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 Some of the information contained within may be outdated and links may not function.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 June 28, 2019

NAVY

Insitu Inc., Bingen, Washington, is awarded a $390,390,785 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for up to 63 RQ-21A attrition air vehicles for the U.S. Marine Corps and U.S. Navy. In addition, this contract provides for up to six RQ-21A unmanned aircraft systems (UASs) and up to 17 RQ-21A air vehicles for foreign military sales (FMS) customers, including the governments of Canada, Poland and Oman. The contractor will also provide up to 93 ScanEagle UASs in various configurations. In addition, this contract provides for associated services, including training, test and engineering, development of engineering change proposals, operations support, organizational level maintenance, field service representatives, land and ship surveys, hardware site activations, hardware installs, repairs and data. Work will be performed in Bingen, Washington (83%) and various locations inside the continental United States (CONUS) (5%) and outside CONUS (12%), and is expected to be completed in June 2022. Fiscal 2019 operation and maintenance (Navy), fiscal 2019 building partnership capacity, and FMS funds in the amount of $9,919,160 will be obligated at time of award, $9,519,160 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0033).

United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded not-to-exceed $358,529,006 modification P00008 to a previously awarded advanced acquisition contract (N00019-18-C-1021). This modification provides for eight initial spare F135-PW-100 propulsion systems and one initial spare F135-PW-600 propulsion system for the Global Spares Pool, including initial spare modules and initial spare parts. The Global Spares Pool supports the U.S. Air Force, U.S. Navy, U.S. Marine Corps., Non-U.S. Department of Defense (DoD) Participants and foreign military sales (FMS) customers. Work will be performed in East Hartford, Connecticut (93%); Indianapolis, Indiana (6%); and Bristol, United Kingdom (1%), and is expected to be completed in June 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps, and Navy), non-U.S. DoD participant and FMS funds in the amount of $229,449,221 are being obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for U.S. Air Force ($121,237,779; 34%); U.S. Marine Corps ($83,050,441; 23%); the U.S. Navy ($23,547,961; 7%); Non-U.S. DoD Participants ($100,160,036; 28 %) and FMS customers ($30,532,789; 8%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Speedway Orion JV,* San Diego, California (N62473-19-D-2443); South Bay EDC, Inc.,* Chandler, Arizona (N62473-19-D-2444); Southwestern Dakotah, Inc.,* Tucson, Arizona (N62473-19-D-2445); Heffler Contracting Group,* El Cajon, California (N62473-19-D-2446); HCI Systems, Inc.,* Ontario, California (N62473-19-D-2447); Millennium Fire Protection Corp.,* Oceanside, California (N62473-19-D-2448) are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract small business set-aside for new construction, renovation and repair of fire protection system projects at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico. The maximum dollar value including the two-year base period and one three-year option period for all six contracts combined is $240,000,000. No task orders are being issued at this time. All work on these contracts will be performed at various government installations located in California (80%), Arizona (16%), Nevada (1%), Utah (1%), Colorado (1%) and New Mexico (1%). The terms of the contracts are not to exceed 60 months, with an expected completion date of June 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy and Marine Corps); and Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with 10 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded a $36,700,000 firm-fixed-price contract for fiscal 2019 U.S. Navy and foreign military sales (FMS) to Japan for the procurement of Rolling Airframe Missile (RAM) Guided Missile Launching System (GMLS) requirements. This contract combines purchases for the U.S. Navy (91%) and the government of Japan (9%) under the FMS Program. This contract is to procure material, fabricate parts, assemble, test and deliver RAM Mk 49 Mod 3 GMLSs. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. The RAM guided-missile weapon system is co-developed and co-produced under an international cooperative program between the governments of the United States and the Federal Republic of Germany. Work will be performed in Tucson, Arizona (43%); Ottobrunn, Germany (27%); Louisville, Kentucky (8%); Huntsville, Alabama (5%); San Diego, California (5%); Tulsa, Oklahoma (2%); Berryville, Arkansas (2%); and other U.S. locations below one percent (8%), and is expected to be completed by June 2021. Fiscal 2017 and 2018 shipbuilding and conversion (Navy), foreign military sales (Japan), fiscal 2019 other procurement (Navy) and non-FMS German funding in the amount of $36,700,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(4) (international agreement). The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-5404).

