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 Some of the information contained within may be outdated and links may not function.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 Sept. 23, 2020

AIR FORCE

Amazon Web Services Inc., Seattle, Washington (FA8612-20-D-0065); Anduril Industries Inc., Irvine, California (FA8612-20-D-0066); Colorado Engineering Inc., Colorado Springs, Colorado (FA8612-20-D-0067); Edgy Bees Inc., Palo Alto, California (FA8612-20-D-0068); Environmental Systems Research Institute Inc., Redlands, California (FA8612-20-D-0069); Global C2 Integration Technologies LLC, Las Vegas, Nevada (FA8612-20-D-0070); General Atomics Aeronautical Systems Inc., Poway, California (FA8612-20-D-0054); Grey Wolf Aerospace LLC, Delaware, Ohio (FA8612-20-D-0071); Kratos Technology and Training Solutions Inc., San Diego, California(FA8612-20-D-0055); LinQuest Corp., Los Angeles, California (FA8612-20-D-0056); Oddball Inc., Washington, D.C. (FA8612-20-D-0058); Red River Technology LLC, Claremont, New Hampshire (FA8612-20-D-0073); SES Government Solutions Inc., Reston, Virginia (FA8612-20-D-0074); Venator Solutions LLC, San Diego, California (FA8612-20-D-0063); and VivSoft Technologies LLC, Brambleton, Virginia (FA8612-20-D-0075), have been awarded a $950,000,000 ceiling in indefinite-delivery/indefinite-quantity contracts to compete for future efforts associated with the maturation, demonstration and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control.  These contracts provide for the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms.  Work will be performed at locations determined at the contract direct order level and is expected to be complete by May 28, 2025.  Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a $90,000,104 not-to-exceed, firm-fixed-price, undefinitized contract modification (P00003) to contract FA8620-20-F-4837 for engineering, procurement and fabrication, which will result in Phase One modification to the mission aircraft.  Work will be performed in Greenville, Texas, and is expected to be completed by Oct. 31, 2023.  This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition.  FMS funds in the amount of $44,100,031 are being obligated at the time of award.  The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Alion Science and Technology Corp., McLean, Virginia, has been awarded a $40,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for information technology services.  This contract provides for support with the enterprise protection risk management, utilizing the information technology application/software, countermeasures risk analysis software.  The support will assess risk and implement countermeasures to mitigate the compromise, loss, unauthorized access/disclosure, destruction, distortion or non-accessibility of mission-related assets.  Work will be performed in McLean, Virginia, and is expected to be complete by Sept. 24, 2025.  This award is the result of a sole-source acquisition.  Fiscal 2020 operations and maintenance funds in the amount of $352,000 are being obligated on the first task order at the time of award.  Air Force District of Washington, Air Force Enterprise Support Division, Joint Base Andrews, Maryland, is the contracting activity (FA7014-20-D-0002).

Parsons Government Services Inc., Huntsville, Alabama, has been awarded a $39,934,030 contract for the Mine-Resistant Ambush Protected (MRAP) Recovery of Airbase Denied by Ordnance (RADBO) vehicle.  The contract provides for 13 fully operational MRAP RADBO systems (Cougar, Laser, and Arm) and three spares systems that will provide the warfighter with the ability to effectively identify, disarm and clear unexploded ordnance from an airfield while inside an MRAP Cougar (CAT1A1) vehicle, with little to no collateral damage.  Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2023.  This award is the result of a sole-source acquisition.  Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-20-C-0001).

General Electric Co., Cincinnati, Ohio, has been awarded a $23,472,820 firm-fixed-price, requirements-type contract with a five-year year ordering period for the remanufacture of the F108 Module 13/15 low pressure turbine union assembly.  Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 22, 2025.  This contract is the result of a competitive acquisition and three offers were received.  Defense agencies working capital funds will be made available at the issuing of delivery orders against this contract.  Air Force Sustainment Center, Tinker, Air Force Base, Oklahoma, is the contracting activity (FA8122-20-D-0007).

