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 Some of the information contained within may be outdated and links may not function.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, 2017

CONTRACTS


NAVY

The Boeing Co., Seattle, Washington, is being awarded a $2,196,638,752 modification to a previously awarded fixed-price, cost-plus-fixed-fee contract (N00019-14-C-0067) for the manufacture and delivery of 17 Lot 8 full-rate production P-8A aircraft for the Navy (11), foreign military sales (2), and cooperative agreement partners (4); and long lead parts associated with the manufacture of 10 Lot 9 P-8A aircraft for the Navy (7) and the foreign military sales partners (3).  In addition, this modification also provides for Lot 8 segregable efforts consisting of unknown obsolescence, class I change assessment, obsolescence monitoring, and integrated baseline/program management reviews.  Work will be performed in Seattle, Washington (80 percent); Baltimore, Maryland (3 percent); Greenlawn, New York (2.8 percent); outside the U.S. (1.7 percent); North Amityville, New York (1.1 percent); Rockford, Illinois (0.9 percent); Rancho Santa Margarita, California (0.7 percent); Salt Lake City, Utah (0.6 percent); and various locations within the U.S. (9.2 percent), and is expected to be completed in December 2020.  Fiscal 2017 aircraft procurement (Navy); cooperative agreement; and foreign military sales funds in the amount of $1,748,799,516 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract combines purchase for the Navy ($1,447,499,092; 65.9 percent); cooperative agreement partners ($476,809,236; 21.7 percent); and foreign military sales partners ($272,330,424; 12.4 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Harper Construction Co. Inc., San Diego, California (N62473-17-D-0817); The Haskell Co., Jacksonville, Florida (N62473-17-D-0818); M. A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota (N62473-17-D-0819); RQ Construction LLC, Carlsbad, California (N62473-17-D-0820); SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California (N62473-17-D-0821); and The Whiting-Turner Contracting Co., Greenbelt, Maryland (N62473-17-D-0822), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for construction projects located primarily at the Naval Special Warfare Command Coastal Campus, Coronado, California.  The maximum dollar value including the base period and four option years for all six contracts combined is $500,000,000.  SOLPAC Construction Inc., doing business as Soltek Pacific Construction Co. is being awarded task order 0001 at $15,996,140 for the design and construction of Special Operations Forces, Special Reconnaissance Team-ONE Operations Facility #1 at the Naval Special Warfare Command Coastal Campus, Naval Base Coronado, Coronado, California.  Work for this task order is expected to be completed by October 2018.  All work on this contract will be performed in California.  The term of the contract is not to exceed 60 months, with an expected completion date of March 2022.  Fiscal 2017 military construction (defense-wide); and fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $16,021,140 are obligated on this award, of which $25,000 will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (defense-wide); and operations and maintenance (Navy).  This contract was competitively procured as a full and open unrestricted procurement with a historically underutilized business zone price evaluation preference in accordance with Federal Acquisition Regulation 52.219-4, via the Navy Electronic Commerce Online website, with 20 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contracts.  The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Dynetics Inc., Huntsville, Alabama (N68936-17-D-0010); Engility Corp., Andover, Massachusetts (N68936-17-D-0011); Kranze Technology Solutions Inc.,* Prospect Heights, Illinois (N68936-17-D-0012); Leidos Inc., Reston, Virginia (N68936-17-D-0013); New Directions Technologies, Inc.,* Ridgecrest, California (N68936-17-D-0014); and NuWaves LTD,* Middletown, Ohio (N68936-17-D-0015), are each being awarded cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts for research, development, delivery, sustainment, and upgrade of instrumentation for the Combat Environment Instrumentation Systems (CEIS). CEIS includes GPS-based time-space-position-information instrumentation, electronic attack/active emitter pods, warning/countermeasure systems, radio frequency and electro-optical tracking systems, multi-spectral threat/target systems and unmanned airborne vehicle instrumentation used by Department of Defense and allied training and test and evaluation ranges.  The aggregate amount for all contracts is $197,905,650, with the companies having an opportunity to compete for individual orders.  Work will be performed at Ridgecrest, California (85 percent); and Point Mugu, California (15 percent), and is expected to be completed in March 2022.  Fiscal 2017 working capital funds (Navy) in the amount of $15,000 are being obligated at time of award ($2,500 to each awardee), none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposals; 11 firms solicited and six offers were received.  The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is being awarded $95,773,177 for modification P00012 to a previously awarded fixed-price-incentive-firm contract (N00019-16-C-0004) to provide technical and logistics services, training, maintenance and repair services, and supply chain management in support of F-35 Lightning II joint strike fighter for a non-Department of Defense participant.  Work will be performed outside the U.S. (80 percent); Orlando, Florida (10 percent); and Fort Worth, Texas (10 percent), and is expected to be completed in November 2020.  Non-Department of Defense funding in the amount of $95,773,177 is being obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

