DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $6.5 MILLION AND ABOVE

NAVY

The U.S. Navy is awarding indefinite-delivery/ indefinite-quantity multiple award contracts to 608 contractors that will provide for their competition for service requirements solicited by Naval Sea Systems Command, Naval Air Systems Command, Space and Naval Warfare Systems Command, Naval Supply Systems Command, Military Sealift Command, Naval Facilities Command, Strategic Systems Programs, Office of Naval Research, and the United States Marine Corps.  The 22 functional service areas within the scope of the contracts include: 1) research and development support;  2) engineering system engineering and process engineering support;  3) modeling, simulation, stimulation, and analysis support;  4) prototyping, pre-production, model-making, and fabric support;  5) system design documentation and technical data support;  6) software engineering, development, programming, and network support;  7) reliability, maintainability, and availability support;  8) human factors, performance, and usability engineering support;  9) system safety engineering support;  10) configuration management  support;  11) quality assurance support;  12) information system development, information assurance, and information technology support;  13) ship inactivation and disposal Support;  14) interoperability, test and evaluation, trials support;  15) measurement facilities, range, and instrumentation support;  16) acquisition logistics support;  17) supply and provisioning support;  18) training support;  19) in-service engineering, fleet introduction, installation and checkout support;  20) program support;  21) functional and administrative support, and  22) public affairs and multimedia support.  These contracts are in addition to the existing 4,498 contracts previously awarded under the SeaPort Enhanced (SeaPort-e) acquisition program for services procurements.  The Government estimates a maximum of $3,960,000,000 of services will be procured per year via orders issued under the SeaPort-e multiple award contracts.  The awards have a three-year period of performance.  These contracts were competitively procured via the Navy Electronic Commerce Online website, with 682 offers received and 608 contracts awarded.  Contract funds will be obligated at the time of task order award and as such, multiple funding types (with varying expiration dates) may be used, consistent with the purpose for which the funds were appropriated.

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded a fixed-price-incentive block buy contract for the detail design and construction of six T-AO 205 Class Fleet Replenishment Oilers (lead ship in fiscal 2016 and, if appropriated, one follow ship per year from fiscal 2018 to fiscal 2022).  The award amount of this contract is $640,206,756 for the lead ship. This contract includes line items for five follow ships, and options for special studies, engineering and industrial services, provisioned items orders, LX(R) contract design support, cost reduction and implementation, other direct costs, and special incentives that, if funding is made available for all ships and all options are exercised/authorized, would bring the cumulative value of this contract to $3,156,828,444.  Work will be performed in: San Diego, California (59 percent); Iron Mountain, Michigan (11 percent); Crozet, Virginia (5 percent); Mexicali, Mexico (4 percent); Beloit, Wisconsin (2 percent); Metairie, Louisiana (2 percent); Santa Fe Springs, California (2 percent); Portland, Oregon (2 percent); Walpole, Massachusetts (2 percent); Chesapeake, Virginia (2 percent); Chula Vista, California (1 percent); and various other locations (totaling 8 percent).Work for the lead ship is expected to be completed by July 2020 and work for the follow ships is expected to complete by July 2025.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $640,206,756 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 limited competition pursuant to 10 U.S .Code 2304(c)(3), with two offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2229).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a not-to-exceed $323,000,000 fixed-price-incentive (firm target) contract for a laboratory providing an integrated reprogramming capability to build, test, modify, and delivery mission data files (MDFs) for the F-35 Lightening II.  The laboratory will consist of a hardware in-the-loop (HITL) based system to test and analyze MDF performance in an operationally representative environment; a set of tools to build, modify, manage, analyze and publish MDFs and MDF sets and build and load mission data loads in the HITL, as well as limited product support elements.  Work will be performed in Fort Worth, Texas (53 percent); Orlando, Florida (25 percent); Nashua, New Hampshire (18 percent); El Segundo, California (2 percent); and San Diego, California (2 percent), and is expected to be completed in August 2020.  International partner funds in the amount of $27,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-16-C-0056).

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is being awarded a $272,467,161 fixed-price-incentive contract for the planning, advanced engineering, and procurement of long lead time material in support of one amphibious assault ship (LHA 8).  This contract includes options, which, if exercised, would bring the cumulative value to $3,133,852,637.  Work will be performed in Pascagoula, Mississippi (44 percent); Beloit, Wisconsin (16 percent); Milwaukee, Wisconsin (15 percent); Santa Fe Springs, California (8 percent); York, Pennsylvania (6 percent); Pittsburg, Pennsylvania (4 percent); Irvine, Pennsylvania (3 percent); Brunswick, Georgia (2 percent); and various other locations (totaling 2 percent), and work is expected to be completed by June 2017.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $272,467,161 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 limited competition pursuant to 10 U.S.Code 2304(c)(3), with two offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-2427).