MIK Construction, Inc,.* Whittier, California, was awarded a maximum amount $30,000,000 indefinite-delivery/indefinite-quantity contract for plumbing, heating, and air-conditioning construction alterations, renovations, and repair projects at Naval Base Ventura County. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of plumbing, heating, and air-conditioning system installation projects. Work will be performed in Port Hueneme, California (50%) and Point Mugu, California (50%). The term of the contract is not to exceed 60 months with an expected completion date of June 2024. Fiscal 2019 operation 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. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2605). (Awarded June 27, 2019)

L.S. Black Constructors Inc., St. Paul, Minnesota, is awarded a $28,650,000 firm-fixed-price contract for Commander, Navy Installations Command (CNIC) base support consolidation of Building H1 located at the Portsmouth Naval Shipyard in Kittery, Maine. The construction project provides, but is not limited to, renovating spaces in Building H1, which was originally constructed in 1913 as a Naval Hospital and, in 1975, converted to an outpatient clinic. Renovations shall support the consolidation and configuration of space for the building occupants for facilities being demolished (H10, 241 and 235), Installation Commanding Officer and other supporting CNIC base support functions. Electrical and mechanical system and architectural finishes upgrades will be provided in the renovated areas. Structural improvements will occur within the facility at areas included in the renovation, and also at the stairways and egress pathways in order to improve compliance with fire and life safety codes. Heating systems will be repaired or replaced in areas that are being renovated, as well as the provision of upgraded lighting, power and air conditioning. Fire suppression and mass notification systems shall be upgraded and provided in areas where the deficiencies exist. Furthermore, the project will provide energy efficiency. State Historic Preservation Officer consultation and mitigation will be required for all permanent modifications made to character defining features. Work will be performed in Kittery, Maine, and is expected to be completed by October 2022. Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $28,650,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia is the contracting activity (N40085-19-C-9220).

Baldi Bros. Inc.*, Beaumont, California, is awarded $14,174,052 for firm-fixed-price task order N62473-19-F-4788 under a previously awarded multiple award construction contract (N62473-15-D-2443) for the design-bid-build repair of runways, Naval Base Ventura County, Point Mugu. The work to be performed provides for the repair of asphalt concrete and Portland cement concrete pavement. Scope also includes the mill and overlay of the runway, taxiways and apron, and the relocation of the field carrier landing practice box and rehabilitation of the existing airfield lighting. Repairs will also encompass support facilities and some full-depth reconstruction of runway and taxiway shoulders. The task order also contains three unexercised options, which if exercised would increase the cumulative task order value to $17,996,025. Work will be performed in Point Mugu, California, and is expected to be completed by July 2020. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $14,174,052 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California is the contracting activity.

Innovative Defense Technologies,* Arlington, Virginia, is awarded a $12,972,431 option under a previously awarded cost-plus-fixed-fee contract N00014-19-C-1054 for the Cloud-to-Edge development under Small Business Innovative Research project in Phase III. With the exercise of this option, it brings the value of the contract to $13,001,964. Work will be performed at the contractor's facility in Arlington, Virginia, and work is expected to be completed June 28, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,774,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source utilizing the authority of Small Business Innovative Research project Phase III. The Office of Naval Research, Arlington, Virginia, is he contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, is awarded an $11,879,270 firm-fixed-price modification to previously awarded contract M67400-18-F-0065 to exercise option year one for analytics support for III Marine Expeditionary Force and Marine Corps Installations Pacific (MCIPAC). Work will be performed in Okinawa, Japan, and is expected to be completed July 7, 2020. Fiscal 2019 operations and maintenance (Marine Corps) funding in the amount of $11,879,270 will be obligated at the time of award. The MCIPAC Regional Contracting Office, Marine Corps Base, Camp Butler, Okinawa, Japan, is the contracting activity.