CB&I Federal Services LLC, Alexandria, Virginia, is being awarded a $54,095,271 firm-fixed-price contract for fuel storage and distribution facilities replacement at Naval Air Station Lemoore.  The work to be performed provides for the construction and replacement of a jet-fuel storage complex consisting of fuel piping to 20 existing hot fuel outlets, fuel transfer piping, three fuel storage tanks, pump-house, and fuel operations support facility.  It modifies existing fuel truck loading position and adds two additional positions, and modifies existing truck unloading stations. It replaces existing military service station and provides a 25 gallon surge tank.  Work also includes the demolition or decommissioning of existing fuel underground storage tanks and associated support facilities.  Project includes remediation of fuel contaminated soil funded by other appropriations.  The contract also contains two unexercised options and one planned modification, which if exercised would increase cumulative contract value to $57,093,969.  Work will be performed in Lemoore, California, and is expected to be completed by April 2020.  Fiscal 2015 military construction (defense-wide) contract funds in the amount of $54,095,271 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, Southwest, San Diego, California, is the contracting activity (N62473-17-C-2005).

RQ-DPR JV, Carlsbad, California, is being awarded a $48,125,000 firm-fixed-price contract for design-bid-build of a complete utilities infrastructure at Silver Strand Training Complex-South, Naval Base Coronado.  The work to be performed provides for the construction of primary facilities for electrical, gas, water, sanitary sewer, storm water, fire protection, communication, and data systems.  Major scope elements include: sewer lift stations, primary and secondary distribution, data systems, fiber optics, lighting, switchgear, fire storage tanks and all associated pumps.  The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $48,162,000.  Work will be performed in Coronado, California, and is expected to be completed by May 2019.  Fiscal 2017 military construction (Navy) contract funds in the amount of $48,125,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-C-0808).  

U.S. Marine Management Inc., Norfolk, Virginia, is being issued a $31,968,664 modification under a previously awarded firm-fixed-price contract (N00033-09-C-2504) to exercise an option to extend a six-month service period for the operation and maintenance of six Navy oceanographic survey ships. These ships support the Naval Oceanographic Office performing acoustic, biological, physical, and geophysical surveys, which provide much of the military's information on the ocean environment.  Work will be performed worldwide, and work is expected to be completed Sept. 30, 2017.  Navy working capital funds in the amount of $31,968,664 are obligated at the time of award and will not expire at the end of the current fiscal year.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N00033-09-C-2504).

Professional Contract Services Inc., Austin, Texas, is being awarded a $23,868,732 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62470-15-D-4009) to exercise option two for base operations support services at Naval Medical Center Portsmouth, and its outlying support sites all located in Virginia.  The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and equipment repair services.  After award of this option, the total cumulative contract value will be $68,911,344.  Work will be performed in Portsmouth, Virginia, and is expected to be completed March 2018.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $21,624,214 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

L3 Technologies Inc., Arlington, Texas, is being awarded $20,834,127 for delivery order N61340-17-F-0030 against a previously issued basic ordering agreement (N61340-12-G-0001) for high definition visual system and system area network upgrades to F/A-18C/D tactical operational flight trainers, including associated provisioning items.  Work will be performed in Arlington, Texas, and is expected to be completed in March 2020.  Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $20,834,127 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 Training Systems Division, Orlando, Florida, is the contracting activity.

