An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Sept. 28, 2020

AIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded a $1,110,220,291 modification (P00039) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community.  This modification provides for the exercise of Option Year Two for fiscal 2021 services being procured under the multiple year contract.  Work will be performed in El Segundo, California, and is expected to be complete by Sept. 30, 2021.  The total cumulative face value of the contract is $3,268,568,356.  The U.S. Space Force, Space and Missile Systems Center, El Segundo, California, is the contracting activity.

The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $39,568,072 undefinitized contract action (UCA) modification (P00221) to contract FA8625-11-C-6600 for KC-46 engineering, manufacturing, and development.  This provides for the modification of the existing UCA awarded under modification P00206 and provides for qualification test of the components and full life qualification of the actuator, as well as for conducting lab test, ground test and flight test verifications.  Work will be performed in Seattle, and is expected to be completed Dec. 31, 2023.  Fiscal 2019 research, development, test and evaluation funds in the amount of $16,269,033 are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Lockheed Martin Corp., Syracuse, New York, has been awarded a $25,000,000 ceiling indefinite-delivery/indefinite-quantity contract for the Atmospheric Early Warning System AN/FPS-117 radar program.  This contract provides for contractor logistics support and radar hardware/spares procurement.  Work will be performed in Syracuse, New York, as well as various sites in Alaska, Hawaii, Canada, Puerto Rico, and Utah.  The work is expected to be complete by March 2026.  This award is the result of a sole-source acquisition.  Fiscal 2020 operations and maintenance funds in the amount of $3,946,336 are being obligated at the time of award.  Hill Air Force Base, Utah, is the contracting activity (FA8217-20-D-0006).

Leidos Inc., Reston, Virginia, has been awarded a $12,947,292 cost-plus-fixed-fee contract for research and development.  This contract provides for the Database Optimization Sustainment program to advance the Compact Automatic Target Recognition and Sustainable Environment technology foundation to deliver high-performing air and ground target combat identification systems.  Work will be performed in Reston, Virginia, and Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Oct. 30, 2025.  This award is a result of a competitive acquisition and two offers were received.  Fiscal 2020 research, development, test and evaluation funds in the amount of $196,000 are being obligated at the time of award.  Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson, Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1143).

CDW Government LLC, Vernon Hills, Illinois, has been awarded a $10,236,014 firm-fixed-price delivery order contract for hardware and software components.  This contract provides for Hyper Converged Infrastructure Cloud Based Training Range hardware and software components, the combination of which is called a “POD,” essential to conduct hands-on training for cyber weapon systems initial qualification.  Work will be performed at Joint Base San Antonio, Texas, and Hurlburt Field, Florida, and is expected to be complete by May 31, 2021.  This award is the result of a competitive acquisition and three offers were received.  Fiscal 2020 procurement funds in the amount of $10,236,000 will be obligated at the time of award.  The 38th Contracting Squadron, Tinker Air Force Base, Oklahoma, is the contracting activity (FA877320F0156).

CORRECTION:  The contract announced Sept. 23, 2020, for Northrop Grumman Systems Corp., Herndon, Virginia, (FA8204-20-F-0079) had the incorrect contract award dollar amount.  The contract was for $22,803,158.

NAVY

Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $709,792,854 modification (P00006) to previously awarded fixed-price-incentive-firm-target advance acquisition contract N00019-20-C-0009.  This modification provides for the procurement of economic order quantities of material in support of F-35 Lightning II aircraft low rate initial production Lots 15, 16 and 17 for the Air Force, Marine Corps, Navy, non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers.  Work will be performed in Fort Worth, Texas (60%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and various locations outside the continental U.S. (1%), and is expected to be completed in May 2026.  Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $260,380,000; fiscal 2020 aircraft procurement (Navy) funds in the amount of $245,412,998; non-DoD participant funds in the amount of $141,758,199; and FMS funds in the amount of $62,241,657, 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.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $215,655,632 modification to previously awarded contract N00024-19-C-2125 for engineering, technical, design agent and planning yard support for operational strategic and attack submarines.  This contract combines purchases for the Navy (42%); and the country of Great Britain (58%), under the Foreign Military Sales program.  Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2023.  Foreign Military Sales Great Britain (52%); and fiscal 2020 other procurement (Navy; 42%) funding in the amount of $5,041,000 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, D.C., is the contracting activity.

Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $188,767,103 firm-fixed-price contract for the construction of Hurricane Florence recovery projects located at Camp Lejeune, North Carolina.  This contract provides replacements for various facilities damaged during Hurricane Florence and entails seven projects:  The Courthouse Bay and Hadnot Point Fire Station replacement projects constructs fire stations that will include administrative spaces, storage, alarm communication center, living quarters, recreation/dining, laundry and vehicle maintenance/storage bays.  Constructs a low-rise satellite fire station at Courthouse Bay.  The complex will include administrative spaces, storage, alarm communication center, living quarters, recreation and dining, laundry and vehicle maintenance and storage bays.  The Naval Criminal Investigative Service facilities replacement project constructs an administrative and secured storage facility and includes administrative and support space necessary to conduct the day-to-day operations.  The Legal Services Support Section (LSSS) facility replacement project constructs a facility of reinforced concrete masonry and includes administrative and support space necessary to conduct the day-to-day operations of LSSS.  The Provost Marshall office facility replacement project constructs a police facility and supply warehouse for Camp Lejeune military and civilian police forces.  The Hadnot Point Mess Hall replacement project constructs a low-rise dining facility and a parking garage.  The Marine Corps Engineering School Applied Instruction Facility replacement project constructs a multi-story applied and academic instruction facilities.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by August 2025.  Fiscal 2020 military construction (Marine Corps) contract funds in the amount of $188,767,103 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the beta.SAM.gov website with nine proposals received.  Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0072).

Aviation Systems Engineering Co., Inc.,* Lexington Park, Maryland, is awarded a $94,875,560 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract.  This contract provides contractor engineering services in support of the Airborne Anti-submarine Warfare Platform Integration and Systems Engineering Branch.  The engineering services provided are in support of legacy and new acoustic and non-acoustic sensors, systems and subsystems for naval air platforms and to improve existing maritime patrol and reconnaissance mission systems in support of Navy and Foreign Military Sales customers.  No funds will be obligated at the time of award.  Funds will be obligated on individual orders as they are issued.  This contract was a small business set-aside, competitively procured via an electronic request for proposal; two offers were received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0123).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $91,166,757 fixed-price-incentive-firm, cost-plus-fixed-fee, cost reimbursable contract that procures the necessary hardware, technical engineering support, management support and logistics support to fabricate, assemble, test and deliver the required fiscal 2020 AN/APR-39C(V)2 and AN/APR-39D(V)2 radar warning receiver hardware for Department of Defense aircraft in support of Navy, Army, Navy Supply Command and various Foreign Military Sales (FMS) customers.  Hardware procured on this contract includes Weapon Replaceable Assemblies and support equipment such as 55 AN/APR-39D(V)2 processors; 185 AN/APR-39D(V)2 antenna detectors; 126 AN/APR-39D(V)2 radar receivers; 46 AN/APR-39D(V)2 low band arrays; 22 AN/APR-39D(V)2 handle assemblies; 59 AN/APR-39C(V)2 processors; 236 AN/APR-39C(V)2 antenna detectors; 188 AN/APR-39C(V)2 radar receivers; 76 AN/APR-39C(V)2 upgrade kits; and 65 AN/APR-39C(V)2 circuit card assemblies. Additionally, this contract provides non-recurring engineering efforts that support production capacity to meet necessary fielding requirements.  Work will be performed in Rolling Meadows, Illinois (45%); Landsdale, Pennsylvania (13%); Menlo Park, California (13%); Woburn, Massachusetts (9%); Lewisburg, Tennessee (6%); Longmont, Colorado (4%); Madison, Wisconsin (3%); Newark, Delaware (2%); Niagara Falls, New York (2%); Syracuse, New York (2%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2023.  Fiscal 2019 aircraft procurement (Navy) funds in the amount of $2,270,819; fiscal 2020 aircraft procurement (Navy) funds in the amount of $71,866,262; fiscal 2020 aircraft procurement (Army) funds in the amount of $7,200,000; FMS funds in the amount of $9,270,906; and defense working capital fund (Navy) in the amount of $558,770, 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 (N00019-20-C-0054).

