department of defense contracts valued at $7 million and above

MISSILE DEFENSE AGENCY

Orbital Sciences Corp. (OSC), a wholly-owned subsidiary of Northrop Grumman Innovation Systems, Chandler, Arizona, is being awarded a competitive fixed-price-incentive-fee contract. The total value of this contract is $1,120,178,540. Under this new contract, OSC will provide the Missile Defense Agency with threat-representative subscale targets with simple and complex re-entry vehicles as well as storage, surveillance, maintenance of delivered hardware and software, and range execution of end items. The work will be performed in Chandler, Arizona, with a performance period from September 2019 through September 2027. This contract was competitively procured via publication on the Federal Business Opportunities website with two proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,410,000 are being obligated at the time of contract award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0147-19-C-0005).

NAVY

Perspecta Enterprise Solutions LLC, Herndon, Virginia, is being awarded a $656,861,974 modification to previously awarded, indefinite-delivery/indefinite-quantity contract (N00039-13-D-0013) for the existing Next Generation Enterprise Network contract. The total cumulative face value of the contract is a maximum of $656,861,974. This contract modification will extend the contract’s Option Year Six (OY6) period of performance by four months, extending the potential ordering period from June 1, 2020, to Sept. 30, 2020. Additionally, subject to the government exercising the contract’s Federal Acquisition Regulation (FAR) clause 52-217-8 (option to extend services), the OY6 ordering period may be further extended through Dec. 27, 2020.
Current and future work will be performed throughout the U.S., Europe, Guam, Korea and Japan. No additional funding will be placed on contract or obligated at the time of modification award. This action is a result of a justification and approval that authorizes extending the ordering period by up to seven months. This contract modification was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1), one source or limited sources (FAR subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Raytheon Co. Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded an $80,396,861 modification to previously awarded contract N00024-16-C-6423 for the production of the MK54 Lightweight Torpedo MOD 0 and MOD 1 common parts kits and spare torpedo components. This modification combines purchases for the Navy (24.0 %); and the governments of Canada, Netherlands, Norway, United Kingdom and India under the Foreign Military Sales program (76.0 %). This action is to exercise Option Year Three of the MK54 LWT common parts kit program to supply all up rounds and functional item replacement upgrade kits. This option provides MK54 LWT MOD 0 and MOD 1 common parts kits for the Navy and Foreign Military Sales partners, in addition to spares, production support material, and related engineering services and hardware support. Work will be performed in Portsmouth, Rhode Island (95 %); and Keyport, Washington (5 %), and is expected to be complete by June 2022. Foreign Military Sales funding in the amount of $54,451,632; fiscal 2019 weapons procurement (Navy) in the amount of $16,931,178; and 2017 weapons procurement (Navy) in the amount of $243,182 will be obligated at time of award, and $243,182 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is being awarded a $51,585,702 firm-fixed-price contract to procure 136 Advanced Capability Mission Computers in support of the F/A-18 aircraft. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2022. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $51,585,702 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1(a)(2)(ii)(B). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0073).

Carolina Growler Inc.,* Star, North Carolina, is being awarded a $44,366,774 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (M67854-19-D-0013) to modify the M870A2-S Medium Heavy Equipment Transporter (MHET), to be capable of on/off-road line-haul transportation of equipment, supplies, and current Marine Corps engineering vehicles and equipment with payloads up to 40 tons in all terrain environments under the portfolio management of Program Executive Officer Land Systems, Quantico, Virginia. All work will be performed in Star, North Carolina, and is expected to be completed by Sept. 19, 2024. Fiscal 2019 procurement funds (Marine Corps) in the amount of $4,308,796 will be obligated on the first delivery order immediately following contract award and will not expire at the end of the current year. This contract award was competitively procured as a total small business set-aside in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) with two offers received. The Marine Corps Systems Command, Quantico, Virginia is the contracting activity (M67854-19-D-0013).

