Department of Defense contracts valued at $7 million or above


ARMY

Universal Consulting Services Inc., Fairfax, Virginia (W52P1J-18-D-A004); McLane Advanced Technologies LLC,* McLean, Virginia (W52P1J-18-D-A005); Raytheon Co., Waltham, Massachusetts (W52P1J-18-D-A006); Booz Allen Hamilton, McLean, Virginia (W52P1J-18-D-A007); Credence Management Solutions LLC,* Vienna, Virginia (W52P1J-18-D-A008); Leidos Innovations Corp., Gaithersburg, Maryland (W52P1J-18-D-A009); Unified Business Technologies Inc.,* Troy, Michigan (W52P1J-18-D-A010); ActioNet Inc., Vienna, Virginia (W52P1J-18-D-A011); NES Associates LLC, Alexandria, Virginia (W52P1J-18-D-A012); Excellus Solutions LLC,* McLean, Virginia (W52P1J-18-D-A013); SuprTEK Inc.,* Ashburn, Virginia (W52P1J-18-D-A014); IAP Worldwide Services Inc., Cape Canaveral, Florida (W52P1J-18-D-A015); Sabre/DCS/i3 JV (SDI JV), Warrington, Pennsylvania (W52P1J-18-D-A016); SNVC LC,* Herndon, Virginia (W52P1J-18-D-A017); Deloitte Consulting LLP, Arlington, Virginia (W52P1J-18-D-A018); DIGITALiBiz Inc.,* Rockville, Maryland (W52P1J-18-D-A019); Teksouth Corp.,* Gardendale, Alabama (W52P1J-18-D-A020); Summit Technologies LLC,* Aldie, Virginia (W52P1J-18-D-A021); Suntiva LLC,* Falls Church, Virginia (W52P1J-18-D-A022); Agile Defense Inc.,* Reston, Virginia (W52P1J-18-D-A023); Array Information Technology Inc., Greenbelt, Maryland (W52P1J-18-D-A024); GRSi (Grove Resource Solutions Inc.),* Frederick, Maryland (W52P1J-18-D-A025); CALNET Inc.*, Reston, Virginia (W52P1J-18-D-A026); ZenLogic JV,* Gainesville, Virginia (W52P1J-18-D-A027); TA Services of South Carolina LLC,* Charleston, South Carolina (W52P1J-18-D-A028); IPKeys Technologies LLC,* Stafford, Virginia (W52P1J-18-D-A029); IT Enterprise Services and Solutions, Vienna, Virginia (W52P1J-18-D-A030); Maden Technologies,* Arlington, Virginia (W52P1J-18-D-A031); IBM Corp., Bethesda, Maryland (W52P1J-18-D-A032); Hyperion Inc.,* Reston, Virginia (W52P1J-18-D-A033); Qbase LLC,* Beavercreek, Ohio (W52P1J-18-D-A034); CyberData Technologies Inc.,* Herndon, Virginia (W52P1J-18-D-A035); DirectViz Solutions LLC,* Chantilly, Virginia (W52P1J-18-D-A036); BAE Systems Information Solutions Inc., Rockville, Maryland (W52P1J-18-D-A037); American Cyber Inc.,* Clifton, Virginia (W52P1J-18-D-A038); SMS Data Products Group Inc., McLean, Virginia (W52P1J-18-D-A039); 22nd Century Holding LLC, Somerset, New Jersey (W52P1J-18-D-A040); T-Four LLC,* Alexandria, Virginia (W52P1J-18-D-A041); STG Inc., Reston, Virginia (W52P1J-18-D-A042); Vencedor Technologies LLC,* Vienna, Virginia (W52P1J-18-D-A043); Sentar Inc.* Huntsville, Alabama (W52P1J-18-D-A044); AOC Expression LLC,* Chantilly, Virginia (W52P1J-18-D-A045); ManTech Advanced Systems International Inc., Herndon, Virginia (W52P1J-18-D-A046); ASCI Inc.,* Colorado Springs, Colorado (W52P1J-18-D-A047); Advanced Software Systems Inc.,* Sterling, Virginia (W52P1J-18-D-A048); Occam Solutions Inc.,* Herndon, Virginia (W52P1J-18-D-A049); DSA Inc. (Data Systems Analysts Inc.), Feasterville Trevose, Pennsylvania (W52P1J-18-D-A050); Macro Solutions Inc.,* Washington, D.C. (W52P1J-18-D-A051); Information Gateways Inc.,* Livonia, Michigan (W52P1J-18-D-A052); VAE Inc., Springfield, Virginia (W52P1J-18-D-A053); Pragmatics Inc., Reston, Virginia (W52P1J-18-D-A054); Caelum Research Corp., Rockville, Maryland (W52P1J-18-D-A055); Criterion Systems Inc.,* Vienna, Virginia (W52P1J-18-D-A056); Soft Tech Consulting Inc.,* Chantilly, Virginia (W52P1J-18-D-A057); Strategic Operational Solutions Inc.,* Vienna, Virginia (W52P1J-18-D-A058); Fortem Solutions LLC,* Vienna, Virginia (W52P1J-18-D-A059); Vectrus Systems Corp., Colorado Springs, Colorado (W52P1J-18-D-A060); Iron Bow Technologies LLC, Herndon, Virginia (W52P1J-18-D-A061); Harmonia Holdings Group LLC,* Blacksburg, Virginia (W52P1J-18-D-A062); LOGC2 Inc.,* Decature, Alabama (W52P1J-18-D-A063); Exeter Information Technology Services LLC,* Gaithersburg, Maryland (W52P1J-18-D-A064); DRS Technical Services Inc., Dulles, Virginia (W52P1J-18-D-A065); FWG Solutions Inc.,* Washington, D.C. (W52P1J-18-D-A066); Intelligent Waves LLC,* Reston, Virginia (W52P1J-18-D-A067); Crystal Clear Technologies Inc.,* St. Petersburg, Florida (W52P1J-18-D-A068); Inserso Corp.,* Vienna, Virginia (W52P1J-18-D-A069); Stinger Ghaffarian Technologies Inc., Greenbelt, Maryland (W52P1J-18-D-A070); Technatomy Corp., Fairfax, Virginia (W52P1J-18-D-A071); n-Link Corp.,* Bend, Oregon (W52P1J-18-D-A072); Dev Technology Group Inc.,* Reston, Virginia (W52P1J-18-D-A073); Millenium Corp.,* Arlington, Virginia (W52P1J-18-D-A074); Science Applications International Corp.,* Reston, Virginia (W52P1J-18-D-A075); ITSTARS2 LLC,* Herndon, Virginia (W52P1J-18-D-A076); LinkTec LLC,* McLean, Virginia, (W52P1J-18-D-A077); ECS Federal LLC, Fairfax, Virginia (W52P1J-18-D-A078); Trowbridge & Trowbridge LLC, McLean, Virginia (W52P1J-18-D-A079); Accenture Federal Services LLC, Arlington, Virginia (W52P1J-18-D-A080); Link Solutions Inc.,* McLean Virginia (W52P1J-18-D-A081); HP