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 Some of the information contained within may be outdated and links may not function.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 April 30, 2019

WASHINGTON HEADQUARTERS SERVICES

Institute for Defense Analyses (IDA), Alexandria, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract with a ceiling of $950,668,589 and an $11,844,044 cost-plus-fixed-fee task order. The contract is to provide research, analyses, technical evaluation, and test and evaluation support to the Office of the Secretary of Defense Joint Staff, combatant commands, and defense agencies. IDA work will involve the comprehensive evaluation of national security issues, including systems and technologies at all stages of development, deployment, and use. Work performance will take place at the Mark Center, Alexandria, Virginia, and other Department of Defense (DoD) and U.S. government facilities within the National Capital Region. Research, development, test and evaluation funds in the amount of $8,527,332; operations and maintenance funds in the amount of $2,486,712; DoD working capital funds in the amount of $340,000; and energy and water appropriations for Army Corps of Engineers in the amount of $490,000 were awarded. The expected completion date is March 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D0001). (Awarded April 15, 2019)

NAVY

Raytheon Missile Systems, Tucson, Arizona, is awarded $419,086,770 for modification P00003 to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1068). This modification exercises an option for Lot 19 AIM-9X Block II and II+ all up round tactical missiles, captive air training missiles, captive test missiles, special air training missiles, advanced optical target detectors, guidance units (live battery), captive air training missile guidance units (inert battery), Block I and II propulsion steering sections, Block II electronic units, tail caps, containers, and spares for the Navy, Air Force, and the governments of Australia, Belgium, Denmark, Finland, Indonesia, Israel, Japan, Kuwait, Malaysia, Morocco, Oman, the Netherlands, Norway, Poland, Qatar, Romania, Saudi Arabia, Singapore, Slovakia, South Korea, Switzerland, Taiwan, Turkey, and the United Arab Emirates. In addition, this modification provides for materials in support of repairs, depot maintenance, and refurbishment. Work will be performed in Tucson, Arizona (31 percent); Andover, Massachusetts (10 percent); Keyser, West Virginia (9 percent); Santa Clarita, California (8 percent); Hillsboro, Oregon (5 percent); Ottawa, Ontario, Canada (5 percent); Goleta, California (4 percent); Cheshire, Connecticut (4 percent); Heilbronn, Germany (3 percent); Simsbury, Connecticut (2 percent); San Jose, California (2 percent); Valencia, California (2 percent); Anaheim, California (2 percent); Cajon, California (2 percent); Cincinnati, Ohio (1 percent); Anniston, Alabama (1 percent); San Diego, California (1 percent); Chatsworth, California (1 percent); Amesbury, Massachusetts (1 percent); Claremont, California (1 percent); Sumner, Washington (1 percent); and other locations within the continental U.S. (4 percent).  Work is expected to be completed in October 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy and Air Force); fiscal 2018 and 2019 missile procurement (Air Force); fiscal 2019 operations and maintenance (Navy); and Foreign Military Sales (FMS) funds in the amount of $419,086,770 of will be obligated at time of award, $7,031,336 of which will expire at the end of the fiscal year. This contract modification combines purchases for the Navy ($123,468,497; 29.46 percent); Air Force ($118,935,517; 28.38 percent); and the governments of Qatar ($38,599,559; 9.22 percent); Australia ($36,934,376; 8.81 percent), South Korea ($29,064,332; 6.94 percent); Norway ($24,637,082; 5.88 percent); Slovakia ($13,515,225; 3.22 percent); Japan ($10,653,101; 2.55 percent); Denmark ($9,417,847; 2.25 percent); Morocco ($7,428,180; 1.77 percent); Belgium ($1,317,129; 0.31 percent), the United Arab Emirates ($1,056,768; 0.25 percent); the Netherlands ($1,051,562; 0.25 percent); Singapore ($723,714; 0.17 percent); Oman ($591,932; 0.14 percent); Switzerland ($349,984; 0.08 percent); Saudi Arabia ($291,195; 0.07 percent); Poland ($171,927; 0.04 percent); Turkey ($171,841; 0.04 percent); Romania ($156,165; 0.04 percent), Taiwan ($147,705; 0.04 percent); Finland ($141,315; 0.03 percent), Indonesia ($85,415; 0.02 percent), Kuwait ($82,620; 0.02 percent), Israel ($59,114; 0.01 percent); and Malaysia ($34,668; 0.01 percent), under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded an undefinitized contract action with a not-to-exceed-value of $132,283,800. This contract procures the necessary hardware and systems engineering technical support, analysis and studies to integrate the Department of Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) system onto aircraft for the Navy, Army, and the governments of the United Kingdom and Norway. Hardware for this procurement includes the following weapon replaceable assemblies: 283 advanced threat warning sensors; 79 control indicator unit replaceables; 52 -2103 signal processors; 120 infrared missile warning sensors; 91 Guardian Laser Transmitter Assemblies (GLTAs); 13 multi-role electro-optical end-to-end test sets; 190 GLTA shipping containers; 46 high capacity cards; 10 LAIRCM signal processor replacements smart connector assemblies; and 123 personal computer memory card, international association cards. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Colombia, Maryland (3 percent); and various locations within the continental U.S. (22 percent), and is expected to be completed in June 2021. Fiscal 2019 aircraft procurement (Navy); fiscal 2018 aircraft procurement (Navy and Army); fiscal 2019 working capital (Navy); and Foreign Military Sales (FMS) funds in the amount of $42,387,745 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchases for the Navy ($104,986,224; 79 percent); Army ($19,606,871; 15 percent); the government of United Kingdom ($3,144,044; 2.5 percent); and the government of Norway ($4,546,661; 3.5 percent). This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0011).