Northrop Grumman Systems Corp., Herndon, Virginia, will be awarded a $22,990,520 cost-plus-fixed-fee task order for the Intercontinental Ballistic Missile (ICBM) Operational Software Sustainment program.  This contract provides a capability to correct existing software deficiencies, implements changes in Minuteman operational software domains and maintains the ICBM operational software update capability.  Work will be performed at Hill Air Force Base, Utah; Huntington Beach, California; Colorado Springs, Colorado; and Space Park, California, and is expected to be completed by Sept. 30, 2022.  This award is a sole-source task order.  The total cumulative face value of the contract is $22,990,520 for a base and one option year.  Fiscal 2020 operations and maintenance funds will be used with no funds being obligated at the time of award.  Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8204-20-F-0079).

M1 Support Services, Denton, Texas, has been awarded a $12,244,288 firm-fixed-price modification (A00046) to contract FA3002-15-C-0006 for trainer maintenance services.  Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed by Sept. 30, 2021.  This action is to exercise Option Period Six.  The total cumulative face value of the contract.  Fiscal 2020 operations and maintenance funds will be used with no funds being obligated at the time of award.  The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, has been awarded a $9,947,644 delivery order against contract FA2521-16-D-0010 for serviceable components and subsystems for instrumentation tracking systems, world-wide for both foreign and domestic government agencies to include radars, telemetry and optical instrumentation tracking systems.  The contract delivery order is for Eglin Radar Transmitter Replacement Project – First Article, for the Space and Missile System Center Space Superiority Systems Directorate.  Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Dec. 31, 2021.  Fiscal 2020 operations and maintenance funds will be used with none being obligated at the time of award.  The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

American Water Military Services LLC, Camden, New Jersey, has been awarded a $771,347,903 fixed-price with economic-price-adjustment contract for the ownership, operation and maintenance of the water and wastewater utility systems at Joint Base Lewis-McChord, Washington.  This was a competitive acquisition with 11 responses received.  This is a 50-year contract with no option periods.  Locations of performance are Washington and New Jersey, with a Sept. 30, 2071, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2071 Army operations and maintenance funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-20-C-8330).

Noble Sales Co., Inc.,* doing business as Noble Supply and Logistics, Rockland, Massachusetts, has been awarded a maximum $93,000,000 indefinite-delivery/indefinite-quantity bridge contract for facility maintenance, repair and operations supplies and related incidental services.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a 300-day contract with no option periods.  Locations of performance are Massachusetts and Northern Europe, with a July 19, 2021, ordering period end date.  Using customers are Army, Navy, Air Force, Marine Corps and North American Treaty Organization.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Europe and Africa, Kaiserslautern, Germany (SPE5B1-20-D-0005).

SRCTec LLC, Syracuse, New York, has been awarded a maximum $93,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for hardware spare and repair components of the AN/TPQ-50 Counterfire Target Acquisition Radar System.  This was a competitive acquisition with one response received.  This is a five-year base contract with one five-year option period.  Location of performance is New York, with a Sept. 23, 2025, ordering period end date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2025 Army working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0056).

Simmonds Precision Products Inc., Vergennes, Vermont, has been awarded a maximum $50,182,405 firm-fixed-price, requirements contract for control data analysis.  This was a competitive acquisition with one response received.  This is a five-year contract with no option periods.  Location of performance is Vermont, with a Sept. 22, 2025, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2025 Army working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0066).

Thales Components Corp., Piscataway, New Jersey, has been awarded a maximum $21,494,100 firm-fixed-price, definitive contract for traveling wave tubes.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a one-year contract with no option periods.  Locations of performance are New Jersey and France, with a March 30, 2021, performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA3-20-C-0002).

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a maximum $15,172,684 firm-fixed-price definitive contract for the Voice Control Panel Matrix on the Minuteman III weapon system.  This was a sole-source acquisition using justification 10 U.S.Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a 31-month contract with no option periods.  Location of performance is Colorado, with an April 23, 2023, performance completion date.  Using military service is Air Force. Type of appropriation is fiscal 2020 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA2-20-C-0005).

Simmonds Precision Products, Vergennes, Vermont, has been awarded a $43,347,590 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electro-mechanical helicopter actuators.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1.  This is a one-year base contract with four one-year options periods.  Location of performance is Vermont with a Sept. 22, 2021, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2021 Army working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-20-D-0073). (Awarded Sept. 22, 2020)

Ham Produce and Seafood Inc.,* Honolulu, Hawaii, has been awarded a $9,900,000 modification (P00003) to contract SPE302-20-D-P004 to lift a stop work order.  This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables.  Location of performance is Hawaii, with a Sept. 29, 2023, ordering period end date.  Using customer is Defense Department.  Type of appropriation is fiscal 2020 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support Indo-Pacific, Joint Base Pearl Harbor-Hickam, Honolulu, Hawaii. (Awarded Sept. 3, 2020).

ARMY

Kokosing Alberici LLC, Westerville, Ohio, was awarded an $111,259,000 firm-fixed-price contract for construction of new upstream approach walls at the Soo Lock Complex, Sault Ste. Marie, Michigan.  Bids were solicited via the internet with three received.  Work will be performed in Sault Ste. Marie, Michigan, with an estimated completion date of Oct. 16, 2023.  Fiscal 2020 civil construction funds in the amount of $111,259,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-20-C-0018).

Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $104,979,350 firm-fixed-price contract for dredging in Duval County, Florida.  Bids were solicited via the internet with two received.  Work will be performed in Jacksonville, Florida, with an estimated completion date of Oct. 15, 2022.  Fiscal 2017, 2019 and 2020 civil construction funds; 2020 civil operations and maintenance funds; and 2020 non-federal funds in the amount of $104,979,350 were obligated at the time of the award.  U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0010).

HGL-APTIM JV LLC,* Reston, Virginia, was awarded a $43,138,765 firm-fixed-price contract for environmental remediation activities at Hill Air Force Base.  Bids were solicited via the internet with four received.  Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Sept. 22, 2030.  Fiscal 2020 revolving funds in the amount of $43,138,765 were obligated at the time of the award.  U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-20-C-0014).

BAE Systems Land and Armaments L.P., San Jose, California, was awarded a $39,754,114 modification (P00147) to contract W56HZV-15-C-0099 for engineering, logistics and fielding support for the Multiple Launch Rocket System Carrier.  Work will be performed in San Jose, California, with an estimated completion date of Sept. 29, 2023.  Fiscal 2020 weapons and tracked combat vehicle procurement (Army) funds in the amount of $39,754,114 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Breeze-Eastern LLC, Whippany, New Jersey, was awarded a $25,792,268 firm-fixed-price contract for the maintenance and overhaul of the winch, aircraft mounted.  Bids were solicited via the internet with one received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2025.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0582).

StructSure Projects Inc., Kansas City, Missouri, was awarded a $23,766,565 firm-fixed-price contract for design and construction facility restoration of an Army Reserve Center.  Bids were solicited via the internet with six received.  Work will be performed in North Little Rock, Arkansas, with an estimated completion date of April 23. 2023.  Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $23,766,565 were obligated at the time of the award.  U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0044).

American Ordnance LLC, Middletown, Iowa, was awarded a $20,000,000 modification (P00003) to contract W52P1J-19-F-0370 to design a long-range precision artillery production line at Iowa Army Ammunition Plant.  Work will be performed in Middletown, Iowa, with an estimated completion date of Jan. 31, 2022.  Fiscal 2020 procurement of ammunition (Army) funds in the amount of $20,000,000 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Orion Marine Construction Inc., Tampa, Florida, was awarded a $15,855,250 firm-fixed-price contract for dredging in Galveston County, Texas.  Bids were solicited via the internet with two received.  Work will be performed in Galveston, Texas, with an estimated completion date of Oct. 20, 2021.  Fiscal 2017, 2018, 2019 and 2020 civil operations and maintenance funds in the amount of $15,855,250 were obligated at the time of the award.  U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0033).

Knight's Armament Co.,* Titusville, Florida, was awarded a $13,480,110 firm-fixed-price contract for the M110 semiautomatic sniper system and various M110 configurations.  Bids were solicited via the internet with one received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2025.  U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-D-0044).

AirTronic USA LLC,* Spring Branch, Texas, was awarded a $13,322,593 firm-fixed-price contract for Precision Shoulder-fired Rocket Launchers, VirTra 100 shooting simulators, installation and training.  Bids were solicited via the internet with one received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2025.  U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-20-D-0045).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $11,101,830 modification (P00406) to contract W56HZV-15-C-0095 to retrofit mufflers, forward facing cameras, rear-door transparent armor and muffler robustness 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 Sept. 23, 2021.  Fiscal 2019 and 2020 Marine Corps procurement funds in the amount of $11,101,830 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Kinsley Construction Inc., York, Pennsylvania, was awarded a $9,992,147 firm-fixed-price contract for construction of an administrative facility for Aeromedical Evacuation Squadron located at Joint Base Andrews.  Bids were solicited via the internet with six received.  Work will be performed in at Joint Base Andrews, Maryland, with an estimated completion date of April 5, 2022.  Fiscal 2020 military construction (Air Force Reserve) funds in the amount of $9,992,147 were obligated at the time of the award.  U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0049).

