DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $7,000,000,000 modification (P00009) to a previously awarded indefinite-delivery/indefinite-quantity contract FA8205-18-D-0001 for F-22 air vehicle sustainment.  This modification provides for the exercise of an option for additional five year ordering period for comprehensive F-22 air vehicle sustainment.  Work will be performed at five operational bases:  Joint Base Elmendorf-Richardson, Alaska; Nellis Air Force Base, Nevada; Tyndall AFB, Florida; Joint Base Langley-Eustis, Virginia; and Joint Base Pearl Harbor-Hickam, Hawaii; and at six support locations:  Edwards AFB, California; Palmdale, California; Hill AFB, Utah; Tinker AFB, Oklahoma; Sheppard AFB, Texas; and Warner Robins AFB, Georgia; as well as at other potential stateside and overseas locations, combat deployment and en-route support bases, potential locations through depot partnering agreements and system program office locations and is expected to be completed by Dec. 31, 2032.  This contract action is the result of a sole-source acquisition.  No funds are being obligated at the time of award.  The Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity.

General Atomics, Aeronautical Systems, Inc., Poway, California, has been awarded a $327,192,501 cost-plus, fixed-fee contract for Reaper (MQ-9) contractor logistics support.  This contract provides for program management, contractor filed service representative support, depot repair, depot maintenance, sustaining engineering support, supply and logistics support, configuration management, tech data maintenance, software maintenance and inventory control point/warehouse support for the MQ- 9 Reaper.  Work will be performed at Poway, California, and is expected to be completed by Dec. 31, 2021.  This award is the result of a sole-source acquisition.  Fiscal 2020 operations and maintenance funds in the amount of $59,663,916 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8577-20-C-0001).

L3 Technologies Inc., Tempe, Arizona, has been awarded a $93,000,000 firm fixed price, indefinite-delivery/indefinite-quantity contract for High Figure of Merit (FOM) green and white image intensifier tubes (IITs).  This contract provides the enduring capability IITs for fielding to Air Force following the combat Air Force urgent operational need for the HH-60 Night Vision goggles update for combat search and rescue crews.  The Air Force has a known requirement for 15,424 IITs over the next five years.  This contract also accommodate requests for the high FOM tubes from other Department of Defense customers.  Work will be performed at Tempe, Arizona, and is expected to be completed by Dec. 18, 2025.  This award is the result of a sole-source acquisition.  Fiscal 2018 overseas contingency operations funds in the amount of $31,063, fiscal 2019 overseas contingency operations funds in the amount of $8,670,705 and fiscal 2020 overseas contingency operations funds in the amount of $9,951,570 are being obligated on the first delivery order, which will be awarded concurrently to the base contract.  The Air Force Life Cycle Management Center, Agile Combat Support Directorate, Human Systems Division, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8606-20-D-0002).

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $43,650,760 undefinitized contract action for France contractor logistics support MQ-9 Block 5 and Block 1 aircraft.  This contract provides logistics support activities including depot repair, life cycle sustainment and software maintenance services for the French Air Force MQ-9 Block 5 and Block 1 aircraft.  Work will be performed in Poway, California, and is expected to be completed by Dec. 31, 2020.  This contract involves 100% Foreign Military Sales to France.  Foreign Military Sales funds in the amount of $21,388,872 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8620-20-C-2009).