Gulf Island Shipyards LLC,* Houma, Louisiana, is awarded a $128,561,825 firm-fixed-price modification to previously awarded contract N00024-18-C-2207 to exercise options for construction of two towing, salvage and rescue ships. Work will be performed in Houma, Louisiana (92 percent); Hampton, Virginia (5 percent); Stord, Norway (2 percent); and New Orleans, Louisiana (1 percent), and is expected to be complete by November 2021. Fiscal 2018, 2019, and 2016 shipbuilding and conversion (Navy) funding in the amounts of $64,887,543, and $63,589,282, $85,000 respectively 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.

Airborne Tactical Advantage Co., Newport News, Virginia (N0042119D0058); Coastal Defense, Inc.,* Mill Hall, Pennsylvania (N0042119D0059); Draken International, Inc.,* Lakeland, Florida (N0042119D0060); and Tactical Air Support Inc., Reno, Nevada (N0042119D0061), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity task order contracts. These contracts are for contracted close air support for the Naval Air Systems Command’s Specialized and Proven Aircraft Program Office. Services to be provided include contractor-owned and operated regionally-based, geographically-distributed aviation training capabilities to support adversary and offensive air support. The estimated aggregate ceiling for all contracts is $124,518,540 with companies having an opportunity to compete for individual task orders. Work will be performed at the Naval Air Station, Fallon, Nevada (50 percent); the Marine Corps Air Station, Cherry Point, North Carolina (25 percent); and Marine Corps Air Ground Combat Center, Twenty-nine Palms, California (25 percent), and is expected to be completed in April 2024. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $40,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. These contracts were competitively procured via an electronic request for proposals; seven offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Walashek Industrial and Marine Inc., San Diego, California (N55236-19-D-0005); and Epsilon Systems Solutions, San Diego, California (N55236-19-D-0006), are each awarded a combined aggregate $39,521,000 multiple award indefinite-delivery/indefinite-quantity contract with firm-fixed-pricing arrangements for landing craft air cushion (LCAC) repairs, maintenance, modernization, and retirement services. The work will encompass LCAC Fleet Modernization Program, LCAC Post Service Life Extension Program Extension, LCAC retirements, and LCAC planned/emergent repairs. These two companies will have an opportunity to compete for individual delivery orders. Work will be performed in Oceanside, California, and is expected to be complete by April 2020, and if all options are exercised, work will continue through April 2024. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $20,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order and expire at the end of the current fiscal year. These contracts were competitively procured via Federal Business Opportunities website, with two offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded $21,109,471 for cost-plus-fixed-fee, firm-fixed-price delivery order N6134018F0067 against a previously issued basic ordering agreement (N00019-16-G-0001). This order provides for the procurement of inlet retrofit kits for the T-45 aircraft, including support equipment and special tooling and engineering and logistics support for installations. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,109,471 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Boston Consulting Group, Bethesda, Maryland, is awarded $20,246,115 for modification P00003 to a previously issued firm-fixed-price order (N0042119F0106) against a General Services Administration, Federal Supply Schedule contract (GS-10-F-0253V). This modification exercises the option to continue the implementation of a new Naval Sustainment System (NSS) to include the development of governance, coordination, and accountability mechanisms across the Naval Aviation Enterprise. The Commander for the Fleet Readiness Center’s contribution to the NSS will deploy commercial maintenance best practices, tailored to the Navy’s operational requirements and starting position, in order to reduce component repair and heavy maintenance periodic maintenance inspection turnaround times and better enable aviation readiness recovery. Work will be performed in North Island, California (20 percent); Oceana, Virginia (15 percent); Whidbey Island, Washington (15 percent); Jacksonville, Florida (10 percent); Cherry Point, North Carolina (10 percent); Lemoore, California (10 percent); Dallas, Texas (5 percent); Bethesda, Maryland (5 percent); Miramar, California (4 percent); Patuxent River, Maryland (3 percent); Washington, District of Columbia (2 percent); and Mechanicsburg, Pennsylvania (1 percent), and is expected to be completed in October 2019. Working capital (Navy) funds in the amount of $20,246,115 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, Patuxent River, Maryland, is the contracting activity.

Saab Defense and Security USA LLC (Saab USA), East Syracuse, New York, is being awarded a $17,241,690 firm-fixed-price modification to previously-awarded contract N00024-17-C-5381 to exercise options for production of the Multi-Mode Radar (MMR) systems. Under this contract, Saab USA will manufacture, inspect, test and deliver MMR systems to be deployed on Navy expeditionary support base ships and Coast Guard offshore patrol cutters. Work will be performed in East Syracuse, New York (64 percent); and Gothenburg, Sweden (36 percent), and is expected to be completed by October 2020. Fiscal 2019 other procurement (Navy); and fiscal 2018 and 2016 shipbuilding and conversion (Navy) funding in the amount of $17,241,690 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.

Avian LLC,* Lexington Park, Maryland, is awarded $13,500,084 for modification P00041 under a previously awarded cost-plus-fixed-fee contract (N00421-17-C-0049) to exercise an option to provide support for the Naval Air Warfare Center Aircraft Division’s Integrated System Evaluation Experimentation and Test Department. Services provided will include flight test engineering, programmatic, administrative, design, execution, analysis, evaluation, and reporting of tests and experiments of aircraft, unmanned air systems, weapons and weapons systems. Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2020. Fiscal 2019 research, development, test and evaluation (Navy); fiscal 2018 and 2019 working capital (Navy); fiscal 2019 operations and maintenance (Navy); and fiscal 2019 aircraft procurement (Navy) funds in the amount of $6,855,914 will be obligated at time of award, $869,829 of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded $11,229,125 for cost-plus-fixed-fee, firm-fixed-price modification P00011 to a previously awarded firm-fixed-price contract (N61340-17-C-0014) to procure additional in-scope work for the E-2D Hawkeye Integrated Training System-III Aircraft Flight Management Computer (AFMC) Functional Equivalent Unit (FEU) Risk Reduction Analysis and Demonstration effort. This includes the development of four AFMC FEU prototypes for use in the E-2D Tactics Trainer Software Integration Lab (SIL), E-2D Flight SIL, and E2D Distributed Readiness Trainer SIL and associated technology demonstrations, technical data, and proposal preparation. Work will be performed in Sterling, Virginia (90 percent); and Orlando, Florida (10 percent), and is expected to be completed in September 2021. Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $5,760,000 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.