Raytheon Co., Tucson, Arizona, was awarded a $9,776,331 modification (P00007) to contract W15QKN-19-C-0017 for to procure Excalibur Ib projectiles.  Work will be performed in Healdsburg, California; Karlskoga, Sweden; East Camden, Arizona; Cedar Rapids, Iowa; Plymouth, United Kingdom; Cincinnati, Ohio; Glenrothes, United Kingdom; Salt Lake City, Utah; Joplin, Missouri; Gilbert, Arizona; Lansdale, Pennsylvania; Santa Clara, California; Woodridge, Illinois; Trenton, Texas; Valencia, California; Cookstown, New Jersey; Phoenix, Arizona; Anniston, Alabama; Chino, California; Inglewood, California; Tucson, Arizona; McAlester, Oklahoma; and Farmington, New Mexico, with an estimated completion date of Dec. 31, 2022.  Fiscal 2020 other procurement (Army) funds in the amount of $9,776,331 were obligated at the time of the award.  U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded an $8,092,700 firm-fixed-price contract for dredging Morehead City Harbor.  Bids were solicited via the internet with two received.  Work will be performed in Brunswick, Georgia; and Savannah, Georgia, with an estimated completion date of July 31, 2021.  Fiscal 2019 and 2020 civil operations and maintenance funds in the amount of $8,092,700 were obligated at the time of the award.  U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-20-C-0030).

General Dynamics Information Technology, Fairfax, Virginia, was awarded a $7,913,730 modification (P00010) to contract W52P1J-19-F-0727 for logistical staff augmentation support throughout the Central Command area of responsibility.  Work will be performed in Bagram, Afghanistan; and Kuwait City, Kuwait, with an estimated completion date of Sept. 25, 2021.  Fiscal 2020 operations and maintenance (Army) funds in the amount of $4,716,991 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY

BAE Systems Land and Armaments L.P., Armament Systems Division, Louisville, Kentucky, is awarded an $80,384,866 firm-fixed-price, cost-plus-fixed-fee modification to previously awarded contract N00174-19-C-0004 for five overhauled/upgraded MK45 Mod 4 Gun mounts and their associated components.  Work will be performed in Louisville, Kentucky, and is expected to be completed by June 2025.  Fiscal 2020 shipbuilding and conversion (Navy; 60%); and fiscal 2019 shipbuilding and conversion (Navy; 40%), funding in the amount of $80,384,866 will be obligated at time of award and not expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

Lockheed Martin Sippican Inc., Marion, Massachusetts, is awarded a $72,171,182 firm-fixed-price, cost-plus-fixed-fee and cost only modification to previously awarded contract N00024-16-C-6412 to exercise options for the production of MK 48 Mod 7 Heavyweight guidance and control sections, upgrade Common Broadband Advanced Sonar System kits and torpedo equipment and support.  This modification combines purchases for the Navy (87%); and the governments of Australia (7%); Taiwan (5%); and Turkey (1%) under the Foreign Military Sales (FMS) program.  Work will be performed in Marion, Massachusetts (81%); Braintree, Massachusetts (18%); and Lemont Furnace, Pennsylvania (1%), and is expected to be completed by December 2023.  Fiscal 2020 weapons procurement (Navy; 86%); FMS and Armament Cooperative Program (13%); and fiscal 2018 weapons procurement (Navy; 1%), funding in the amount of $72,171,182 will be obligated at the time of award, of which, $180,003 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $52,761,020 modification (P00097) to previously awarded firm-fixed-price contract N00019-14-C-0050.  This modification procures support equipment and additional spares in support of VH-92A aircraft Lot II low rate initial production.  Work will be performed in Stratford, Connecticut (70%); Woodland, Washington (17%); Owego, New York (9%); and Cedar Rapids, Iowa (4%), and is expected to be completed by December 2022.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $52,761,020 will be obligated at the 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.

Skookum Educational Programs, Bremerton, Washington, is being awarded a $40,327,106 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for facility maintenance services including janitorial services, grounds maintenance, facility investment, pest control, regulated medical waste, chemical toilets, pavement clearance, lighting maintenance and warehousing services.  After award of this option, the total cumulative contract value will be $111,812,749.  Work will be performed in the NAVFAC Northwest AOR, including but not limited to, Washington (96%); Idaho (1%); Minnesota (1%); Montana (1%); and Oregon (1%).  This option period is from October 2020 to September 2021.  No funds will be obligated at time of award.  Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $33,201,547 for recurring work will be obligated on individual task orders issued during the option period.  The contract was awarded under the AbilityOne program, Federal Acquisitions Regulation Part 8.7, Acquisition from Non-Profit Agencies Employing People Who Are Blind or Severely Handicapped.  Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-18-D-5009).

Skookum Educational Programs, Bremerton, Washington, is awarded a $31,157,545 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three for base operations support services at various installations in the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment and environmental services for base operations support services.  After award of this option, the total cumulative contract value will be $119,425,916.  Work will be performed at various installations in the NAVFAC Northwest AOR, including but not limited to, Washington (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); North Dakota (1%); Oregon (1%); South Dakota (1%); and Wyoming (1%).  This option period is from October 2020 to September 2021.  No funds will be obligated at time of award.  Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $23,270,333 will be obligated on individual task orders issued during the option period.  The contract was awarded under the AbilityOne program, Federal Acquisitions Regulation Part 8.7, Acquisition from Non-Profit Agencies Employing People Who Are Blind or Severely Handicapped.  Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4039).

Clark Construction Group LLC, Bethesda, Maryland, is awarded an $18,372,142 firm-fixed-price contract for construction of a taxiway at Joint Base Andrews, Maryland.  The work to be performed will construct a new taxiway utilizing economical construction methods to satisfy operational and mission requirements at Joint Base Andrews, Maryland.  Construction includes demolition of existing pavement, construction of storm water management facilities, taxiway lighting, site preparation, full depth concrete pavement with asphalt shoulders and all other supports necessary to make a complete and usable taxiway.  Work will be performed in Camp Springs, Maryland, and is expected to be completed by January 2022.  Fiscal 2018 other procurement (Air Force) contract funds in the amount of $18,372,142 are obligated on this award and will expire at the end of the current fiscal year.  Pursuant to Federal Acquisitions Regulation 6.302-1(a)(2)(iii), which authorizes the use of other than full and open competition when there is only one available source, this contract was sole-sourced to Clark Construction Group LLC, because of their uniquely qualified and position to perform the required work.  Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-20-C-0024).

Raytheon Integrated Defense Systems, Tewksbury, Massachusetts, is awarded a $17,024,177 firm-fixed-price modification to previously awarded order N00024-20-F-5518 under basic ordering agreement N00024-18-G-5501 for dual band radar spares in support of DDG 1000.  Work will be performed in Tewksbury, Massachusetts (50%); Andover, Massachusetts (27%); Portsmouth, Massachusetts (14%); and Marlborough, Massachusetts (9%), and is expected to be completed by July 2024.  Fiscal 2020 shipbuilding and conversion (Navy; 94%); fiscal 2020 operations and maintenance (Navy; 3%); fiscal 2020 other procurement (Navy; 2%); fiscal 2019 other procurement (Navy; less than 1%); and fiscal 2018 other procurement (Navy; less than 1%), funding in the amount of $17,024,177 will be obligated at time of award, of which, funds in the amount of $542,009 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Niking Corp.,* Wahiawa, Hawaii, is awarded a $16,406,600 firm-fixed-price contract for construction of a new entry control point (ECP) facility and security improvements at the perimeter gate on Mokapu Road, Marine Corps Base, Hawaii.  The work to be performed includes construction of a new ECP facility and security improvements to meet anti-terrorism/force protection requirements.  The ECP facilities will include an overwatch tower and station, generator/toilet/communications building, gate/controls house with a guard booth and canopy and a privately-owned-vehicle inspection area with canopy.  Work will be performed in Kaneohe, Hawaii, and is expected to be completed by January 2022.  Fiscal 2018 military construction (Navy) contract funds in the amount of $16,406,600 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the beta.SAM.gov website with four proposals received.  Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-20-C-1304).

Hydroid Inc., Pocasset, Massachusetts, is awarded a $16,301,288 modification to previously awarded indefinite-delivery/indefinite-quantity contract N00174-19–D-0010 to exercise option year one for engineering support and training services for the MK 18 Family of Systems (FOS) – Unmanned Underwater Vehicle systems.  Work will be performed in Pocasset, Massachusetts, and is expected to be completed by September 2021.  No funding is being obligated at modification award but according to future task orders.  The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

Diversified Service Contracting Inc., Dunn, North Carolina, is awarded a $15,871,115 firm-fixed-price modification for the exercise of an option for the base operating support services contract at Naval Air Station Patuxent River, Maryland.  The work to be performed provides for recurring and non-recurring facility maintenance, janitorial services, pest control services, grounds maintenance, sweeping and snow removal, base support vehicles and equipment.  After award of this option, the total cumulative contract value will be $117,616,402.  Work will be performed in Patuxent River, Maryland, and is expected to be completed by September 2021.  Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $6,582,754 are obligated on this award and will not expire at the end of the current fiscal year.  This award is issued under Federal Acquisition Regulation Part 6.302-2 Unusually and Compelling Urgency.  The purpose of this modification is to ensure critical services continue as the agency responds to a post-award protest on the re-procurement of this contract.  No funds will be obligated at the time of award.  Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity (N40080-11-D-3020).

North Star Scientific Corp.,* Kapolei, Hawaii, is awarded a $13,211,025 cost-plus-fixed-fee, firm-fixed-price order (N68335-20-F-0003) against previously issued basic ordering agreement N68335-19-G-0037.  This order provides for continued research and development efforts for Small Business Innovation Research (SBIR) products for the High Gain Ultra High Frequency Electronically Scanned Antenna under SBIR topic N06-125 titled, “L-Band Solid-State High Power Amplifier for Airborne Platforms.”  Further development and research efforts will provide one prototype radar transceiver assembly, one high power balanced amplifier, and various laboratory and radome parts.  Additionally, it will provide data deliverables to include technical reports and hardware design descriptions.  Work will be performed in Kapolei, Hawaii (76%); Stockton, California (12%); San Diego, California (6%); Newark, Delaware (3%); and San Ramon, California (3%), and is expected to be completed by September 2022.  Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $5,279,534; and fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $7,931,491 will be obligated at time of award, $7,931,491 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, is awarded a $10,550,368 firm-fixed-price order (N68335-20-F-0809) against previously issued basic ordering agreement N68335-19-G-0013.  This order procures hardware components for 30 Unmanned Aerial Vehicle Common Automatic Recovery System version 2 tracking subsystems for the Fire Scout Unmanned Aerial Vehicle in support of Webster Outlying Field Air Traffic Control and Landing Systems Division.  Work will be performed in Sparks, Nevada, and is expected to be completed by September 2022.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $3,516,789; fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,923,505; and fiscal 2020 aircraft procurement (Navy), funds in the amount of $2,110,074 will be obligated at time of award, $3,516,789 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is awarded an $8,890,000 firm-fixed-price modification to previously awarded contract N00024-20-C-5503 to exercise options for increased low rate initial production quantities of Surface Electronic Warfare Improvement Program AN/SLQ-32C(V)6.  Work will be performed in Liverpool, New York (78%); and Lansdale, Pennsylvania (22%), and is expected to be completed by January 2022.  Fiscal 2020 other procurement (Navy) funding in the amount of $8,890,000 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, D.C. is the contracting activity.

L-3 Technologies Inc. KEO, a subsidiary of L3Harris Technologies Inc., Northampton, Massachusetts, was awarded a cost-plus fixed-fee contract with a potential value of $7,952,871 with options.  This effort is to procure Multi-Function Mast (OE-538B) Antenna Group and upgrade kits as a second source.  The Navy requires delivery of first antenna within 18 months of contract award and the second antenna within 24 months of contract award.  This contract includes options for engineering services and provisional items required to support installations, repairs and sustainment, and if exercised, would bring the cumulative value of this contract to an estimated $7,952,871.  If all options are exercised, work could continue until August 2024.  Work will be performed in Northampton, Massachusetts, with an expected completion date of August 2024.  Fiscal 2020 other procurement (Navy) funds in the amount of $6,452,871 will be obligated at the time of award.  Contract funds will not expire at the end of the current fiscal year.  This contract is awarded as a sole-source under the under the authority of 10 U.S. Code 2304(c)(3) - "Industrial Mobilization; Engineering, Development or Research Capability or Expert Services."  The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-20-C-0030). (Awarded Sept. 21, 2020)

*Small business