Enterprise Services LLC, Herndon, Virginia (W52P1J-18-D-A082); Adams Communication & Engineering Technology Inc., Waldorf, Maryland (W52P1J-18-D-A083); Mission 1st Group Inc.,* Arlington, Virginia (W52P1J-18-D-A084); ObjectCTalk Inc.,* King of Prussia, Pennsylvania (W52P1J-18-D-A085); General Dynamics Information Technology Inc., Fairfax, Virginia (W52P1J-18-D-A086); Indigo IT LLC,* Reston, Virginia (W52P1J-18-D-A087); Digital Management Inc., Bethesda, Maryland (W52P1J-18-D-A088); Banc3 Inc.,* Princeton, New Jersey (W52P1J-18-D-A089); CSRA Inc., Falls Church, Virginia (W52P1J-18-D-A090); American Systems Corp., Chantilly, Virginia (W52P1J-18-D-A091); Bravura Information Technology Systems Inc.,* Aberdeen, Maryland (W52P1J-18-D-A092); Harris IT Services Corp. (now Peraton Inc.), Herndon, Virginia (W52P1J-18-D-A093); NCI Information Systems Inc., Reston, Virginia (W52P1J-18-D-A094); Jacobs, Tullahoma, Tennessee (W52P1J-18-D-A095); SNR Systems LLC,* Ashburn, Virginia (W52P1J-18-D-A096); Tiger Creek Consulting Inc.,* Fairfax, Virginia (W52P1J-18-D-A097); New Directions Technologies Inc.,* Ridgecrest, California (W52P1J-18-D-A098); URS Federal Services Inc., Germantown, Maryland (W52P1J-18-D-A099); Business Mission Edge LLC,* Bethesda, Maryland (W52P1J-18-D-A100); GC&E Systems Group Inc.,* Norcross, Georgia (W52P1J-18-D-A101); Phacil Inc.,* McLean, Virginia (W52P1J-18-D-A102); LinTech-Pragmatics JV,* Reston, Virginia (W52P1J-18-D-A103); ITES Venture LLC,* Fairfax, Virginia (W52P1J-18-D-A104); Synteras LLC,* Herndon, Virginia (W52P1J-18-D-A105); NTT DATA Services Federal Government Inc., Herndon, Virginia (W52P1J-18-D-A106); B&D Consulting Inc.,* Hagerstown, Maryland (W52P1J-18-D-A107); Technology, Automation & Management Inc.,* Fairfax, Virginia (W52P1J-18-D-A108); World Wide Technology Inc., Maryland Heights, Missouri (W52P1J-18-D-A109); Halfaker and Associates LLC,* Arlington, Virginia (W52P1J-18-D-A110); IP Network Solutions Inc.,* Herndon, Virginia (W52P1J-18-D-A111); MetroStar Systems Inc.,* Reston, Virginia (W52P1J-18-D-A112); Innovative Management Concepts Inc.,* Dulles, Virginia (W52P1J-18-D-A113); Akira Technologies Inc.,* Washington, District of Columbia (W52P1J-18-D-A115); Optivor Technologies LLC,*Annapolis Junction, Maryland (W52P1J-18-D-A117); Kingfisher, Systems Inc.,* Falls Church, Virginia (W52P1J-18-D-A118); Cybermedia Technologies Inc.,* Reston, Virginia (W52P1J-18-D-A119); Computer World Services Corp.,* Washington, District of  Columbia (W52P1J-18-D-A120); 3Vesta LLC,* Falls Church, Virginia (W52P1J-18-D-A121); Logistics Systems Inc.,* Washington, District of Columbia (W52P1J-18-D-A122); S4 Inc.,* Bedford, Massachusetts (W52P1J-18-D-A123); M.C. Dean Inc., Tysons Corner, Virginia (W52P1J-18-D-A124); Savantage Solutions,* Rockville, Maryland (W52P1J-18-D-A125); Superior Government Solutions Inc.,* Falls Church, Virginia (W52P1J-18-D-A126); AT&T Government Solutions Inc., Vienna, Virginia (W52P1J-18-D-A127); Innovations JV LLC,* Chantilly, Virginia (W52P1J-18-D-A128); Fortem Services Group LLC,* Herndon, Virginia (W52P1J-18-D-A129); Unisys Corp., Reston, Virginia (W52P1J-18-D-A130); NexGen Data Systems Inc.,* Goose Creek, South Carolina (W52P1J-18-D-A131); EZteq LLC,* Reston, Virginia (W52P1J-18-D-A132); TELESIS Corp.,* McLean, Virginia (W52P1J-18-D-A133); Attain SuprTEK LLC, McLean, Virginia (W52P1J-18-D-A134); FEDITC LLC,* Rockville, Maryland (W52P1J-18-D-A135); CKA LLC,* Sterling, Virginia (W52P1J-18-D-A136); Northrop Grumman, Herndon, Virginia (W52P1J-18-D-A137); CACI-ISS Inc., Chantilly, Virginia (W52P1J-18-D-A138); Synaptek Corp.,* Reston, Virginia (W52P1J-18-D-A139); and Ace Info Solutions Inc., Reston, Virginia (W52P1J-18-D-A140), will compete for each order of the $12,100,000,000 hybrid (cost, firm-fixed-price, and time-and-materials) contract for Information Technology Enterprise Solutions-3 services. Bids were solicited via the internet with 187 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Raytheon Co., Andover, Massachusetts, was awarded a $1,528,780,740 modification (P00030) to Foreign Military Sales (Poland) contract W31P4Q-15-C-0022 for Phased Array Tracking Radar to Intercept on Target (PATRIOT). Work will be performed in Andover, Massachusetts; White Sands Missile Range, New Mexico; and Merrimack, New Hampshire, with an estimated completion date of Dec. 31, 2022. Fiscal 2018 foreign military sales funds in the amount of $922,467,122 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Nammo Talley Inc., Mesa, Arizona, was awarded a $135,060,000 firm-fixed-price contract for the production of the Bunker Defeat Munition, XM808 Subcaliber Trainer, and the Field Handling Trainer. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2021. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0163).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $60,947,957 firm-fixed-price contract for repair of the Utility Helicopter-60 Blackhawk transmission. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0071).

