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 Some of the information contained within may be outdated and links may not function.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 Feb. 28, 2018

CONTRACTS

 

NAVY

 

The Applied Research Laboratory, The Pennsylvania State University (ARL/PSU), State College, Pennsylvania, is being awarded a $1,070,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research, development, engineering and test and evaluation for programs throughout the Department of Defense (DoD). This contract provides research and development in the core competency areas approved for ARL/PSU by DoD which include guidance, navigation and control of undersea systems; advanced thermal propulsion concepts and systems for undersea vehicles; advanced propulsors and other fluid machinery for marine systems; materials technology and manufacturing technology to meet the unique requirements of naval systems and components; atmosphere and defense communications systems research that supports and complements maintained capabilities; and mission-related and public service-oriented research, technology development, test, evaluation and systems analysis required to provide a quick response to rapidly-evolving DoD and other government agency requirements.  This contract includes an option which, if exercised, would bring the cumulative maximum ceiling value of the contract to $2,108,000,000. Work will be performed in State College, Pennsylvania, and is expected to be completed by February 2028. Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $143,354 will be obligated at time of award under delivery order N0002418F8400 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)(3) (industrial mobilization; engineering, developmental or research capability; or expert services).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-D-6401).

 

BAE Systems - San Diego Ship Repair, San Diego, California (N00024-18-D-4325); Vigor Marine LLC, Portland, Oregon (N00024-18-D-4326); General Dynamics - National Steel and Shipbuilding Co., San Diego, California (N00024-18-D-4327); Marine Group Boat Works LLC, Chula Vista, California (N00024-18-D-4328); Pacific Ship Repair and Fabrication Inc., San Diego, California (N00024-18-D-4329); and East Coast Repair and Fabrication, Norfolk, Virginia (N00024-18-D-4330), are each being awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple-award contracts (MAC) to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California (MAC I).  These efforts consist of Chief of Naval Operations-scheduled maintenance availabilities, continuous maintenance, emergent maintenance, preventative maintenance, facilities maintenance and corrosion control in the continental U.S. (CONUS) and continuous maintenance, emergent maintenance, preventative maintenance and corrosion control outside the continental U.S. (OCONUS). In addition, Life Cycle Engineering Inc., Charleston, South Carolina (N00024-18-D-4331); Colonna’s Shipyard West LLC, San Diego, California (N00024-18-D-4332); Continental Tide Defense Systems Inc., Reading, Pennsylvania (N00024-18-D-4335); Epsilon Systems Solutions Inc., San Diego, California (N00024-18-D-4336); Southcoast Welding and Manufacturing LLC, Chula Vista, California (N00024-18-D-4337); and Q.E.D. Systems Inc., Virginia Beach, Virginia (N00024-18-D-4338) are each being awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity MACs to support sustainment execution efforts for Littoral Combat Ships homeported in San Diego, California (MAC II).  These efforts consist of preventative maintenance, facilities maintenance and corrosion control in CONUS.  The MAC I contracts will have a ceiling of $250,000,000, and the MAC II contracts will have a ceiling of $109,579,650. MAC I holders will perform all OCONUS work in addition to CONUS Chief of Naval Operations-scheduled maintenance availabilities, emergent maintenance and continuous maintenance. MAC II holders will perform CONUS preventative maintenance, facilities maintenance and corrosion control. MAC II orders are anticipated to be set aside for small business, which includes all MAC II holders and some MAC I holders. MAC II line items are included in the MAC I contracts so that small business MAC I holders can bid on those orders and, in the event two or more small business MAC holders are not available to compete for such work, the large business MAC I holders may compete.  Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California, and other CONUS and OCONUS locations, as appropriate.  Each of the contracts has a five-year ordering period which is expected to end in February 2023. Fiscal 2018 operations and maintenance (Navy) funds in the amount of $60,000 ($5,000 minimum guarantee per contract) is being obligated as each contract’s initial delivery order and will expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with 15 offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $148,745,565 for modification P00023 to a previously awarded cost-plus-incentive-fee contract (N00019-17-C-0045).  This modification provides for additional recurring logistics services for delivered F-35 Lightning II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) and foreign military sales (FMS) customers.  Services to be provided include ground maintenance activities; action request resolution; depot activation activities; Automatic Logistics Information System operations and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities.  Work will be performed in Fort Worth, Texas (46 percent); Orlando, Florida (32 percent); Warton, United Kingdom (9 percent); El Segundo, California (7 percent); Greenville, South Carolina (6 percent), and is expected to be completed in April 2018.  Fiscal 2018 aircraft procurement (Air Force, Marine Corps, and Navy); fiscal 2018 operations and maintenance (Air Force, Marine Corps, and Navy); non-DoD participant; and FMS funds in the amount of $148,745,565 will be obligated at time of award, $62,472,339 of which will expire at the end of the current fiscal year.  This modification combines purchases for Air Force ($66,630,247; 44.80 percent), Marine Corps ($29,590,763; 19.89 percent); Navy ($18,937,301; 12.73 percent); non-DoD Participants ($25,322,239; 17.02 percent); and FMS ($8,265,015, 5.56 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts, is being awarded $132,931,685 for fixed-price-incentive, cost-plus-incentive-fee contract modification P00007 to a previously awarded contract (N00030-17-C-0008) for Trident (D5) MK 6 guidance system production with failure verification, test, repair and recertification of inertial measurement units, electronic assemblies, and electronic modules.  The maximum value of the contract if all options are exercised is $370,175,927.  Work will be performed in Minneapolis, Minnesota (27.34 percent); Clearwater, Florida (25.19 percent); Cambridge, Massachusetts (24.39 percent); and Pittsfield, Massachusetts (23.08 percent), and is expected to be completed Jan. 30, 2021.  Fiscal 2017 weapons procurement (Navy) funds in the amount of $114,790,685; and United Kingdom funds in the amount of $18,141,000 are being obligated on this award, none of which will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.  