The Boeing Co., Seattle, Washington, is being issued $71,571,420 for cost-plus-fixed-fee task order 2004 against a previously awarded basic ordering agreement (N00019-16-G-0001) for the development, integration and testing of the following Increment 3 Block I capabilities in support of the P-8A aircraft: Link 16, Harpoon II+ Missile, integrated broadcast system receiver and filtering, high frequency radio system improvements, targeting improvements, and narrowband satcom, for the U.S. Navy and the Government of Australia.  Work will be performed in Puget Sound, Washington (87.7 percent); Grand Rapids, Michigan (4.4 percent); St. Louis, Missouri (6 percent); Patuxent River, Maryland (1 percent); Dallas Texas (0.5 percent); Oklahoma City, Oklahoma (.3 percent) and El Paso, Texas (.1 percent), and is expected to be completed in February 2019.  Fiscal 2016 research, development, test and evaluation (Navy) funds in the amount of $11,224,621, and cooperative agreement funds in the amount of $2,000,000, 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 U.S. Navy ($67,571,420; 94.5 percent), and the Government of Australia ($4,000,000; 5.5 percent) under a cooperative agreement.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ViaSat Inc., Carlsbad, California, is being awarded a $48,270,580 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for the procurement of engineering, technical services and ancillary hardware and software products in support of the sustainment and modernization of the Joint Ultra-High Frequency (UHF) Military Satellite Communications (SATCOM) Network Integrated Control System UHF SATCOM channel controllers and user terminals.  This contract has a five-year ordering base period up to the contract award amount and an option for another five-year ordering period to be negotiated prior to exercise of the option.  Work will be performed in San Diego, California, and the base period is expected to be completed by June 30, 2021.  If the option is exercised, the period of performance will be extended to June 30, 2026.  No funds will be obligated at the time of award.  Funds will be obligated as individual delivery orders are issued.  This contract was not competitively procured and is issued on a sole source basis in accordance with 10 U.S. Code 2304(c)(1).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0010).

Adept Process Services Inc., National City, California, is being awarded a $30,291,891 firm-fixed-price contract for port operations at Joint Base Pearl Harbor Hickam, Oahu, Hawaii.  This contract includes a 90day phase-in, a base year, three one-year options and a six-month extension, which if exercised, will bring the total value of the contract to $34,083,294.  Work will be performed in Hawaii, and work is expected to be completed by Sept. 30, 2017.  Fiscal 2016 operations and maintenance (Navy) funds in the amount of $1,116,039 will be obligated at time of award and funds will not expire before the end of the current fiscal year.  The contract was competitively procured via the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with three offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity.

A-Tech Corp. doing business as Applied Technology Associates, Albuquerque, New Mexico, is being awarded a $27,810,075 cost-plus-fixed-fee completion contract for research and development of Advanced Electro-Optical and Infrared Sensing.  Work will be performed in Albuquerque, New Mexico, and work is expected to be completed June 29, 2021.  Fiscal 2016 research, development, tests and evaluation (Navy) funds in the amount of $2,300,000 are being obligated at the time of award.  Funds in the amount of $900,000 will expire at the end of current fiscal year.  This is a full and open competition contract from the Naval Research Laboratory Broad Agency Announcement N00173-03, with 43 proposals received, against 42 different summary topics, and have awarded 22 contracts, grants and cooperative agreements.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-16-C-6013).

Raytheon Co., Tucson, Arizona, is being awarded a $23,796,465 cost-plus-fixed fee contract for Evolved SEASPARROW Missile (ESSM) Design Agent, In-Service Support (ISS), Technical Engineering Support Services (TESS) and Block 2 Risk Reduction Support.  The ESSM program is an international cooperative effort to design, develop, test, and procure ESSM missiles.  The ESSM provides enhanced ship defense.  This is a sole-source award pursuant to an international agreement between the United States and nine other countries.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $197,269,648.  This contract utilizes funding from the NATO SEASPARROW Consortium, utilizing funding as follows: U.S. Navy (48.87 percent); the Government of Germany (12.65 percent); the Government of Australia (11.26 percent); the Government of Canada (9.67 percent); the Government of the Netherlands (4.09 percent); the Government of Norway (3.67 percent); the Government of Turkey (2.95 percent); the Government of Denmark (2.40 percent); the Government of Greece (1.97 percent); the Government of Japan (1.45 percent); and the Government of Spain (1.02 percent), in the base period of performance.  Work will be performed in Tucson, Arizona (90.62 percent); Hengelo OV, Netherlands (2.31 percent); Raufoss, Norway (2.27 percent); Ottobrunn, Germany (1.18 percent); Richmond, Australia (1.18 percent); Rocket Center, West Virginia (0.79 percent); Mississauga, Canada (0.70 percent); Madrid, Spain (0.51 percent); Ankara, Turkey (0.30 percent); and Koropi, Greece (0.14 percent), and is expected to be completed by December 2016.  Fiscal 2016 other procurement (Navy); fiscal 2016 weapons procurement (Navy); fiscal 2016 research, development, test and evaluation (Navy); fiscal 2016 operations and maintenance (Navy); and fiscal 2016 foreign military sales in the amount of $13,740,589 will be obligated at time of award with $728,880 expiring at the end of the current fiscal year.  This contract was not competitively procured is accordance with 10 U.S. Code 2304(c)(4) – International Agreement.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-16-C-5433).