General Dynamics Ordnance and Tactical Systems Inc., Anniston, Alabama, is being awarded a $35,976,015 firm-fixed-price contract for 21 forging sets and 660 warhead housings to support the production of guided missile warhead sections for the AGM-84H/K Stand-off Land Attack Missile-Expanded Response weapon system for the government of Saudi Arabia. Work will be performed in Anniston, Alabama, and is expected to be completed in March 2028. Foreign Military Sales (FMS) funds in the amount of $35,976,015 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 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-19-C-0039).

Management Concepts Inc., Tysons Corner, Virginia, is being awarded a $35,000,000 blanket purchase agreement, resulting from solicitation N00189-19-Q-Z213 that will include terms and conditions for the placement of firm-fixed-price orders to acquire financial management and comptroller training which includes training, gap analysis, design, and development of training products in support of the Department of Navy, Assistant Secretary of the Navy. The agreement will include a five-year ordering period, and the ordering period of the agreement is expected to be completed by September 2024. Work will be performed in Washington, District of Columbia (36%); San Diego, California (23%); various continental U.S. locations at approximately (1%) each (20%); Norfolk, Virginia (10%); Jacksonville, Florida (4%); Pearl Harbor, Hawaii (4%); and Japan (3%). No funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Annual fiscal year operations and maintenance (Navy) funds will be provided on individual task orders issued against the agreement. Four vendors were solicited and three quotes were received in response to the solicitation in accordance with Federal Acquisition Regulation Subpart 8.4. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-A-Z005).

G-W Management Services LLC,* Rockville, Maryland (N40080-17-D-0022); Desbuild Inc.,* Hyattsville, Maryland (N40080-17-D-0023); CFM/Severn JV,* Millersville, Maryland (N40080-17-D-0025); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-17-D-0026); C.E.R. Inc.,* Baltimore, Maryland (N40080-17-D-0027); and Tidewater Inc.,* Elkridge, Maryland (N40080-17-D-0028), are being awarded a combined total value of a $33,000,000 Option Year Two under a firm-fixed-price multiple award contract for design and construction services within the Naval Facilities Engineering Command (NAVFAC), Washington Integrated Product Team (IPT) Gold area of responsibility (AOR). The total contract amount after exercise of this option will be $99,000,000. No task orders are being issued at this time. The work to be performed provides for design and construction services. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the specifications. Work will be performed primarily within the NAVFAC Washington IPT Gold area of responsibility to include District of Columbia (40 %); Virginia (40 %); and Maryland (20 %). The term for this option is from September 2019 to September 2020. Future task orders will be primarily funded by fiscal 2020 military construction, (Navy); fiscal 2020 operation and maintenance (O&M), (Navy); fiscal 2020 O&M, (Marine Corps); and fiscal 2020 Navy working capital funds. The Naval Facilities Engineering Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Syracuse, New York, is being awarded a $24,657,488 cost-plus-fixed-fee contract to develop the first production unit fabrication and qualification of the TB-37X Multi-Function Towed Array (MFTA) System. This contract includes cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive, and firm-fixed-price options with stepladder pricing, which, if exercised at maximum quantities, would bring the cumulative value to $297,015,157. Work will be performed in Liverpool, New York (53 %); Millersville, Maryland (44 %); Marion, Massachusetts (1 %); Cleveland, Ohio (1 %); and Albuquerque, New Mexico (1 %), and is expected to be completed by October 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $24,657,488 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 (N00024-19-C-6120).