Harris Corp., Annapolis, Maryland, is being awarded an $18,977,215 modification to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N00174-11-D-0002) to extend the ordering period and exercise Option Year 6 for the procurement and support of the transmitting set, countermeasures AN/PLT-4 to support explosive ordnance disposal personnel.  The AN/PLT-4 is a man-portable system in support of the Joint Service Explosive Ordnance Disposal Counter Radio Controlled Improvised Explosive Device Electronic Warfare program.  Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2018.  No funds are being obligated at the time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. 

Interstate Electronics Corp., Anaheim, California, is being awarded $14,646,541 for cost-plus-fixed-fee, cost-plus-incentive-fee contract modification P00006 to a previously awarded contract (N00030-16-C-0040) for phase two of the M350 RF set development, demonstration and shakedown operation flight test mission operations support and SSBN installation of Data Recording Subsystem Strategic Systems Programs Alteration 30346.  The work will be performed in Anaheim, California (56 percent); Cape Canaveral, Florida (27 percent); Washington, District of Columbia (4 percent); Bremerton, Washington (3 percent); Kings Bay, Georgia (3 percent); Norfolk, Virginia (3 percent); Laurel, Maryland (2 percent); and Silverdale, Washington (2 percent), with an expected completion date of Jan. 31, 2020.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $13,994,695; and fiscal 2017 other procurement (Navy) funds in the amount of $651,846 are being obligated on this award, none of which expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Barnhart-Reese Construction Inc.,* San Diego, California, is being awarded $12,650,806 for firm-fixed-price task order 0002 under a previously awarded multiple award construction contract (N62473-17-D-4629) for renovation of Barracks Buildings 774 and 777 at Naval Base Coronado.  The work to be performed provides for the renovation of the buildings to code compliance, provides interior finish repairs, and structural and seismic retrofitting. The work also includes building shell, building interiors, building services, equipment and furnishings, special construction and demolition, substructure, building site work, and accessibility.  Work will be performed in San Diego, California, and is expected to be completed by April 2019.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $12,650,806 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.  

Detyens Shipyards Inc., North Charleston, South Carolina, is being awarded a $12,088,262 firm-fixed-price contract for 57-calendar day shipyard availability for the regular overhaul and dry docking of USNS Lenthall (T-AO 189).  Work will include general services, clean and gas free tanks, rafting of tanks, ultrasonic thickness gauging of steel throughout the vessel, after mooring deck steel deck replacement, central fresh water steel deck replacement, 06 fan room bulkhead steel replacement, marine sanitation device holding tank bolting ring replacement, annual lifeboat recertification, annual inspection and overhaul of the firefighting system, replacement of the sliding block sprockets and  lower pillow block bearings, dry docking items such as hull painting and free board painting, stern tube seal overhaul, controllable pitch propeller system overhaul, remove both port and starboard tail shafts and re-centralize the port shaft, Cathelco marine growth inhibitor anode replacement, cathodic protection system maintenance, American Bureau of Shipping and Coast Guard annuals and certificate of inspection renewal.  The contract includes options which, if exercised, would bring the total contract value to $13,560,869.  Work will be performed in North Charleston, South Carolina, and is expected to be completed by July 14, 2017.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $12,088,262 are being obligated at the time of award. Contract funds will expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with two offers received.  The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-4006).