Raytheon Co., McKinney, Texas, is awarded $10,077,839 for firm-fixed-price, cost-plus-fixed-fee delivery order N6833519F2993 against a previously issued basic ordering agreement (N00019-15-G-0003). This order provides for eight CH-53K Helicopter Night Vision System AN/AAQ-44 Forward Looking Infrared kits, system development and demonstration ground and flight test support, parts obsolescence analysis, repair analysis, repair of repairables, system conversion, and logistical documentation. Work will be performed in McKinney, Texas, and is expected to be completed in May 2022. Fiscal 2017 and 2018 aircraft procurement (Navy); and 2019 research, development, test and evaluation (Navy) funds in the amount of $10,077,839 will be obligated at time of award, $1,876,667 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Raytheon Co. Missile Systems, Tucson, Arizona, was awarded a $200,234,192 firm-fixed-price contract for procurement of M982A1 Excalibur Ib containerized projectiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona; Healdsburg, California; Karlskoga, Sweden; East Camden, Arkansas; Cedar Rapids, Iowa; Southway, Plymouth, United Kingdom; Glenrothes, Scotland, United Kingdom; Cincinnati, Ohio; Farmington, New Mexico; McAlester, Oklahoma; Joplin Missouri; Salt Lake City, Utah; Gilbert, Arizona; Lansdale, Pennsylvania; and Santa Ana, California, with an estimated completion date of April 29, 2024. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $200,234,192 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0017).

Honeywell International Inc., Phoenix, Arizona, was awarded a $70,486,623 modification (P00083) to contract W56HZV-12-C-0344 for total integrated engine revitalization hardware services. Work will be performed in Phoenix, Arizona, with an estimated completion date of June 30, 2021. Fiscal 2019 Army working capital funds in the amount of $70,486,623 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

AECOM Services, Arlington, Virginia, was awarded a $24,500,000 firm-fixed-price contract for multi-discipline services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0013).

Dewberry Engineers Inc., Fairfax, Virginia, was awarded a $24,500,000 firm-fixed-price contract for multi-discipline services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0012).

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $20,083,383 modification (P00013) to Foreign Military Sales (Australia and Lebanon) contract W15QKN-17-C-0024 for M783 Point Detonating/Delay Fuze production. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Jan. 31, 2021. Fiscal 2010, 2017, 2018 and 2019 other procurement, Army; and other funds in the combined amount of $20,083,383 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

COLSA Corp., Huntsville, Alabama, was awarded a $15,468,139 cost-plus-fixed-fee contract for system engineering and technical assistance. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of April 28, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $2,539,685 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-19-F-0041).

Alliant Tech Systems Operations LLC, Plymouth, Minnesota, was awarded a $12,754,688 modification (P00025) to contract W15QKN-15-C-0066 for 120mm Advanced Multipurpose XM1147 High Explosive Multi-Purpose with Tracer cartridge. Work will be performed in Plymouth, Minnesota; Rocket Center, West Virginia; Middletown, Iowa; Clear Lake, South Dakota; Shafer, Minnesota; Green Bay, Wisconsin; and Coachella, California, with an estimated completion date of Dec. 30, 2023. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $12,754,688 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

EBL Engineers LLC, Baltimore, Maryland, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 41 received. Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0016).

Summer Consultants Inc.,* McLean, Virginia, was awarded a $10,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 41 received. Work locations and funding will be determined with each order, with an estimated completion date of April 28, 2024. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-D-0015).