Lockheed Martin Corp., Orlando, Florida, is being awarded $23,995,803 for delivery order N00383-19-F-0QW0 under previously awarded basic ordering agreement N00019-19-G-0029 for the procurement of five infrared receivers and eight control processors in support of the F/A-18 Infrared Search and Track System. This is a four-year contract with no option periods. Work will be performed in Orlando, Florida, and will be completed by October 2023. Fiscal 2019 aircraft procurement funds (Navy) in the full amount of $23,995,803 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Islands Mechanical Contractor Inc.,* Middleburg, Florida, is being awarded a $10,850,038 firm-fixed-price task order (N6945019F1007) under a multiple award construction contract for the design and construction of a consolidated fire station at Naval Station Guantanamo Bay. The work to be performed provides for the design and construction of a steel-framed, masonry structure for housing a consolidated fire department headquarters and a structural fire station. The project will house a six door drive thru apparatus bay and support spaces, offices, conference, and other administrative support areas. In addition, the project includes demolition of two fire station facilities. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by September 2021. Fiscal 2015 military construction, (Navy) contract funds in the amount of $6,600,959 are obligated on this award and will expire at the end of the current fiscal year. Fiscal 2019 military construction, (Navy) contract funds in the amount of $4,249,079 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-18-D-1313).

Colonna’s Shipyard Inc., Norfolk, Virginia, is being awarded a $10,068,663 firm, fixed-price contract for a 67-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Spearhead (T-EPF 1). Work will be performed in Norfolk, Virginia, and is expected to completed, if all options are exercised, by Jan. 10, 2019. The contract includes options which, if exercised would bring the total contract value of this contract to $11,756,121. Working capital contract funds in the amount of $11,756,121 are obligated for fiscal 2020 and will not expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C6714).

The Boeing Co., Annapolis Junction, Maryland, is being awarded a $9,626,550 three-year requirement type, firm-fixed-priced contract for the repair and upgrade of the combat survivor and evader locator handheld radio system, ground support equipment components. This is a three-year contract with no option periods. Work will be performed in Smithfield, Pennsylvania, and work is expected to be completed by July 2022. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. Two delivery orders in the amounts of $1,540,800 and $496, 275 will be obligated at the time of award. One company was solicited for this sole sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-19-D-VA01).

General Atomics, San Diego, California, is being awarded $9,095,112 for ceiling-priced delivery order N00383-19-F-NA0F under previously awarded basic ordering agreement N00383-18-G-NA01 for the purchase of 39 various line items for initial spares acquisition in support of the Electromagnetic Aircraft Launch System and advanced arresting gear used on aircraft carriers. Work will be performed in Tupelo, Mississippi, and will be completed by November 2026. Working capital funds (Navy) in the amount of $6,821,334 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

BAE Systems Controls Inc., Endicott, New York, is being awarded a $7,489,851 modification (P00005) to a firm-fixed-price delivery order (N0001918F2483) against a previously issued basic ordering agreement (N00019-18-G-0019). This modification provides support for the Defense Weapons Systems Field of Fire non-recurring engineering effort and procures spares and mission kits for the MV-22 and CV-22 aircraft in support of the Air Force and Navy. Work will be performed in Endicott, New York (87.1 %); Ridley Park, Pennsylvania (9.6 %); and Owings Mill, Maryland (3.3 %), and is expected to be completed in November 2021. Fiscal 2017 and 2019 aircraft procurement (Air Force and Navy) funds in the amount of $7,489,851 will be obligated at time of award, $5,254,204 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($5,769,932; 77 %); and the Navy ($1,719,919; 23 %). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Raytheon Co., Woburn, Massachusetts, will be awarded a $494,921,934 indefinite-delivery/indefinite-quantity contract for Solid State Modules Replacement for the Ballistic Missile Early Warning System and the Precision Acquisition Vehicle Entry Phased Array Warning System (PAVE PAWS) radars. Phase I includes the production of 148 qualification units and Phase II includes the full rate production of spares, out of band replacements at the Fylingdales Royal Air Force Station, and sensitivity improvement units for a maximum total production of up to 40,071 for all five radar sites. This contract has a base ordering period of five years with a two year ordering option period. Work will be performed at Woburn, Massachusetts, and is expected to be completed by Sept. 19, 2026. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 space procurement funds in the amount of $33,306,271 are being obligated at the time of award. The Air Force Life Cycle Management Center, Peterson Air Force Base, Colorado, is the contracting activity (FA8723-19-D-0003).