Arnold Defense and Electronics LLC, Arnold, Missouri, is being awarded an $11,929,630 firm-fixed-price modification to a previously awarded contract (N00174-16-D-0003) for manufacturing of launchers and/or sub-components to support Navy, Marine Corps, and Air Force operations (training and in theatre).  Work will be performed in Arnold, Missouri, and is expected to be completed by November 2017.  Fiscal 2015 and 2017 ammunition (Air Force); and fiscal 2017 procurement of ammo Navy and Marine Corps (Navy) funding in the amount of $230,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded $10,651,430 for cost-plus-fixed-fee, firm-fixed-price delivery order 0511 against a previously issued basic ordering agreement (N00019-15-G-0026) for APR-39D(V)2 software changes, hardware changes, repairs, and production transition support, including repair and retrofit of test assets, end items, and supportability and training products.  Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in March 2018.  Fiscal 2015 and 2016 aircraft procurement (Navy) funds in the amount of $10,651,430 are being obligated at time of award, $932,121 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Reyes Construction Inc., Pomona, California, is being awarded $10,504,700 for firm-fixed-price task order 0009 under a previously awarded multiple award construction contract (N62473-14-D-0068) for construction of the North Entry Control Point at Naval Base Coronado.  The work to be performed provides for the signalized intersection at State Route 75 and Hooper Boulevard, a gate house, canopy, access control, sentry booths, over-watch tower, paving, grading and site appurtenances.  The task order also contains one unexercised option and one planned modification, which if exercised would increase cumulative contract value to $10,702,880.  Work will be performed in Coronado, California, and is expected to be completed by October 2018.  Fiscal 2017 military construction (Navy) contract funds in the amount of $10,504,700 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Metron Inc., Reston, Virginia, is being awarded a $9,995,494 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide system source code, documentation, and requirements for the Executable Architecture Management System.  Support will include software design and code base; statistical analysis algorithms; application and database components; web and internal interfaces; testing systems and methodologies; and end-user analysis techniques.  This three-year contract includes no options.  Work will be performed at government facilities in San Diego, California (80 percent); and the contractor’s facilities in Reston, Virginia (20 percent).  The ordering period is from March 30, 2017, through March 29, 2020.  No funds will be obligated at the time of award.  Funding will be obligated via task orders as they are issued using research, development, test and evaluation; and operations and maintenance (Navy) funds.  This is a sole-source procurement and issued using other than full and open competition in accordance with 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1 - only one responsible source.  The solicitation was published on Nov. 29, 2016 on the Federal Business Opportunities web site and the Space and Naval Warfare Systems Command e-Commerce Central web site.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0023).

Centerra Group LLC, Palm Beach Gardens, Florida, is being awarded a $7,330,436 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N62742-16-D-3600) to exercise option one for base operations support services at military and civilian installations in the Republic of Singapore.  The work to be performed provides for general management and administration services; air operations (airfield facilities and passenger terminal and cargo handling); operations support supply (material management); housing (family housing and unaccompanied housing); facilities support (facility management, facility investment, custodial, pest control, integrated solid waste management), other (swimming pool), and grounds maintenance and landscaping); utilities (water); base support vehicles and equipment; and environmental.  After award of this option, the total cumulative contract value will be $63,624,689.  Work will be performed in the Republic of Singapore, and work is expected to be completed March 2018.  Fiscal 2017 operations and maintenance (Navy); fiscal 2017 operations and maintenance (Air Force); and fiscal 2017 non-appropriated funds in the amount of $6,818,551 for recurring work will be obligated on individual task orders issued during the option period; of which $6,274,449 will expire at the end of the current fiscal year and $544,102 is subject to the availability of funds for the next fiscal year.  The Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity. 

ARMY

Lockheed Martin Corp., Syracuse, New York, was awarded a $1,588,571,025 order dependent contract for the Counter Fire Target Acquisition Radar System full-rate production and deployment. 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 March 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-17-D-0005).