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $22,885,263 firm-fixed-price and cost reimbursement, no fee order FA8509-20-F-0014 against the previously award contract FA8509-19-D-0001 for the MC-130J Airborne Mission Networking program Low Rate Initial Production.  This order provides for the procurement of production kits, spares and weapon system trainer.  Work will be performed at Centennial, Colorado, and is expected to be completed by Mar. 19, 2021.  Fiscal 2019 procurement funds in the amount of $2,782,479; and fiscal 2020 funds in the amount of $20,102,784 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Advanced Electronics Co., Ltd., Riyadh, Saudi Arabia, has been awarded a $13,704,009 modification (P00026) to previously awarded contract FA8730-16-C-0019 for the Royal Saudi Air Force F-15SA Cyber Protection System and related facilities program.  This modification provides for Build 2 of the Cyber Protection System.  The scope of this contract effort will include the deployment of a Cyber Security Operations Center at Prince Sultan Air Base, the establishment of End Point Security (data-at-rest encryption using MS BitLocker), and additional System Integration Lab Instances.  This is a Foreign Military Sales (FMS) acquisition for the Kingdom of Saudi Arabia.  FMS case SR-D-SAO is for the total package of acquisition and fielding of 84 F-15A aircraft; the upgrade of 70 F-15SA aircraft to the F-154SA configuration; the procurement of associated equipment, weapons, and spares; and the construction, refurbishment and infrastructure improvements of support facilities for the F-15SA in the Kingdom of Saudi Arabia.  Work will be performed at Royal Saudi Arabian Air Force facilities in the Kingdom of Saudi Arabia and is expected to be completed by Dec. 31, 2020.  This award is the result of a sole-source acquisition, utilizing 100% Foreign Military Sales funding.  The total cumulative face value of the contract is $133,813,236.  Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Canadian Commercial Corp., Ottawa, Canada, has been awarded an estimated $9,926,752 modification (P00010) to previously awarded contract FA8509-17-C-0001 for contractor logistics support for MX series turrets in support of Special Operation Forces AC-130 Aircraft.  This modification is to establish pricing for and to exercise option three.  Work will be performed at Ontario, Canada, and is expected to be completed by Dec. 31, 2020.  The total cumulative face value of the contract is $29,132,186.  Fiscal 2020 operations and maintenance funds in the amount of $2,506,100 are being obligated at the time of award.  The Air Force Life Cycle Management Center, Special Operation Forces Support Activity, Robins Air Force Base, Georgia, is the contracting activity.

Learjet Inc., Wichita, Kansas, has been awarded an estimated $9,506,901 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engineering support services of the Air Force C‐21 fleet.  This contract provides for engineering support services and technical publication updates for the C-21A program.  Work will be performed in Wichita, Kansas, and is expected to be completed by Dec. 31, 2029.  This award is the result of a sole-source acquisition.  Fiscal 2020 operations and maintenance funds in the amount of $327,722 will be obligated at the time of award.  The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8134‐20-D‐0001).

L-3 Technologies, Greenville, Texas, has been awarded an $8,984,071 firm-fixed-price contract modification (P00006) to previously awarded contract FA8620-18-F-4816 for management support services.  This modification provides for additional management support services to be added under the basic contract.  Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2020.  This contract involves 100% foreign military sales.  The total cumulative face value of the contract is $31,226,271.  Foreign Military Sales funds in the amount of $8,984,071 are being obligated at the time of the award.  The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Boeing Co., El Segundo, California, has been awarded an $8,949,016 cost-plus-incentive-fee and cost-plus-award-fee contract modification (P00001) to previously awarded contract FA8808-19-C-0001 for protected tactical enterprise services.  This modification is to incorporate multiple change proposals related to requirement changes that resulted in a combination of:  updates to the technical baseline via requirement or documentation updates; added functionality causing additional software/hardware development efforts; and process/compliance changes that drive additional efforts to satisfy the new requirements.  Work will be performed at El Segundo, California; and Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2025. The total cumulative face value of the contract is $134,430,805.  Fiscal 2020 research, development, testing and evaluation funds are being used and no funds are being obligated at the time of the award.  The Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

Lockheed Martin Corp., Baltimore, Maryland, is awarded a $1,955,776,266 fixed-price-incentive firm target modification to a previously awarded contract N00024-18-C-2301 for the detail design and construction of four Multi Mission Surface Combatant ships (MMSC).  The awarded contract includes associated cost-plus-fixed-fee class design and related material and firm-fixed-price integrated data environment.  The MMSC is based on the freedom variant of the Navy Littoral Combat Ship class, and is being procured by the Kingdom of Saudi Arabia (KSA) under the auspices of the Navy’s Foreign Military Sales (FMS) program.  The detail design and construction of four Multi Mission Surface Combatant ships is part of the Foreign Military Sales agreement between the U.S. and the KSA.  This sale contributes to the foreign policy and national security of the U.S. by helping to improve the security of a strategic regional partner.  Only foreign military sales funds from the KSA will be obligated at time of award and will not expire at the end of the current fiscal year.  Work will be performed in Marinette, Wisconsin (50%); Washington, District of Columbia (17%); Baltimore, Maryland (9%); Moorestown, New Jersey (7%); Clearwater, Florida (2%); Beloit, Wisconsin (1%); Salt Lake City, Utah (1%); Pascagoula, Mississippi (1%); Fitchburg, Massachusetts (1%); Hampton, Virginia (1%); areas outside the U.S. (8%); and other areas in the U.S. (2%), and is expected to be complete by June 2026.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded a $1,030,728,427 fixed-price-incentive and cost-plus-fixed fee multi-year contract for Standard Missile-6 (SM-6) full rate production requirements, spares, and round design agent.  This contract provides for the multi-year procurement of fiscal 2019-2023 Standard Missile-6 to include all up rounds, flight test rounds, spares and round design agent.  Work will be performed in East Camden, Arkansas (33.2%); Huntsville, Alabama (21.3%); Wolverhampton, United Kingdom (13.5%); Andover, Massachusetts (6.9%); Middletown, Ohio (3.5%); San Diego, California (2.8%); Tucson, Arizona (2.3%); Anniston, Alabama (1.6%); Middletown, Connecticut (1.4%); Dallas, Texas (1.3%); Camden, Arkansas (1.1%); and various places across the U.S. each less than 1% (22%), and is expected to be complete by October 2026.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,076,692,858 and be complete by October 2026.  Fiscal 2019 weapons procurement (Navy) funding in the amount of $269,681,221 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with the authority from 10 U.S. Code 2304 (c) (1) and Federal Acquisition Regulations 6.302-1 (a) (2).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5405).

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $455,524,124 modification (P00016) to a previously awarded fixed-price-incentive-fee, cost-plus-fixed-fee contract (N00019-18-C-1021).  This modification provides for non-recurring engineering and tooling in support of the lot 14 production and delivery of 32 F135-PW-100 propulsion systems and one F135-PW-600 propulsion system for F-35 Joint Program Office non-Department of Defense (DoD) participants.  Work will be performed in East Hartford, Connecticut (97%); Indianapolis, Indiana (2%); and Bristol, United Kingdom (1%), and is expected to be completed in April 2022.  Fiscal 2018 aircraft procurement (Marine Corps, and Navy); fiscal 2019 aircraft procurement (Air Force); and non-DoD participant funds in the amount of $413,030,550 are being obligated at time of award, $13,932,222 of which will expire at the end of the current fiscal year.  This modification combines purchases for non-DoD participants ($385,166,106; 93%); Air Force ($13,932,222; 3%); Navy ($6,966,111; 2%); and the Marine Corps ($6,966,111; 2%).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $251,552,634 modification (P00009) to a previously awarded fixed-price-incentive-firm-target contract (N00019-18-C-1028).  This modification procures three low rate initial production lot 4 MQ-4C Triton unmanned aircraft, ground stations, trade studies, tooling and associated support equipment.  Work will be performed in San Diego, California (30.5%); Red Oak, Texas (12%); Palmdale, California (10%); Baltimore, Maryland (9.7%); Salt Lake City, Utah (7.9%); Bridgeport, West Virginia (4.9%); Indianapolis, Indiana (3.8%); Moss Point, Mississippi (3.6%); Chantilly, Virginia (3.5%); Waco, Texas (1.7%); San Clemente, California (1.3%); various locations within the continental U.S. (9.7%); and various locations outside the continental U.S. (1.4%), and is expected to be completed in February 2023.  Fiscal 2019 aircraft procurement (Navy) funds in the amount of $251,552,634 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.

Assurance Technology Corp., Carlisle, Massachusetts, is awarded a $193,664,088 cost-plus-fixed-fee contract for the research and development of transmitting energy for radio frequency systems.  Work will be performed in Washington, District of Columbia (85%); and Carlisle, Massachusetts (15%) with an expected completion date of December 2024, if all options are exercised.  The period of performance is sixty months including a twelve month base period, and four, twelve month option periods.  Fiscal 2019 Navy working capital funds in the amount of $50,000 are obligated at time of award with a base value of $40,394,594 and options at $153,269,494, none of which will expire at end of current fiscal year.  This contract was competitively procured under solicitation N00173-19-R-LN11, transmitting energy radio frequency systems.  One proposal was received in response to the solicitation.  The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-20-C-2011).

Raytheon Co., Marlborough, Massachusetts, is awarded a $249,938,973 fixed-price-incentive (firm target) modification to previously awarded contract N00024-14-C-5315 to exercise options for Air and Missile Defense Radar Program low rate initial production.  This option exercise is for the production of two Air and Missile Defense Radar Program Low Rate Initial Production units (AMDR LRIP).  The AMDR LRIP units will be deployed on DDG Flight III class ships.  Work will be performed in Marlborough, Massachusetts, and is expected to be complete by June 2023.  Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $249,938,973 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.

Raytheon Missile Systems, Tucson, Arizona, is awarded a $112,267,649 modification (P00011) to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-0088).  This modification provides non-recurring engineering support throughout the engineering and manufacturing development phase as well as through payload integration and transition to production for the Miniature Air Launched Decoy-Navy.  Work will be performed in Tucson, Arizona (65%); and Goleta, California (35%), and is expected to be completed in September 2022.  Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $15,180,490 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.

Huntington Ingalls Inc., Pascagoula Mississippi, is awarded a $110,376,375 cost-plus award fee (CPAF) contract for CG-47 class integrated planning yard services.  Contract N00024-20-C-4203 is for planning yard services for CG 47 class ships.  Huntington Ingalls Inc. will provide expert design, planning and material support services for both maintenance and modernization.  Work will be performed in Pascagoula, Mississippi, and is expected to be complete by December 2024.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $453,360,453 and be complete by December 2024.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $4,226,046 was obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with Federal Acquisition Regulations 6.302-1 (a) (2ii), only one responsible source and no other supplies or services will satisfy the agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-4203).

General Dynamics NASSCO – Norfolk, Norfolk, Virginia, is awarded a $96,912,985, firm-fixed-price contract for the execution of the USS Mason (DDG-87) fiscal year 2020 depot modernization period.  This availability will include a combination of maintenance, modernization and repair of the USS Mason (DDG-87).  This is a Chief of Naval Operations scheduled depot modernization period.  The purpose is to maintain, modernize and repair the USS Mason (DDG-87).  This is a “long-term” availability and was solicited on a coast-wide (East and Gulf coasts) basis without limiting the place of performance to the vessel’s homeport. General Dynamics NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS Mason (DDG-87).  Work will be performed in Norfolk, Virginia, and is expected to be complete by May 2021.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $132,245,082 and be complete by May 2021.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $67,575,892; and fiscal 2020 other procurement (Navy) funding in the amount of $29,337,093 will be obligated at time of award.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $67,575,892 will expire at the end of the current fiscal year.  This contract was competitively procured using full and open competition via the Federal Business Opportunities website with two offers were received in response to solicitation number N00024-19-R-4460.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-4460).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $91,909,478 cost-plus-fixed-fee contract for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, planning yard and industrial support for operational nuclear strategic and attack submarines.  Work will be performed in Newport News, Virginia (93%); Bremerton, Washington (2%); Pearl Harbor, Hawaii (2%); Kittery, Maine (2%); and Groton, Connecticut (1%), and is expected to be completed by September 2021.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $454,132,632 and be complete by September 2024.  Fiscal 2019 other procurement (Navy); 2019 research, development, test and evaluation (Navy); and working capital funding in the amount of $5,358,213 will be obligated at time of award and $620,182 will expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(3), this contract was not competitively procured (to maintain a facility, producer, manufacturer, or other supplier available for furnishing property or services in case of a national emergency or to achieve industrial mobilization).  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-2109).

Lockheed Martin Space, Titusville, Florida, is awarded a $58,222,564 cost-plus-incentive-fee and cost-plus-fixed-fee modification (P00003) to exercise options under a previously awarded and announced contract (N00030-19-C-0100) for Trident II (D5) missile production and deployed systems support.  Work will be performed in Cape Canaveral, Florida (35.0%); Borgo San Dalmazzo, Italy (16.7%); Johnstown, Pennsylvania (10.8%); Magna, Utah (5.9%); Cincinnati, Ohio (4.3%); Titusville, Florida (2.4%); Merritt Island, Florida (2.3%); San Diego, California (1.8%); Sunnyvale, California (1.5%); Modesto, California (1.5%); Waynesboro, Virginia (1.4%); Irvine, California (1.0%); El Paso, Texas (1.0%); and other various locations (less than 1.0% each, 14.4% total).  Work is expected to be completed Sept. 30, 2024.  Fiscal 2020 weapons procurement (Navy) funds in the amount of $58,222,564 are being obligated on this award, none of which will expire at the end of the current fiscal year.  This contract was awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Communications and Power Industries, Palo Alto, California, is awarded a $39,499,600, firm-fixed-price requirements contract (N00104-20-D-UX01) for the repair of simplified drive traveling wave tubes in support of the AEGIS Combat System.  The contract includes a five-year base period with no options.  Work will be performed in Palo Alto, California, and is expected to be completed by December 2024.  Navy working capital funds will be used to fund requirements and funds will not expire at the end of the current fiscal year.  One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302-1, with one offer received.  The Naval Supply Systems Command, Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $35,200,000 firm-fixed-price contract to produce and deliver kits required to modify ALQ-218 avionics in support of EA-18G upgrades for the Navy and government of Australia.  Work will be performed at Linthicum, Maryland (90%); and Bethpage, New York (10%), and is expected to be completed in May 2022.  Fiscal 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $35,200,000 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0007).

Raytheon Missile Systems, Tucson, Arizona, is awarded a $34,510,062 cost-plus-fixed-fee modification to previously awarded contract (N00024-16-C-5433) to exercise options in support of the Evolved Seapower Missile (ESSM) design agent, in-service support and technical engineering support services requirements.  These requirements support the ESSM missile production.  The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles.  The ESSM provides enhanced ship defense.  Work will be performed in Tucson, Arizona (91%); Hengelo OV, Netherlands (2%); Raufoss, Norway (2%); Ottobrunn, Germany (1%); Richmond, Australia (1%); and various other locations less than one percent each (3%,) and work is expected to be completed by December 2020.  Fiscal 2020 research, development, testing and evaluation (Navy); fiscal 2020 operations and maintenance (Navy); non-expiring other funds; and Foreign Military Sales funding in the amount of $14,406,400 will be obligated at time of award and $300,000 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $27,166,594 firm-fixed-price modification to previously awarded contract N00024-16-C-6412 to exercise options for the production of MK11 Shallow Water Combat Submersibles.  This action is to exercise option year one for the MK11 Shallow Water Combat Submersible production program.  Work will be performed in Huntsville, Alabama, and is expected to be complete by December 2022.  Fiscal 2020 procurement (Navy) funding in the amount of $27,166,594 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.

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $23,014,847 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to exercise options for fiscal 2020 electronic warfare kits and spares.  Work will be performed in Syracuse, New York (99%); and Manassas, Virginia (1%), and is expected to be complete by September 2022.  Fiscal 2020 other procurement (Navy) funding in the amount of $23,014,847 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.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $22,471,211 cost-plus-fixed-fee contract to provide engineering, cyber security, system software, logistics and training services in support of the MQ-8 Fire Scout Unmanned Air Systems.  Work will be performed at San Diego, California, and is expected to be completed in December 2020.  Fiscal 2020 aircraft procurement; and operations and maintenance (Navy) funds in the amount of $13,778,236 will be obligated at time of award, $7,999,858 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0025).

AECOM Management Services Inc., Germantown, Maryland, is awarded a $17,971,335 cost-plus-fixed-fee modification to previously awarded contract N64267-19-C-0036 to exercise options for the operations, maintenance, engineering, and management services in support of combined tactical training range systems and equipment.  Work will be performed in Fallon, Nevada (30%); Havelock, North Carolina (15%); Yuma, Arizona (14%); Virginia Beach, Virginia (14%); Atloona, Florida (5%); Beaufort, South Carolina (4%); Key West, Florida (4%); Manns Harbor, North Carolina (3%);  Jacksonville, Florida (3%); Whidbey Island, Washington (3%); El Centro, California (2%); Miramar, California (2%); and Lemoore, California (1%), and is expected to be complete by March 2020.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $6,102,000 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity.

Lockheed Martin, Mission Systems and Training, Baltimore, Maryland, is awarded $15,238,337 cost-plus award-fee change order, N62786-19-F-0069, against the previously awarded basic ordering agreement N00024-15-G-2303 to provide engineering and management services for Littoral Combat Ship 17 (LCS)- Post Shakedown Availability (PSA).  This order is for the planning of LCS-17’s PSA.  Lockheed Martin will provide engineering and management services in support of the following:  60,622 man-hours level of effort (LOE) and to provide the work specification, pre-fabrication and material for LCS-17 PSA.  Work will be performed in Moorestown, New Jersey (54%); Hampton, Virginia (13%); Mayport, Florida (23%); and District of Columbia (10%).  Work is expected to be completed by March 2021.  Fiscal 2014 shipbuilding and conversion (Navy), funding in the amount of $3,277,715 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion, and Repair, United States Navy, Bath, Maine, is the contracting activity.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $13,961,374 modification (P00003) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N61340-18-C-0051).  This modification provides for the integration and retrofit of Delta Software System Configuration 3 onto four Distributed Readiness Trainers (D-DRT) in support of the E-2D Advanced Hawkeye Integrated Training System.  The D-DRT is a medium fidelity tactics trainer focused on interoperability for distributed training.  Work will be performed in Sterling, Virginia (60%); Iwakuni, Japan (20%); Point Mugu, California (10%) and Norfolk, Virginia (10%), and is expected to be completed in March 2022.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $13,961,374 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

University of Notre Dame, Notre Dame, Indiana, is awarded a $10,000,000 cost contract for development of a Mach 10 Quiet Wind Tunnel.  This project will ultimately result in crucial advancements in hypersonics fluid mechanics technologies.  This acquisition is in support of Naval Surface Warfare Center Crane’s Hypersonics Program.  Work will be performed in Notre Dame, Indiana, and is expected to be completed by June 2022.  Fiscal 2019 research, development, test and evaluation (Defense) funding in the amount of $8,568,231 will be obligated at time of award and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(3), necessary to award the contract to a particular source in order to establish or maintain an essential engineering, research, or development capability to be provided by an educational institution.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-20-C-GT10).

Spectro Scientific Inc., Chelmsford, Massachusetts, is awarded an $8,729,900 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Expeditionary Fluid Analysis Systems up to an ordering maximum of $8,729,900.  Work will be performed in Chelmsford, Massachusetts, and is expected to be completed by December 2024.  Fiscal 2020 procurement (Marine Corps) funds in the amount of $1,128,942 will be obligated on the first delivery order immediately following contract award and funds will expire the end of fiscal 2022.  This contract was a sole-source award negotiated under the authority of 10 U.S. Code 2304(c)(1).  The Marine Corps Systems Command, Quantico, Virginia, is the contracting agency (M67854-20-D-5104).

MISSILE DEFENSE AGENCY

Raytheon Missile Systems, Tucson, Arizona, is being awarded a $1,022,573,692 sole-source, cost-plus-incentive-fee, cost-plus-fixed-fee modification under previously awarded contract HQ0276-15-C-0003.  The purpose of this modification is to:  (1) definitize the previously awarded SM-3 Block IIA fiscal 2018 undefinitized contract action (UCA) under contract line item numbers (CLINs) 0014 and 0015 for U.S. and Foreign Military Sales (FMS) All-Up Rounds (AUR)s production with a total value of $650,638,397; (2) award the fiscal 2019 SM-3 Block IIA U.S. and FMS AURs under CLINs 0016 and 0017 for a total value of $590,322,857; and (3) establish option CLINs 0018 and 0019 for the fiscal 2020 SM-3 Block IIA U.S. and FMS AUR production for a total value of $435,978,438.  Under this modification, the contractor will provide the management, material and services associated with the procurement, manufacture and assembly for a total of 62 SM-3 Block IIA AURs, inclusive of all options.  This modification increases the total cumulative face value of the contract by $1,022,573,692 from $1,467,045,869 to $2,489,619,561.  This work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an expected period of performance from award through March 31, 2025.  Fiscal 2018 and 2019 procurement, defense wide funds in the amount of $89,954,275, and $256,725,708, respectively, will be obligated at time of award.  The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

ARMY

Phylway Construction LLC,* Thibodaux, Louisiana (W912EE-20-D-0007); Circle LLC,* Belle Chasse, Louisiana (W912EE-20-D-0008); and Affolter Contracting Co. Inc.,* La Marque, Texas (W912EE-20-D-0009), will compete for each order of the $170,000,000 firm-fixed-price contract for Mississippi River levees, construction of levee enlargements and berms.  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 Dec. 20, 2024.  U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

Guyco Inc., Lampasas, Texas, was awarded a $61,912,100 firm-fixed-price contract to design and construct four barracks, including company operations facilities.  Bids were solicited via the internet with three received.  Work will be performed in Fort Hood, Texas, with an estimated completion date of March 18, 2022.  Fiscal 2020 operations and maintenance funds in the amount of $61,912,100 were obligated at the time of the award.  U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0002).

Scientific Research Corp., Atlanta, Georgia, was awarded a $39,428,972 modification (P00008) to contract W900KK-15-D-0005 to support the operations and maintenance of the ground threat systems at the Joint Base Alaska Range Complex.  Work will be performed at Eielson Air Force Base, Alaska, with an estimated completion date of May 4, 2020.  U.S. Army Contracting Command, Orlando, Florida, is the contracting activity. (Awarded Dec. 19, 2019)

Textron Aviation Inc., Wichita, Kansas, was awarded a $37,166,034 firm-fixed-price Foreign Military Sales (Canada) contract to acquire three Beechcraft King Air 350ER aircraft, program management, pilot training and field maintenance training.  One bid was solicited via the internet with one bid received.  Work will be performed in Wichita, Kansas, with an estimated completion date of Dec. 31, 2021.  Fiscal 2020 Foreign Military Sales funds in the amount of $37,166,034 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-C-0012).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $26,398,967 modification (P00033) to Foreign Military Sales (Thailand) W58RGZ-17-C-0009 for personnel, material, facilities, services and support required to design, modify, verify, document system performance and airworthiness support.  Bids were solicited via the internet with one received.  Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2024.  Fiscal 2010 Foreign Military Sales funds in the amount of $26,398,967 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Greenup Industries,* Gonzales, Louisiana, was awarded a $20,520,000 firm-fixed-price contract for excavating, processing, stockpiling clay material, clearing and grubbing, and other incidental work.  Bids were solicited via the internet with seven received.  Work will be performed in St. Charles Parish, Louisiana, with an estimated completion date of Jan. 22, 2021.  Fiscal 2018 civil construction funds in the amount of $20,520,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0008).

Manson Construction Co., Seattle, Washington, was awarded an $18,546,488 firm-fixed-price contract for one fully crewed and equipped self-propelled trailing suction hopper dredge.  Bids were solicited via the internet with one received.  Work will be performed in Plaquemines Parish, Louisiana; and Harrison County, Michigan, with an estimated completion date of Jan. 20, 2021.  Fiscal 2020 civil construction funds in the amount of $18,546,488 were obligated at the time of the award.  U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0005).

Rencor Inc.,* Sommerville, New Jersey, was awarded a $12,919,300 firm-fixed-price contract for construction of a steel sheet pile with concrete cap and tie-rods, a drainage outlet system, railings, ladders, fill material and crushed stone.  Bids were solicited via the internet with 11 received.  Work will be performed in Newark, New Jersey, with an estimated completion date of March 7, 2021.  Fiscal 2014 civil construction funds in the amount of $12,919,300 were obligated at the time of the award.  U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C-0003).

Lockheed Martin Corp., Orlando, Florida, was awarded a $9,513,840 modification (P00003) to contract W52P1J-19-F-0533 to procure Common Sensor Electronics Unit and engineering services.  Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2021.  Fiscal 2018 other procurement, Army funds in the amount of $9,513,840 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst and Young LLP, Washington, District of Columbia, is being awarded a labor-hour contract option with a maximum value of $39,653,808 for audit services of the Navy.  Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2020.  This contract is the result of a competitive acquisition for which two bids were received.  This award brings the total cumulative value of the contract to $111,333,543.  Fiscal 2020 operations and maintenance, Navy funds in the amount of $39,653,808 are being obligated at the time of this option award.  The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0101).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

General Dynamics Mission Systems Inc., San Antonio, Texas, has been awarded a $36,283,649 modification (P00047) to previously awarded contract HR0011-16-C-0001 for classified information technology services.  The modification brings the total cumulative face value of the contract to $157,435,847 from $121,152,197.  Work will be performed in Arlington, Virginia, with an expected completion date of February 2021.  Fiscal 2019 research and development funds in the amount of $1,698,011 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AAR Mobility Systems, Cadillac, Michigan, has been awarded a maximum $28,800,000 fixed-price with economic-price-adjustment contract for specialized shipping and storage containers.  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 two-year base contract with three one-year option periods.  Location of performance is Michigan, with a Dec. 19, 2021, performance completion date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2020 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-20-D-0001).

*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