MicroTechnologies LLC, Vienna, Virginia, has been awarded a $159,999,966 firm-fixed-price contract for Combined Air Operations Center (CAOC) communication services. This contract provides for operations and maintenance of all Air Operations Center communication systems 24/7/365. Work will be performed in the Air Force Central Command’s Area of Responsibility and is expected to be completed by Sept. 2, 2024. This award is the result of a competitive acquisition and six offers were received. Fiscal 2019 operations and maintenance funds are being obligated in the amount of $18,972,765 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-19-F-A079).

COLSA Corp., Huntsville, Alabama, has been awarded a $69,618,375 modification (P00050) to exercise an option on previously awarded contract FA2486-16-F-0031 for technical and management advisory services command, control, communications, computer, intelligence, surveillance and reconnaissance/cyber support. The contractor will provide additional research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Hanscom Air Force Base, Massachusetts; Gunter Annex, Alabama; Patrick Air Force Base, Florida; Edwards Air Force Base, California; Scott Air Force Base, Illinois; Robins Air Force Base, Georgia; Beale Air Force Base, California; Hill Air Force Base, Utah; Langley Air Force Base, Virginia; and San Antonio, Texas, and is expected to be completed by Sept. 30, 2020. This modification involves foreign military sales to Australia, Belgium, Canada, Chile, Denmark, Egypt, Finland, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, New Zealand, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, United Arab Emirates, and the United Kingdom. Total cumulative face value of the contract is $183,437,730. Fiscal 2019 and 2020 research and development; and operations and maintenance funds will be used and no funds are being obligated at the time of the award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Quantitech Inc., Huntsville, Alabama, has been awarded a $54,726,755 modification (P00106) to exercise an option on previously awarded FA2486-16-F-0034 for technical and management advisory services range support. The contractor will provide additional diverse research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Arnold Air Force Base, Tennessee; Holloman Air Force Base, New Mexico; Hill Air Force Base, Utah; Wright Patterson Air Force Base, Ohio; Joint Base Pearl Harbor-Hickam, Hawaii; and Eielson Air Force Base, Alaska, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $175,192,346. Fiscal 2019 research and development funds in the amount of $20,267 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida is the contracting activity.

Torch Technologies Inc., Huntsville, Alabama, has been awarded a $47,489,349 modification (P00089) to exercise an option on previously awarded contract FA2486-16-F-0030 for technical and management advisory services armament support. The contractor will provide additional diverse research, development, technical, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Kirkland Air Force Base, New Mexico; and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Sept. 30, 2020. Total cumulative face value of the contract is $186,317,225. Fiscal 2019 research and development funds in the amount of $5,576,841 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Bevilacqua Research Corp., Huntsville, Alabama, has been awarded a $37,229,216 modification (P00081) to exercise an option on previously awarded FA2486-16-F-0033 for technical and management advisory services platforms support. The contractor will provide additional diverse research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; Duke Field, Florida; Hurlburt Field, Florida; Nellis Air Force Base, Nevada; Tinker Air Force Base, Oklahoma; and Edwards Air Force Base, California, and is expected to be completed by Sept. 30, 2020. Total cumulative face value of the contract is $130,820,507. Fiscal 2019 and 2020 research, development, test and evaluation funds in the amount of $1,127,142 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

DCS Corp., Alexandria, Virginia, has been awarded a $28,154,855 modification (P00062) to exercise an option on previously awarded FA2486-16-F-0032 for technical and management advisory services electronic warfare support. The contractor will provide additional diverse research, development, test and evaluation, and acquisition support services. Work will be performed at Eglin Air Force Base, Florida; and Edwards Air Force Base, California, is expected to be completed by Sept. 30, 2020. This modification involves foreign military sales to Australia, Bahrain, Japan, Korea, Morocco, NATO, Qatar, Saudi Arabia, and Taiwan. Total cumulative face value of the contract is $58,541,910. Fiscal 2019 and 2020 research and development; and operations and maintenance funds will be used and no funds are being obligated at the time of the award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