Akima Construction Services LLC,* Colorado Springs, Colorado (W912DR-17-D-0013); Turner Construction Co., New York, New York (W912DR-17-D-0003); B.L. Harbert International LLC, Birmingham, Alabama (W912DR-17-D-0009); Grunley Construction Co., Rockville, Maryland (W912DR-17-D-0002); Black Horse Group LLC,* Watertown, New York (W912DR-17-D-0014); Doyon Project Services LLC,* Federal Way, Washington (W912DR-17-D-0012); McCarthy Hitt JV II, St. Louis Missouri (W912DR-17-D-0010); HSU Development Inc.,* Rockville, Maryland (W912DR-17-D-0015); and J&J Maintenance Inc.,* Austin, Texas (W912DR-17-D-0016), will share in a $499,000,000 firm-fixed-price contract for design-build and design-bid-build construction in support of projects located in the Baltimore-Washington corridor, and may also can be used throughout the continental U.S. and Hawaii. Bids were solicited via the Internet with 52 received. Work locations and funding will be determined with each order, with an estimated completion date of March 29, 2022. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

General Dynamics – OTS Inc., Williston, Vermont (W15QKN-17-D-0040); and U.S. Ordnance,* McCarran, Nevada (W15QKN-17-D-0041), will share in a $221,000,000 firm-fixed-price contract to procure M2 flexible, M2 fixed, and M2A1 machineguns. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2023. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Critical Solutions International Inc.,* Charleston, South Carolina, was awarded a $131,946,942 firm-fixed-price, foreign military sales (Egypt, Jordan, and Saudi Arabia) contract for the production of commercial Husky second generation system, new production sub-systems, spare parts, storage, tools and diagnostic equipment, field service representatives, and training for current special defense acquisition funds requirements and projected country funded foreign military sales requirements. 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 March 30, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-D-0045).

Walsh Federal/Alberici JV, Chicago, Illinois, was awarded a $97,939,000 firm-fixed-price contract for construction of the KC-46A two-bay hangar at Tinker Air Force Base, Oklahoma. Bids were solicited via the Internet with five received. Work will be performed in Tinker Air Force Base, Oklahoma, with an estimated completion date of May 17, 2019. Fiscal 2015 military construction funds in the amount of $97,939,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-17-C-0004).

General Dynamics Information Technology, Fairfax, Virginia, was awarded a $45,000,000 cost-plus-award-fee contract for development and integration of new capability, as well as upgrade, modernization and sustainment of existing capability for the joint effects model. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of March 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-17-D-0002).

Raytheon Co., Andover, Massachusetts, was awarded a $26,661,098 cost-plus-fixed-fee, foreign military sales (Japan, Egypt, Spain, Singapore, Bahrain, Turkey, Jordan, and United Arab Emirates) contract to provide engineering, product assurance, documentation, configuration management support, and logistics services to resolve problems related to the deployed Homing All the Way Killer (HAWK) missile system to foreign military customers. Bids were solicited via the Internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-D-0022).

General Dynamics Information Technology, Fairfax, Virginia, was awarded a $24,371,710 modification (0005) to contract W52P1J-14-D-0011 for 73 staff support positions located throughout Afghanistan. Work will be performed in Afghanistan with an estimated completion date of May 22, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $12,185,855 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Raytheon Co., Andover, Massachusetts, was awarded a $23,044,183 cost-plus-fixed-fee, foreign military sales (Israel, Qatar, Kuwait, Japan, Korea, Republic of Taiwan, United Arab Emirates, Luxembourg and Saudi Arabia) contract for support necessary to execute PATRIOT Field Surveillance program to include missile assessments, testing, recertification, and repair activities. Bids were solicited via the Internet with one received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Jan. 31, 2020. Fiscal 2017 operations and maintenance (Army); as well as other funds in the amount of $13,615,520 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0042).

URS Federal Services Inc., Germantown, Maryland, was awarded a $15,213,676 modification (P00023) to contract W9124G-15-C-0005 for rotary wing flight training instructor support services for the Army Aviation Center of Excellence. Work will be performed in Daleville, Alabama, with an estimated completion date of June 30, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $15,213,676 were obligated at the time of the award. U.S. Army Contracting Command, Fort Eustis, Virginia, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $15,080,369 firm-fixed-price, foreign military sales (Jordan and Oman) contract for M1070A1 Heavy Equipment Transporters, with associated testing, spare parts, and training. Bids were solicited via the Internet with one received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Dec. 31, 2018. Fiscal 2010 and 2017 other funds in the amount of $15,080,369 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-C-0064).