Cox Construction, Vista, California, was awarded a $32,416,000 firm-fixed-price contract for design, bid, build and construction of a new 800-member Army Reserve Center. Bids were solicited via the internet with two received. Work will be performed in Fallbrook, California, with an estimated completion date of Nov. 5, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $32,416,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0036).

Turner Construction Co., Huntsville, Alabama, was awarded a $27,223,895 firm-fixed-price contract for renovation of Army primary standards lab. Bids were solicited via the internet with three received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Jan. 2, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $27,223,895 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-18-C-0031).

Carasoft Technology Corp., Reston, Virginia, was awarded a $25,017,802 firm-fixed-price contract to migrate Army Enterprise System Integration Program Hub to Cloud along with managed services to accomplish their mission. Three bids were solicited with three bids received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 13, 2021. Fiscal 2018 operations and maintenance Army funds in the amount of $24,914,298 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-F-0375).

American Ordnance LLC, Middletown, Iowa, was awarded a $23,178,756 firm-fixed-price contract for Mine Clearing Line Charge systems. One bid was solicited with one bid received. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2020. Fiscal 2016 and 2018 other procurement, Army funds in the amount of $23,178,756 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-C-0057).

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $20,285,513 modification (P00666) to contract DAAA09-98-E-0006 for sewer line repair and replacement at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 other procurement, Army funds in the amount of $20,285,513 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

HHI Corp.,* Ogden, Utah, was awarded an $18,943,387 firm-fixed-price contract to construct an ammunition inspection repair and repacking facility, ammunition storehouse, earth-covered magazines, igloo-style storage, and open storage area. Bids were solicited via the internet with two received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of May 31, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $18,943,387 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0037).

LGC Global Inc.,* Detroit, Ohio, was awarded a $13,810,000 firm-fixed-price contract to renovate KC-135 aircraft hangar. Bids were solicited via the internet with six received. Work will be performed in Columbus, Ohio, with an estimated completion date of May 29, 2020. Fiscal 2018 operations and maintenance Army in the amount of $13,810,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W91364-18-C-5003).

MedTrust LLC, San Antonio, Texas, was awarded a $13,500,000 firm-fixed-price contract for registered nursing services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2019. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-18-D-0030).

Johnson Machine Works Inc.,* Chariton, Iowa, was awarded a $12,627,614 firm-fixed-price contract for supply of miter gates for Lock and Dam 5A, and Locks 8 and 10. Bids were solicited via the internet with three received. Work will be performed in Chariton, Iowa, with an estimated completion date of Oct. 27, 2023. Fiscal 2018 operations and maintenance, Army funds in the amount of $12,627,614 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-18-C-0013).

Gilbane Federal, Concord, California, was awarded a $12,255,392 firm-fixed-price contract for construction of automation-aided instructional building. Bids were solicited via the internet with two received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Jan. 18, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $12,255,392 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-C-3003).