ARMY

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $56,651,056 firm-fixed-price contract for Mississippi Coastal Improvements Program. Bids were solicited via the internet with three received. Work will be performed in Ship Island, Mississippi, with an estimated completion date of September 19, 2020. Fiscal 2019 civil works funds in the amount of $56,651,056 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile District is the contracting activity (W91278-19-C-0029).

FLIR Detection Inc., Stillwater, Oklahoma, was awarded a $35,100,000 hybrid (cost-plus-incentive-fee and firm-fixed-price) contract to provide a contamination indication and decontamination assurance technology, as well as an applicator. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-19-D-0054).

Mike Hooks LLC, Westlake, Louisiana, was awarded a $28,651,505 firm-fixed-price contract for maintenance dredging of the Calcasieu River and Pass, Louisiana. Bids were solicited via the internet with two bids received. Work will be performed in Glenmora, Louisiana, with an estimated completion date of Nov. 1, 2020. Fiscal 2017, 2018, and 2019 operations and maintenance, civil funds in the amount of $28,651,505 were obligated at the time of the award. U.S. Army Corps of Engineers, News Orleans, Louisiana, is the contracting activity (W912P8-19-C-0067).

Weeks Marine Inc., Covington, Louisiana, was awarded a $26,307,500 firm-fixed-price contract for a renourishment project which provides reduction of storm damages from coastal erosion and flooding through storm protective berm and beachfill. Bids were solicited via the internet with two bids received. Work will be performed in Long Beach, New York, with an estimated completion date of March 1, 2020. Fiscal 2019 civil works funds in the amount of $26,307,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-C-0025).

Valiant Global Defense Services Inc., San Diego, California, was awarded a $16,578,107 modification (P00026) to contract W91247-18-C-0001 for Joint Readiness Center Mission Support services. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of March 26, 2023. Fiscal 2020 operation and maintenance, Army funds in the amount of $16,578,107 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Polk, Louisiana, is the contracting activity.

B&K Construction Co. Inc.,* Mandeville, Louisiana, was awarded a $14,205,897 firm-fixed-price contract for flood control and damage reduction project. Bids were solicited via the internet with four bids received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Sept. 2, 2025. Fiscal 2019 funds operations and maintenance, civil in the amount of $14,205,897 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0071).

URS Group Inc., Omaha, Nebraska, was awarded a $13,675,968 cost-plus-fixed-fee contract for remedial action implementation services. Ten bids were solicited with five bids received. Work will be performed in Chehalis, Washington, with an estimated completion date of March 22, 2024. Fiscal 2019 Environmental Protection Agency funds in the amount of $13,675,968 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-19-F-2108).

Lockheed Martin Corp., Orlando, Florida, was awarded a $13,500,000 modification (P00045) to contract W900KK-14-C-0020 for technical cybersecurity architecture. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 25, 2019. Fiscal 2018 and 2019 developmental test and evaluation, Defense funds in the amount of $13,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity.

Pragmatics Inc., Reston, Virginia, was awarded an $11,714,010 time and materials contract for the Enterprise Interment Services System. One bid was solicited with one bid received. Work will be performed in Reston, Virginia, with an estimated completion date of Sept. 22, 2022. Fiscal 2019 operations and maintenance, Army funds in the amount of $1,950,982 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-F-1335).

Ahntech Inc.,* Mountain View, California, was awarded an $11,000,000 firm-fixed-price contract for preventative and demand maintenance at Department of Defense Education Activity schools. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2024. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-D-0026).

BryMak Eagle Pro LLC,* Clarksville, Tennessee, was awarded an $11,000,000 firm-fixed-price contract for preventative and demand maintenance at Department of Defense Education Activity schools. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2024. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-D-0025).

USP-CBFS JV,* Bryans Road, Maryland was awarded an $11,000,000 firm-fixed-price contract for preventative and demand maintenance at Department of Defense Education Activity schools. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2024. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-19-D-0024).

Quinilvan, Pierik & Krause – Architects,* Syracuse, New York, was awarded a $9,900,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 20, 2024. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-19-D-0009).

Young’s General Contracting Inc.,* Poplar Bluff, Missouri, was awarded an $8,776,353 firm-fixed-price contract for revetment and levee repair. Bids were solicited via the internet with one received. Work will be performed in Garland City, Arkansas, with an estimated completion date of April 30, 2020. Fiscal 2019 civil construction funds in the amount of $8,776,353 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-19-C-0011).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $8,569,388 modification (P00258) to contract W56HZV-15-C-0095 for fielding the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2020. Fiscal 2019 other procurement, Army funds in the amount of $8,569,388 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

General Dynamic Land Systems Inc., Sterling Heights, Michigan, was awarded an $8,182,016 modification (P00073) to contract W56HZV-13-C-0319 to procure and install a new heavy duty gantry mill machine at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Sept. 19, 2020. Fiscal 2019 other procurement, Army funds in the amount of $8,182,016 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Johnson-Frank & Associates, Inc.,* Anaheim, California, was awarded an $8,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2024. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-19-D-0013).

Great Lakes Dredge & Dock Company LLC, Oak Brook, Illinois, was awarded a $7,210,826 firm-fixed-price contract for beach fill nourishment. Bids were solicited via the internet with three received. Work will be performed in Rehoboth Beach, Delaware, with an estimated completion date of Aug. 30, 2020. Fiscal 2019 expenses, civil funds in the amount of $7,210,826 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-19-C-0051).

DEFENSE HEALTH AGENCY

Advancia Aeronautics LLC,* Milwaukee, Wisconsin, was awarded a firm-fixed-price, level of effort, indefinite-delivery/indefinite-quantity single award contract with a maximum value of $21,944,467. HT0038-19-D-0003 provides technical, engineering, and subject matter expertise services for the Air Force Operational Medicine Information Technology Program Office. This effort has a five-month base period of performance, two 12-month optional ordering periods, and one six-month optional ordering period.  The estimated completion date is Aug. 19, 2022. Work location is task order dependent but primarily will occur at Milwaukee, Wisconsin. The base task order will be funded by fiscal 2019 operations and maintenance funds.  The award is the result of a non-competitive direct 8(a) acquisition. The contracting activity is the Defense Health Agency, Falls Church, Virginia.

DEFENSE LOGISTICS AGENCY

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $14,594,720 firm-fixed price contract for periscope head assemblies. This was a limited competitive acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Florida and Pennsylvania, with a Feb. 21, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-19-C-0018).

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a maximum $13,856,148 firm-fixed-price delivery order (SPRDL1-19-F-0468) against a five-year basic ordering agreement (SPE7MX-16-D-0100) for fire control electronic units for the M1 Abrams Tank. 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 base contract with two one-year option periods. Locations of performance are Michigan and Florida, with a Jan. 31, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $8,436,200 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dual-aeromedical certified defibrillators and accessories. This is a one-year base contract with four one-year option periods. This was a competitive acquisition with one response received. Location of performance is Massachusetts, with a Sept. 18, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Health Affairs. Type of appropriation is fiscal 2019 through 2020 DLA War Stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0035).

Parker-Hannifin Corp., Irvine, California, has been awarded a maximum $7,955,051 firm-fixed-price contract for liquid quantity gauge compensators. This was a competitive acquisition with two responses received. This is a three-year base contract with one two-year option period. Locations of performance are New York and California, with a Sept. 19, 2024, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is DLA Aviation, Richmond, Virginia (SPE4A2-19-D-0056).

*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