DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

DEFENSE LOGISTICS AGENCY

ScImage Inc., Los Altos, California, has been awarded a maximum $400,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for digital imaging network picture archiving communications system products and maintenance. This is the third contract competitively awarded under the open solicitation, SPE2D1-15-R-0004. This was a competitive acquisition with eight offers received. This is a five-year base contract with one five-year option period. Maximum dollar amount is for the life of the contract. Locations of performance are California, and other areas located within and outside the continental U.S., with a July 30, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-17-D-0037).

Jacksonville Water Works, Little Rock, Arkansas, has been awarded a $55,196,823 fixed-price with economic-price-adjustment contract for the ownership, operations and maintenance of the water distribution system at Little Rock Air Force Base, Arkansas. This was a sole-source acquisition using justification 10 U.S. Code 2688. This is a 50-year contract with no option periods. Location of performance is Arkansas, with an April 30, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2068 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-17-C-8320).

Parker-Hannifin Corp., Irvine, California, has been awarded a $13,367,230 firm-fixed-price contract for servo cylinders. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302-2, which cites an unusual and compelling urgency. This is a one-year contract with no option periods. Location of performance is California, with a Nov. 30, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-C-0052).

SRC Inc., North Syracuse, New York, has been awarded a $13,054,436 firm-fixed-price, definite-quantity contract for circuit card assembly. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-time buy with no option periods. Location of performance is New York, with a Feb. 29, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-17-C-0003).

NAVY

Alutiiq Manufacturing Contractors LLC,* Tacoma, Washington (N44255-17-D-4031); Bethel-Webcor JV-1,* Anchorage, Alaska (N44255-17-D-4032); Bristol Design Build Services LLC,* Marysville, Washington (N44255-17-D-4033); CMS Corporation*, Bargersville, Indiana (N44255-17-D-4034); David Boland Inc.,* Titusville, Florida (N44255-17-D-4035); Doyon Project Services LLC,* Federal Way, Washington (N44255-17-D-4036); Jabez-Absher 1 JV,* Orting, Washington (N44255-17-D-4037); and VNM JV,* Seattle, Washington (N44255-17-D-4038), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award construction contract for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all eight contracts combined is $240,000,000.  The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC Northwest AOR.  Types of projects include, but are not limited to administrative facilities, housing facilities, child care centers, recreation/fitness centers, retail complexes, manufacturing and industrial facilities, communication facilities, special access program facilities or sensitive compartmented information facilities, aviation facilities (i.e., hangars, control towers, etc.), or other similar facilities.  These eight contractors may compete for task orders under the terms and conditions of the awarded contract.  No task orders are being issued at this time.  Work will be performed primarily within the NAVFAC Northwest AOR which includes Washington (90 percent); Alaska (1 percent); Idaho (1 percent); Iowa (1 percent); Minnesota (1 percent); Montana (1 percent); Nebraska (1 percent); North Dakota (1 percent); Oregon (1 percent); South Dakota (1 percent); and Wyoming (1 percent).  The term of the contract is not to exceed 60 months, with an expected completion date of July 2022.  Fiscal 2017 Navy working capital funds in the amount of $200,000 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); operations and maintenance (Navy); and Navy working capital funds.  This contract was competitively procured via the Federal Business Opportunities website, with 24 proposals received.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $211,200,000 for modification P00017 to a previously awarded cost-plus-fixed-fee, firm-fixed-price contract (N00019-16-C-0003).  This modification provides for the procurement of production non-recurring special tooling and special test equipment that are required to meet current and future F-35 production rates.  Work will be performed Fort Worth, Texas (29.73 percent); El Segundo, California, (21.65 percent); Nashua, New Hampshire (19.60 percent); Orlando, Florida (11.33 percent); and other locations in the U.S. (9.17 percent); Samlesbury, UK, (4.20 percent); Turin, Italy (1.83 percent); and other outside-of-the-continental U.S. locations (2.49 percent), and is expected to be completed in May 2021.  Fiscal 2015 and 2016 aircraft procurement (Air Force, Navy, and Marine Corps); and non-Department of Defense (DoD) participant and foreign military sales (FMS) funds in the amount of $81,318,111 are being obligated on this award, $42,683,786 of which will expire at the end of the current fiscal year.  This contract combines purchases of the Air Force ($74,348,314, 35.2 percent); Navy ($37,174,157, 17.6 percent); and Marine Corps ($37,174,157, 17.6 percent); non-DoD Participants ($33,839,529, 16 percent); and FMS ($28,663,843, 13.6 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Axis-Ballard JV One LLC,* Virginia Beach, Virginia (N40085-17-D-1188); Construction Development Services Inc.,* Norfolk, Virginia  (N40085-17-D-1189); Leebcor Services LLC,* Williamsburg, Virginia  (N40085-17-D-1190); Southeast Cherokee Construction Inc.,* Montgomery, Alabama  (N40085-17-D-1191); and Syncon LLC.,* Chesapeake, Virginia (N40085-17-D-1192), are each being awarded an indefinite-delivery/indefinite-quantity, multiple award, design-build, design-bid-build construction contract for construction projects located within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic Hampton Roads Integrated Product Team (IPT) area of responsibility (AOR).  The maximum dollar value including the base period and four option years for all five contracts combined is $95,000,000.  The work to be performed provides for, but is not limited to, new construction, renovation, alteration, and repairs for general construction projects.  Types of facilities include, but are not limited to warehouses, training facilities, personnel support and service facilities, housing facilities, etc.  The contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  Southeast Cherokee Construction Inc. is being awarded task order 0001 at $12,491,000 for the building IB barracks renovation at Naval Station Norfolk, Virginia.  Work for this task order is expected to be completed by June 2019.  All work on this contract will be performed in the NAVFAC Mid-Atlantic Hampton Roads IPT AOR, Virginia.  The term of the contract is not to exceed 60 months, with an expected completion date of July 2022.  Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $12,511,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy).  This contract was competitively procured via the Navy Electronic Commerce Online website, with 23 proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Herndon, Virginia, is being awarded a $57,727,948 firm-fixed-price, cost-plus-fixed-fee, cost only contract for Joint Counter Radio-Controlled Improvised Explosive Device (RCIEDs) Electronic Warfare (JCREW) Increment One Build One Systems full-rate production in support of the Expeditionary Warfare Program Office.  Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (CREW) systems provide combat troops protection against RCIEDs. CREW systems are designed to provide protection for foot soldiers, vehicles, and permanent structures. The Joint CREW (JCREW) Increment One Build One Systems are the first generation system that develops a common open architecture across all three capabilities and provides protection for worldwide military operations. This integrated design maximizes commonality across all capabilities, reduces life cycle costs, and provides increased protection against worldwide threats.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $505,335,105.  Work will be performed in San Diego, California (97 percent); and Sierra Vista, Arizona (3 percent), and is expected to be completed by August 2022.  Fiscal 2015 other procurement (Navy) funding in the amount of $56,156,794 and 2016 other procurement (Navy) funding in the amount of $1,571,154 will be obligated at the time of award.  Contract funds in the amount of $56,156,794 will expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-6327).