Day & Zimmermann Lone Star LLC, Texarkana, Texas, was awarded a $10,375,695 modification (P00011) to contract W52P1J-16-C-0001 for M67 fragmentation hand grenades. Work will be performed in Texarkana, Texas, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $10,375,695 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Zyscovich Inc., Miami, Florida, was awarded a $10,000,000 fixed-price-award-fee contract for architect-engineering services.  Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0013).

Schenkel & Shultz Inc., Orlando, Florida, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 23 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-18-D-0010).

Wright Contracting,* Knoxville, Tennessee (W912L7-18-D-0001); Rick Cox Construction Co.,* Harriman, Tennessee (W912L7-18-D-0002); Pangea Inc.,* St. Louis, Missouri (W912L7-18-D-0003); P&W Construction LLC,* Knoxville, Tennessee (W912L7-18-D-0004); NCS/EML JV,* Louisville, Tennessee (W912L7-18-D-0005); SAF Inc.,* Nashville, Tennessee (W912L7-18-D-0006); R.L. Alvarez Construction LLC,* Clarksville, Tennessee (W912L7-18-D-0007); Semper Tek Inc.,* Lexington, Kentucky (W912L7-18-D-0008); All Phase Solutions,* Delray Beach, Florida (W912L7-18-D-0009); Chief Electric Co.,* Memphis, Tennessee (W912L7-18-D-0010); and Howard Pence Inc.,* Elizabethtown, Kentucky (W912L7-18-D-0011), will compete for each order of the $10,000,000 firm-fixed-price contract for construction projects to support the Tennessee National Guard. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2023. U.S. Property and Fiscal Office, Tennessee, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $9,805,063 cost-plus-fixed-fee contract to complete the RQ-7Bv2 integration, testing, and qualification of the design developed under Phase III of the RQ-7B Shadow Assured Positioning, Navigation, and Timing program. Three bids were solicited with two bids received. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Sept. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,272,644 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-F-0687).

Lead Builders Inc.,* Thousand Oaks, California, was awarded a $7,890,000 firm-fixed-price contract for hangar repairs and upgrades. Bids were solicited via the internet with 13 received. Work will be performed in Edwards Air Force Base, California, with an estimated completion date of Oct. 31, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $7,890,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-18-C-0039).

Cape Environmental Management Inc.,* Overland Park, Kansas, was awarded a $7,716,908 firm-fixed-price contract for perform remediation of sites at the former Sunflower Army Ammunition Plant in De Soto, Kansas. Seven bids were solicited with seven bids received. Work will be performed in De Soto, Kansas, with an estimated completion date of Nov. 6, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $7,716,908 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-18-F-3021).

Sierra Nevada Corp., Sparks, Nevada, was awarded a $7,285,595 hybrid (cost, cost-plus-incentive-fee, and firm-fixed-price) contract for First Article Testing prototypes of a Medical Hands-Free Ultra-Wideband Broadcast device capable of meeting airworthiness. One bid was solicited with one bid received. Work will be performed in Sparks, Nevada, with an estimated completion date of Aug. 25, 2023. Fiscal 2018 research, development, test and evaluation funds in the amount of $3,614,043 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0232). 

NAVY 

Orbis Sibro Inc., Mount Pleasant, South Carolina (N3904018D0003); Q.E.D. Systems Inc., Virginia Beach, Virginia (N3904018D0004), Delphinus Engineering, Eddystone, Pennsylvania (N3904018D0005); and Oceaneering Intl., Chesapeake, Virginia (N3904018D0006), are awarded a combined cumulative $166,961,483 cost-plus fixed fee, indefinite-delivery/indefinite-quantity, multiple award contracts to provide non-nuclear production support for U.S. naval submarine projects/repairs.  This requirement includes touch labor efforts for 14 trades onboard Virginia and Los Angeles class submarines. The services under these contracts cover marine electrician, industrial fire watch/laborer, marine pipefitter, outside marine machinist, marine painter, weight handler, marine ship fitter, shipwright, welder, sheet metal, marine insulator, abrasive blaster, deck time setter, sound tile setter for upcoming submarine availabilities.  Work will be performed in Kittery, Maine, and is expected to be completed by October 2019. If all options are exercised, work will continue through October 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $4,000 ($1,000 minimum guarantee per contract) will be obligated at time of award and expire at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with four offers received in accordance with Federal Acquisition Regulations Part 15. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is being awarded a $81,433,819 firm-fixed-priced, performance-based logistics requirements contract for logistics and repair support for 221 components in support of the F/A-18 A-F and E/A-18 G aircrafts as well as two additional components that are common across several aviation platforms including EA6, KC130, S3B, MH60, SH60, V-22, C2A, E2C, TE2C, P-3C, and the EP-3E aircrafts. This contract includes a four-year base period with no options. Work will be performed in College Park, Georgia (34 percent); Jacksonville, Florida (33 percent); and North Island, California (33 percent). Work is expected to be completed by September 2022. No funds will be obligated at the time of award.  Working capital (Navy) funds and Australian funds under the Foreign Military Sales Program will be obligated to fund delivery orders as they are issued.  Funds will not expire at the end of the current fiscal year.  This contract was a sole source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-18-D-PV01)