AI Signal Research Inc.,* Huntsville, Alabama, was awarded an $11,352,114 modification (P00017) to contract W91CRB-16-C-0022 for labor for engineering and support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of Nov. 30, 2017. Fiscal 2017 research, development, test and evaluation funds in the amount of $1,864,666 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

SAIC, McLean, Virginia, was awarded an $8,277,675 modification (0033FN) to contract W31P4Q-05-A-0031 for the performance of system engineering and modeling and simulation analysis of perimeter security and persistent surveillance systems in support of Product Manager, Electro-Optical Infrared-Force Protection to support current force protection operations. Work will be performed in Huntsville, Alabama; Afghanistan; Kuwait; and Iraq, with an estimated completion date of Oct. 5, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,277,675 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

General Atomics - Aeronautical Systems Inc., Poway, California, has been awarded a $98,000,000 ceiling indefinite-delivery/indefinite-quantity contract for the MQ-9 technology maturation effort. This effort will provide a broad enterprise of activities associated with development of capabilities for the MQ-9 Reaper unmanned aircraft system (UAS). The objective is to develop approved capabilities for the MQ-9 UAS to satisfy criteria to be on-ramped onto a contract to integrate the capability into the MQ-9 fleet. Each capability will be assessed individually for logistics and engineering implications, risks, impacts, and operational suitability prior to integration on-ramping decisions. Work will be performed at Poway, California, and orders on this indefinite-delivery/indefinite-quantity will be placed by Sept. 20, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-17-D-2000).

ENSCO Inc. Falls Church, Virginia, has been awarded a $74,290,000 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite delivery/indefinite‐quantity contract for modeling software and engineering support. Contractor will provide scientific and technological support for requirements for research, development, maintenance, sustainment, and enhancement of complex systems through both on-site and off-site personnel.  Software applications were developed or acquired for evaluators to collect, process, analyze mission data and generate scientific and technical reports.  Work will be performed at Patrick Air Force Base, Florida; and ENSCO, Melbourne, Florida, and is expected to be complete by March 31, 2025.  This award is the result of a sole-source acquisition.  Fiscal 2017 operations and maintenance funds in the amount of $249,978 are being obligated at the time of award.  Headquarters Air Combat Command Acquisition Management and Integration Center, Patrick Air Force Base, Florida, is the contracting activity (FA7022-17-D-0009).

The Boeing Co., St. Louis, Missouri, has been awarded a $15,000,000 modification (P00005) to previously awarded contract FA8681‐14‐D‐0028 for Joint Direct Attack Munition (JDAM) technical support and aircraft integration. Contractor will provide JDAM support for studies and analysis; product improvement; upgrades; integration including, but not limited to, software integration, aircraft integration; associated hardware and testing. Work will be performed at St. Louis, Missouri, and is expected to be complete by March 31, 2019. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded an $11,935,451 modification (P00008) to previously awarded contract FA8504-14-C-0003 for the C-130J center wing box replacement program. Contractor will provide an additional quantity of three each C-130J center wing boxes and three each component kits being produced under the basic contract. Work will be performed at Marietta, Georgia; and Atlanta, Georgia, and is expected to be complete by Aug. 31, 2019. Fiscal 2015 and 2016 aircraft procurement funds in the amount of $11,935,451 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Flight Safety Services Corp., Centennial, Colorado, has been awarded a $10,225,037 modification (P00132) to previously awarded contract FA8223-11-C-0003 for contractor logistics support and instruction services on the C-5 Aircrew Training System (ATS). Contractor will provide operation, maintenance, and sustainment of ATS devices along with Training System Support Center services and aircrew instruction. Work will be performed at Travis Air Force Base, California; Dover Air Force Base, Delaware; Joint Base San Antonio-Lackland Air Force Base, Texas; and Westover Air Reserve Base, Massachusetts, and is expected to be complete by Aug. 31, 2017.  Fiscal 2017 operations and maintenance funds in the amount of $8,704,015 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CSRA LLC, Chantilly, Virginia, has been awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for high power electromagnetics (HPEM) and cyber electronic warfare applications. Contractor will identify and develop HPEM technologies with the potential to complement and enhance mission effectiveness of the cyber and electronic warfare (EW) communities. This includes the study, analysis, and information scenarios in which HPEM can be used for cyber or EW applications, conduct, experiments, and demonstrative concepts. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by June 20, 2020. This award is the result of a competitive acquisition with six offers received. Fiscal 2016 research, development, test and evaluation funds in the amount of $104,581 are being obligated at the time of award for the first task order. Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9451-17-D-0080).