PAE Aviation and Technical Services LLC, Arlington, Virginia, is being awarded a $43,733,325 modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N00421-15-D-0007-P000010) to exercise an option for organizational, selected intermediate, and limited depot-level maintenance, and logistics support services for F-5F Tiger II and F-5N Freedom Fighter aircraft based at Naval Air Station (NAS) Fallon, Nevada (33 percent); Marine Corps Air Station Yuma, Arizona (33 percent); and NAS Key West, Florida (34 percent), and is expected to be completed in July 2018.  Fiscal 2017 operations and maintenance (Navy Reserve) in the amount of $14,568,265 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

NAO Cyber Veterans LCC,** Arlington, Virginia, is being awarded $26,992,500 indefinite-delivery/indefinite-quantity contract, resulting from solicitation N00189-17-R-0021, that will include terms and conditions for the placement of firm-fixed-price task orders to provide a variety of information technology support and analytical services in support of the U.S. Fleet Cyber Command Navy Authorizing Official Directorate.  The contract will include a five-year base ordering period and six-month option period which if exercised, the total value of this contract will be $30,000,000.  Work will be performed in Suffolk, Virginia (80 percent); and Arlington, Virginia (20 percent). Work is expected to be completed by August 2022; if all options are exercised, work will be completed by March 2023.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $1,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year.  Proposals were requested of service–disabled, veteran-owned small businesses via the Federal Business Opportunities website, with nine offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Norfolk, Virginia, is the contracting activity.

