An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For April 30, 2020

U.S. TRANSPORTATION COMMAND

American Roll On Roll Off Carrier Group Inc., Parsippany, New Jersey, has been awarded a fixed-price with economic price adjustments, indefinite-delivery/indefinite-quantity contract (HTC711-20-D-R044) in the amount of $7,211,331,984 in the procurement of the Global Household Goods Contract.  The contract provides relocation services which includes door-to-door moving services during service members’ permanent change of station moves.  The contractor will integrate a network of household goods service providers from across the existing sphere of the commercial moving industry to support Department of Defense (DOD) families, and will ensure a minimum of 40% of the total acquisition value of the domestic work performed flows down to subcontracted small businesses. Four principal subcontractors are Unigroup, Suddath Companies, Atlas World Group and The Pasha Group. The contract fundamentally restructures DOD’s relationship with the household goods industry in order to improve access to—and management of—quality capacity to meet peak demand and enable the department to affix the accountability and responsibility lacking in today’s program. Work is to be performed domestically and internationally as specified on each individual task order. The contract transition period and base period of performance is from May 1, 2020, to Jan. 31, 2024; the first task order for moving services is planned for issue Feb. 1, 2021.  Fiscal 2020 transportation working capital funds were obligated at award.  This contract was a competitive acquisition and seven offers were received.  After evaluating each competing proposal in accordance with the request for proposal criteria, U.S. Transportation Command selected American Roll On Roll Off Carrier Group Inc. because their proposal provided the best service for the best value for service members, DOD civilians and their families.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $6,068,344,959 firm-fixed-price contract for incidental services, hardware, facilities, equipment and all technical, planning, management, manufacturing and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles, missile segment enhancement configuration and associated ground support equipment and spares.  Bids were solicited via the internet with one received.  Work will be performed in Huntsville, Alabama; Camden, Arkansas; Ocala, Florida; Chelmsford, Massachusetts; Grand Prairie and Lufkin, Texas; and Archbald, Pennsylvania, with an estimated completion date of June 30, 2027.  Fiscal 2020 missile procurement (Army) funds in the amount of $6,068,344,959 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0023).

AeroVironment Inc,* Simi Valley, California, was awarded a $75,930,901 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract to procure the Switchblade Weapon System.  Bids were solicited via the internet with one received.  Work will be performed in Simi Valley, California, with an estimated completion date of April 29, 2023.  Fiscal 2019 missile procurement (Army) funds; and 2020 procurement (Marine Corps) funds in the amount of $75,930,901 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-20-C-0024).

MVL USA Inc., Lansing, Michigan, was awarded a $75,000,000 firm-fixed-price contract for sustainment, restoration and modernization projects at various installations in Kuwait.  Bids were solicited via the internet with 11 received.  Work locations and funding will be determined with each order, with an estimated completion date of April 29, 2025.  U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-20-D-0002).

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $64,971,714 modification (P00015) to contract W15QKN-17-C-0024 to purchase 169,738 Option V M734A1 multi-option fuzes for mortars; 164,201 Option V M783 point detonating/delay fuzes; and for non-recurring engineering costs.  Bids were solicited via the internet with one received.  Work will be performed in Cincinnati, Ohio, with an estimated completion date of Feb. 28, 2022.  Fiscal 2010, 2018, 2019 and 2020 other procurement (Army) funds; 2010 Afghanistan security forces (Army) funds; and 2010 counter-ISIS train and equip (Army) funds totaling $64,971,714 were obligated at the time of the award.  U.S. Army Contracting Command, New Jersey, is the contracting activity.

Sustainable Design Consortium Inc.,* Baltimore, Maryland (W911SA-20-D-2008); AC Lopez Construction Inc.,* Oceanside, California (W911SA-20-D-2009); MIK Construction Inc.,* Whittier, California (W911SA-20-D-2010); Souza Construction Inc.,* Farmersville, California (W911SA-20-D-2011); and Site Work Solutions,* Denver, Colorado (W911SA-20-D-2012), will compete for each order of the $25,000,000 firm-fixed-price contract to provide all parts, labor, tools, equipment, materials, transportation and supervision necessary to perform design-build projects for the 63rd Readiness Division, Mountain View, California.  Bids were solicited via the internet with nine received.  Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2025.  The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

Midwest Construction Co.,* Nebraska City, Nebraska, was awarded a $20,219,550 firm-fixed-price contract for construction of hardpoints and placement of riprap upper-bank paving at various locations on the Ohio and Mississippi rivers.  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 April 30, 2024.  U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-20-D-0005).

IBM, Reston, Virginia, was awarded an $18,825,414 modification (2T0128) to contract W91QUZ-06-D-0010 for information technology services and support on behalf of the Program Executive Office Enterprise Information Systems.  Work will be performed in Radford, Virginia, with an estimated completion date of April 13, 2021.  Fiscal 2020 operations and maintenance (Army) funds; other procurement (Army) funds; and research, development, test and evaluation (Army) funds in the amount of $18,825,414 were obligated at the time of the award.  U.S. Army Contracting Command, New Jersey, is the contracting activity.

L3 Technologies Inc., Londonderry, New Hampshire, was awarded a $17,135,000 firm-fixed-price contract for illuminator infrared parts.  Bids were solicited via the internet with one received.  Work will be performed in Londonderry, New Hampshire, with an estimated completion date of April 30, 2020.  Fiscal 2010 Army working capital funds in the amount of $17,135,000 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0308).

West Coast JV LLC, Coos Bay, Oregon, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2004 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the Motor City Region.  Bids were solicited via the internet with seven received.  Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2021.  The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

NAVY

Marinette Marine Corp., Marinette, Wisconsin, is awarded a $795,116,483 fixed-price incentive (firm target) contract for detail design and construction (DD&C) of the FFG(X) class of guided-missile frigates, with additional firm-fixed-price and cost reimbursement line items.  The contract with options will provide for the delivery of up to 10 FFG(X) ships, post-delivery availability support, engineering and class services, crew familiarization, training equipment and provisioned item orders.  If all options are exercised, the cumulative value of this contract will be $5,576,105,441.  Work will be performed at multiple locations, including Marinette, Wisconsin (52%); Boston, Massachusetts (10%); Crozet, Virginia (8%); New Orleans, Louisiana (7%); New York, New York (6%); Washington, D.C. (6%), Sturgeon Bay, Wisconsin (3%), Prussia, Pennsylvania (3%), Minneapolis, Minnesota (2%); Cincinnati, Ohio (1%); Atlanta, Georgia (1%); and Chicago, Illinois (1%).  The base contract includes the DD&C of the first FFG(X) ship and separately priced options for nine additional ships.  The FFG(X) will have multi-mission capability to conduct air warfare, anti-submarine warfare, surface warfare, and electronic warfare and information operations.  FFG(X) represents the evolution of the Navy's small surface combatant, with increased lethality, survivability and improved capability to support the National Defense Strategy across the full range of military operations in the current security environment.  Work is expected to be complete by May 2035, if all options are exercised.  Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $795,116,483 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website and four offers were received.  The Navy conducted this competition using a tradeoff process to determine the proposal representing the best value, based on the evaluation of non-price factors in conjunction with price.  The Navy made the best value determination by considering the relative importance of evaluation factors as set forth in the solicitation, where the non-price factors of design and design maturity and objective performance (to achieve warfighting capability) were approximately equal and each more important than remaining factors.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-2300).

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded an $187,469,732 not-to-exceed undefinitized contract action for long lead time material and associated engineering and design activities in support of one Amphibious Assault Ship Replacement (LHA(R)) Flight 1 Ship and LHA 9.  Work will be performed in Pascagoula, Mississippi (33%); Beloit, Wisconsin (23%); Brunswick, Georgia (21%); King of Prussia, Pennsylvania (11%); York, Pennsylvania (10%); Brampton, Ontario, Canada (1%); and Hurahan, Louisiana (1%).  Work to be performed is the procurement of long lead time material for LHA 9, the fourth LHA (R) America Class and the second LHA(R) Flight 1 ship.  Work is expected to be complete by February 2024.  Fiscal 2019 shipbuilding and conversion, (Navy) funding in the amount of $187,469,732 will be obligated at 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 (N00024-20-C-2437).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $129,189,887 modification to a firm-fixed-price delivery order N00019-19-F-2512 against previously issued basic ordering agreement N00019-14-G-0020.  This modification procures the kits required for modification and retrofit activities of delivered Air Force and government of Norway F-35 Lightning II Joint Strike Fighter aircraft.  Work will be performed in Nashua, New Hampshire (85%); Fort Worth, Texas (14%); and Baltimore, Maryland (1%).  Work is expected to be complete by April 2025.  Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $107,814,159; and non-Department of Defense (DOD) participant funds in the amount of $21,375,728 will be obligated at time of award, none of which will expire at the end of the fiscal year.  This order combines purchases for the Air Force ($107,814,159; 83%); and non-DOD participants ($21,375,728; 17%).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $112,000,000 modification (P00001) to previously awarded, fixed-price-incentive-firm-target contract N00019-19-C-0019.  This modification exercises options to procure 16 infrared search and track Block II low rate initial production IV units; four for the Navy and 12 for the government of Australia.  Work will be performed in Orlando, Florida (73%); and St. Louis, Missouri (27%), and is expected to be complete by June 2023.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $28,000,000; and Foreign Military Sales funds in the amount of $84,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $89,521,608 cost-plus-fixed-fee order (N00019-20-F-0571) against basic ordering agreement N00019-19-G-0008.  This order provides program management, nonrecurring engineering, recurring engineering, site support and touch labor in support of modification and retrofit activities for delivered F-35 Lightning II Joint Strike Fighter aircraft air systems for the for the Air Force, Marine Corps, Navy, non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers.  Work will be performed in Fort Worth, Texas, and is expected to be complete by December 2020.  Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $33,909,821; fiscal 2020 aircraft procurement (Navy) funds in the amount of $23,817,018; non-DOD participant funds in the amount of $18,707,572; and FMS funds in the amount of $13,087,196 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This order combines purchases for the Air Force ($33,909,821; 37.9%); Marine Corps (16,993,891; 18.9%); the Navy ($6,823,127; 7.7%); non-DOD participants ($18,707,572; 20.9%); and FMS customers ($13,087,196; 14.6%).  The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, is awarded $84,046,650 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide technical and program support for the Naval Information Forces Command, Command Information Office directorate in Suffolk, Virginia.  Work will be performed in Suffolk, Virginia, and includes strategic planning and program management support; information environment readiness support; information warfare enterprise support; information technology service management support; cybersecurity and information assurance support; and information technology portfolio management support for the Naval Networking Environment strategy.  Work is expected to be complete by August 2025.  If the option is exercised, the ordering period will be complete by February 2026.  Fiscal 2020 operations and maintenance (Navy) funds in the amount of $75,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year.  The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulations 52.217-8 - option to extend services, which if exercised, will bring the total ceiling value to $92,900,000.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with four offers received.  Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-20-D-0012).

Air New Zealand Gas Turbines (ANZGT), Auckland, New Zealand (N64498-20-D-4007); and MTU Maintenance Berlin-Brandenburg GmbH (MTU), Ludwigsfelde, Germany (N64498-20-D-4008), are awarded a $70,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions for LM2500 single shank turbine gas generators.  The contracts awarded to ANZGT and MTU are not to exceed a combined total of $70,000,000.  Work will be performed in Auckland, New Zealand; and Ludwigsfelde, Germany.  This requirement is for commercial depot level overhaul of Navy, Coast Guard, Military Sealift Command and Foreign Military Navy LM2500 single shank turbine gas generators, national stock number 2S 2835-01-237-1153 for the 2SCog/Gas Turbines Life Cycle Support Branch, Code 423.  The contractors shall possess a current, valid copy of the GE Level IV license or, in the alternative, provide detailed information addressing the requirements in the solicitation.  Work is expected to be complete by April 2026.  Fiscal 2020 operations and maintenance (Navy) funding in the total amount of $1,000 ($500 minimum guarantee per contract) will be obligated at time of award via individual task orders and will expire at the end of the current fiscal year.  These contracts were competitively procured using full and open competition via the Beta.SAM.gov website and two offers were received.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Didlake Inc., Manassas, Virginia, is awarded a $67,703,608 indefinite-delivery/indefinite-quantity contract for annual custodial services at Naval Air Station (NAS) Oceana, Naval Weapons Station (NWS) Yorktown, and Norfolk Naval Shipyard (NNSY).  All work will be performed in Portsmouth, Virginia (50%); Virginia Beach, Virginia (37%); and Yorktown, Virginia (13%).  The work to be performed provides for annual custodial services such as the management, supervision, tools, materials, supplies, labor and transportation services necessary to perform custodial services for office space, restrooms and other types of rooms at the NAS Oceana, NWS Yorktown, NNSY and their outlying clinics in the Hampton Roads area.  Work is expected to be complete by April 2025.  No funds will be obligated at time of award.  Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $13,109,319 for recurring and non-recurring work will be obligated on individual task orders issued during the base period.  This contract was procured as a sole-source AbilityOne requirement.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0046).

Duke Energy Progress, Raleigh, North Carolina, is awarded $44,267,839 for firm-fixed-price task order N40085-20-F-9952 under a General Services Administration area-wide contract for the implementation of eight energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina. Work will be performed in Jacksonville, North Carolina, and provides for the implementation of cost-effective energy conservation measures to include: lighting system improvements; water and sewer conservation systems; heating, ventilation and air conditioning improvements, controls and energy management control system upgrades; electrical systems upgrades; modernization of the water/wastewater supervisory control and data acquisition system; water and wastewater efficiencies; conversion of lift stations to gravity flow; and LED light conversions.  The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure.  Work is expected to be complete by October 2021.  Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $44,267,839 are obligated on this award and will expire at the end of the current fiscal year.  The Energy Independence and Security Act of 2007 authorizes agencies to use appropriations, private financing, or a combination to comply with its requirements for utility energy service contracts for evaluations/project implementation.  The contract was procured under the authority of Title 10 U.S. Code Section 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055).

Duke Energy Progress, Raleigh, North Carolina, is awarded a $34,337,517 modification under firm-fixed-price task order N40085-19-F-9960 for the implementation of eight energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina.  Work will be performed in Camp Lejeune, and provides for the implementation of energy conservation measures to include:  street lighting light-emitting diode (LED) and controls retrofit; facility LED retrofits; high voltage supervisory controls and data acquisition system; overhead to underground power line conversion at Paradise Point; heating, ventilation, air conditioning renovation and dedicated outdoor air system; airfield weather beacon lightning indicator lighting system; support facility integration to energy management control system; cybersecurity support for metering and lighting controls; and substation repairs.  The primary goal of the project is to reduce energy consumption and provide more resilient and sustainable facility infrastructure.  Work is expected to be complete by December 2021.  The total task order value will be $38,633,517.  Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $34,337,517 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055).

AECOM Management Services Inc., Germantown, Maryland, is awarded a $27,488,581 cost-plus-fixed-fee contract action for operations, maintenance, engineering and management services in support of combined tactical training range systems and equipment.  This contract includes an option, which, if exercised, would bring the cumulative value of this contract to $36,698,171.  Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Virginia Beach, Virginia (14%); Yuma, Arizona (14%); Altoona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%); Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%).  Work is expected to be complete by August 2020.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $13,627,486 will be obligated at time of award 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), and only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N64267-20-C-0058).

AAI Corp., Hunt Valley, Maryland, is awarded a $16,258,620 firm-fixed-price contract for the acquisition of 159 components consisting of nine line items in support of the Navy electronic consolidated automated support system.  All work will be performed in Hunt Valley, Maryland, and is expected to be complete by May 2022.  Working capital (Navy) funds in the amount of $16,258,620 will be obligated at time of award, and funds will not expire at the end of the current fiscal year.  One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received.  The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00393-20-C-P023).

Kratos Technology & Training Solutions Inc., San Diego, California, is awarded $16,107,305 for a cost-plus-fixed-fee contract supporting all levels of In-Kingdom Royal Saudi Naval Forces training, logistical and advisory services in support of the Naval Education and Training Security Assistance Field Activity.  Work will be performed in various locations in the Kingdom of Saudi Arabia (97%); and San Diego, California (3%).  The base period of performance is expected to be complete by November 2020; if options are exercised, work will be complete by February 2021.  The contract will include a six-month base period with an additional three-month period option and a 15-day period for demobilization which, if exercised, will bring the total value to $25,629,235.  Saudi Arabian funds in the amount of $16,107,305 will be obligated at the time of award and will not expire at the end of the current fiscal year.  Saudi Arabian (100%) funds will be used under the Foreign Military Sales program.  One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(2), with one offer received.  The Naval Supply Systems Command, Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-20-C-Z023).

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is awarded a $14,639,657 cost-plus-award-fee modification to previously-awarded contract N00024-18-C-2404 to exercise an option for the accomplishment of post-shakedown availability-related efforts in support of the LHA 7 amphibious assault ship.  Work will be performed in San Diego, California.  This modification covers engineering, planning, management, labor and material in support of the post-shakedown availability (PSA) of LHA 7, the second Amphibious Assault Ship Replacement (LHA(R)) Flight 0 ship.  The base contract was competitively procured on the basis of full and open competition, and three offers were received.  Work is expected to be complete by March 2021.  Fiscal 2020 shipbuilding and conversion (Navy) post-delivery funding of $1,000,000 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.

L3 Technologies Inc. (doing business as L3 Henschel), Ayers, Massachusetts, is awarded a $13,479,434 requirements contract for a broad range of parts and services to maintain shipboard L3 electrical and electronic control monitoring systems and equipment on Military Sealift Command vessels.  Work will be performed at locations worldwide.  The ordering period is scheduled to commence May 2020, and is expected to be complete by April 2025.  No funding is required to execute this requirements contract.  This contract was sole-sourced, with a proposal solicited to the sole-sourced firm via the Federal Business Opportunities website, and one offer was received from the sole source. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-20-D-6714).

Tetra Tech Inc., Norfolk, Virginia, is awarded $8,189,176 to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, cost-plus-award fee task order modification WE13 for the Site 1 Regional Groundwater-Drilling and Sampling Program at the former Naval Weapons Industrial Reserve Plant (NWIRP) Bethpage, New York.  After award of this modification, the total cumulative task order value will be $20,724,268.  Work will be performed in Bethpage.  The work provides for complete specific environmental restoration activities related to the ongoing investigation of contaminated groundwater originating from the former NWIRP and Northrop Grumman facilities located in Bethpage.  It also provides additional groundwater sampling and monitoring to assess plume movement and concentration changes to ensure compliance with environmental agency requirements.  Work is expected to be complete by April 2022, and the term of the task order is not to exceed 24 months.  Fiscal 2020 environmental restoration (Navy) contract funds in the amount of $8,189,176 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic Norfolk, Virginia, is the contracting activity (N62470-16-D-6008).

Unified Business Technologies Inc.,* Troy, Michigan, is awarded a $7,453,778 modification to firm-fixed-price task order N40085-19-F-3500 to exercise Option One under a SeaPort Next Generation contract for engineering and program management for capital improvement requirements with various design and construction periods at Marine Corps Base Camp Lejeune, North Carolina and Marine Corps Air Station Cherry Point, North Carolina.  All work will be performed in Jacksonville, North Carolina (67%); and Havelock, North Carolina (33%).  The work to be performed provides for various construction engineering disciplines and administrative support services to assist in completing various capital improvement projects.  Work is expected to be complete by August 2021.  After award of this option, the total cumulative task order value will be $14,833,655.  This option period is from Sept. 1, 2020, to Aug. 31, 2021.  Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $7,453,778 are obligated on this award and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N00178-19-D-8762).

MISSILE DEFENSE AGENCY

Lockheed Martin Missiles and Fire Control Corp., Grand Prairie, Texas, is being awarded a non-competitive, indefinite-delivery/indefinite-quantity contract with a maximum ceiling value of $618,000,000.  Under this follow-on contract, the contractor will provide terminal high altitude area defense product support, which includes:  logistics performance requirements; maintenance; supply; training and training support; packaging, handling, storage and transportation; forward stationing for theater support; logistics information capabilities; product assurance; safety; missile support; security; and engineering services.  The first task order in the amount of $10,363,415 for battery support will be issued at time of award.  The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; and Troy, Alabama.  The ordering period is from April 30, 2020, through April 29, 2025.  One offer was solicited and one offer was received.  Fiscal 2020 operations and maintenance funds in the amount of $6,333,198 will be obligated under the first task order.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0853-20-D-0001).

DEFENSE LOGISTICS AGENCY

General Dynamics Mission Systems, Taunton, Massachusetts, has been awarded a maximum $400,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, prospective-price-redetermination contract for production of spare parts in support of the Warfighter Information Network-Tactical Increment system.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1.  This is a five-year base contract with one five-year option period.  Location of performance is Massachusetts, with an April 29, 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 Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0043).

Atlantic Diving Supply Inc.,* doing business as ADS Inc., Virginia Beach, Virginia, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters.  This is a one-year base contract with three one-year option periods.  Other contracts are expected to be awarded under this solicitation (SPE1C1-18-R-0003), and awardees will compete for a portion of the maximum dollar value.  Location of performance is Virginia, with an April 30, 2021, performance completion date.  Using military services are Army, Air Force, Navy and Marine Corps.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1259).

Synergy Logistics Services II LLC, North Kansas City, Missouri, has been awarded a maximum $57,999,169 hybrid fixed-price-incentive-fee, firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement-no-fee, indefinite-delivery/indefinite-quantity contract for warehousing services.  This was a competitive acquisition with nine responses received.  This is a five-year contract, inclusive of a 90-day phase-in period, with no option periods.  Locations of performance are Missouri and North Carolina, with an April 30, 2025, performance completion date.  Using customer is Defense Logistics Agency.  Type of appropriation is fiscal 2020 through 2025 defense working capital funds.  The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-20-D-5001).

L3 Technologies Inc., Salt Lake City, Utah, has been awarded a maximum $49,999,995 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of spare parts in support of the AN/TSC-156D Tactical Super High Frequency Satellite Terminal (Phoenix).  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1.  This is a five-year base contract with one five-year option period.  Location of performance is Utah, with an April 29, 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 Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0027).

Flyers Enterprises Inc., Alpine, California, has been awarded a minimum $45,562,941 fixed-price with economic-price-adjustment contract for aviation turbine fuel.  This was a competitive acquisition with 39 responses received.  This is a 54-month contract with one six-month option period.  Location of performance is California, with a Sept. 30, 2024, performance completion date.  Using customer is National Aeronautics and Space Administration.  Type of appropriation is fiscal 2020 through 2024 defense working capital funds.  The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-20-D-4520).

Eaton Aeroquip LLC, Jackson, Michigan, has been awarded a maximum $39,073,093 firm-fixed-price, indefinite-quantity contract for hoses, hose assemblies, couplings and valve spare parts.  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 five-year contract with no option periods.  Location of performance is Michigan, with an April 29, 2025, performance completion date.  Using military services are Navy and Air Force.  Type of appropriation is fiscal 2020 through 2025 defense working capital funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0071).

Honeywell International Inc., North Clearwater, Florida, has been awarded a maximum $11,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase and repair of one spare part supporting the AN/TPQ-50 Counterfire Target Acquisition 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 five-year base contract with one five-year option period.  Location of performance is Florida, with an April 29, 2025, performance completion date.  Using customer is Department of Defense.  Type of appropriation is fiscal 2020 through 2025 Army working capital funds and other procurement funds as necessary.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-20-D-0033).

AIR FORCE

MCR Federal LLC, McLean, Virginia, has been awarded a $24,997,206 firm-fixed-price contract to deliver a software development and information technology operations environment to support Space Command and Control Division under the Cross Mission and Ground Communications Enterprise Corps.  This contract award provides support for the creation and implementation of the development operations goal of increasing the velocity of software delivery.  Work will be performed in in El Segundo, California, and is expected to be completed by April 30, 2025.  This award is the result of a competitive acquisition and two offers were received.  The total cumulative face value of the contract is $24,997,206.  Fiscal 2020 research, development, test and evaluation funds in the amount of $750,000 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-20-F-0002).

Tecolote Research Inc., Goleta, California, has been awarded a $24,980,243 firm-fixed-price contract to deliver a software development and information technology operations environment to support Space Command and Control Division under the Cross Mission and Ground Communications Enterprise Corps.  This contract award provides support for the creation and implementation of the development operations goal of increasing the velocity of software delivery.  Work will be performed in El Segundo, California, and is expected to be completed by April 30, 2025.  This award is the result of a competitive acquisition and two offers were received.  The total cumulative face value of the contract is $24,980,243.  Fiscal 2020 research, development, test and evaluation funds in the amount of $1,234,956 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-20-F-0001).

Raytheon Missiles & Defense, Tucson, Arizona, has been awarded a $15,598,152 firm-fixed price contract modification (P00023) to contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile program obsolescence.  This modification provides for a life of type procurement of known obsolete components in support of production and sustainment through the program of record.  Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2025.  This contract involves unclassified Foreign Military Sales (FMS) to Australia, Indonesia, Japan, Poland, Qatar, Romania and Spain.  Fiscal 2019 missile procurement funds (Air Force) in the amount of $4,574,526; fiscal 2019 weapons procurement funds (Navy) in the amount of $4,978,960; and FMS funds in the amount of $6,044,666 are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Raytheon Technologies, Sterling, Virginia, has been awarded a not-to-exceed $7,369,100 cost-plus-fixed-fee modification (P00087) to contract FA8730-18-F-0136 for Air Operations Center (AOC) weapon system (WS) long-term modification and sustainment.  The contractor shall provide the program management, integration, test, systems engineering, training and other related modification activities to ensure the AOC WS remains interoperable and supportable through the development and integration of new capabilities and upgrades.  Work will be performed in Boston, Massachusetts, and is expected to be completed by July 31, 2020.  Fiscal 2019 research, development, test and evaluation funds in the amount of $4,800,000 are being obligated at the time of award.  The total cumulative value of the contract is $653,986,234.  Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Bright Ceramic Technologies Inc., Palo Alto, California, was awarded a $9,979,634 firm-fixed-price contract for a Defense Advanced Research Projects Agency research project.  Work will be performed in Palo Alto, California, with an expected completion date of June 2022.  Fiscal 2019 research, development, test and evaluation funding in the amount of $8,421,282; and fiscal 2020 research, development, test and evaluation funding in the amount of $1,558,352 are being obligated at time of award.  The contract was a sole-source acquisition.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0102).

Stealth Software Technologies Inc., Los Angeles, California, was awarded an $8,539,791 cost-plus-fixed-fee contract for a research project under the Securing Information for Encrypted Verification and Evaluation (SIEVE) program.  The SIEVE program will use zero knowledge proofs to enable the verification of capabilities relevant to the Department of Defense without revealing the sensitive details associated with those capabilities.  Work will be performed in Los Angeles, California (71%); Evanston, Illinois (5%); College Station, Texas (5%); Ann Arbor, Michigan (5%); Burlington, Vermont (5%); and Rochester, New York (9%), with an expected completion date of May 2024.  Fiscal 2020 research, development, test and evaluation funding in the amount of $1,267,480 is being obligated at time of award.  This contract was a competitive acquisition under an open broad agency announcement and nine offers were received.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001120C0087).

*Small business