The Boeing Co. - Defense Space and Security, St. Louis, Missouri, has been awarded a not-to-exceed $7,367,000 undefintized change order (FA8213-17-F-1001-P00001) to previously awarded contract FA8213-15-D-0002 for changes to the design of 1,000 KMU-557F/B tail kits into KMU-557G/B tail kits for use on the BLU-137 warhead. Work will be performed at St. Louis, Missouri, and is expected to be complete by May 31, 2019. Fiscal 2017 ammunition funds in the amount of $3,683,500 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

P3I Inc.,* Hopkinton, Massachusetts, has been awarded an estimated $7,117,388 cost-plus-fixed fee, firm-fixed-price, cost-reimbursable modification (28) to exercise the option on previously awarded task order (0002) on contract FA8721-13-D-0006 for professional acquisition support services. Contractor will provide advisory and assistance services to the Command, Control, Communications, Intelligence and Networks Directorate. Work will be performed at Lackland Air Force Base, Texas, and is expected to be complete by April 17, 2018. Fiscal 2016 and 2017 operations and maintenance; research, development, test, and evaluation; and other procurement funds have been awarded in the amount of $4,968,083 at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Goodwill Industries, San Antonio, Texas, has been awarded a $7,011,211 modification (P0005) to exercise an option on previously awarded contract FA8052-15-C-0003 for the Medical Records Processing Activity. Work will be performed at San Antonio, Texas, and is expected to be complete by March 29, 2018. Fiscal 2017 Defense Health Program funds in the amount of $6,855,753; and 2017 joint incentive funds in the amount of $155,458 are being obligated at the time of award. The 773rd Enterprise Sourcing Squadron, Joint Base San Antonio, Texas, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Raytheon Blackbird Technologies, Herndon, Virginia, was awarded a five-year, indefinite-delivery/indefinite-quantity contract with a $90,000,000 maximum by U.S. Special Operations Command (USSOCOM).  This contract supports the Hostile Forces – Tagging, Tracking, and Locating program to include providing field service representative, operational planner and new equipment training services for USSOCOM Acquisition, Technology & Logistics.  The work will be performed in various continental U.S., and outside the continental U.S. locations.  Fiscal 2017 operations and maintenance funds in the amount of $6,535,117.80 is being obligated at the time of the award.  This contract was awarded through full and open competition.  USSOCOM, Tampa, Florida, is the contracting activity (H92222-17-D-0013). (Awarded on March 29, 2017)

DEFENSE LOGISTICS AGENCY

Golden State Medical Supply Inc., Camarillo, California, has been awarded a maximum $67,857,581 firm-fixed-price requirements contract for tolterodine tartrate extended release capsules. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract. This was a competitive acquisition with two responses received. Locations of performance are West Virginia and California, with a March 29, 2022, performance completion date. Using customers are Department of Defense, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-17-D-0053).  

Cardinal Health Inc., Dublin, Ohio, has been awarded an estimated $19,962,834 firm-fixed-price requirements contract for general-purpose pharmaceuticals.  This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year contract with no option periods. Location of performance is Ohio, with a March 29, 2018, performance completion date. Using customers are Afghanistan National Army and Afghanistan National Police. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-17-C-0001).  

*Small business