Goodwill Industries, Southeastern Wisconsin, Greendale, Wisconsin, is awarded an $80,004,557 firm-fixed-price contract to provide food and logistics support services for the Galley and Uniform Issue Department in support of the Recruit Training Command, Training Support Center, and other tenant activities located within the Naval Station Great Lakes. The contract will include a one-year base period and nine one-year option periods which if exercised, the total value of this contract will be $824,074,038. Work will be performed in Great Lakes, Illinois, and work is expected to be completed by September 2019. If all options are exercised, work will be completed by September 2028. Subject to the availability of funds, at time of award, funds will be incrementally funded under the contract’s base period utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $3,434,398 that will expire at the end of the current fiscal year; and working capital funds (Navy) in the amount of $3,626,578 that will not expire at the end of the current fiscal year.  This solicitation for a non-competitive requirement was pursuant to the Javits-Wagner-O’Day Act (41 U.S.C. 46-48c) and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 CFR Chapter 51) which implements the AbilityOne Program. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. (N00189-18-C-Z053)

Raytheon Co. Missile Systems, Tucson, Arizona, is awarded a $46,663,856 cost-plus-fixed-fee contract for technical maturation and risk reduction of the Miniature Air Launched Decoy-Navy.  Work will be performed in Tucson, Arizona (81 percent); East Hartford, Connecticut (4 percent); El Segundo, California (3 percent); Salt Lake City, Utah (3 percent); Papendrecht, Netherlands (3 percent); Cedar Rapids, Iowa (2 percent); Akron, Ohio (2 percent); and Indianapolis, Indiana (2 percent), and is expected to be completed in November 2020.  Fiscal 2018 research, development, test and evaluation funds (Navy) in the amount of $10,445,410 will be obligated at 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 (N00019-18-C-0088).

Omega Aerial Refueling Services, Inc.,* Alexandria, Virginia, is awarded a not-to-exceed $41,586,391 modification P00020 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-13-D-0010).  This modification extends the period of performance to provide aerial refueling services to the Department of the Navy, other Department of Defense agencies, and Foreign Military Sales customers during missions ranging from basic training to multi-national exercises.  Work will be performed in Riverside, California (50 percent); Brunswick, Georgia (40 percent); and various locations outside the continental U.S. (10 percent), and is expected to be completed in March 2019.  No funds will be obligated at time of award.  Funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

GHD Setiadi Kaula AE JV, Honolulu, Hawaii, is awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity architect-engineering (AE) contract for AE services for various base infrastructure projects and other projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The work to be performed provides for AE services for base infrastructure and other civil design/engineering services.  AE services include, but are not limited to, the execution and delivery of military construction project documentation; functional analysis and concept development workshops and design charrettes; design-build request for proposal solicitation documents; design-bid-build design contract documents; technical surveys and reports including concept studies, site engineering investigations, pavement condition surveys, topographical surveys, geotechnical investigations, hazardous material surveys, munitions of explosive concern surveys, hydrographic surveys, and others; construction cost estimates; collateral equipment buy packages; comprehensive interior design including structural interior design and furniture, fixtures, and equipment; and post construction award services.  No task orders are being issued at this time.  Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific AOR including but not limited to Guam and the Northern Marianas Islands (70 percent); Australia (20 percent); and Hawaii (10 percent).  The term of the contract is not to exceed 60 months with an expected completion date of September 2023.  Fiscal 2017 military construction (MILCON), (planning and design) contract funds in the amount of $10,000 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 MILCON.  This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-0005).

Vista Research, Inc.,* Arlington, Virginia, is awarded a $36,226,053 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for a Small Business Innovation Research Phase III effort stemming from a Phase I, Phase II, and Phase III contract under Topic H-SB06.1-004, Signal Processing for a Southern Border Surveillance System.  This requirement provides for up to eight Vista F50-ER1 Air Surveillance Radar (ASR) systems, including installation; and operation and sustainment support for 11 Vista F50-ER1 ASR systems, including three previously installed on ships.  Work will be performed in Arlington, Virginia, and is expected to be completed in September 2023.  Fiscal 2018 working capital funds (Navy) in the amount of $2,267,999 will be obligated at time of award; none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5.   The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity (N68335-18-D-0046).

Jacobs Technology, Inc., Tullahoma, Tennessee, is awarded a $30,637,699 indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Station Mayport, Marine Corps Support Facility Blount Island, and outlying areas.  The maximum dollar value including the base period and seven option years is $241,743,338.  The work to be performed provides for base operations support services to include port operations, facility investment, custodial, pest control, integrated solid waste management, other (swimming pools), grounds maintenance and landscaping, utilities management, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental.  Work will be performed in Jacksonville, Florida; Naval Station Mayport (62 percent); Blount Island (37 percent); and outlying areas (1 percent), and is expected to be completed by December 2019.  No funds will be obligated at time of award.  Fiscal 2019 operations and maintenance (Navy); fiscal 2019 Navy working capital funds; fiscal 2019 Defense Health Program; fiscal 2019 operations and maintenance (Marine Corps); fiscal 2019 operations and maintenance (Marine Corps Reserve); and fiscal 2019 family housing operations and maintenance (Navy) contract funds in the amount of $25,168,579 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1800).