Granite Construction Co.,* Watsonville, California, is being awarded $22,448,211 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-14-D-0066) to improve existing Infantry Squad Defense Range 314C at Marine Corps Base, Camp Pendleton.  The work to be performed provides for the construction of Range 314C.  The range will be lengthened, widened, flattened and outfitted with new target emplacements.  12 shooting lanes will be provided and the total range length will be 600 meters.  New structures will be built to support the range.  A control tower, bleachers, ammunition breakdown building and a storage building will be constructed in the vicinity of the firing line.  A general instruction building with room for 440 students will also be built in another portion of the range site.  Access roads, water storage tanks and bathroom pads will also be constructed in the range area.  Range 314C is served by Range 314 Road.  The road will be reconstructed between North Range Road and the project site.  A bridge will be built over the deepest 560 feet of the San Mateo Creek bed to allow for access during storm events.  Work will be performed in Oceanside, California, and is expected to be completed by July 2018.  Fiscal 2012 military construction (Navy) contract funds in the amount of $22,448,211 are being obligated on this award, and will expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Cabrillo Technologies, a business unit of McKean Defense Group LLC, San Diego, California, is being awarded a $21,859,683 indefinite-delivery/indefinite-quantity, cost-reimbursement type contract for technical support services for afloat, ashore, and airborne networks and information systems.  Support will include assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period.  This three-year contract includes two one-year options which, if exercised, would bring the cumulative value of this contract to $37,155,101.   Work will be performed in San Diego, California, and work is expected to be completed June 29, 2019. No funds will be obligated at the time of award.  Funding will be obligated as task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website. Six offers were received and six were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0203).

Katmai Health Services Inc.,** Anchorage, Alaska, is being awarded a maximum ceiling $21,500,000 three-year firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure high-fidelity role player services within a training environment with enhanced battlefield realism including exposure to operational complexities, mental and physical stress and challenging ethical decision making.  Work will be performed at Camp Lejeune, North Carolina (33.3 percent); Camp Pendleton, California (33.3 percent); and Marine Corps Base Hawaii (33.3 percent), with an expected completion date of June 29, 2019.  Fiscal 2016 operations and maintenance (Marine Corps) funds in the amount of $7,900,000 will be obligated immediately following contract award under task order 0001 and funds will expire at the end of the current fiscal year.  This contract was awarded as an 8(a) set aside in accordance with Federal Acquisition Regulation Part 17.  Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-D-7805).

Science Applications International Corp., McLean, Virginia, is being awarded a $20,740,845 indefinite-delivery/indefinite-quantity, cost-reimbursement type contract for technical support services for afloat, ashore, and airborne networks and information systems. Support will include assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the cumulative value of this contract to $34,939,476. Work will be performed in San Diego, California, and work is expected to be completed June 29, 2019. No funds will be obligated at the time of award.  Funding will be obligated as task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website. Six offers were received and six were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0204).

Scientific Research Corp., Atlanta, Georgia, is being awarded a $20,436,260 indefinite-delivery/indefinite-quantity, cost-reimbursement type contract for technical support services for afloat, ashore, and airborne networks and information systems. Support will include assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management. This is one of six multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the cumulative value of this contract to $34,909,415.  Work will be performed in San Diego, California, and work is expected to be completed June 29, 2019. No funds will be obligated at the time of award.  Funding will be obligated as task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0205).

The General Electric Co., Cincinnati, Ohio, is being awarded a $20,075,280 firm-fixed-price order under previously awarded basic ordering agreement SPRTA1-12-G-0006 for Single Shank Turbine LM2500 Hot Section Modification Kits and Integrated Electronic Controller Modification Kits in support of upgrades to LM2500 Marine Gas Turbine Engines. Work will be performed in Cincinnati, Ohio, and is expected to be completed by July 2017.  Fiscal 2016 operations and maintenance (Navy) and fiscal 2016 other procurement (Navy) in the amount of $20,075,280 will be obligated at the time of award with funds in the amount of $16,799,280 expiring at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Calnet Inc.,* Reston, Virginia, is being awarded a $19,441,463 indefinite-delivery/indefinite-quantity, cost-reimbursement type contract for technical support services for afloat, ashore, and airborne networks and information systems.  Support will include assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management.  This is one of six multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the cumulative value of this contract to $33,210,143.  Work will be performed in San Diego, California, and work is expected to be completed June 29, 2019. No funds will be obligated at the time of award.  Funding will be obligated as task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0206).

Solute Inc.,* San Diego, California, is being awarded a $19,336,821 indefinite-delivery/indefinite-quantity, cost-reimbursement contract for technical support services for afloat, ashore, and airborne networks and information systems.  Support will include assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management.  This is one of six multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the cumulative value of this contract to $33,032,549. Work will be performed in San Diego, California, and work is expected to be completed June 29, 2019. No funds will be obligated at the time of award.  Funding will be obligated as task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website. Six offers were received and six were selected for award. The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0208).

