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 Some of the information contained within may be outdated and links may not function.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 March 30, 2020

NAVY

The Boeing Co., Seattle, Washington, is awarded a $1,554,398,639 modification (P000170) to a previously awarded fixed-price-incentive, cost-plus-fixed-fee contract (N00019-14-C-0067). This modification procures 18 Lot 11 P-8A maritime aircraft for the Navy (eight); the government of New Zealand (four); and the Republic of Korea (six). Work will be performed in Seattle, Washington (97.45%); Huntington Beach, California (1.81%); Meza, Arizona (0.64%); El Segundo, California (0.05%); Huntsville, Alabama (0.04%), and Dallas, Texas (0.01%). The procurement also includes a segregable effort consisting of unknown obsolescence for Lot 11, Class 1 change assessment and obsolescence monitoring as well as non-recurring engineering for the Republic of Korea. Work is expected to be complete by October 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $219,701,615; and Foreign Military Sales funds in the amount of $1,334,697,024 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($219,701,615; 14%); the government of New Zealand ($522,962,247; 34%); and the government of the Republic of Korea ($811,734,777; 52%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Electric Co., Lynn, Massachusetts, is awarded a $215,000,016 modification (P00005) to a previously awarded firm-fixed-price contract (N00019-18-C-1061) for the procurement of 48 F414-GE-400 install engines and engine devices for the Navy Super Hornet F/A-18 warfare aircraft. Work will be performed in Lynn, Massachusetts (59%); Hooksett, New Hampshire (18%); Rutland, Vermont (12%); and Madisonville, Kentucky (11%). Work is expected to be completed by August 2022. Fiscal 2020 aircraft procurement (Navy) funds in the amount $215,000,016 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.

Raytheon Missile Systems, Tucson, Arizona, is awarded a $146,076,524 firm-fixed-price contract for Rolling Airframe Missile Block 2/2A Guided Missile Round Pack and spare replacement components. This contract combines purchases for the Navy (68%); Germany (3%); and the governments of Saudi Arabia (26.2%), United Arab Emirates (1.6%), Egypt (0.8%), and Turkey (0.2%) (1% combined) under the Foreign Military Sales (FMS) program. Work will be performed in Ottobrunn, Germany (44%); Tucson, Arizona (35%); Rocket Center, West Virginia (9%); Dallas, Texas (2%); Mason, Ohio (2%); Glenrothes, Scotland (1%); Cincinnati, Ohio (1%); Andover, Massachusetts (1%); and other U.S. locations (5%), and is expected to be complete by June 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $353,304,326 and is expected to be completed by June 2025. Fiscal 2020 weapons procurement (Navy); 2020 operations and maintenance (Navy); Foreign Military Sales (Saudi Arabia, Egypt, United Arab Emirates, and Turkey); and German cooperative funding in the amount of $146,076,524 will be obligated at time of award, and $969,000 will expire at the end of the current fiscal year. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), International Agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5400). (Awarded March 27, 2020)

Alliant Techsystems Operations LLC (acting through its Northrop Grumman Defense Systems sector), Rocket Center, West Virginia, is awarded a $74,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract for the Mk 419 Mod 1 multi-function fuze and the Mk 92 Mod 1 blind loaded and plugged Navy 5” All Up Round projectile. Work will be performed in Scranton, Pennsylvania (77%); Crane, Indiana (21%); and Rocket Center, West Virginia (2%). Work is expected to be complete by December 2024. Fiscal 2019, 2020 and 2018 procurement of ammo, Navy and Marine Corps funding in the amount of $37,193,581 will be obligated on the first delivery order at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website and one offer was received. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-20-D-0014). (Awarded March 27, 2020)

General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida, is awarded a $51,893,340 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the MK 82 guided missile director and MK 200 guided missile director control production efforts. This contract combines purchases for the Navy (61%); the government of Spain (25%); and Japan (14%) under the Foreign Military Sales (FMS) program, and allows for FMS procurements to other countries. Work will be performed in Saco, Maine (50%); and Williston, Vermont (50%), and is expected to be complete by December 2025. This contract includes options which, if exercised at maximum quantities, would bring the cumulative value of this contract to $326,809,104 and will then be complete by December 2027. Fiscal 2019, 2018 and 2016 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of a $51,893,340 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website and one offer was received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-D-5109).