Creare LLC*, Hanover, New Hampshire, is awarded a $23,817,898 not-to-exceed, indefinite-delivery/indefinite-quantity contract for the procurement of up to 22 Compact Swaging Machines (CSMs) in support of the Aircraft Launch and Recovery System Recovery Program in support of a Small Business Innovation Research (SBIR) Phase III effort.  The CSM is an advanced hydraulic system that uses up to 800 tons of pressure to swage a terminal onto an aircraft carrier purchase cable.  These services are in support of SBIR Topic N06-T023 entitled “A Portable Swaging Machine for Aircraft Carrier Purchase Cable Terminals.”  Work will be performed in Hanover, New Hampshire, and is expected to be completed in September 2023.  Fiscal 2017 other procurement (Navy) funds in the amount of $3,767,604 are being obligated at 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)(5).  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-18-D-0067).

DRS Network and Imaging Systems LLC, Melbourne, Florida, is awarded a $20,966,982 modification to previously awarded contract (N00164-12-D-JQ49) for the procurement of improved day/night observation device(s) (INOD) in support of the Marine Corps and U.S. Special Operations Command.  The INOD is a cooled thermal mid-wave infrared imager with the ability to import data and export images. The system enables operators to successfully engage targets beyond 800 meters as well as see their bullet trace.  Work will be performed in Melbourne, Florida (84 percent); and Dallas, Texas (16 percent), and is expected to be completed by May 2020.  Fiscal 2018 procurement (Marine Corps) funding in the amount of $17,389,713; and fiscal 2018 procurement (defense-wide) funding in the amount of $2,329,338 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract modification was not competitively procured pursuant to 10 U.S. Code 2304(c)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-12-D-JQ49).

The Boeing Co., St. Louis, Missouri, is awarded $17,924,406 for modification P00001 to a cost-plus-fixed-fee delivery order (N0001918F0051) previously issued against basic ordering agreement N00019-16-G-0001.  This modification is incorporation of Engineering Change Proposal (ECP) 6488, “Secondary Bleed Air Regulator and Shut Off Valve Improvement.”  The intent of the ECP is to improve aircraft reliability through the procurement of recurring kits for the secondary bleed air regulator and shut off valve in support of an F/A-18E/F and EA-18G initiative committed to the elimination of physiological episodes.  Work will be performed in Irvine, California, and is expected to be completed in January 2021.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $17,924,406 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.

Elbit Systems of America, Fort Worth, Texas, is awarded $16,471,564 for firm-fixed-price delivery order N0001918F2390, against a previously issued basic ordering agreement (N00019-17-G-0014).  This order procures standby flight displays to support government furnished equipment requirements for production aircraft; MV-22 Sustainment and Foreign Military Sales (FMS) production spares.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2021.  Fiscal 2018 working capital (Navy); fiscal 2018 aircraft procurement (Navy); fiscal 2016 advanced procurement (Air Force); and FMS funds in the amount of $12,563,165 are being obligated on this award, $11,963,765 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Ranger Land Systems Inc.,* Huntsville, Alabama, is awarded a $15,512,732 firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for commercial maintenance, refurbishment, inspection and repair of Bearcats, High-Mobility Multipurpose Wheeled Vehicles, Logistics Vehicle System Replacement, 7-ton trucks, Joint Light Tactical Vehicles, aircraft rescue firefighting and tactical trailers. Work will be performed in Jasper, Indiana, and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the amount of $671,628 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-18-D-JV22).

Nav Systems Inc., Chesapeake, Virginia (N3220518D4863); Barney A Cagle, Honolulu, Hawaii (N3220518D4864); Northrop Grumman Systems Corp. Maritime Systems,  Charlottesville, Virginia (N3220518D4865); and Northrop Grumman Systems Corp., Sperry Marine Division, Harvey, Louisiana (N3220518D4866), are awarded a combined cumulative ceiling $12,800,975 multiple award, indefinite-delivery/indefinite-quantity contract for a broad range of systems and service support for Military Sealift Command vessels’ bridge electronic communication equipment, steering gear, navigation equipment, and various safety systems.  Work will be performed in Original Equipment Manufacturer authorized marine service facilities, shipyards, and underway/onboard the vessels in various locations around the world.  Work is expected to be completed by Sept. 29, 2021.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $3,500 per contract for a total of $14,000, will be obligated as the initial task orders and will satisfy the minimum guarantee requirements.   Funds will expire at the end of the current fiscal year.  This contract was competitively procured, with proposals solicited via the Federal Business Opportunities website, with five offers received.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Sealift Inc., Oyster Bay, New York, is awarded a $12,421,315 modification under previously awarded firm-fixed-price reimbursable contract N3220515C3201 to exercise option period four for the U.S. flagged vessel MV LTC John U. D. Page for prepositioning and transportation of cargo for the Department of the Army.  The vessel is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo); and for military readiness, in accordance with the terms of this charter. The current contract includes a two-month firm period of the performance, four one-year option periods, and one nine-month option period.  Working capital funds in the amount of $12,421,315 is currently available for performance, and will not expire at the end of the current fiscal year.   The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Blue Skies Furniture LLC, Colorado Springs, Colorado, is awarded an $11,364,203 firm-fixed-price, four-year, indefinite-delivery/indefinite-quantity contract for branded furniture in support of Marine Corps Recruiting.  This contract has a four-year ordering period with no options.  Work will be performed at Colorado Springs, Colorado, and is expected to be completed Sept. 24, 2022.  Fiscal 2018 operations and maintenance (Marine Corps) funding in the amount of $300,000, will be cited and obligated on the first delivery order and will expire at the end of the current fiscal year.  This contract was competitively solicited and procured via solicitation on the Federal Business Opportunity website, with four proposals received.  The Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-18-D-1004).