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded an $18,101,909 indefinite-delivery/indefinite-quantity, cost-reimbursement type contract for technical support services for afloat, ashore, and airborne networks and information systems.  Support will include assessing network requirements; designing system architecture; network modeling, simulation, and testing; network technology and prototype development; network security; information assurance and certification of networks; and network management.  This is one of six multiple-award contracts: all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year options which, if exercised, would bring the cumulative value of this contract to $30,529,550.  Work will be performed in San Diego, California, and work is expected to be completed June 29, 2019. No funds will be obligated at the time of award.  Funding will be obligated as task orders are issued.  Contract funds will not expire at the end of the current fiscal year.  The types of funding to be obligated include operations and maintenance (Navy); research, development, test and evaluation; and other procurement (Navy).  This contract was competitively procured via publication on the Federal Business Opportunities website and the Space and Naval Warfare Systems Center e-Commerce Central website. Six offers were received and six were selected for award.  The Space and Naval Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-16-D-0207).

General Dynamics Advanced Information Systems, Pittsfield, Massachusetts, is being awarded a $13,712,585 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6246) to exercise an option for the AN/BYG-1 Weapons Control System (WCS) Technology Insertion (TI) and Advanced Processing Build (APB) software upgrade.  General Dynamics Advanced Information Systems shall continue development of AN/BYG-1 WCS TI-16 APB-15 software for delivery to multiple submarine platforms, complete development of TI-14 APB-15, and perform continued maintenance activities for earlier legacy baselines.  Work will be performed in Pittsfield, Massachusetts, and is expected to be completed by June 2017.  Fiscal 2016 research, development, test, & evaluation (Navy); Armament Cooperative Program; fiscal 2012 shipbuilding and conversion (Navy); and fiscal 2016 other procurement (Navy) funding in the amount of $9,467,971 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

A & D General Contracting Inc.,* Santee, California, is being awarded $12,825,000 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N62473-15-D-2403) for the design and construction to repair and alter Hangars 101 and 103 at Marine Corps Air Station Yuma.  The task order also contains 11 unexercised options, which if exercised would increase cumulative task order value to $15,662,000.  Work will be performed in Yuma, Arizona, and is expected to be completed by January 2018.  Fiscal 2016 facilities, sustainment, restoration, and modernization (Marine Corps) contract funds in the amount of $12,825,000 are being obligated on this award and will expire at the end of current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

CSC Government Solutions LLC, Washington, District of Columbia, is being awarded a $10,291,231 cost-plus-fixed-fee modification to a previously awarded contract (N00024-14-C-2307) to exercise options for professional services in support of the Littoral Combat Ship (LCS) Program Office, and the LCS Fleet Introduction and Sustainment Program Office.  This contract is for professional support services in the areas of test and evaluation, lifecycle engineering and support, logistics and operational readiness, program management, business and financial management, systems engineering, production planning and production engineering, manning, personnel and training, human systems integration analysis and engineering, data management engineering, and combat systems development.  Work will be performed in Washington, District of Columbia, and is expected to be completed by Sept. 2016.  Fiscal 2015 shipbuilding and conversion (Navy), fiscal 2016 operations and maintenance (Navy), fiscal 2014 and 2016 other procurement (Navy), and fiscal 2016 research development test and evaluation (Navy) funds in the amount of $10,291,231 will be obligated at time of award and $3,254,255 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Serco Inc.., Reston, Virginia, is being awarded a $9,902,408 firm-fixed-price, cost-plus-fixed-fee indefinite-delivery/indefinite-quantity modification to previously awarded contract (N00174-14-D-0028) for Close-In Weapons System (CIWS) waterfront installation support.  This contract provides support in performing the functions of an Alteration Installation Team with the installation of ship alterations, ship change documents and ordnance alterations as related to the CIWS on U.S. Navy, U.S. Army and U.S. Coast Guard Vessels.  Work will be performed in Norfolk, Virginia (36 percent); San Diego, California (30 percent); Pearl Harbor, Hawaii (5 percent); Everett, Washington (6 percent); Mayport, Florida (6 percent), and various overseas ports (17 percent) and is expected to complete June 2017.  No funds are being obligated at the time of award.  The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

EMR Inc.,* Lawrence, Kansas, is being awarded $9,677,872 for firm-fixed-price task order 0004 under a previously awarded multiple award construction contract (N40085-15-D-0093) for repairs and renovation of Building 351barrack housing at Northwest Annex.  Work will be performed in Chesapeake, Virginia, and is expected to be completed by January 2018.  Fiscal 2016 operations and maintenance (Navy) contract funds in the amount of $9,677,872 are being obligated on this award and will expire at the end of the current fiscal year.  Six proposals were received for this task order.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Leidos Inc., Reston, Virginia, is being awarded $7,600,000 for delivery order 0007 under a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-14-D-2517) for product support integration services for the Marine Corps Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) systems.  Work will be performed in Charleston, South Carolina (60 percent); Camp Lejeune, North Carolina (10 percent); Camp Pendleton, California (10 percent); Camp Hansen, Okinawa, Japan (5 percent); Camp Arifjan, Kuwait (10 percent), and Marine Corps Base Hawaii (5 percent), and is expected to be completed by Aug. 20, 2017.  Fiscal 2016 operations and maintenance funds (Marine Corps) in the amount of $7,600,000 will be obligated at the time of award and will expire at the end of the current fiscal year.  The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