W.F. Magann Corp., Portsmouth, Virginia, is awarded a $33,233,279 firm-fixed-price contract for replacement of Dry Dock 2 caisson at Norfolk Naval Shipyard, Portsmouth, Virginia. Work will be performed in Portsmouth, Virginia, and provides for the replacement of Dry Dock 2 caisson with a modern configuration. All structural deficiencies found in the caisson concrete seat area will be repaired. The old caisson will be demolished and the new caisson will have a cathodic protection to modernize its control system. Work is expected to be complete by April 2023. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $33,233,279 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 one proposal received. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0010).

Raytheon Co. Intelligence, Information and Services, Indianapolis, Indiana, is awarded a $32,258,955 modification (P00005) to previously awarded cost-plus-fixed-fee order N00421-19-F-0531 issued under basic ordering agreement N00019-15-G-0003. Work will be performed in Indianapolis, Indiana, and the modification is exercising an option for systems and software engineering, integration, test, avionics acquisition, as well as software support activity and operations to include: configuration and data management, release of avionics software products and related systems in support of the V-22 aircraft. Work is expected to be complete by December 2021. Fiscal 2020 operations and maintenance (Air Force) funds in the amount of $4,631,076; aircraft procurement (Air Force) funds in the amount of $2,026,329; aircraft procurement (Navy) funds in the amount of $1,848,583; research, development, test and evaluation (Navy) funds in the amount of $1,151,082; operations and maintenance (Navy) funds in the amount of $747,838; research, development, test and evaluation (Air Force) funds in the amount of $450,000; and fiscal 2020 procurement (Defense wide) funds in the amount of $921,033 will be obligated at time of award, $5,378,914 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3 Harris Technologies Inc., Amityville, New York, is awarded a $25,867,170 firm-fixed-price contract for the production and delivery of 35 ship sets comprised of BRU-75A and BRU-76A bomb rack units (13 for the Navy; seven for the government of the United Kingdom; five for the government of Norway; four for the government of New Zealand; and six for the government of the Republic of Korea in support of P-8A Lots 9-11 aircraft deliveries. Work will be performed in Amityville, New York, and is expected to be complete by September 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $2,217,186; fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,390,620; and Foreign Military Sales funds in the amount of $16,259,364 will be obligated at time of award, $7,390,620 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1(a)(ii). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0056).

Marvin Engineering Co. Inc., Inglewood, California, is awarded a $25,336,064 modification (P00002) to a previously awarded firm-fixed-price contract (N00019-19-C-0076) to procure 428 F/A-18 E/F Super Hornet and EA-18G BRU-32 ejector bomb racks for the Navy (208) and the government of Kuwait (220). Work will be performed in Inglewood, California, and is expected to be complete by July 2023. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $12,381,144; and Foreign Military Sales funds in the amount of $12,954,920 will be obligated at time of award, of which $12,381,144 will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($12,381,144; 49%); and the government of Kuwait ($12,954,920; 51%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Pensacola Bay Support Services LLC, Cape Canaveral, Florida, is awarded a $23,169,254 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Two under an IDIQ contract for base operations support services at Naval Air Station Pensacola and outlying areas: Saufley Field, Corry Station and Bronson Field. Work will be performed in Pensacola, Florida, and provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management; facilities investment, facility maintenance services (non-family housing); utility plant and distribution system operations and maintenance (chiller, electrical, gas, wastewater, steam and water), environmental services and base support vehicles and equipment. The option period is from April 2020 through March 2021. After award of this option, the total cumulative contract value will be $67,945,867. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (Navy); and fiscal 2020 Defense health program funds in the amount of $18,639,595 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-2013).