Sierra Nevada Corp., Sparks, Nevada, is awarded $10,850,638 for cost-plus-fixed-fee task order N0042118F0744 against a previously issued basic ordering agreement (N00421-15-G-0001).  This task order provides engineering analysis and technical services to assess and investigate hardware and software trouble reports and perform corrective action in support of sustainment activities associated with the Landing System Upgrade program for Air Traffic Control and Landing Systems.  Work will be performed in St. Inigoes, Maryland, and is expected to be completed in September 2020.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $844,000 will be obligated at time of award, all of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Sealift Inc., Oyster Bay, New York, is awarded a $9,581,250 modification to previously awarded firm-fixed-price, reimbursable contract N3220516C3501 to exercise option period three for the U.S. flagged vessel MV SSG Edward A. Carter Jr. for prepositioning and transportation of cargo for the U.S. Department of the Army.  The vessel is employed in worldwide trade for the transportation and prepositioning of cargo (including, but not limited to, hazardous cargo, explosives, ammunition, vehicular, containerized, and general cargo); and for military readiness, in accordance with the terms of this charter.  The current contract includes a five-month firm period of the performance, four one-year option periods and one five-month option period. If all options are exercised the value of the contract will be $71,243,437.  Working capital funds in the amount of $9,581,250 are currently available for performance under this contract, and will not expire at the end of the current fiscal year.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Deloitte Consulting LLP, Arlington, Virginia, is awarded an $8,118,024 modification to a previously awarded cost-plus-fixed-fee contract (N00039-15-C-0037) to exercise an option for program management office support for the Program Executive Office Enterprise Information Systems’ Navy Enterprise Networks Program Office.  Services being acquired are programmatic, technical, engineering and integrated logistics, and application sustainment to support the naval enterprise Order to Payment System.  This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $48,007,634.  Work will be performed in Washington, District of Columbia, and is expected to be completed by September 2019. If all options are exercised, work could continue until September 2020.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $5,714,943 will be placed on contract and obligated at time of award. Contract funds will not expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1).   The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded $7,658,054 for modification P00006 to a previously awarded cost-plus-fixed-fee contract (N00030-17-C-0028) to provide various labor and material items in support of Strategic Weapons Systems Ashore, SSGN Repair, United Kingdom Dreadnought Trainer upgrades and training for Strategic Systems Programs. Work will be performed in Groton, Connecticut (44 percent); Cape Canaveral, Florida (12 percent); Kings Bay, Georgia (12 percent); Bangor, Washington (12 percent); Faslane, Scotland (12 percent); and Washington, District of Columbia (8 percent), with a completion date of April 30, 2021. Fiscal 2018 United Kingdom funds in the amount of $4,811,449; fiscal 2018 research and development test and evaluation funds in the amount of $2,771,780; and fiscal 2018 operations and maintenance (Navy) funds in the amount of $74,825 are being obligated on this modification. Funds in the amounts of $74,825 will expire at the end of fiscal 2018.  The Navy’s Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Erie Forge & Steel Inc., Erie, Pennsylvania, was awarded a not-to-exceed $7,323,320 for firm-fixed-price contract for the manufacture of propulsion shaft sections for the Virginia-class submarines.  All work will be performed in Erie, Pennsylvania, and is expected to be completed by March 2020. Fiscal 2018 other procurement (Navy) funds in the amount of $5,424,240 will be obligated at time of award, and will not expire at the end of the current fiscal year. This requirement was competitively procured with the solicitation posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. (Awarded Sept. 24, 2018) 

DEFENSE LOGISTICS AGENCY

Constructicon Corp.,* Mountain View, California (SP3300-18-D-0018); Ironwood Commercial Builders, Inc.,* Pleasant Hill, California (SP3300-18-D-0019); Parshall Construction,* Concord, California (SP3300-18-D-0020); Patriot Construction, Inc.,** Stockton, California (SP3300-18-D-0021); Souza Construction, Inc.,* Farmersville, California (SP3300-18-D-0022) and Spectrum Services Group, Inc.,** Sacramento, California (SP3300-18-D-0023), are sharing a maximum $67,796,801 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-18-R-0002 for various construction related efforts. This was a competitive acquisition with 12 offers received. These are five-year contracts with no option periods. Location of performance is California, with a Sept. 24, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

General Electric Aviation, Vandalia, Ohio, has been awarded a $52,462,485 firm-fixed-priced delivery order (SPRPA1-18-F-KC0S) against a five-year basic ordering agreement (SPE4A1-14-G-0009) for F/A-18 aircraft generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Ohio, with an April 1, 2024, performance completion date. Using service is Navy. Type of appropriation is fiscal 2018 through 2024 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Facility Site Contractors Inc.,* Halethorpe, Maryland (SP3300-18-D-0012); Ritz Construction Inc.,** Monrovia, Maryland (SP3300-18-D-0013); Argus CJW JV LLC,** Norfolk, Virginia (SP3300-18-D-0014); A.P. Williams Inc.,* Harrisburg, Pennsylvania (SP3300-18-D-0015); CBLA JV LLC,** Dillsburg, Pennsylvania (SP3300-18-D-0016); and Serviam Construction LLC,*** Altoona, Pennsylvania (SP3300-18-D-0017) are sharing a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-18-R-0003 for various construction related efforts. This was a competitive acquisition with 17 offers received. These are five-year contracts with no option periods. Location of performance is Pennsylvania, with a Sept. 24, 2023, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

Seattle Lighthouse for the Blind,***** Seattle, Washington, has been awarded a maximum $33,204,950 modification (P00006) exercising the first one-year option period of a one-year base contract (SPE1C1-17-D-B027) with three one-year option periods for multi-purpose personal hydration systems and components. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is Washington, with a Sept. 30, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

North American Manufacturing,* Scranton, Pennsylvania, has been awarded a maximum $30,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for military folding cots. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. Location of performance is Pennsylvania, with a Sept. 25, 2020, performance completion date. Using customers are Army, Air Force, Navy, Marine Corps and other federal civilian agencies. Type of appropriation is fiscal 2018 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-18-D-0002).