 

The Boeing Co., St. Louis, Missouri, is being awarded a $73,211,263 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to perform service life modifications on four F/A-18E/F aircraft that extends their operational service life from 6,000 to 9,000 flight hours.  Work will be performed in St. Louis, Missouri (75 percent); and El Segundo, California (25 percent), and is expected to be completed in April 2020.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $67,588,574 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acqusition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-D-0001).

 

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is being awarded a $41,383,237 indefinite-delivery/indefinite-quantity contract for grounds maintenance services at Marine Corps Base Camp Lejeune.  Maintenance services will include mowing and trimming grass on road shoulders, ditches, bunkers, firing ranges, wet-lands and tank training sites for the complex.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by February 2019.  Fiscal 2018 operations and maintenance (Marine Corps) contract funds in the amount of $8,241,329 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the procurement list with Source America.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-6113).

 

Druck LLC, Billerica, Massachusetts, is being awarded a $19,055,214 fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of approximately 819 engineering change kits to upgrade air data test sets in support of H-1, H-3, BQM-34, F-16, BQM-74, T-45, EA-18G, H-53, F/A-18, P-8, C-2, C-130, AV-8B, E-2, H-60, V-22, E-6, C-20, MQ-8, MQ-4, T-44, F-5, T-39, VH-92 platforms for the Navy; Air Force; and the governments of Australia; Brazil; Denmark; Finland; Japan; Kuwait; Spain; Switzerland; Taiwan; and Pakistan under the Foreign Military Sales program.  Work will be performed at the Naval Air Station Joint Reserve Base, New Orleans, Louisiana (60 percent); and Leicester, Leicestershire, United Kingdom (40 percent), and is expected to be completed February 2023.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $84,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code2304(c)(1).  The Naval Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0008).

 

Makers Architecture and Urban Design LLP,* Seattle, Washington, is being awarded a maximum amount $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for planning services in the Naval Facilities Engineering Command (NAVFAC) Southwest area of responsibility (AOR).  The work to be performed provides for shore infrastructure planning, project planning documents, geospatial information and service, and other support services.  Work will be performed at various Navy and Marine Corps facilities; and other government facilities within the NAVFAC Southwest AOR including, but not limited to California (87 percent); Arizona (5 percent); Nevada (5 percent); Colorado (1 percent); New Mexico (1 percent); and Utah (1 percent), and is expected to be completed by February 2023.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year.  No task orders are being issued at this time.  Future task orders will be primarily funded by operation and maintenance (Navy and Marine Corps).  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 (N62473-18-D-5825).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $7,400,000 for modification P00033 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-16-C-0004) to provide funding for sustainment services in support of the F-35 aircraft at Marine Corps Air Station Iwakuni, Japan; and Naval Air Station Lemoore, California.  Work will be performed in Lemoore, California (54 percent); and Iwakuni, Japan (46 percent), and is expected to be completed in April 2018.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $7,400,000 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.

 

Alloy Surfaces Co. Inc., Chester, Pennsylvania, is being awarded a not-to-exceed $7,367,460 undefinitized contractual action for the manufacture of MJU-64/B decoy flares.  Work will be performed in Chester, Pennsylvania, and work is to be completed by May 2019.  This effort combines purchases with fiscal 2017 procurement of ammunition (Air Force; 67.47 percent); United Kingdom (13.48 percent); fiscal 2017 aircraft procurement (Air Force; 5.82 percent); Israel (5.47 percent); Netherlands (3.79 percent); Japan (3.37 percent); and Norway (0.60 percent) under the Foreign Military Sales program.  Funds in the amount of $3,610,055 will be obligated at the time of award and funds will not expire at the end of the current fiscal year.  One company was solicited for this non-competitive requirement in accordance with 10 U.S, Code 2304(c)(3), and one offer was received.  Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-18-C-K037).

 

Huntington Ingalls Industries, Pascagoula, Mississippi, is being awarded a $7,023,780 cost-plus-fixed-fee modification to a previously awarded contract (N00024-14-C-2410) for continued LX(R) Amphibious Ship Replacement program acceleration and affordability initiatives.  Ingalls will be required to perform design efforts, special studies, analyses, and reviews in support of the program acceleration and affordability initiatives.  The tasking may include efforts related to systems engineering, marine engineering, naval architecture, cost estimating and computer modeling.  Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2018.  Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $7,023,780 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.

 

ARMY

 

PAE Government Services Inc., Arlington, Virginia (W52P1J-18-D-0006); and Readiness Management Support LC, Cape Canaveral, Florida (W52P1J-18-D-0007), will share in a $547,000,000 firm-fixed-price contract for line haul, heavy lift, material handling equipment, and personnel transportation services throughout the U.S. Central Command area of responsibility, in support of the theater transportation mission. 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 Feb. 28, 2023. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

 

Treviicos South Inc., Charlestown, Massachusetts, was awarded a $55,122,971 firm-fixed-price contract for Herbert Hoover Dike Reach 1 cutoff wall extension. Bids were solicited via the Internet with four received. Work will be performed in South Bay, Florida, with an estimated completion date of Dec. 26, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $ 1,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0008).

 

Chimes District of Columbia Inc., Baltimore, Maryland, was awarded a $45,323,975 fixed-price-award-fee contract for post-wide custodial services for Fort Bragg, Pope Field, Simmons Army Airfield and Camp Mackall, North Carolina. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2018. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91247-18-D-0009).

 

General Dynamics Land System Inc., Sterling Heights, Michigan, was awarded a $35,084,940 modification (0007) to contract W56HZV-16-D-0025 for new equipment training, fielding, and de-processing for the Stryker family of vehicles. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 28, 2019. Fiscal 2017 and 2018 other procurement (Army); and operations and maintenance (Army) funds in the combined amount of $22,814,862 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

AECOM Technical Services Inc., Los Angeles, California, was awarded a $20,000,000 firm-fixed-price contract for National Dam Safety Mandatory Center of Expertise Instrumentation/Automated Data Acquisition system. 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 Feb. 27, 2023. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-18-D-0008).

 

Honeywell International Inc., Tempe, Arizona, was awarded an $18,659,913 firm-fixed-price contract for the overhaul and repair of T55-GA-714A engines and components for the U.S. Army Aviation and Missile Command. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Feb. 28, 2019. Fiscal 2017 Army working capital funds in the amount of $9,143,357 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-C-0027).

 

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded an $18,058,291 modification (P00028) to contract W31P4Q-16-C-0133 for the repair and support of the Javelin Missile system. Bids were solicited via the Internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Feb. 28, 2019. Fiscal 2016, 2017 and 2018 other procurement (Army); operations and maintenance (Army); other; and foreign military sales funds in the combined amount of $18,058,291 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

 

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $14,072,003 modification (P00101) to contract W56HZV-15-C-0095 for 466 each packaged kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of June 28, 2019. Fiscal 2016, 2017 and 2018 other procurement (Army) funds in the amount of $14,072,003 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

Leidos Inc., Reston, Virginia, was awarded a $13,173,353 cost-plus-fixed-fee contract to provide Class V munitions supply support for all ammunition stocks accounted for by 1st Sustainment Command. Bids were solicited via the Internet with seven received. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of Feb. 27, 2024. Fiscal 2018 operations and maintenance (Army) funds in the amount of $5,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0002).

 

Matthews Marine Inc.,* Pass Christian, Mississippi, was awarded a $10,595,225 firm-fixed-price contract for emergency dredging of the Houston Ship Channel, Texas; Carpenters Bayou to Sims Bayou in Harris County, Texas. Bids were solicited via the Internet with six received. Work will be performed in Houston, Texas, with an estimated completion date of Oct. 31, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $10,595,225 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0013).