Arrow DJB II JV,* Upper Marlboro, Maryland (N40080-18-D-0010); Ironshore Contracting LLC,* Baltimore, Maryland (N40080-18-D-0012); EG Management Services Inc.,* Germantown, Maryland (N40080-18-D-0013); Roofing & Sustainable Systems Inc.,* Rosedale, Maryland (N40080-18-D-0014), and Island Contracting Inc.,* Beltsville, Maryland (N40080-18-D-0015), are awarded a $19,800,000 modification under a multiple award construction contract for the exercise of Option Two for construction, repair, alteration and related demolition of new roofing for facilities within the Naval Facilities Engineering Command (NAVFAC) Washington area of responsibility (AOR). Work will be performed within the NAVFAC Washington AOR, including but not limited to Maryland (45%); Washington, District of Columbia (30%) and Virginia (25%). The work to be performed provides labor, supervision, tools, materials; and equipment necessary to perform construction, repair, alteration and related demolition of new roofing based on design build or design-bid-build with full plans and specifications for facilities within the NAVFAC Washington AOR. The option period is from April 2020 through April 2021. The total contract amount after exercise of this option will be is $59,400,000. No task orders are being issued at this time. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by operations and maintenance (O&M) (Navy); O&M (Marine Corps); and Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, was awarded a $17,172,191 fixed-price-incentive (firm target) contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile Block 2 low rate initial production requirements. Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%), Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); and Minneapolis, Minnesota (1%). Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio, are each less than 1% and comprise the remaining 2%. This contract modification will procure additional materials in support of the Evolved Sea Sparrow Missile (ESSM) and fiscal 2020 low rate initial production Lot 3 all up rounds requirements. The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles to provide enhanced ship defense. Work is expected to be complete by March 2023. This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4). Fiscal 2020 other customer funds in the amount of $17,172,191 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. (Awarded March 27, 2020)

Physical Optics Corp., Torrance, California, is awarded a $15,781,410 modification (P00015) to previously awarded firm-fixed-price, cost-plus-fixed-fee contract N00019-17-C-0078. Work will be performed in Torrance, California, and exercises options for the production and delivery of 110 data transfer units, 62 ground data transfer units, 348 mission data transfer devices and 196 maintenance data transfer devices for the Navy, as well as 52 ground data transfer units for the government of Australia in support of Super Hornet F/A-18 E/F and Boeing EA-18G Growler warfare aircrafts. Work is expected to be complete by August 2022. In addition to the hardware procurement, this modification provides data transfer unit production support. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $12,920,265; and Foreign Military Sales funds in the amount of $2,861,145 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,680,000 firm-fixed-price delivery order to previously awarded basic ordering agreement N00024-17-G-5100 for delivery of installation and checkout, consolidated shipboard allowance list, coordinated shore based material and maintenance allowance list and spare parts kits. This order combines purchases for the Republic of Korea (60.5%); and Japan (39.5%) under the Foreign Military Sales (FMS) program. This basic ordering agreement will satisfy the requirement to manufacture, assemble, test, and deliver Japan and Republic of Korea installation and checkout spares, consolidated shipboard allowance list spares and coordinated shore based material and maintenance allowance list spares. Work will be performed in Moorestown, New Jersey (75%); and Clearwater, Florida (25%), and is expected to be complete by January 2023. FMS funding for the Republic of Korea and Japan in the amount of $7,671,400 and $5,008,600 respectively ($12,680,000 combined) 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.

NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded a $11,854,362 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option One under an IDIQ contract for base operations support services at Naval Air Station Whiting Field and outlying areas, and Milton, Florida. Work will be performed in Milton, Florida (67%); and outlying areas (33%) ,to provide facility investment, swimming pools, grounds maintenance and landscaping, utilities management, pest control, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental services. The option period is from April 2020 through March 2021. The total cumulative contract value will be $23,633,062 after the award of this option. No funds will be obligated at time of award. Fiscal 2020 operations and maintenance (O&M) (Navy); fiscal 2020 Defense health program; and fiscal 2020 family housing O&M (Navy) contract funds in the amount of $8,226,369 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740).

General Dynamics Mission Systems Inc., Pittsfield, Massachusetts, is awarded a $10,932,727 cost-plus-incentive-fee contract modification to previously awarded contract to N00024-15-C-6228 to exercise and fund options for engineering services and Navy equipment. Work will be performed in Fairfax, Virginia (53%); and Pittsfield, Massachusetts (47%), and is expected to be complete by March 2021. Fiscal 2020 research, development, test and evaluation (Navy); 2018 other procurement (Navy); 2020 operations and maintenance (Navy); and 2019 other procurement (Navy) funding in the amount of $2,647,406 will be obligated at time of award, of which $463,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Daniels & Daniels Construction Co.,* Goldsboro, North Carolina, is awarded a $9,871,900 firm-fixed-price task order N40085-20-F-4859 under a multiple award construction contract for repairs to Bachelor Enlisted Quarters (BEQ) 4311 at Marine Corp Air Station, Cherry Point, North Carolina. Work will be performed in Havelock, North Carolina, and provides for improvements and repairs to existing BEQ 4311 interior components and surfaces, replacement of all concrete cantilever breezeways, replacement of windows and doors, interior and exterior repainting, replacement of vanities and head accessories, replacement of floor coverings, repair of stair trends, pressure and steam cleaning all of building exterior, replacement of electrical panels and subpanels, addition of arc fault breakers, replacement of light fixtures, installation of fire suppression system, replacement of water supply, waste and vent piping, replacement of plumbing piping and fixtures and parking lot repair. Work is expected to be complete by October 2021. Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $9,871,900 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 Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-16-D-6301).

Rockwell Collins Inc. (a part of Collins Aerospace), Cedar Rapids, Iowa, is awarded an $8,065,106 cost-plus-fixed-fee order N00019-20-F-0711) against previously issued basic ordering agreement N00421-17-G-0003. Work will be performed in Cedar Rapids, Iowa, and provides for the cryptographic modernization of the Tactical Air Command Network 1.0/1.1 weapon data link radio for the Navy Harpoon Block II+ (HII+), Joint Standoff Weapon and Small Diameter Bomb Increment II programs. Work is expected to be complete by December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds for $5,000,000 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.

GBL Systems Corp.,* Camarillo, California, is awarded a $7,425,890 modification (P00022) to previously awarded cost-plus-fixed-fee order N68335-18-F-0004 under basic ordering agreement N68335-15-G-0026. Work will be performed in Camarillo, California, and exercises the option to continue research in support of the integration of critical technologies developed under Small Business Innovation Research Topic N04-174 entitled, "Intelligent Software Agents for Automating EA-18 Combat Functions." This effort will reduce risk by improving user interaction with mission data file development, test, and evaluation tools at Joint Reprogramming Enterprise facilities in support of Navy and various Foreign Military Sales (FMS) customers. Work is expected to be complete by March 2021. FMS funds for $1,745,068 will be obligated at time of award, none 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.

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $114,046,847 modification (P00010) to contract W58RGZ-19-C-0024 for logistics, components and services for helicopters. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2021. Fiscal 2020 Army working capital funds in the amount of $114,046,847 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, was awarded a $58,250,000 firm-fixed-price contract for retrofitting a facility into an alternate care facility serving non-COVID and COVID patients. Bids were solicited via the internet with one received. Work will be performed in Old Westbury, New York, with an estimated completion date of April 20, 2020. Fiscal 2020 defense emergency response funds in the amount of $58,250,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0009).