AIR FORCE

General Electric Company GE Aviation, Cincinnati, Ohio, has been awarded a $919,470,655 cost-plus-incentive-fee contract for designing, fabricating, integrating, and testing multiple complete, flight-weight centerline, 45,000 lbs. thrust turbofan adaptive engines. The total value of this contract including a priced option is $1,010,000,000. The Adaptive Engine Transition Program is maturing fuel efficient adaptive engine component technologies and reducing associated risk in preparation for next-generation propulsion system development for multiple combat aircraft applications. Work will be performed at Cincinnati, Ohio, and Arnold Engineering and Development Complex, Tennessee, and is expected to be complete by Sep. 30, 2021. This award is the result of a noncompetitive acquisition. Fiscal year 2016 research and development funds in the amount of $39,100,000.00 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio is the contracting activity (FA8626-16-2138).

United Technologies Corp., Pratt and Whitney, East Hartford, Connecticut, has been awarded a $873,174,143 cost-plus-incentive-fee contract for designing, fabricating, integrating, and testing multiple complete, flight-weight centerline, 45,000 lbs. thrust turbofan adaptive engines. The total value of this contract including a priced option is $1,010,000,000. The Adaptive Engine Transition Program is maturing fuel efficient adaptive engine component technologies and reducing associated risk in preparation for next-generation propulsion system development for multiple combat aircraft applications. Work will be performed at Hartford, Connecticut, West Palm Beach, Florida, Arnold Engineering and Development Complex, Tennessee, and is expected to be complete by Sep. 30, 2021. This award is the result of a noncompetitive acquisition. Fiscal year 2016 research and development funds in the amount of $36,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio is the contracting activity (FA8626-16-2139).

AS and D LLC, Beltsville, Maryland, has been awarded a $207,881,101 cost-plus-awardfee and cost reimbursable hybrid contract for Aerospace System Technical Research and Operations Services. The contractor will provide the Air Force Research Lab with high quality on-site test operations, engineering and technical personnel to perform test site design, modification and build engineering analysis of test facilities. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Sep. 30 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2016 research and development funding in the amount of $821,454.54 are being obligated at the time of award. Air Force Test Center, Specialized Contracting Division, Edwards Air Force Base, California, is the contracting activity. (FA9300-16-C-0001)

Iron Horse Kurtz Join Venture*, Rapid City, South Dakota (FA4690-16-D-0003); Pro-Mark Services, Inc.*, West Fargo, North Dakota (FA4690-16-D-0004); Fuller Construction, Inc.*, Chadron, Nebraska (FA4690-16-D-0005);, Cerebral Group LLC*, Des Moines, Iowa (FA4690-16-D-0006); Triple A Building Services Inc.*, Powell, Wyoming (FA4690-16-D-0007), have been awarded a combined $45,000,000 firm fixed price indefinite-delivery/indefinite-quantity multiple award construction contract for a design-build, bid-build construction acquisition based on a general statement of work further defined with each individual task order. Work to be performed under the multiple-award-construction contract will include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork as well as industrial/office/housing buildings on Ellsworth Air Force Base, South Dakota. Work is to be completed as specified in each individual task order. This award is the result of a competitive acquisition and were limited to small business HUB zones, service disabled veteran owned small business, and concerns in the 8(a) program only.  Nine offers were received. Fiscal 2016 operation and maintenance funds in the amount of $2,000 to each contractor are being obligated at the time of award. The 28th Contracting Squadron, Ellsworth Air Force Base, South Dakota, is the contracting activity.

L-3 Communications, Mission Integration Division, Greenville, Texas, has been awarded a $32,446,422 cost-plus-fixed-fee contract for advanced engineering services. Contractor will provide advanced engineering services. Work will be performed at Greenville, Texas, and is expected to be complete by Feb. 28, 2018. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $32,446,422 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-11-G-4026-1644).

Harris Corp., Government Communications Systems, Palm Bay, Florida, has been awarded a $24,361,851.23 modification (P00228) to previously awarded Contract FA8819-08-C-0001 for Space Control Depot support. Contractor will provide support of nine additional programs that have transitioned to sustainment. Work will be performed at Palm Bay, Florida, and is expected to be completed by Jan. 31, 2017. Fiscal 2016 operations and maintenance and research, development, test and evaluation funds in the amount of $10,248,991.66 are being obligated at the time of award. Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Technology Service Corporation, Silver Spring, Maryland, has been awarded an $11,227,839 modification (P00037) for Rapid Reaction Multi-Mission/Support Jammer Cueing Small Business Innovation Research III. The contractor will further develop technologies they have established under previous and current SBIR Phase I and II contracts.  The contractor will use rapid prototyping processes and modular architectures to deliver mission critical and urgent technological capabilities. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be complete by Dec. 31, 2016. Fiscal 2015 research development test and evaluation funds in the amount of $10,748,000 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8650-14-C-7400).