CH2M Hill Constructors Inc., Greenville, South Carolina, is being awarded $26,433,289 for firm-fixed-price modification 04 to task order WE01 under a previously awarded global contingency contract (N62470-13-D-6019) for recovery efforts and repairs following a natural disaster at Marine Corps Logistics Base, Albany.  The work to be performed provides for the repair of exhaust fans on warehouse roofs; advanced metering infrastructure and fire antennas; Building 1220 repair and insulation on Building 1220 and 1221; fire station and Building 1362 repairs; Building 1315 fire line removal; Building 2211 permanent repairs; trailer village information technology connections and electrical connection and metal Building 2200 repairs; Johnson gate 1030 replacement and Buildings 5400 and 6000 asbestos repairs; heating, ventilation, and air conditioning repairs/replacements and Building 1210 natural gas boiler replacement; warehouse interiors, windows, and mass notification system; metal buildings (multiple) and pump houses; Building 1430 roof and door installation; Buildings 1121, 1231, and 1330 roof insulation; railroad repairs; and Building 1230 roof repairs.  Work will be performed in Albany, Georgia, and is expected to be completed by July 2018.  Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $26,433,289 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.

BAE Systems Technology Solutions and Services, Rockville, Maryland, is being awarded $21,245,559 for modification P00019 to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008) to exercise an option to provide engineering and technical services to support the integrated communications and information systems radio communications for Navy ships.  Work will be performed at St. Inigoes, Maryland, and is expected to be completed in July 2022.  Fiscal 2017 working capital funds (Navy) in the amount of $1,200,000 are being obligated on this 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.

CH2M Hill Constructors Inc., Greenville, South Carolina, is being awarded $20,243,896 for firm-fixed-price modification 03 to task order WE01 under a previously awarded global contingency contract (N62470-13-D-6019) for recovery efforts and repairs following a natural disaster at Marine Corps Logistics Base, Albany.  The work to be performed provides for the repair of Buildings 1220,1221, 1230, 1331, 1430, 1241, and 1340; trailer village for assessment of vehicles damaged as a result of the storm; and fence post modification to provide for heavier fence posts.  Work will be performed in Albany, Georgia, and is expected to be completed by July 2018.  Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $20,243,896 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.

CACI-ISS Inc., Chantilly, Virginia, is being awarded $9,993,558 for modification P00043 to a previously awarded cost-plus-fixed-fee, term contract (N00421-15-C-0021) to exercise an option for services in support of the Naval Air Warfare Center Aircraft Division’s Special Communications Mission Solutions Division.  This option provides for an estimated 119,099 hours of technical services for command, control, communications, computers, intelligence, (C4I) surveillance and reconnaissance electronic projects.  Work will be performed in St. Inigoes, Maryland (92 percent); Fayetteville, North Carolina (4 percent); San Diego, California (2 percent); Orlando, Florida (1 percent); and Alexandria, Virginia (1 percent), and is expected to be completed in December 2017.  Fiscal 2017 working capital funds (defense-wide); and 2017operations and maintenance (Navy, defense-wide, Air National Guard, Army and Marine Corps) funds in the amount of $2,691,667 will be obligated at the time of award, $2,613,491 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Rhoads Industries Inc.,* Philadelphia, Pennsylvania, is being awarded an $8,718,382 firm-fixed-price modification to a previously awarded contract for Naval nuclear propulsion components. Work will be performed in Philadelphia, Pennsylvania.  Navy working capital funding in the amount of $8,718,382 will be obligated at time of award and will not expire at the end of the current fiscal year.  No completion date or additional information is provided on Naval Nuclear Propulsion program contracts.  This contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplier or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-C-0014).

Booz Allen Hamilton Inc., McLean, Virginia, is being awarded $8,635,549 for cost reimbursement modification P00004 under previously awarded contract M00264-16-C-1031 to exercise option period one in support of the Headquarters Marine Corps Program analysis and evaluation, technical, managerial, analytical support services.  This contract includes one 12 month base period, four one year option periods and Federal Acquisition Regulation Clause 52.217-8 extension of services clause option period which, if exercised, could bring the cumulative value of this contract to $48,633,707.  Work will be performed in Arlington, Virginia, and work is expected to be completed Aug. 7, 2018.   Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $8,635,549 will be obligated at the time of award and will expire at the end of the current fiscal year.  This contract was competitively procured via solicitation on the Federal Business Opportunity website, with two proposals received.  The Marine Corps Installation Command, North Capital Region, Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity.