Northrop Grumman Systems Corp., El Segundo, California, has been awarded a maximum $22,480,020 firm-fixed price delivery order (SPRPA1-18-F-LT20) against a five-year basic ordering agreement (SPRPA1-15-G-001Z) for F/A-18 doors. This is a 37-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is California, with an Oct. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Pietro Carnaghi USA Inc.,****** Pine Brook, New Jersey, has been awarded a maximum $12,305,331 firm-fixed-price contract for a Gantry Mill machine. This was a competitive acquisition and two offers received. This is an 18-month contract with no option periods. Locations of performance are Pennsylvania and Italy with a March 6, 2020, performance completion date. The using customer is Defense Logistics Agency. The type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-18-C-0003).

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $12,031,431 firm-fixed-price delivery order (SPRPA1-18-F-E00E) against a five-year basic ordering agreement (FA812214G0001) for aircraft engine combustion chambers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Massachusetts, with a Dec. 30, 2020, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Ritz Construction Inc.,** Monrovia, Maryland, has been awarded a maximum $7,193,360 firm-fixed-price contract for building renovations. This is a one-year plus contract with no option periods. This was a competitive acquisition with nine offers received. Location of performance is Pennsylvania, with a March 24, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-18-C-0022).

AIR FORCE 

General Electric Aviation, Cincinnati, Ohio, has been awarded a $58,569,065 firm-fixed-price order (FA8122-18-F-0034) against basic ordering agreement FA8122-14-G-0001 for sustainment of the Royal Saudi Air Force F-15SA. This contract provides F110-129 engine consumables, spares, war-readiness spare kits, and support equipment. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 24, 2020. This contract involves foreign military sales to Saudi Arabia and is the result of a sole-source acquisition. Non-expiring foreign military sales funds in the amount of $58,569,065 are being obligated at the time of award.  Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-18-F-0034).

Ultra Electronics Advanced Tactical Systems Inc., Austin, Texas, has been awarded a $47,000,000 requirements-type, firm-fixed-price, cost-reimbursable contract for the Joint Air Defense Systems Integrator program.  This contract provides software sustainment support services.  Work will be performed in Austin, Texas, and is expected to be completed by May 30, 2023. This award is the result of a sole-source acquisition.  Fiscal 2018 operations and maintenance funds in the amount of $3,056,675 are being obligated at the time of award on the first order.  Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8574-18-D-0006).

L3 Technologies Inc., Arlington, Texas, has been awarded a $8,082,879 bilateral modification (P00163) to contract FA8621-13-C-6323 for Sensor Operator Fidelity Improvements IV. Work will be performed in Arlington, Texas, and is expected to be completed by Jan. 30, 2020. Fiscal 2018 research, development, test and evaluation funds in the amount of $3,950,503; fiscal 2018 operations and maintenance funds in the amount of $2,614,361; and fiscal 2018 Air National Guard funds in the amount of $1,518,015 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrup Grumman, Herndon, Virginia, has been awarded a $13,825,722 cost-plus-fixed-fee contract for product data management and migration support Services. This contract provides for all labor, supplies, and technical support services necessary to operate and maintain Robins Air Force Base, Georgia, product data hardware and software; to aid government customers in managing and executing technical data generation, acceptance and sustainment activities, processes, and products within the product data environment; and to support data improvement, cleansing and migration efforts necessary to prepare data for transition into modernized and/or Air Force enterprise-level systems. Work will be performed in Robins AFB, Georgia, and is expected to be completed by Aug. 15, 2019. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $13,825,722 are being obligated at the time of award. Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-18-F-0210). 

WASHINGTON HEADQUARTERS SERVICES 

Eccalon LLC, Hanover, Maryland, is being awarded an $8,448,706 firm-fixed-price contract to provide National Security Technology Accelerator Program support for the Office of Manufacturing and Industrial Base Policy. Work will be performed at the Mark Center, Virginia, with an expected completion date of Sept. 27, 2023.  Fiscal 2018 research, development, test and evaluation funds in the amount of $8,448,706 are being obligated at time of award. This contract was competitively procured, with three proposals received. The Washington Headquarters Services, Acquisition Directorate, Arlington, Virginia, is the contracting activity (HQ0034-18-F-0572).

 *Small Business

**Small disadvantaged women-owned business

***Service disabled veteran-owned small business

****Small business in historically underutilized business zones

*****Mandatory source

******Small disadvantaged business

Related News

Caroline's background is in public policy, non-profit fundraising, and - oddly enough - park rangering. Though she once dreamed of serving America secretly in the CIA, she's grateful she's gotten to serve America publicly - both through the National Park Service and right here at ClearanceJobs.