Turner Construction Co., New York, New York, was awarded a $50,500,000 firm-fixed-price contract for development of an alternate care facility. Bids were solicited via the internet with eight received. Work will be performed in Stony Brook, New York, with an estimated completion date of April 18, 2020. Fiscal 2020 defense emergency funds in the amount of $50,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0008). (Awarded March 28, 2020)

Great Lakes Environmental & Infrastructure, Rocklin, California, was awarded a $16,895,200 firm-fixed-price contract for coastal storm risk management projects. Bids were solicited via the internet with three received. Work will be performed in Beaumont, Texas, with an estimated completion date of March 30, 2021. Fiscal 2020 civil construction funds in the amount of $16,895,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0011).

Metropolitan Pier and Exposition Authority, Chicago, Illinois, was awarded a $12,999,999 firm-fixed-price contract to convert a convention center into an alternate care facility. Bids were solicited via the internet with one received. Work will be performed in Chicago, Illinois, with an estimated completion date of April 24, 2020. Fiscal 2020 FEMA funds in the amount of $12,999,999 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912P6-20-C-0002). (Awarded March 28, 2020)

Carahsoft Technology Corp., Reston, Virginia, was awarded an $11,493,287 modification (P00004) to contract W52P1J-18-F-0029 for software maintenance. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of March 31, 2021. Fiscal 2020 operations and maintenance, Army funds in the amount of $11,493,287 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Turner Construction Co., New York, New York, was awarded a $9,998,000 firm-fixed-price contract for development of an alternate care facility. Bids were solicited via the internet with 18 received. Work will be performed in Elgin, Illinois, with an estimated completion date of April 24, 2020. Fiscal 2020 FEMA in the amount of $9,998,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912P6-20-C-0005). (Awarded March 29, 2020)

Mason & Hanger-Pond JV, Norcross, Georgia, was awarded an $8,000,000 firm-fixed-price contract for architectural and engineering support for the Central Texas Air Office. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 29, 2025. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-D-0005).

Lockheed Martin Corp., Orlando, Florida, was awarded a $7,590,200 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for post-production services targeting and night vision systems. Bids were solicited via the internet with one received. Work will be performed in Orlando, Florida, with an estimated completion date of June 30, 2022. Fiscal 2010 Foreign Military Sales (United Kingdom) funds in the amount of $7,590,200 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0318).

DEFENSE LOGISTICS AGENCY

Propper International, Cabo Rojo, Puerto Rico, has been awarded a maximum $63,760,444 firm-fixed-price contract for loadbearing equipment. This was a competitive acquisition with five offers received. This is a 22-month contract with no option periods. Location of performance is Puerto Rico, with a June 30, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-C-0006).

Carter Enterprises,* Brooklyn, New York, has been awarded a maximum $33,810,422 firm-fixed-price contract for body armor. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a six-month contract with no option periods. Locations of performance are New York and Florida, with a Jan. 29, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-C-0007).

L-3 Technologies Inc., Insight Division-Subsidiary of L3 Harris, Tempe, Arizona, has been awarded a maximum $7,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of the MX-12389 image intensifier tubes in support of field level maintenance of the AN/AVS-6 night vision imaging system. This was a sole-source acquisition using justification 41 U.S. Code 1901(e), as stated in Federal Acquisition Regulation 13.501. This is a five-year base contract with no option periods. Location of performance is New Hampshire, with a March 30, 2025, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0039).

AIR FORCE

EWR Radar Systems, Inc., St. Louis, Missouri, has been awarded a $21,529,141 indefinite-delivery/indefinite-quantity contract providing contractor logistics support for the Portable Doppler Radar program. Work will be performed in St. Louis, Missouri, and is expected to be completed by Oct. 1, 2025. This contract is the result of a sole-source acquisition, and fiscal 2020 operations and maintenance funds in the amount of $2,032,593 will be obligated under the minimum purchase delivery order. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-D-0041).

*Small business