Coastal Enterprises of Jacksonville Inc., Jacksonville, North Carolina, is being awarded a $7,685,195 modification under previously awarded indefinite-delivery/indefinite-quantity contract (N40085-16-D-6318) to exercise option one for grounds maintenance services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying locations.  The work to be performed provides for grounds maintenance services that will maintain landscaping, mowing, trimming grass, weed control, and fire ant treatment for the Camp Lejeune Complex which include commands such as the Naval Hospital, Marine Corps Special Operations Command, and Department of Defense Dependent Schools.  After award of this option, the total cumulative contract value will be $15,234,520.  Work will be performed in Jacksonville, North Carolina, and work is expected to be completed in July 2018.  No funds will be obligated at time of award.  Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $4,223,487 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Tikigaq Construction LLC,* Wasilla, Alaska, is being awarded a $7,271,339 firm-fixed-price contract for construction of a landfill closure capping system for the municipal solid waste landfill area at Andersen Air Force Base, Guam.  The system includes a final cover system, passive landfill gas venting system, final cover slope protection drainage system, upgrades to the leachate system, and an all-weather access road with lined drainage swale.  The work includes additional ground water monitoring wells as required by applicable laws and regulations.  The contractor will also provide a perimeter roadway and perimeter subsurface drainage system to facilitate long-term maintenance of the landfill cover system.  Work will be performed in Yigo, Guam, and is expected to be completed by February 2019.  Fiscal 2013 and 2016 military construction (Navy) contract funds in the amount of $7,271,339 are obligated on this award; of which $5,273,070 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with three proposals received.  The Naval Facilities Engineering Command, Marianas, Guam, is the contracting activity (N40192-17-C-1305).

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $270,165,431 fixed-price-incentive contract for to install and integrate the SEPv2 legacy unique components resulting in 45 M1A2 SEPv3 Abrams Main Battle tanks; procure, stock and store 60 sets of SEPv2 legacy and SEPv3 unique components; procure Integrated Product Support requirements of Lisa, special tooling and test equipment, and the systems support package. One bid was solicited and one bid received. Work will be performed in Lima, Ohio; Scranton, Pennsylvania; Anniston, Alabama; and Tallahassee, Florida; with an estimated completion date of August 31, 2019. Fiscal 2017 Other funds in the amount of $270,165,431 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-C-0108).

Oshkosh Defense, LLC, Oshkosh, Wisconsin, has been awarded a $195,483,510 modification (P00055) to contract W56HZV-15-C-0095 to exercise available options for 748 vehicles and 2,359 installed and packaged kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of November 30, 2018. Fiscal 2015, 2016 and 2017 Other Procurement, Army and Research, Development, Test and Evaluation funds in the combined amount of $195,483,510 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

American Ordnance LLC, Middletown, Iowa, has been awarded a $63,949,368 modification (P00013) to contract W15QKN-15-C-0044 for 40mm high velocity day night thermal training cartridge. Work will be performed in Bonaparte, Iowa; Mountainside, New Jersey; Bloomingdale, Illinois; Fallon, Missouri; Coachella, California; Louisville, Kentucky; Middletown, Iowa; Radford, Virginia; and Lynchburg, Virginia, with an estimated completion date of November 30, 2019.  Fiscal 2017 other procurement (Army) funds in the amount of $63,949,368 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

General Electric Co. GE-Aviation, Lynn, Massachusetts, has been awarded a $49,602,898 firm-fixed-price contract for overhaul and recapitalization of the UH-60 Cold Section Module. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order with an estimated completion date of July 30, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-17-D-0083).

J&J, Austin, Texas, has been awarded a $38,665,471 firm-fixed-price contract for healthcare environmental services in support of San Antonio Military Medical Center-North. One bid was solicited and one bid was received. Work locations and funding will be determined with each order with an estimated completion date of July 31, 2018. U.S. Army Medical Command, Fort Sam Houston, Texas, is the contracting activity (W81K04-17-D-0014).

Northrop Grumman, Herndon, Virginia, has been awarded a $19,856,333 modification (P00010) to contract W31P4Q-16-C-0063 for sustainment of ongoing contingency operations. Work will be performed in Huntsville, Alabama; Afghanistan; and Egypt with an estimated completion date of March 2, 2018. Fiscal 2017 Operations and Maintenance, Army funds in the amount of $19,856,333 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Medico Industries*, Inc., Wilkes Barre, Pennsylvania, has been awarded a $19,689,229 modification (P00022) to contract W15QKN-13-C-0050 for a total quantity of 181,901 120mm high explosive shell bodies, full range practice charge and additional 120mm HE/FRPC fuse adapters. Work will be performed in Wilkes Barre, Pennsylvania, with an estimated completion date of September 30, 2019. Fiscal 2017 Other funds in the amount of $19,689,229 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