Arctic Slope Mission Services LLC,* Beltsville, Maryland, has been awarded an $8,144,007 cost-plus-fixed-fee contract for engineering services. The maximum dollar value including the base period and six one-month option periods is $9,777,392. This contract provides for cyber security and interoperability engineering support for assistance with requirements to meet, develop, test and certify information systems delivered under Foreign Military Sales cases.  Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete by Jun. 30, 2019. This contract involves foreign military sales. This award is the result of a sole-source acquisition. foreign military sales funding in the amount of $1,675,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. (FA8730-16-C-0030)

Canadian Commercial Corps., Ottawa, Ontario, Canada, has been awarded a $7,798,279 firm-fixed-price task order off their indefinite-delivery/indefinite-quantity (IDIQ) type contract for the Global Procedure Designer software design, installation, support, training, maintenance, and technical support. The Global Procedure Designer software evaluates airports and the surrounding environment and determines the safest flight path at the lowest altitudes aircraft can safely fly as they transition from terminal area flight operations to en-route phases of flight and also supports air traffic control by developing charts required to vector aircraft at locations where the Department of Defense has radar approach control responsibilities.  The overall contract is expected to be completed by Jun. 30, 2020. This award is the result of a sole-source acquisition. Fiscal 2016 operations and maintenance funds in the amount of $7,798,279 are being obligated at the time of award.  Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8101-15-D-0002-0004).

Media Fusion Inc., Huntsville, Alabama, has been awarded a $7,660,980 firm-fixed price indefinite-delivery/indefinite-quantity for indefinite-delivery/indefinite-quantity contract. This contract provides for multimedia services at Edwards Air Force Base including the Air Force Research Laboratory and any services for Air Force Plant 42, Palmdale, California, that are considered within the scope of the multimedia service requirement. Work will be performed at Edwards Air Force Base, California, and is expected to be complete by Jun. 30, 2021. This award is the result of a competitive acquisition and five offers were received. Fiscal 2016 research, development, test and evaluation funds in the amount of $127,683 are being obligated at the time of award. The Air Force Test Center, Systems Engineering, Edwards Air Force Base, California, is the contracting activity (FA9302-16-D-0001).

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Baltimore, Maryland, has been awarded a maximum $1,750,000,000 fixed-price with redetermination contract for consumable and depot level repairables for various weapon systems. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a five-year base contract with one five-year option period. Locations of performance are Maryland, Georgia, Texas, New York, Massachusetts and New Jersey, with a June 29, 2022, performance completion date. Using services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital and operations and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-16-D-9408).

ARMY

Alliance for Counter Narcoterrorism LLC, Cape Canaveral, Florida (W9113M-16-D-0017); CACI Technologies, Inc., Chantilly, Virginia (W9113M-16-D-0018); Mission Essential Personnel, LLC, New Albany, Ohio (W9113M-16-D-0019) Leidos, Inc., Reston, Virginia (W9113M-16-D-0020) were awarded a $480,000,000 at cost multi-year contract for support to the counter narco-terrorism program office with an estimated completion date of June 29, 2020.  Bids were solicited via the internet with seven received. Funding and work location will be determined with each order.  Army Space and Missile Command, Redstone Arsenal, Alabama is the contracting activity.

Cubic Global Defense Inc., San Diego, California was awarded a $52,151,396 cost-plus-award-fee incrementally funded contract with options for training support to the Joint Readiness training Center, Ft. Polk, Louisiana, with an estimated completion date of June 30, 2017.  Bids were solicited via the Internet with two received.  Fiscal 2016 operations and maintenance (Army) and other procurement funds in the amount of $44,521,125 were obligated at the time of the award.  Army Contracting Command, Ft. Polk, Louisiana is the contracting activity (W911S0-07-C-007).

King Aerospace Inc., Addison, Texas, was awarded a $31,309,919 modification (P00013) to contract W58RGZ-15-C-0026 for logistics support of the De Havilland Canada Dash 7 (DHC-7) Airborne Reconnaissance Low (ARL) EO-5 Army Fixed Wing aircraft fleet.  Work will be performed in Ft. Bliss, Texas, with an estimated completion date of June 30, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $3,909,647 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity.

Action Manufacturing Co., Bristol, Pennsylvania, was awarded a $29,474,619 modification (P00005) to contract W15QKN-14-D-0003 for the procurement of M739A1 Point Detonating/Delay (PD/DLY) Fuse with an estimated completion date of Feb. 24, 2019.  Funding and work location will be determined with each order.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Longbow LLC, Orlando, Florida, was awarded a $27,911,619 modification (PZ0005) to contract   W58RGZ-15-C-0078 to add additional funds to previously announced UCA for Radar Electronic Unit full-rate production Lots 5, 6, and 6b.  Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2019.  Fiscal 2014 other procurement funds in the amount of $ 27,911,619 were obligated at the time of the award.  Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Inverness Technologies, Inc.,* Annandale, Virginia, was awarded an $18,385,338 for services to the Transition Assistance Program.  Bids were solicited via the Internet with twelve received. Work will be performed at Ft. Knox, Kentucky, with an estimated completion date of July 3, 2019.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $18,385,338 were obligated at the time of the award.  Army Contracting Command, Ft. Knox, Kentucky, is the contracting activity (W9124D-16-C-0011).