Integrated Marine Services Inc., Chula Vista, California (N55236-20-D-0001); Epsilon Systems Solutions Inc., San Diego, California (N55236-20-D-0002); Adept Process Services Marine Inc., National City, California (N55236-20-D-0003); Nielsen Beaumont Marine Inc., San Diego, California (N55236-20-D-0004); and Marine Group Boat Works LLC, Chula Vista, California (N55236-20-D-0005), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contracts with a five base year ordering period to accomplish Navy Expeditionary Combat Craft (NECC) repairs and industrial support for NECCs within the San Diego County, California area (radius of 50 miles).  The work will encompass specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage/service craft and their associated and periodic maintenance and NECC planned/emergent repairs.  The maximum dollar value for all five contracts combined is $83,282,284.  These five companies will have an opportunity to compete for individual delivery orders.  Work will be performed in San Diego County, California, and is expected to be complete in September 2025.  Fiscal 2020 operations and maintenance funding in the amount of $50,000 (each awardee receives $10,000 minimum guarantee per contract) will be obligated under each contract’s initial delivery order and will expire at the end of the current fiscal year.  These contracts were competitively procured via the beta.SAM.gov web site with six offers received.  The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Raytheon Co., Largo, Florida, was awarded a $61,564,606 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost modification to previously awarded contract N00024-19-C-5200 to exercise options for design agent and engineering services to support the Cooperative Engagement Capability (CEC) program.  This option exercise is for design agent and engineering services to perform advanced studies and integration efforts as well as software sustainment and support.  The CEC program provides a sensor network with integrated fire control capability that significantly improves strike force air and missile defense capabilities by coordinating measurement data from strike force air search sensors on CEC-equipped units into a single, integrated real-time, composite track air picture.  CEC improves battle force effectiveness by improving overall situational awareness and by enabling longer range, cooperative, multiple or layered engagement strategies.  Work will be performed in St. Petersburg, Florida (70%); and Largo, Florida (30%), and is expected to be completed by September 2021.  Fiscal 2020 research, development, test and evaluation (Navy; 35%); fiscal 2019 research, development, test and evaluation (Navy; 32%); fiscal 2020 operations and maintenance (Marine Corps; 10%); fiscal 2020 operations and maintenance (Navy; 6%); Foreign Military Sales (FMS) Japan (5%); FMS Australia (4%); fiscal 2019 procurement (Marine Corps; 4%); fiscal 2019 other procurement (Navy; 3%); FMS Canada (0.9%); and fiscal 2018 other procurement (Navy; 0.1%) funding in the amount of $13,252,873 will be obligated at time of award, and funding in the amount of $6,363,450 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 24, 2020)

Serco Inc., Herndon, Virginia, is awarded a $38,699,699 indefinite-delivery/indefinite-quantity contract with firm-fixed-price provisions for radio frequency distribution and control systems.  Work will be performed in Herndon, Virginia, and is expected to be complete by September 2025.  Fiscal 2020 other procurement (Navy) funds in the amount of $181,762 will be obligated at the time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the beta.SAM.gov website with two offers received.  The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N66604-20-D-R000).

Hornbeck Offshore Operators LLC, Covington, Louisiana, is awarded a $37,980,207 modification for the fixed-price portion of previously awarded firm-fixed-price contract N62387-15-C-2507 to exercise a one-year option period for the operation and maintenance of four modified off-shore supply vessels, identified as T-AGSEs vessels USNS Arrowhead, USNS Eagleview, USNS Westwind and USNS Black Powder, serving as blocking vessels in support of the Navy.  The contract includes a 215-day base period, nine one-year option periods and one, 150-day option period.  Work for this option period will be performed at sea worldwide and is expected to be completed by Sept. 30, 2021.  Working capital funds (Navy) in the amount of $37,980,207 are obligated for fiscal 2021 and will not expire at the end of the fiscal year.  This contract was issued on a basis of other than full and open competition in support of the statute under provisions of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1.  Only one responsible source and no other supplies or services will satisfy agency requirements.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N62387-15-C-2507).