The Boeing Co., Mesa, Arizona, has been awarded a $17,960,940 modification (PZ0003) to Foreign Military Sales (United Arab Emirates) contract W58RGZ-16-C-0051 for post-production support services and performance based logistics in support of the United Arab Emirates Land Forces Longbow Apache program for a total of 30 AH-64D Apache helicopters. Work will be performed in Mesa, Arizona, with an estimated completion date of July 31, 2020. Fiscal 2017 Other funds in the amount of $17,960,940 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Ordnance and Tactical Systems, Inc., Marion, Illinois, has been awarded a $17,524,481 modification (P 00012) to contract W15QKN-15-C-0043 for 40mm low velocity day night thermal training cartridge. Work will be performed in Marion, Illinois; Coachella, California; Minneapolis, Minnesota; Springfield, Missouri; Ogden, Utah; East Alton, Illinois; and Northlake, Illinois, with an estimated completion date of November, 30, 2019. Fiscal 2017 Other Procurement, Army funds in the amount of $17,524,481 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Leidos, Inc., Reston, Virginia, has been awarded a $17,400,000 cost-plus-fixed-fee contract for meeting, scientific, and administrative support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2022. U.S. Army Medical Research Acquisition Activity, Frederick, Maryland, is the contracting activity (W81XWH-17-D-0025).

ETCON, Inc., Gatesville, Texas, has been awarded a $16,054,320 modification (P00003) to contract W91151-16-D-0017 for paving. Work locations and funding will be determined with each order with an estimated completion date of July 31, 2018. U.S. Army Contracting Command, Fort Hood, Texas, is the contracting activity.

TSAY Professional Services*, Inc., Ohkay Owingeh, New Mexico, has been awarded a $13,607,023 cost-plus-award-fee contract for base operations facility maintenance for Fort Leonard Wood, Missouri. One bid was solicited and one bid was received. Work locations and funding will be determined with each order; with an estimated completion date of January 31, 2018. U.S. Army Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity (W911S7-17-D-0011).

SRC, Inc., Syracuse, New York, has been awarded a $10,987,104 cost-plus-fixed-fee contract to rapidly develop and deploy electronic warfare improvements onto the mobile low, slow, Small Unmanned Aerial System Integrated Defeat System variant to theater and support the variants in theater. One bid was solicited and one bid was received. Work will be performed in Syracuse, New York, with an estimated completion date of July 27, 2018. Fiscal 2017 Research, Development, Test, and Evaluation; Other procurement (Army); and Operations and Maintenance, Army funds in the combined amount of $5,383,681 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-C-0157).

Multinational Defense Services*, LLC, Clearwater, Florida, has been awarded a $10,200,620 modification (0012) to contract W15QKN-14-G-0001 for various non-standard small caliber ammunition. Work will be performed in Clearwater, Florida; the United Kingdom; Canada; and Valley Stream, New York with an estimated completion date of January 21, 2018. Fiscal 2016 and 2017 Other Procurement, Army funds in the amount of $10,200,620 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

Orbis Sibro, Inc., Mount Pleasant, South Carolina, has been awarded a $9,434,524 modification (P00003) to contract W91CRB-15-D-0031 for scientific and engineering support for the development of instrumentation systems and test facilities at Aberdeen Test Center at Aberdeen Proving Ground, Maryland. Work locations and funding will be determined with each order; with an estimated completion date of August 25, 2018. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AIR FORCE

Northrop Grumman Systems Corp., Herndon, Virginia, and Northrop Grumman Technical Services, Rolling Meadows, Illinois, has been awarded a $60,774,936 cost reimbursement and firm-fixed-price, negotiated contract in support of the Air Force Quick Reaction Capability support center and contractor logistics support. This contract provides for all activities found and performed within an Air Force air logistics complex. Work will be performed in Rolling Meadows, Illinois and is expected to be completed by April 30, 2022. This award is the result of a sole source acquisition. Fiscal Year 2017, operation and maintenance funds in the amount of $9,306,715 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (FA8523-17-C-0010)

Engility Corp., Andover, Massachusetts, has been awarded a $12,334,132 modification (P00072) to a previously awarded contract for system engineering and integration support for the Remote Sensing Systems Directorate.  This modification will fund support for environmental monitoring conducted under this SE&I effort.  Work will be performed at Los Angeles Air Force Base, California, and is expected to be complete by Dec. 31, 2018.  Fiscal year 2017 research, development, test and evaluation funds in the amount of $5,050,783 are being obligated at the time of award.  Space and Missile Systems Center, Los Angeles AFB, California, is the contracting activity. (FA8810-10-C-0001)

Chromalloy Component Services Inc., San Antonio, Texas, has been awarded a $7,669,138 firm-fixed-price contract with two option periods for F108 Module 13/15. This contract provides for the remanufacture of the F108 low pressure turbine assembly. Work will be performed at San Antonio, Texas, and is expected to be completed by July 31, 2020. This contract is the result of competitive acquisition. Funds in the amount of $385,255 are being obligated at the time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (FA8122-17-D-0008)

* Small business

** Service-disabled veteran-owned small business

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