David Boland Inc.,* Titusville, Florida, was awarded a $17,277,083 firm-fixed-price contract with options to construct an Army Reserve Center.  Bids were solicited via the internet with five received. Work will be performed in Dublin, California, with an estimated completion date of Feb. 29, 2018.  Fiscal 2013.2014/2016 military construction; operations, and maintenance (Army) funds in the amount of $17,277,083 were obligated at the time of the award.  Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-16-C-0013).

R.C. Construction Co. Inc.,* Greenwood, Mississippi, was awarded a $16,026,182 firm-fixed-price contract to repair Green Ramp North, Phase II, Pope AFB, North Carolina, with an estimated completion date of Aug. 21, 2017.  Bids were solicited via the internet with three received.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $16,026,182 were obligated at the time of the award.  Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-16-C-0011).

BAE Systems Land & Armaments LP, San Jose, California, was awarded a $13,723,310 modification (P00015) to contract W56HZV-15-C-0099 for System Technical Support and Sustainment System Technical Support for the Bradley Family of Vehicles.  Work will be performed in San Jose, California, with an estimated completion date of July 8, 2020.  Fiscal 2016operations and maintenance (Army), other procurement (Army) and other procurement funds in the amount of $13,723,310 were obligated at the time of the award.  Army Contracting Command Warren, Michigan, is the contracting activity.

CAZADOR LLC, Herndon, Virginia, was awarded a $ 12,604,359 modification (P00002) to contract W9127S-15-C-6003 for purchasing initial commodities for a family health clinic and for a veterinary clinic.  Work will be performed in Japan, with an estimated completion date of Aug. 15, 2017.  Fiscal 2016 operations and maintenance (Army) funds in the amount of $12,604,359 were obligated at the time of the award.  Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity.

Eastman Aggregate Enterprise LLC, Lakeworth, Florida, was awarded an $11,889,481 firm-fixed-price contract for the Beach Erosion Control and Hurricane Protection Project, Miami-Dade County, Florida, Beach Renourishment 2016, Miami Beach – Hot Spots.  Bids were solicited via the Internet with eight received with an estimated completion date of May 31, 2017.  Fiscal 2016 other procurement funds in the amount of $11,889,481 were obligated at the time of the award.  Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-16-C-0008).

Okland, Salt Lake City, Utah, was awarded a $ 10,687,842 firm-fixed-price contract with options for the design and construction of an epoxy hangar bay flooring system, and a powder coated steel mechanical enclosure at Luke AFB, Arizona.  Bids were solicited via the Internet with eight received with an estimated completion date of Feb. 23, 2018.  Fiscal 2016 military construction funds in the amount of $10,687,842 were obligated at the time of the award.  Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-16-C-0013).

Chenga Technical Innovations LLC,* Lorton, Virginia was awarded a $10,120,306 firm-fixed-price contract with options for reconnaissance and surveying systems and technology refresh kits.  Bids were solicited via the Internet with three received with an estimated completion date of June 22, 2021. Funding and work location will be determined with each order.  Army Corps of Engineers, Alexandria, Virginia, is the contracting activity (W5J9CQ-16-D-0001).

Electech Hawaii Inc.,*, Honolulu, Hawaii (W9128A-16-D-0001); Ronald N.S. Ho & Associates,* Honolulu, Hawaii (W9128A-16-D-0002); MK Engineers Ltd.,* Honolulu, Hawaii (W9128A-16-D-0003), were awarded a $9,900,000 firm-fixed-price indefinite/delivery/indefinite quantity MATOC contract with options for architectural and engineering electrical services for miscellaneous Pacific region projects.  Bids were solicited via the Internet with 10 received with an estimated completion date of June 29, 2021. Funding and work location will be determined with each order.  Army Corps of Engineers, Ft. Shafter, Hawaii, is the contracting activity.

Cummins Power Generation, Minneapolis, Minnesota, was awarded a $7,900,000 modification (P00005) to contract W909MY-15-D-0010 for the Program Manager Expeditionary Energy & Sustainment Systems for the Advanced Medium Mobile Power Sources 5 – 60 kilowatt (kW) generator requirement.  Funding and work location will be determined with each order.  The estimated completion date is July 16, 2016.  Army Contracting Command Alexandria, Virginia, is the contracting activity.