Huntington Ingalls Industries’ Newport News Shipbuilding division, Newport News, Virginia, is awarded a $31,955,801 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2100 to exercise options for engineering, technical, design agent and hull planning yard support for the Navy’s operational aircraft carrier fleet.  This option exercise will provide for engineering and technical support of operational Gerald R. Ford (CVN 78) class aircraft carriers and propulsion plant related efforts for Nimitz (CVN 68) Class aircraft carriers.  The scope of this effort includes technical and engineering support for nuclear powered aircraft carriers and aircraft carrier support facilities; design, development, conversion, testing and studies operational support for operational nuclear-powered aircraft carriers; modernization and procurement of material, equipment, spares, repair parts and test equipment for operational nuclear powered aircraft carriers; design agent, planning yard support and equipment obsolescence support of operational nuclear powered aircraft carriers; and engineering/logistics studies in support of modernization efforts, repairs, ship alterations, ship change documents and C4ISR upgrades.  Work will be performed in Newport News, Virginia, and is expected to be complete by September 2023.  Fiscal 2020 operations and maintenance (Navy; 65.2%); fiscal 2019 other procurement (Navy; 20.9%); fiscal 2020 shipbuilding and conversion (Navy; 11.7%); and fiscal 2018 shipbuilding and conversion (Navy; 2.2%), funding in the amount of $5,133,948 will be obligated at time of award, of which $3,345,513 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)(1); only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $23,272,579 firm-fixed-price order (N00019-20-F-0875) against previously issued basic ordering agreement N00019-16-G-0001.  This order procures one Joint Common Test Set with exercise test capability for the government of Saudi Arabia in support of the Harpoon program.  Work will be performed in Saint Charles, Missouri (39.3%); Piedmont, Missouri (9.9%); Cincinnati, Ohio (4.4%); Burlingame, California (3.9%); Eden Prairie, Minnesota (3.4%); Hauppauge, New York (3.2%); Dittmer, Missouri (2.2%); Westerly, Rhode Island (2.2); Bohemia, New York (2.1%); Kansas City, Missouri (1.5%); Orange Park, Florida (1.4%); San Diego, California (1.2%); Waynesboro, Virginia (1.1%); Longmont, Colorado (1.1%); and various locations within the continental U.S. (23.1%), and is expected to be completed in December 2023.  Foreign Military Sales funds in the amount of $23,272,579 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.

ImSAR LLC,* Springville, Utah, is awarded a $22,793,170 cost-plus-fixed-fee, firm-fixed-price order (N68335-20-F-0625) against previously issued basic ordering agreement N68335-18-G-0015.  This order provides for continued research and development under Small Business Innovation Research (SBIR) topic AF112-144 titled, "Advanced Radar Concepts for Small (Tier I/II) Remotely Piloted Aircrafts."  Additionally, this effort provides for research, development, procurement and sustainment of the ground surveillance radar (GSR) product designated AN/DPY-2(v)1 Split Aces payload system and communications relay package (CRP) and AN/DPY-2(v)2 (Split Aces payload system without CRP) for the RQ-21A Blackjack unmanned aerial system (UAS).  Successful completion of this phase of the SBIR project will result in the delivery of additional AN/DPY-2(V)1 and (V)2 Split Aces GSR payload system mission kits for the RQ-21A Blackjack UAS, refinement of the existing software and system capabilities and a simulation training capability for system operators.  Work will be performed in Springville, Utah (95%), and Patuxent River, Maryland (5%), and is expected to be completed in September 2023.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $$9,697,206; fiscal 2020 operations and maintenance (Navy) funds in the amount of $2,436,663; fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,000,000; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $8,679,300, will be obligated at time of award, $2,436,663 of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

BAE Systems Technology Solutions and Services, Rockville, Maryland, is awarded a $21,323,451 cost-plus-fixed-fee contract.  This contract provides engineering and technical services to the Ship and Air Integrated Warfare Division in support of integrated communications and information systems radio communications for Navy ships.  Work will be performed in Saint Inigoes, Maryland (60%); California, Maryland (30%); Bath, Maine (5%); and Pascagoula, Mississippi (5%), and is expected to be completed in September 2025.  Fiscal 2020 defense working capital (Navy) funds in the amount of $17,050,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was competitively procured via an electronic request for proposal; one offer was received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-C-0003).

Hourigan Construction Co., Virginia Beach, Virginia, is awarded a $21,228,677 firm-fixed-price task order (N40085-20-F-6757) under a multiple award construction contract for the renovation of Building. 2 at Naval Medical Center Portsmouth, Virginia.  The work to be performed includes renovation of existing administrative, laboratory and healthcare support spaces.  The project includes demolition, construction phasing and temporary facilities.  Work will be performed in Portsmouth, Virginia, and is expected to be completed by February 2023.  Fiscal 2020 defense health program contract funds in the amount of $21,228,677 are obligated on this award and will expire at the end of the current fiscal year.  Four proposals were received for this task order.  Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9068).