Bristol Design Build Services LLC*, Anchorage, Alaska, is awarded $10,909,664 for firm-fixed-price task order N62473-19-F-4781 under a previously awarded multiple award construction contract (N62473-17-D-4636) for renovation of Michelson Laboratory, Building 00005, Wing 01 at Naval Air Weapons Station, China Lake. The work to be performed provides for complete renovation of Wing 1, Building 00005, Michelson Laboratory. The Wing 1 utility systems will also be repaired through this project. Renovation required includes American with Disabilities Act measures, interior demolition, utility upgrades, sensitive compartmented information requirements for command intelligence measures and reconfiguring interior spaces to meet mission requirements. The task order also contains one planned modification, which if awarded, would increase cumulative task order value to $10,939,842. Work will be performed in Ridgecrest, California, and is expected to be completed by January 2021. Fiscal 2019 working capital (Navy) contract funds in the amount of $10,909,664 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity

Hana Industries Inc.*, Honolulu, Hawaii, is awarded a $10,886,973 firm-fixed-price, estimated indefinite-delivery, indefinite-quantity contract for regional armed security guard services located at various installations throughout the mid-Atlantic region. The work to be performed provides for, but is not limited to, all labor, management, supervision, tools, material and equipment required to perform force protection at various installations as described in the performance work statement. Examples of services include; entry control point services, identification checks, commercial vehicle inspection and roving guard patrol. The maximum dollar value including the base period and four option years is $58,326,374. Work will be performed in various government installations located in Virginia (48%), New Jersey (27%), Massachusetts (15%), and Pennsylvania (10%). The term of the contract is not to exceed 60 months, with an expected completion date of June 2024. No funds will be obligated at time of award. Fiscal 2019 operation and maintenance (Navy) and direct cite funding in the amount of $1,516,107 will be obligated on individual task orders issued during the base period and funds will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with two proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9006).

Applied Research Associates Inc., Arlington, Virginia, is awarded a $10,871,878 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0032 to exercise option year two for continued non-lethal weapons and research and development. The work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in Arlington, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task orders as issued. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $9,756,331 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0034 to exercise option year two for continued non-lethal weapons and research and development. The work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in McLean, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task order as issued. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Applied Technology Inc., King George, Virginia, is awarded a $9,507,131 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0033 to exercise option year two for continued non-lethal weapons and research and development. The work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in King George, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task order as issued. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

American Systems Corp., Chantilly, Virginia, is awarded a $9,497,098 cost-plus fixed-fee, indefinite-delivery/indefinite-quantity modification to a previously awarded contract N00174-17-D-0031 to exercise option year two for continued non-lethal weapons and research and development. Work is for follow on services for the Joint Non-Lethal Weapons requirement for weapons, devices or munitions explicitly designed and primarily employed to incapacitate targeted personnel or materiel immediately, while minimizing fatalities, permanent injury to personnel and undesired damage to property in the target area of environment. Non-lethal weapons are intended to have reversible effects on personnel and materiel. Work will be performed in Chantilly, Virginia, and is expected to be complete by June 2020. No funds are being obligated at time of award. Funding will be obligated per individual task orders as issued. The Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

Fluke Electronics Corp., Everett, Washington, is awarded an $8,805,690 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for automated deadweight piston gauges to support the Naval Air Systems Command, Metrology and Calibration Program providing support to Navy Depot Level Calibration Laboratories. The automated deadweight piston gauges are used by Navy personnel to verify the accuracy of calibration equipment used in Navy intermediate calibration laboratories afloat. The automated deadweight piston gauges are used to verify the accuracy and precision of test instruments such as pressure gauges, pressure transducers automated pressure calibrators, portable hydraulic test stands and pressure decay test sets. Work will be performed in Everett, Washington, and is expected to be completed by June 2024. Fiscal 2019 aircraft procurement (Navy) funding in the amount of $2,592,630 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Corona Division, Corona, California, is the contracting activity (N64267-19-D-0002).

International Marine and Industrial Applicators LLC, Spanish Fort, Alabama, is awarded an $8,480,396 firm-fixed-price contract for the accomplishment of preservation and non-SUBSAFE structural repairs and maintenance on USS Michigan (SSGN 727). This contract will provide preservation, structural repairs, anode removal and safety track repair requirements. The contract will include all necessary management, material support services, labor, supplies and equipment deemed necessary to perform depot level preservation, structural repairs, anode removal, sound damping removal and safety track repairs. This contract includes options, which if exercised, would bring the cumulative value of this contract to $9,297,412. Work will be performed in Bremerton, Washington, and is expected to be completed by June 2020. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,480,396 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-19-C-0801).