R.J. Runge Co. Inc.,* Port Clinton, Ohio, was awarded an $8,290,000 firm-fixed-price contract to construct ACA Shelter at Toledo Air National Guard Base, Ohio. Bids were solicited via the internet with seven received. Work will be performed in Swanton, Ohio, with an estimated completion date of July 30, 2020. Fiscal 2018 military construction funds in the amount of $8,290,000 were obligated at the time of the award. United States Property and Fiscal Office Ohio is the contracting activity (W91364-19-C-8002).

AIR FORCE

Assured Information Security Inc., Rome, New York, has been awarded a $93,600,000 ceiling indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion and term orders. This contract provides for the performance of research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of Virtualized Intelligence Platform Engineering and Research software baselines. Work will be performed in Rome, New York, and is expected to be complete by April 2026. This award is the result of a competitive acquisition and one offer was received. Fiscal 2019 research, development, test and evaluation funds in the amount of $281,600; and fiscal 2019 operations and maintenance funds in the amount of $5,782,208 are being obligated on the first two task orders at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-19-D-0001).

The Boeing Co., Defense, Space & Security, St. Louis, Missouri, has been awarded a $22,540,550 firm-fixed-price modification (P00028) to previously awarded contract FA8621-16-C-6397 for mission training center services. This modification provides for contractor-furnished, high-fidelity simulation equipment with the simulation capability to train pilots and weapons system operators for F-15C and F-15E aircraft platforms. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; Langley AFB, Virginia; Kadena Air Base, Japan; and Royal Air Force Lakenheath, England, and is expected to be complete by June 30, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

Raytheon Missile Systems Co., Tucson, Arizona, has been awarded a $19,313,603 firm-fixed-price modification (P00012) to previously awarded contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile (AMRAAM) production program. This modification provides for redesign of AMRAAM Rectifier Filter Assembly for reliability corrections as well as redesign of AMRAAM telemetry encoder due to obsolescence issues. Work will be performed in Tucson, Arizona, and is expected to be complete by April 15, 2021. This contract involves foreign military sales to Australia, Japan, Norway, Romania, and Turkey. Fiscal year 2018 (Air Force) and fiscal year 2017 (Navy) procurement funds in the amount of $6,802,251; and Foreign Military Sales funds in the amount of $4,437,720, are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

McFall Consulting Inc.,* Winchester, Virginia, has been awarded a maximum $31,950,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories. This was a competitive acquisition with 79 responses received. This is a five-year contract with no option periods. Location of performance is Virginia, with an April 29, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-19-D-0012).

Epic Aviation LLC, Salem, Oregon, has been awarded a maximum $7,086,629 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 47-month contract with one six-month option period. Location of performance is Texas, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0079).

U.S. TRANSPORTATION COMMAND

Five companies have received modifications to their existing MultiModal – 2 (MM-2) indefinite-delivery/indefinite-quantity, firm-fixed-price (with economic price adjustments) contracts. These modifications provided a two-month extension with an estimated value of $30,400,000: Farrell Lines Inc., Norfolk, Virginia (HTC71115DR044U00016); Liberty Global Logistics LLC, Lake Success, New York (HTC71115DR045U00015); National Air Cargo Group Inc., Orlando, Florida (HTC71115DR046U00015); American President Lines LLC, Scottsdale, Arizona (HTC71115DR048U00015); and United Airlines Inc., Chicago, Illinois (HTC71115DR049U00017). This modification provides continued international commercial multimodal transportation service to the Surface Deployment and Distribution Command. The contract is for international commercial multimodal transportation service between various continental U.S. and outside the continental U.S. points and ports. Work will be performed worldwide as specified on each individual task order. The option period of performance is from May 1, 2019, to June 30, 2019. Fiscal 2019 Transportation Working Capital Funds were available at award. This modification brings the total cumulative face value of the contract to $296,458,000 from $266,058,000. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.


*Small business