 

Alutiiq General Contractors LLC, Tacoma, Washington, was awarded a $9,999,257 modification (P00002) to contract W911S8-17-D-0007 for a broad range of maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord, Washington, including removal, replacement and repair of existing subgrade, utilities, shoulders, curbs, gutters, sidewalks. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2020. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity.

 

Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $9,000,000 firm-fixed-price contract for architect and engineer services primarily for Air Force Reserve projects, but could include other military projects within the Great Lakes and Ohio River Division mission boundaries. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-D-0009).

 

AIR FORCE

 

Raytheon Co., Space and Airborne Systems, Intelligence, Surveillance and Reconnaissance Systems, McKinney, Texas, has been awarded a $87,128,192 predominantly fixed-price-incentive contract for fiscal 2016 DAS-4 production.  This contract provides for 44 AN/DAS-4 Multi-Spectral Targeting System Model B high definition/target location accuracy turrets, one lot of production support/capacity increase, one lot of initial spares/shop replaceable units, and one lot of associated data.  Work will be performed in McKinney, Texas, and is expected to be complete by Nov. 30, 2019.  This contract involves foreign military sales to France.  This award is the result of a sole-source acquisition.  Fiscal 2016 aircraft procurement funds in the amount of $62,186,952; fiscal 2017 aircraft procurement funds in the amount of $19,601,732; and foreign military sales funds in the amount of $5,339,508 are being obligated at the time of award.  Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-C-2011).

 

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded an $18,730,007 fixed-price-incentive contract for Global Positioning Systems On‐Orbit sustainment services. This contract provides for activities such as on-orbit support, anomaly resolution support, constellation performance analysis, Space Vehicle (SV) subsystem analysis, and SV end-of-life testing and training. Work will be performed in Colorado Springs, Colorado and is expected to be complete by June 30, 2022. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $1,873,001 are being obligated at the time of award.  Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8823‐18‐C‐0004).

 

Kearney and Co., Alexandria, Virginia, has been awarded a $7,644,491 firm-fixed-price contract for Secretary of the Air Force (SAF), financial management (FM) support. This contract provides strategic and tactical functional expertise; workforce development program planning, implementation and sustainment; financial analysis support; administration and executive support; training and education development; cost analysis administration and training; general accounting training and support, and corporate support to SAF/FM. Work will be performed at the Pentagon, Washington, District of Columbia, and is expected to be complete by Feb. 28, 2023. This award is the result of a competitive acquisition and one offer was received. Fiscal 2018 operations and maintenance funds in the amount of $4,796,236 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Strategic Sourcing Division, Joint Base Andrews, Maryland, is the contracting activity (FA7014-18-F-5009). 

 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

 

System High Corp., Chantilly, Virginia, has been awarded a $22,922,563 modification (P00012) to previously awarded task order HR0011-17-F-0001 for program security services. The modification brings the total cumulative face value of the task order to $44,848,611 from $21,926,048. Work will be performed in Arlington, Virginia, with an expected completion date of March 2019. Fiscal 2018 research and development funds in the amount of $2,411,782 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

 

MISSILE DEFENSE AGENCY

 

Northrop Grumman Aerospace Systems, Redondo Beach, California is being awarded a $20,288,167 modification (P00346) to previously awarded F04701-02-C-0009 contract to exercise an option. The value of this contract is increased from $1,878,965,200 to $1,899,253,367. Under this modification, the contractor will provide on-orbit operations and sustainment for the Space Tracking and Surveillance system. The work will be performed at the Missile Defense Space Center at Colorado Springs, Colorado; and Northrop Grumman Aerospace Systems, Redondo Beach, California. The performance period is from April 1, 2018, to March 31, 2019. Fiscal 2018 research and development funds in the amount of $2,500,000 is being obligated at time of award. The Missile Defense Agency, Colorado Springs, Colorado is the contracting activity.

 

DEFENSE LOGISTICS AGENCY

 

GE Datex Ohmeda Inc., Madison, Wisconsin, has been awarded a maximum $19,847,608 modification (P00114) exercising the ninth one-year option period of a one-year base contract (SPM2D1-09-D-8348) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Wisconsin, with a March 5, 2019, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

De Rossi & Son Co. Inc., Vineland, New Jersey, has been awarded a maximum $11,024,640 modification (P00009) exercising the third one-year option period of a one-year base contract (SPE1C1-15-D-1033) with four one-year option periods for men's blue wool coats. This is a firm-fixed-price contract. Location of performance is New Jersey, with a March 3, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

 

* Small business