Carelton Life Support Systems Inc., doing business as Cobham Mission Systems, Davenport, Iowa, is being awarded a $7,966,084 modification P00006 to a cost-plus-fixed-fee delivery order (N00421-18-F-0047) against a previously issued basic ordering agreement (N00421-17-G-0006). This modification provides for the Phase II upgrade and qualification testing of the GGU-25 oxygen concentrator on the T-45 aircraft. Work will be performed in Davenport, Iowa, and is expected to be completed in July 2021. Fiscal 2018 aircraft procurement (Navy) funds in the amount of $7,966,084 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.

Quality Roofers & Guttering, Inc.*, Jacksonville, North Carolina, is awarded $7,579,347 for firm-fixed-price task order N40085-19-F-5882 under a previously multiple award construction contract (N40085-16-D-6352) for roof replacement of multiple buildings at Marine Corps Base, Camp Lejeune and incidental related work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by June 2021. Fiscal 2019 operations and maintenance (Marine Corps) contract funds in the amount of $7,579,347 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, Mid-Atlantic, Norfolk, Virginia is the contracting activity.

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $320,000,000 modification (P00060) to domestic and Foreign Military Sales (Argentina, Djibouti, Iraq, Lebanon, Romania) contract W56HZV-09-D-0159 for procurement of Family of Medium Tactical Vehicle variants. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 24, 2021. Fiscal 2019 foreign military sales and other procurement, Army funds in the amount of $320,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Warren Michigan, is the contracting activity.

Louis Berger U.S. Inc., Washington, DC, was awarded a $110,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3009).

General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $80,052,248 cost-plus-fixed-fee contract for contractor logistics support for the Gray Eagle Block 0 Unmanned Aircraft System. One bid was via the internet with one bid received. Work will be performed in Afghanistan, and Poway, California, with an estimated completion date of June 28, 2020. Fiscal 2019 defense overseas contingency operations transfer funds in the amount of $28,888,888 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0030).

Louis Berger U.S. Inc., Washington, DC, was awarded a $75,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3008).

Louis Berger U.S. Inc., Washington, DC, was awarded a $75,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3007).

Louis Berger U.S. Inc., Washington, DC, was awarded a $75,000,000 firm-fixed-price contract to provide Temporary Emergency Power support to the Federal Emergency Management Agency. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2023. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-19-D-3006).

Melwood Horticultural Training Center Inc.,* Upper Marlboro, Maryland, was awarded a $49,736,784 firm-fixed-price contract for base operations support services. One bid was via the internet with one bid received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of June 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $4,750,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sam Houston, Texas, is the contracting activity (W9124J-19-C-0020).

American Ordnance LLC, Middletown, Iowa, was awarded a $28,862,252 modification (0003 27) to contract W52P1J-16-D-0050 for the purchase and shipment of Trinitrotoluene (TNT). Work will be performed in Middletown, Iowa, with an estimated completion date of March 31, 2022. Fiscal 2017, 2018 and 2019 procurement of ammunition, Army funds in the amount of $28,862,252 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Arsenal, Illinois, is the contracting activity.

L3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $25,918,639 firm-fixed-price contract for procurement of the Melody II Application-Specific Integrated Circuit chip. One bid was solicited with one bid received. Work will be performed in Cincinnati, Ohio, with an estimated completion date of June 30, 2021. Fiscal 2018 and 2019 procurement of ammunition, Army funds in the amount of $25,918,639 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0040).

Konecranes Nuclear Equipment and Services, New Berlin, Wisconsin, was awarded a $24,997,043 firm-fixed-price contract for furnishing a rail mounted portal crane. Bids were solicited via the internet with two received. Work will be performed in Lettsworth, Louisiana, with an estimated completion date of July 11, 2022. Fiscal 2019 civil construction funds in the amount of $24,997,043 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0055).

Grunley Construction Co. Inc., Arlington, Virginia, was awarded a $24,006,000 firm-fixed-price contract for Pentagon safety, traffic and parking improvement. Nine bids were solicited with two bids received. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 29, 2020. Fiscal 2018 and 2019 defense military construction funds in the amount of $24,006,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-19-F-0396).

Walsh Federal JV, Chicago, Illinois, was awarded a $21,823,320 firm-fixed-price contract for construction of a replacement air traffic control tower and base operations complex at Seymour Johnson Air Force Base, North Carolina. Bids were solicited via the internet with five received. Work will be performed in Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Dec. 19, 2020. Fiscal 2015, 2016 and 2019 military construction funds in the amount of $21,823,320 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-19-C-3006).

Honeywell International, Tucson, Arizona, was awarded a $16,523,132 firm-fixed-price Foreign Military Sales (Kuwait and Saudi Arabia) contract for the production of the J7 Digital Electronic Control Unit for the Abrams family of vehicles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of June 28, 2024. Fiscal 2017 and 2019 foreign military sales, Army working capital and procurement of weapons and tracked combat vehicles, Army funds in the combined amount of $16,523,132 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0501).

General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $14,569,395 cost-plus-fixed-fee contract to provide engineering and test services for the Warfighter Information Network-Tactical Increment 2 systems and equipment. One bid was solicited with one bid received. Work will be performed in Taunton, Massachusetts, with an estimated completion date of June 30, 2020.  Fiscal 2018 and 2019 research, development, test and evaluation and defense procurement funds in the combined amount of $14,569,395 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-F-0094).

Weeks Marine Inc., Covington, Louisiana, was awarded an $11,545,000 firm-fixed-price contract for Mississippi River maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of Dec. 31, 2019.  Fiscal 2019 civil operations and maintenance - recovery act - funds in the amount of $11,545,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0056).

RDZM LLC, Arlington, Virginia, was awarded an $8,388,482 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the Engineering and Manufacturing Development, Low Rate Initial Production and Full Rate Production of the 40mm HV HEDP-AB XM1176 cartridge. Bids were solicited via the internet with two received. Work will be performed in Middletown, Iowa; Stafford, Virginia; and Reading, Massachusetts, with an estimated completion date of June 27, 2025. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $4,838,556 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-C-0032).

BAE Systems Land & Armaments, San Jose, California, was awarded a $7,840,325 modification (P00105) to contract W56HZV-15-C-0099 for management and engineering efforts associated with the development of a new Technical Data Package, Interactive Electronic Technical Manual and Training Manuals for the M993A2 Multiple Launch Rocket System Carrier. Work will be performed in San Jose, California, with an estimated completion date of .June 25, 2021. Fiscal 2019 other procurement, Army funds in the amount of $7,840,325 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

General Atomics Aeronautical, Poway, California, was awarded a $7,639,948 modification (P00031) to contract W58RGZ-17-C-0035 for engineering change proposal to upgrade the Warrior Alpha Unmanned Aircraft System fleet to a Gray Eagle Block 0 UAS deployable configuration. Work will be performed in Poway, California, with an estimated completion date of Oct. 28, 2020. Fiscal 2019 other procurement, Army funds in the amount of $7,639,948 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Pentad Corp., Las Vegas, Nevada, was awarded a $7,089,054 cost-plus-fixed-fee contract for cadet mess attendant and waiter services at the United States Military Academy, West Point, New York. Four bids were solicited with four bids received. Work will be performed in West Point, New York, with an estimated completion date of July 31, 2026. Fiscal 2019 operations and maintenance Army funds in the amount of $50,794 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, West Point, New York, is the contracting activity (W911SD-19-C-0009).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $7,083,186 modification (P00196) to contract W56HZV-15-C-0095 to incorporate engineering change proposal OSKW8599 (Noise Reduction-Muffler) into the baseline configuration of the Joint Light Tactical Vehicle family of vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; procurement Marine Corps; and other procurement, Army funds in the combined amount of $7,083,186 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Remote Diagnostic Technologies LLC, Huntsville, Alabama, has been awarded a maximum $100,000,000 firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract for patient monitoring systems, accessories and training. This is a five-year base contract with one five‐year option period. This was a competitive acquisition with 36 responses received. Location of performance is New York and Alabama, with a June 27, 2024 performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1‐19‐D‐0015).

American Water Operations and Maintenance, LLC, Voorhees, New Jersey, has been awarded a maximum $12,781,363 modification (P00149) to a 50‐year contract (SP0600‐08‐C‐8257) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Polk, Louisiana. This is a fixed‐price with prospective‐price‐redetermination contract. Locations of performance are Louisiana and New Jersey, with a Jan. 31, 2059, performance completion date.  Using military service is Army. Type of appropriation is fiscal 2019 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Polk, Louisiana.

AIR FORCE

The Boeing Company, Seattle, Washington, has been awarded a $70,968,876 firm-fixed price modification to previously awarded contract FA8625-11-C-6600 for a previously established option for KC-46 interim contractor support year three. Work will be managed out of Seattle, Washington, and is expected to be completed by June 27, 2020. Fiscal 2017 procurement funds in the amount of $70,968,876 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Raytheon, El Segundo, California, has been awarded a $47,676,543 cost-plus-incentive-fee contract for next generation application specific integrated circuit Preliminary Design Review (PDR). This contract provides for the design, develop and test of modernized Global Positioning System receivers that are intended for future military applications to the PDR level. Work will be performed in El Segundo, California, and is expected to be completed by December 2020. This award is the result of a sole-source acquisition. Fiscal 2019 research and development funds in the amount of $19,300,000 are being obligated at time of award. The Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity (FA8807-19-C-0002).

Lockheed Martin Space, Sunnyvale, California, has been awarded a $15,915,000 modification (P00770) to previously awarded contract F04701-02-C-0002 for Advanced Extremely High Frequency (AEHF). The contract modification is to make changes to the AEHF Mission Planning Element software to provide capability improvements. Work will be performed at Sunnyvale, California, and is expected to be completed by June 30, 2020. Fiscal 2017 space procurement appropriation in the amount of $15,915,000 is being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Med-Eng LLC., Ogdensburg, New York, has been awarded an $11,500,000 ceiling increase modification (P00002) from previously awarded contract FA8051-18-D-0001 for the delivery of a full bomb suit ensemble and associated accessories for explosive ordinance disposal personnel. This modification raises the price ceiling from $15,000,000 to $26,500,000. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by March 2023. No funds are being obligated with the modification. The 772d Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity.

L3 Interstate Electronics Corp., Anaheim, California, has been awarded a $9,304,622 cost-plus-incentive-fee modification (P00115) to previously awarded contract FA8807-12-C-0011 for military Global Positioning System (GPS) user equipment. The contract modification is for the design, develop and test of modernized GPS receivers that are intended for future military applications. This modification will increase the value of the contract from $150,149,714 to $159,454,336. Work will be performed at Anaheim, California, and is expected to be completed by June 2020. Fiscal 2019 research and development funds in the amount of $2,200,000 are being obligated at time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Northrop Grumman Systems Corp., doing business as Northrop Grumman Mission Systems, San Diego, California, is being awarded a $7,181,433 modification (P00020) to previously awarded contract FA8726-18-C-0005 for design, integration and procurement of sufficient quantities of situational awareness data link, external time reference for the Battlefield Airborne Communications Node fleet. This modification will increase the contract value from $342,956,962 to $350,138,395. Work will be performed in San Diego, California and multiple international sites, and is expected to be complete on Jan. 23, 2020. Fiscal 2017 procurement and fiscal 2019 operations and maintenance funds in the amount of $7,181,433 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BAE Systems Information and Electronic Systems Integration Inc., Merrimack, New Hampshire, was awarded a modification (P00002) to exercise an option totaling $8,357,557 to previously awarded contract HR0011-19-C-0016 for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $12,765,168 from $4,407,611. Work will be performed in Merrimack, New Hampshire; North Billerica, Massachusetts; Cambridge, Massachusetts; Atlanta, Georgia; and Marion, Illinois, with an expected completion date of September 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $4,500,000 are being obligated at time of award. The Defense Advanced Research Projects Agency (DARPA), Arlington, Virginia, is the contracting activity.

 

*Small business