Raytheon Co., Tucson, Arizona, was awarded a $7,863,440 modification (P00071) to foreign military sales contract W15QKN-08-C-0530 (Netherlands) for155mm projectiles.  Work will be performed in  Tucson, Arizona; McAlester, Oklahoma; Farmington, New Mexico; East Camden, Arkansas; Healdsburg, California; Anniston, Alabama; Cincinnati, Ohio; Cedar Rapids, Iowa; Joplin, Missouri; Lowell, Massachusetts; Corona, California; Inglewood, California: Chino, California; Minneapolis, Minnesota; Santa Ana, California; McKinney, Texas; Phoenix, Arizona; Woodridge, Illinois; Valencia, California; Salt Lake City, Utah; Tucson, Arizona; Congers, New York; Karlskoga, Sweden; Southway, Plymouth, U.K; Glenrothes, U.K.  The estimated completion date is June 30, 2017.  Fiscal 2016 other procurement funds in the amount of $7,863,440.00 were obligated at the time of the award.  Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Intuitive Research And Technology Corp, Huntsville, Alabama, was awarded a $7,092,164 modification (000463) to contract W31P4Q-07-A-0015 for labor and travel in support of the Lower Tier Project Office Missile Systems Independent Integration Analysis.  Work will be performed in Huntsville, Alabama, with an estimated completion date of June 30, 2017.  Fiscal 2016 research, development, testing, and evaluation and other procurement funds in the amount of $7,092,163.79 were obligated at the time of the award.  Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MISSILE DEFENSE AGENCY

Parsons Government Services Inc.  Pasadena, California, is being awarded a $455,096,167 cost-plus-fixed-fee (including options), for weapons and missile systems engineering advisory and assistance services under technical, engineering, advisory, and management support.  This contract provides requirements generation, allocation, tracking and traceability of complex weapons systems at the system and sub-system levels; systems and subsystems design and development; integration of system and subsystem hardware and software, including development of specifications, utilization matrices, and management and test plans; performance assessment and verification at the system and subsystem levels; deployment  of systems and subsystems; development, deployment, test, inspection and other aspects of targets and countermeasures for complex weapons systems tests; sustainment engineering of systems and subsystems; analysis of systems and subsystems for planning documents, configuration control, and risk management; assessment of system prime contractor proposed Modeling and simulation efforts and the development of modeling and simulation product verification, validation and accreditation plans for systems and subsystems. Work will be performed in Huntsville, Alabama; the National Capital Region; Dahlgren, Virginia; and Salt Lake City, Utah, with an expected completion date of June 2021.  Fiscal 2016 research, development, test and evaluation funds in the amount of $12,928,000 are being obligated at time of award.  This contract competitively procured with one offer was received. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-C-0042).

Alaska Aerospace Corp., Anchorage, Alaska, is being awarded an $80,426,000 indefinite-delivery/indefinite-quantity contract to provide launch facility and range support services. Work will be performed in Kodiak, Alaska, and is expected to complete in July 2022.  No funds will be obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-16-D-0003).

Lockheed Martin Corporation, Sunnyvale, California, is being awarded a task order for Terminal High Altitude Area Defense (THAAD) system development, support and integration under a previously-awarded sole-source, indefinite-delivery/indefinite-quantity (IDIQ) contract (HQ0147-12-D-0001). The work will be performed in Huntsville, Alabama; Troy, Alabama; Grand Prairie, Texas; and Sunnyvale, California, with a completion date of Jan. 31, 2017.  Fiscal 2016 research, development, test and evaluation funds in the amount of $24,300,000 are being obligated at time of award. In conjunction with the task order award the IDIQ contract maximum quantity and order value is being increased by $205,000,000 bringing the total cumulative face value to $995,200,000 from $790,200,000. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

DRS Network & Imaging Systems, Melbourne, FL, was awarded a sole-source single award indefinite/indefinite quantity, firm-fixed priced contract for Army Installation Kits and Spares as an interim contract until the successful offeror is able to provide products under the recompete (HC1028-16-R-0010). The period of performance is a nine-month base with one six-month option period.  The contract ceiling is $20,500,000.00 with a minimum guarantee of $9,000,000.00.  Performance will be at the contractor’s facility until the installations kits are delivered to the government.  The total value of delivery order 0001 is $10,000,000.00 funded by Fiscal Year (FY16) procurement funds for a period of July 1, 2016 – January 30, 2017.  The period of performance for the base contract is July 1, 2016 – March 30, 2017, if the option is exercised the contract performance will end September 30, 2017. The sole-source Justification and Approval (J&A) was signed by the Head of Contracting Activity on February 18, 2016.  The notice of intent to award a sole-source contract with a copy of the J&A was posted to FedBizOpps on March 9, 2016, with no responses.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. (HC1028-16-D-0008)

WASHINGTON HEADQUARTERS SERVICES

Koniag Information Security Services, Chantilly, Virginia, is being awarded a modification (P00004) to a previously awarded firm-fixed-price contract for $7,846,513 in order to provide the DoD Office of the Chief Information Officer (DoD CIO) with an enduring data analytics environment that allows repeatable, verifiable analytics based on the Department’s Business Mission Area (BMA) on the available IT enterprise services.  Work performance will take place in Arlington, Virginia. The expected completion date is January 5, 2018.  Operations and maintenance funds are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-15-C-0063).

POWERTEK Corp., Rockville, Maryland. is being awarded a modification (P00015) to a previously awarded firm-fixed-price contract for $7,659,036 in order to provide support of Defense Technical Information Center (DTIC) Products and Services. This requirement supports DTIC.  Work performance will take place at Fort Belvoir, Virginia. The expected completion date is April 19, 2017. Operations and maintenance funds are being obligated at time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office. (HQ0034-15-C-0063)

 

*Small business

** Small business 8(a) Alaskan Native Company

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer