funds in the amount of $8,386,379 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-19-C-0015).

Liebherr USA Co., Houston, Texas, was awarded an $8,206,000 firm-fixed-price contract for a crane barge. Bids were solicited via the internet with one received. Work will be performed in Houston, Texas, with an estimated completion date of June 1, 2021. Fiscal 2019 plant replacement improvement program funds in the amount of $8,206,000 were obligated at the time of the award. AGENCY is the contracting activity (W912BU-19-C-0050).

American Ordnance LLC, Middletown, Iowa, was awarded an $8,132,782 modification (0426 05) to contract W52P1J-09-G-0001 to upgrade portions of a rail system. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2021. Fiscal 2019 procurement of ammunition, Army funds in the amount of $8,132,782 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

BAE Systems Ordance Systems Inc., Kingsport, Tennessee, was awarded a $7,820,189 modification (P00695) to contract DAAA0998-E-0006 for layaway of inactive facilities building demolition project at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 31, 2022. Fiscal 2019 procurement of ammunition, Army funds in the amount of $7,820,189 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Gonzalez De-La Garza & Associates,* San Antonio, Texas, was awarded a $7,695,000 firm-fixed-price contract for the construction of a new kitchen facility and miscellaneous improvements to a waste-water treatment plant. Bids were solicited via the internet with two received. Work will be performed in Los Fresnos, Texas, with an estimated completion date of Jan. 24, 2021. Fiscal 2019 other procurement, Army funds in the amount of $7,695,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-19-C-0024).

Sevenson Environmental Services,* Niagara Falls, was awarded a $7,538,707 cost-plus-fixed-fee contract for excavation and remedial action of contaminated soils. One bid was solicited with one bid received. Work will be performed in Deepwater, New Jersey, with an estimated completion date of July 26, 2021. Fiscal 2019 formerly utilized sites remedial action program and civil works funds in the amount of $7,538,707 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-F-0119).

Amherst Madison Inc. was awarded a $7,099,834 firm-fixed-price contract to complete the Maysville Levee Embankment Project, Maysville, Kentucky. Bids were solicited via the internet with two received. Work will be performed in Maysville, Kentucky, with an estimated completion date of May 31, 2021. Fiscal 2019 civil construction funds in the amount of $7,099,834 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-19-F-0472).

DEFENSE INFORMATION SYSTEMS AGENCY

Iridium Satellite LLC, Tempe, Arizona, was awarded a non-competitive, single award, indefinite-delivery/indefinite-quantity contract, HC1013-19-D-0005, for technical enhancements and lifecycle upgrades to the existing Enhanced Mobile Satellite Services (EMSS) Gateway equipment, servers, and network infrastructure. The place of performance at the contractor’s facility located in Virginia, Arizona, and the EMSS Gateway facility. The total cumulative face value of the contract is $76,000,000. In accordance with the pre-solicitation notice posted to FedBizOpps on July 20, 2018, a proposal was solicited directly from Iridium Satellite LLC on a sole-source basis under the statutory authority of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The period of performance is a 12 month base period, Sept. 28, 2019, through Sept. 27, 2020, with four 12-month option periods.  The Defense Information Technology Contracting Organization, Scott AFB, Illinois, is the contracting activity. (HC1013-19-D-0005).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Lockheed Martin Corp., Palmdale, California, has been awarded a $31,688,412 cost-plus-fixed-fee contract modification (P00030) to previously awarded contract (HR0011-16-C-0110) to provide continued support for a research project under the Hypersonic Air-breathing Weapon Concept, Phase II program. Fiscal 2019 research and development funds in the amount of $10,411,000 are being obligated at the time of award. Work will be performed in Jupiter, Florida (25%); Palmdale, California (5%); and various other locations (70%), with an estimated completion date of March 2021. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

The Raytheon Co., Raytheon Missile Systems, Tucson, Arizona, has been awarded an $11,133,688 cost-plus-fixed-fee contract modification (P00017) for a within-scope change to previously awarded contract (HR0011-15-C-0081) to develop long-lead, high-risk items in preparation for the MAD-FIRES Phase III program. Fiscal 2019 research and development funds in the amount of $11,133,688 are being obligated at the time of award. Work will be performed in Tucson, Arizona (61%); McKinney, Texas (22%); and Karlskoga, Sweden (17%), with an estimated completion date of January 2021. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Aerojet Rocketdyne Inc., Huntsville, Alabama, has been awarded an $8,805,487 cost-plus-fixed-fee modification (P00004) exercising the option period on previously awarded contract (HR0011-18-C-0139) for a Defense Advanced Research Projects Agency research program. Fiscal 2019 research and development funds in the amount of $995,720 are being obligated at the time of award. Work will be performed in Huntsville, Alabama (94%); Tucson, Arizona (3%); and Dallas, Texas (3%), with an estimated completion date of October 2020. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Erickson Helicopters Inc., Portland, Oregon, has been awarded a task order modification HTC71119FR039, P00006, on contract HTC71118DR023 in the estimated amount of $29,334,918. This modification provides continued air transportation services to the U.S. Indo-Pacific Command (USINDOPACOM). Work will be performed at Edwin Andrews Air Base, Philippines, and internationally, throughout the USINDOPACOM area of responsibility which is defined as, but not limited to, continental Asia, Philippine Islands, and countries supporting operations in the Philippines. The option period of performance is from Sept. 28, 2019, to Sept. 27, 2020. Fiscal 2019 Transportation Working Capital Funds were obligated at award. This modification brings the total cumulative face value of the contract to $57,781,994 from $28,447,076. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

1st Coast Cargo Inc., Jacksonville, Florida, has been awarded a contract modification on contract HTC71115DR054, P00007, in the amount of $22,498,844. This modification provides continued services under an indefinite-delivery/indefinite-quantity, firm-fixed-price contract to the Navy. The contract is for advanced traceability and control for consolidated transportation shipments to move freight repairable parts. Work will be performed in all 48 contiguous states and Canada. The option period of performance is from Sept. 29, 2019, to Sept. 28, 2020. Fiscal 2020 Defense Working Capital Funds were obligated at award.  This modification brings the total cumulative face value of the contract to $107,591,632 from $85,092,788. U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Cherokee Nation Strategic Program (CNSP), Tulsa, Oklahoma, is being awarded a firm, fixed-price contract (HDTRA119C0072) to support DTRA’s Joint Mission Assurance Assessment (JMAA) program.  JMAA performs assessments of potential risks to critical DoD assets used in the execution of strategic missions.  JMAA also supports DTRA’s strategic objective to assess vulnerabilities and identify risks associated with task critical assets and missions and to support force protection and mission assurance.  The total price of this contract, which consists of a 12-month base period, one 12-month option period, and one six-month option period, is $20,915,721.  Fiscal year 2019 funding in the amount of $2,916,956 is obligated at the time of award.  Work will be performed at DTRA at Fort Belvoir, Virginia.  The contract is not competitively awarded pursuant to 15 U.S. Code § 637.  Defense Threat Reduction Agency, Contracting Office, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY

North American Security Inc., Landover Hills, Maryland, was awarded a five-month base period plus four one-year options and one six-month extension firm fixed labor contract (HHM402-19-C-0061) with a ceiling of $15,030,401 to provide National Capital Region armed security guards support services. Work will be performed in the National Capital Region with an expected completion date of Sept. 1, 2024. Fiscal 2019 operations and maintenance funds in the amount of $1,325,172 are being obligated at time of award. This contract was awarded through a small business set-aside and eight offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

TM3 Solutions Inc., Alexandria, Virginia, has been awarded a $10,632,769 firm-fixed-price and cost reimbursable hybrid contract.  The contract will provide administrative, technical and professional services for the effective management and operation of Joint Service Provider's (JSP) software maintenance licenses and renewals. The contractor will manage software maintenance licenses and renewals to improve on-time software maintenance renewal, purchase software maintenance renewals and licenses on behalf of JSP, reduce maintenance costs through co-terming and synching products from the same manufacturer, and improve software asset management compliance by linking the JSP Supported Products List (SPL) to a software license/maintenance management tool.  Work performance will take place primarily in the National Capital Region, including the Pentagon, Mark Center and Crystal City, Virginia.  Fiscal 2019 operations and maintenance funds in the amount of $10,632,769 are being obligated on this award.  The expected completion date is Sept. 27, 2024.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0165).

*Small Business
**Small Disadvantaged Business