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 Some of the information contained within may be outdated and links may not function.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. 19, 2018

DEFENSE LOGISTICS AGENCY

Coast Citrus Distributors,* San Diego, California, has been awarded a maximum $456,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is California, with a Sept. 18, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Department of Agriculture schools. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-18-D-P326).

Bethel Industries, Inc.** Jersey City, New Jersey, has been awarded a maximum $65,320,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant trousers for the Army Combat Uniform. This was a competitive acquisition with 12 responses received. This is an 18-month base contract with one one-year option period. Maximum dollar amount is for the life of the contract, including the option. Location of performance is New Jersey, with a March 18, 2021, estimated performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-18-D-1087).

Raytheon Co., El Segundo, California, has been awarded a maximum $35,516,020 firm-fixed-priced delivery order (SPRPA1-18-F-C306) against a five-year basic ordering agreement (SPRPA1-17-G-C301) for spare parts in support of the APG-79 Radar 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 three-year contract with no option periods. Location of performance is California, with a July 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Spacelabs Healthcare Inc., Snoqualmie, Washington, has been awarded a maximum $13,460,681 modification (P00115) exercising the ninth one-year option period of a one-year base contract (SPM2D1-09-D-8351) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington, with an Oct. 7, 2019, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $7,275,000 modification (P00082) to a five-year contract (SPRPA1-14-D-002U), with one five-year option period adding one National Stock Number for F-15E Aircraft Joint Helmet Mounted Cueing System Moveable Canopies. This is a fixed-price, requirements contract. Location of performance is Missouri, with a Nov. 30, 2023, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. 

DEFENSE THREAT REDUCTION AGENCY

Culmen International LLC, Alexandria, Virginia (HDTRA1-18-D-0010), is being awarded an indefinite-delivery/indefinite-quantity (IDIQ), single-award services contract with a maximum ceiling of $150,000,000, including the base period and option period, for the Cooperative Threat Reduction (CTR) program. The mission of the CTR Program is to partner with willing countries to reduce threat from weapons of mass destruction and related materials, technologies, facilities, and expertise.  The work will be performed at various locations throughout the world.  Task Orders issued under the IDIQ may be for a duration of one year past the last ordering date of the contract.  Funding will be obligated for each task order and no funding will be obligated on the basic IDIQ contract, which has an estimated completion date of Sept. 17, 2023. This requirement was solicited as a full and open competition on www.fedbizzopps.gov; the contract was competitively procured via solicitation HDTRA1-17-R-0027; the government received two offers.  The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity. (Awarded Sept. 18, 2018)

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $132,267,899 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 for engineering services to support the AN/BVY-1 Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (50 percent); Syracuse, New York (25 percent); Virginia Beach, Virginia (15 percent); Northampton, Massachusetts (5 percent); Arlington, Virginia (2 percent); Fairfax, Virginia (2 percent); and Newport, Rhode Island (1 percent), and is expected to be completed by September 2022. Fiscal 2015, 2016, 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2016, 2017 and 2018 other procurement (Navy); and fiscal 2017 research, development, test and evaluation funding in the amount of $11,495,590 will be obligated at time of award, and $189,044 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

R.A. Burch Construction Co. Inc.,* Ramona, California, is awarded a $46,480,700 firm-fixed-price contract for Fighter/Attack-18 aircraft avionics repair facility replacement at Naval Air Station Lemoore.  The work to be performed provides for the design and construction of an avionics repair facility.  The facility will include clean room, generator test lab, work rooms, repair shops, material and production control, storage, loading dock, office, and administration areas.  The contract also contains one unexercised option and two planned modifications, which if exercised, would increase cumulative contract value to $47,130,635.  Work will be performed in Lemoore, California, and is expected to be completed by February 2021.  Fiscal 2018 military construction (Navy) contract funds in the amount of $46,480,700 are obligated on this award; of which $29,074,903 will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with nine proposals received.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-18-C-2201).

G2 Software Systems Inc., San Diego, California, is awarded a $33,597,580 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide Network Management Reference Implementation Laboratory software research and development, systems engineering, logistics, and test support. Support includes integrated logistics, radar signal processing, radio frequency data acquisition, graphical user interface design, and onsite technical assistance and security. This is one of five multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the potential value of this contract to an estimated $105,534,600. All work will be performed in San Diego, California, and work is expected to be completed Sept.18, 2020.  If the two option periods are exercised, the period of performance will extend through Sept. 18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via request for proposal N66001-17-R-0154 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Five offers were received and five were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0318).

Frontier Technology, Inc.,* Beavercreek, Ohio, is awarded $32,372,531 for cost-plus-fixed-fee delivery order N6833518F0149 against a previously issued basic ordering agreement (N6833516G0014).  This order provides for technical services in support of a Small Business Innovation Research (SBIR) Phase III effort.  These services are in support of SBIR Topics N07-010 entitled “Advanced Prognostic and Health Management and Model Based Prognostic Useful Life Remaining Capabilities for Aircraft Tactical Information and Communication Systems”; and N132-096 entitled “Innovative Data Anomaly Detection and Transformation for Analysis Applications.”  Work will be performed in San Diego, California (50 percent); and Norfolk, Virginia (50 percent), and is expected to be completed in September 2022.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $1,800,000 are being obligated at time of award, all 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.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $30,282,347 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide Network Management Reference Implementation Laboratory software research and development, systems engineering, logistics, and test support. Support includes integrated logistics, radar signal processing, radio frequency data acquisition, graphical user interface design, and onsite technical assistance and security. This is one of five multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the potential value of this contract to an estimated $95,330,719. All work will be performed in San Diego, California, and is expected to be completed Sept.18, 2020. If the two option periods are exercised, the period of performance will extend through Sept.18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0154 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Five offers were received and five were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0315).

Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $29,535,487 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide Network Management Reference Implementation Laboratory software research and development, systems engineering, logistics, and test support. Support includes integrated logistics, radar signal processing, radio frequency data acquisition, graphical user interface design, and onsite technical assistance and security. This is one of five multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the potential value of this contract to an estimated $92,230,536. All work will be performed in San Diego, California, and work is expected to be completed Sept.18, 2020. If the two option periods are exercised, the period of performance will extend through Sept. 18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0154 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Five offers were received and five were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0316).

Integration Innovation Inc., Huntsville, Alabama, is awarded a $27,419,256 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide Network Management Reference Implementation Laboratory software research and development, systems engineering, logistics, and test support. Support includes integrated logistics, radar signal processing, radio frequency data acquisition, graphical user interface design, and onsite technical assistance and security. This is one of five multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the potential value of this contract to an estimated $85,565,802. All work will be performed in San Diego, California, and work is expected to be completed Sept.18, 2020.If the two option periods are exercised, the period of performance will extend through Sept. 18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0154 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Five offers were received and five were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0405).

Scientific Research Corp., Atlanta, Georgia, is awarded a $25,760,035 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple-award contract for engineering services to provide Network Management Reference Implementation Laboratory software research and development, systems engineering, logistics, and test support. Support includes integrated logistics, radar signal processing, radio frequency data acquisition, graphical user interface design, and onsite technical assistance and security. This is one of five multiple award contracts. All awardees will have the opportunity to compete for task orders during the ordering period. This two-year contract includes two, two-year option periods which, if exercised, would bring the potential value of this contract to an estimated $81,155,909. All work will be performed in San Diego, California, and work is expected to be completed Sept.18, 2020. If the two option periods are exercised, the period of performance will extend through Sept. 18, 2024. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); and other procurement (Navy). This contract was competitively procured via Request for Proposal N66001-17-R-0154 which was published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Five offers were received and five were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-18-D-0317).

Solpac Construction, doing business as Soltek Pacific Construction Inc., San Diego, California, is awarded $24,597,000 for firm-fixed-price task order N6247318F5341 under a previously awarded multiple award construction contract (N62473-17-D-0821) for the design and construction of the Special Operations Forces Desert Warfare Training Center at Marine Corps Air Station, Camp Billy Machen.  The project also includes two explosive storage magazines.  The facilities will support a variety of functions including operational gear storage, applied instruction, administrative, and berthing.  A road connecting the facility to the explosive magazine and all pertinent site improvements, site preparations, mechanical and electrical utilities, telecommunications, landscaping, irrigation, drainage, parking and exterior lighting are included.  The task order also contains seven unexercised options and two planned modifications, which if exercised would increase the cumulative task order value to $26,346,777.  Work will be performed in Brawley, California, and is expected to be completed by March 2020.  Fiscal 2014 military construction (Defense-Wide) contract funds in the amount of $24,597,000 are obligated on this award and will expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

Northrop Grumman Innovation Systems Inc., Northridge, California, is awarded $22,005,520 for modification P00006 to a previously awarded firm-fixed-price contract (N00019-17-C-0005) that exercises an option to procure the Advanced Anti-Radiation Guided Missile (AARGM) full-rate production Lot 7.  This modification provides for the conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 29 AGM-88E AARGM all-up-rounds for the government of Italy and three for the Navy.  This modification also includes the procurement of related supplies and services necessary for AARGM full-rate production Lot 7 manufacture, delivery, sparing, and fleet deployment.  Work will be performed in Northridge, California (80 percent); Ridgecrest, California (10 percent); and Sanguinetto, Italy (10 percent), and is expected to be completed in March 2020.  Fiscal 2016 weapons procurement (Navy); fiscal 2018 research, development, test and evaluation (Navy); and non-U.S. Department of Defense (DoD) participant funds in the amount of $22,005,520 will be obligated at time of award, $583,629 of which will expire at the end of the current fiscal year.  This modification combines purchases for the Navy ($1,732,059; 8 percent); and non-U.S. DoD participants ($20,273,461; 92 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

URS Group Inc., Morrisville, North Carolina, is awarded an $18,760,919 modification on a firm-fixed-price task order under a previously awarded, multiple award construction contract (N62470-13-D-6022) to exercise Options 1, 3 and 6 for phase two of Hurricane Harvey repairs including demolition of Hangar 41, sea wall anchoring and repairs to five hangars at Naval Air Station, Corpus Christi.  The work to be performed under these options provides for a modified/hybrid design build where the contractor is required to provide a designer of record for design development and design, construction submittal approval and oversight of all repairs such as building exteriors, interiors, roofs, mechanical, and demolition as a result of Hurricane Harvey.  Work also includes demolition and all ancillary and incidental mechanical and electrical support services needed to accomplish required work necessary for functional operation.  After award of this modification, the total task order value will be $36,015,110.  Work will be performed in Corpus Christi, Texas, and is expected to be completed by July 2020.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 operations and maintenance (Army) contract funds in the amount of $18,760,919 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity.
 

APTIM Federal Services Inc., Alexandria, Virginia, is awarded $15,764,049 for firm-fixed-price task order N6247318F5345 under a previously awarded environmental multiple award contract (N62473-17-D-0006) for Radiological Confirmation Sampling and Survey at Parcels D-2, Utility Corridor (UC)-1, UC-2, and UC-3 at Hunters Point Naval Shipyard.  The work to be performed provides data to allow property transfer and support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, impacted buildings and impacted former building sites in Parcels D-2, UC-1, UC-2, and UC-3 in accordance with the performance work statement. Work will be performed in San Francisco, California, and is expected to be completed by March 2021.  Fiscal 2018 base realignment and closure environmental, (Navy) contract funds in the amount of $15,764,049 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Lake Shore Systems Inc. (LSSI), Kingsford, Michigan, is awarded a $14,547,102 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for services including training, inspection, material and labor to explore and resolve any in-service problems associated with all federal government-owned LSSI (formerly Oldenburg Group Inc.) hull and deck machinery systems to minimize equipment down time and ensure safe operation of equipment. Work will be performed at various Navy bases, shipyards, repair facilities and contractor facilities in the continental U.S. The contract contains a five-year ordering period and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the total amount of $38,500 will be obligated at time of award on the initial task order and will 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 responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-18-D-4008). 

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $11,865,451 cost-plus-fixed-fee modification to previously awarded contract (N00024-14-C-2410) for acceleration of the LPD 17 Flight II ship design. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by February 2019. Fiscal 2018 and 2017 research, development, test and evaluation (Navy) funds in the amount of $2,062,569 will be obligated at time of award, and $62,569 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. 

Insight Pacific LLC,* Brea, California, is awarded $10,833,274 for firm-fixed-price task order N6247818F4254 under a previously awarded multiple award construction contract (N62478-18-D-4026) for repair of warehouse Buildings 404B and 406B at Joint Base Pearl Harbor - Hickam.  The work to be performed provides for restoring and modernizing the existing facility. Underfloor waste drain plumbing and sewer laterals are to be replaced; existing restrooms will be demolished; damaged structural wood framing, concrete curbs, grade beams, column pedestals, windows, doors, and gates are to be repaired/replaced.  Existing chain link security gates will be removed and new combination roll up door and security grille will be installed.  New emergency egress lighting fixtures and exit signs will also be provided to meet current life safety codes.  The lighting and mechanical system at the existing office will be replaced.  Each building will be reroofed and new skylight fall protection added. Work will be performed in Honolulu, Hawaii, and is expected to be completed by September 2021.  Fiscal 2018 Defense working capital funds (Defense Logistics Agency) in the amount of $10,833,274 are obligated on this award and will not expire at the end of the current fiscal year.  Seven proposals were received for this task order.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Q.B.S. Inc.,* Alliance, Ohio, is awarded $7,041,017 for firm-fixed-price task order N4008518F6850 under a previously awarded multiple award construction contract (N40085-17-D-5040) to replace Building 546 Navy Foundry and Propeller Center Compound perimeter fencing at Philadelphia Navy Yard Annex.  The work to be performed provides for repair of the perimeter fence to adequate condition meeting antiterrorism/force protection standards by replacing the existing deteriorated chain link fence with new fencing, portions of which will include chain link fence, crash rated chain link fence, chain link swing gates, and turnstiles.  Incidental repair work will include installing crashed rated bollards, crash rated post and rail barrier, crash rated drop arm gates, light emitting diode upgrades to existing lighting, new exterior light fixtures, and new exterior signage. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by April 2020.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $7,041,017 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.  

ARMY

Northbank Civil and Marine Inc.,* Vancouver, Washington (W9128F-18-D-0077); Gracon LLC,* Loveland, Colorado (W9128F-18-D-0078); BCI Construction USA Inc.,* Pace, Florida (W9128F-18-D-0079); Alltech Engineering Corp.,* Mendota Heights, Minnesota (W9128F-18-D-0080); and S&S Coatings Inc.,* Spokane, Washington (W9128F-18-D-0081), will compete for each order of the $49,900,000 firm-fixed-price contract for industrial paint and structural repair. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2023. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Tutor Perini Corp., Sylmar, California, was awarded a $28,464,035 firm-fixed-price contract for repairs of new lights over the basketball arena and main concourse, installation of the major components of the geothermal system under an existing parking lot including all mechanical room work supporting renovated areas, renovation and expansion of restrooms on the spectator level, replacement of floor coverings in specifically identified areas, and repairs to the building envelope in specifically identified areas primarily located at the catwalk level of Cadet Field House at the U.S. Air Force Academy. Bids were solicited via the internet with five received. Work will be performed in U.S. Air Force Academy, Colorado, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $28,464,035 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0026).

CAE USA Inc., Tampa, Florida, was awarded a $25,352,844 modification (P00022) to contract W911S0-15-C-0003 for fixed-wing courses, academic and flight simulator, flight training and support services. Work will be performed in Dothan, Alabama, with an estimated completion date of March 9, 2024. Fiscal 2018 operations and maintenance Army funds in the amount of $25,352,844 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Rucker, Alabama, is the contracting activity.

RAL Investment, doing business as Silverstand Construction,* San Diego, California, was awarded a $21,434,551 firm-fixed-price contract for construction of a dike on the Santa Ana River. Bids were solicited via the internet with six received. Work will be performed in Corona, California, with an estimated completion date of April 13, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $21,434,551 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0037).

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $19,868,043 firm-fixed-price contract for Intelligent Video Surveillance and initial spares packages. Bids were solicited via the internet with one received. Work will be performed in Cypress, California, with an estimated completion date of Sept. 19, 2023.  Fiscal 2018, 2019, 2020, 2021 and 2022 other procurement, Army funds in the amount of $19,868,043 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0090).

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded a $9,759,800 firm-fixed-price contract for bulkhead recesses on the Illinois River Basin. Bids were solicited via the internet with two received. Work will be performed in Marseilles, Illinois, with an estimated completion date of Sept. 16, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,759,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-18-C-0035).

Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, was awarded a $7,183,435 firm-fixed-price contract for maintenance dredging of the inland waterway between the Delaware Bay and the Chesapeake Bay. Bids were solicited via the internet with three received. Work will be performed in St. Georges, Delaware; and Chesapeake City, Maryland, with an estimated completion date of Jan. 29, 2019. Fiscal 2018 other procurement, Army funds in the amount of $7,183,435 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-18-C-0027). 

AIR FORCE

Support Systems Associates Inc., Melbourne, Florida, has been awarded a $31,195,898 firm-fixed-price contract for RC-26 avionics upgrade. This contract provides for avionics upgrade to meet the Federal Aviation Administration mandates. Work is expected to be completed by Sept. 30, 2020. This award is the result of a competitive acquisition and 43 solicitations were mailed and one offer was received. Fiscal 2017 National Guard and Reserve equipment appropriation funds in the amount of $7,603,402 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma is the contracting activity (FA8131-18-F-0003).

Harris Corp., Colorado Springs, Colorado, has been awarded a $9,747,503 cost-plus-fixed-fee contract modification (P00274) to contract FA8819-08-C-0001 for continued space control depot support (SCDS).  The SCDS contract supports a diverse portfolio of space control systems, including development, sustainment engineering, and ongoing logistics support. This modification extends the period of performance until Jan. 31, 2019, for continued space superiority systems support while a follow-on effort is evaluated and awarded. Work will be performed in Colorado Springs, Colorado. The cumulative face value of the contract is $542,551,942. Fiscal 2018 operations and maintenance funds in the amount of $7,931,248 are being obligated at the time of award.  The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California is the contracting activity.

CORRECTION: A Monday, Sept. 17, 2018, announcement that KIRA Training Services LLC, Boulder, Colorado, was awarded a $221,379,030 contract for civil engineering services was incorrect. That contract has not yet been awarded.

*Small Business

**Woman-owned small business