Advanced Crane Technologies LLC,* Reading, Pennsylvania, is awarded a $20,867,700 firm-fixed-price contract to provide cranes at Strategic Weapons Facility Atlantic, Kings Bay, Georgia.  The work to be performed provides for the contractor to design, fabricate, assemble, shop-test, deliver, install, inspect, field test and make ready for use two overhead bridge cranes.  Work will be performed at Kings Bay, Georgia, and is expected to be completed by December 2022.  Fiscal 2020 other procurement (Navy) contract funds in the amount of $20,867,700 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the beta.SAM.gov website with two proposals received.  Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0011).

Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded a $19,341,680 cost-plus-fixed-fee job order under basic ordering agreement N00164-20-G-JQ96 for the performance of non-recurring engineering for Block Upgrade Phase 2-4 technology/capability insertion in the Target Sight System.  Work will be performed in Orlando, Florida (86%); and Ocala, Florida (14%), and is expected to be completed in September 2024.  Fiscal 2020 aircraft procurement (Navy; 53%); and fiscal 2019 aircraft procurement (Navy; 47%), funding in the combined amount of $19,341,680 will be obligated at the time of contract award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(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 (N0016420FJ268).

Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina, is awarded a $19,264,771 firm-fixed-price contract for road improvements at Marine Corps Base, Camp Lejeune, North Carolina.  This project includes a series of roadway improvements to Birch Street and Duncan Street.  Work will include the construction of service and access roads, the widening of existing roads and the construction of turn lanes.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by March 2022.  Fiscal 2016 military construction (Navy) contract funds in the amount of $19,264,771 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the beta.SAM.gov website with four proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0157).

ECC International LLC, Virginia Beach, Virginia, is awarded an $18,045,700 firm-fixed-price contract for the construction of a fleet maintenance facility at Naval Air Station, Sigonella, Sicily, Italy.  The contract also contains two unexercised options, which if exercised, would increase cumulative contract value to $18,771,624.  The work to be performed provides for construction of maintenance and repair shops, storage and personnel support areas.  Work will be performed in Corsico, Italy, and is expected to be completed by June 2022.  Fiscal 2016 military construction (Navy) contract funds in the amount of $18,045,700 are obligated on this award and will expire at the end of the current fiscal year.  This contract was competitively procured via the Contract Opportunities website with two proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0012).

B.L. Harbert International LLC, Birmingham, Alabama, is awarded a $16,366,260 firm-fixed-price task order (N69450-20-F-0898) under a multiple award construction contract to restore the water distribution system at Naval Support Activity, Panama City, Florida.  The work to be performed includes surveys of water distribution routes, construction plan development, permitting, fire hydrant replacement and installation of new potable water and fire protection mains to replace the existing systems.  Work will be performed in Panama City, Florida, and is expected to be completed by August 2023.  Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $16,366,260 are obligated on this award and will 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 (N69450-19-D-0908).

Crowley Government Services Inc., Jacksonville, Florida, is awarded a $14,513,105 modification for the fixed portion under previously awarded firm-fixed-price contract N62387-15-C-5301 to continue the operation and maintenance of the four roll-on/roll-off vessels, USNS SGT Matej Kocak (T-AK 3005); USNS PFC Eugene A. Obregon (T-AK 3006); USNS MAJ Stephen W. Pless (T-AK 3007); and USNS LCPL Roy. M. Wheat (T-AK 3016).  Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Sept. 30, 2021.  Transportation working capital contract funds in the amount of $14,513,105 are obligated for fiscal 2021 and will not expire at the end of the current fiscal year.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Ameresco Inc., Framingham, Massachusetts, is awarded a $14,375,273 firm-fixed-price contract to install a solar photovoltaic (PV) system and various related improvements at Joint Base Pearl Harbor-Hickam, Hawaii.  The work to be performed provides for installation of a solar PV system composed of canopy-mounted arrays over a portion of an existing parking lot; a solar thermal system; heating, ventilation and air-conditioning improvements; and lighting improvements.  Work will be performed in Honolulu, Hawaii, and is expected to be completed by October 2022.  Fiscal 2018 military construction (Navy) contract funds in the amount of $14,375,273 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website with eight proposals received.  The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-C-4002).

Parsons Government Services Inc., Pasadena, California, is awarded a $13,983,994 cost-plus-fixed-fee task order under the General Services Administration’s (GSA) One Acquisition Solution for Integrated Services (OASIS).  This task order provides research and development support services for the Operational and Undersea Medicine Directorate at the Naval Medical Research Center (NMRC), Silver Spring, Maryland.  Work will be performed at NMRC, Silver Spring, Maryland (96%); Naval Health Research Center, San Diego, California (1%); Panama City, Florida (1%); Jacksonville, North Carolina (1%); and other miscellaneous locations for meetings and conferences (1%).  Work is expected to be completed by Sept. 29, 2025.  The base period of performance under this task order will be awarded with $2,267,275 fiscal 2019 Defense Health Program (DHP) enhanced funding in the amount of $834,079, which will expire at the end of the current fiscal year; fiscal 2019 DHP research, development, testing and evaluation funding in the amount of $563,840, which will expire at the end of the current fiscal year; and fiscal 2020 Navy research, development, testing and evaluation funding in the amount of $162,747, which will not expire at the end of the current fiscal year.  The balance of the task order will be incrementally funded.  The total value of the task order for the base period and four option years, if exercised, is $13,983,994.  This task order was competitively procured via GSA’s OASIS Unrestricted Pool 4, with three proposals received.  The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity (N6264520F0303).

G-W Management Services LLC,* Rockville, Maryland, is awarded a $13,516,700 firm-fixed-price task order (N40080-20-F-5202) under a multiple award construction contract for long-term structural repair of parking garages at Walter Reed National Military Medical Center at Naval Support Activity Bethesda, Maryland.  The work to be performed provides design and construction services to repair structural deficiencies and includes the repair of all critical elements of the garage including topping slabs, pre-stressed concrete double-tees, inverted tee beams, precast concrete beams, expansion joints, stairs, curbs, columns and guardrails.  All elements such as mechanical, plumbing, electrical and fire-sprinklers protection of the garages shall also be included.  Work will be performed in Bethesda, Maryland, and is expected to be completed by July 2023.  Fiscal 2020 operations and maintenance (Defense Health Agency) contract funds are obligated on this award and will expire at the end of the current fiscal year.  Eight proposals were received for this task order.  The Naval Facilities Engineering Command, Washington, D.C., is the contracting activity (N40080-19-D-0015).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $13,053,382 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-4316 to continue performance of the repair, maintenance and upgrade efforts on the USS Helena (SSN 725) dry-docking selected restricted availability.  The government and Newport News Shipbuilding agreed to a final settlement value of $13,053,382 for the USS Helena SSN 725 dry-dock selected restricted availability for the period Oct. 20, 2020, through Jan. 8, 2021.  In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirement.  The contracted requirements include advance and new work efforts necessary to repair and maintain full unrestricted operation of the submarine, as well as upgrades and modernization efforts required to ensure the submarine is operating at full technical capacity as defined in the Availability Work Package during the Chief of Naval Operations scheduled availability.  Work will be performed in Newport News, Virginia, and is expected to be completed by January 2021.  Fiscal 2020 operations and maintenance (Navy) funding in the amount of $13,053,382 will be obligated at time of award and will expire at the end of the current fiscal year.  The Supervisor of Shipbuilding, Conversion and Repair, USN, Newport News, Virginia, is the contracting activity.

TOTE Services Inc., Jacksonville, Florida, is awarded an $11,642,218 modification under previously awarded firm-fixed-price contract N32205-18-C-3101 to exercise a one-year option for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1).  The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the ground based, mid-course defense element of the ballistic missile defense system for the U.S. Strategic Command.  The vessel may also be used for other government missions as directed or placed in a reduced operating status.  Work will be performed in the Pacific Ocean operating area, and is expected to be completed by Sept. 30, 2021.  Working capital contract funds (Navy) in the amount of $11,642,218 are obligated for fiscal 2021, and will not expire at the end of the fiscal year.  The Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Corp. Missile and Fire Control, Orlando, Florida, is awarded an $11,513,510 cost-plus-fixed-fee job order under basic ordering agreement N00164-20-G-JQ96 for the performance of non-recurring engineering for contractor sustainment services for the Target Sight System.  Work will be performed in Orlando, Florida (90%); and Ocala, Florida (10%), and is expected to be completed in September 2022.  Fiscal 2020 aircraft procurement (Navy; 82%); and fiscal 2020 research, development, test and evaluation (Navy; 18%) funds in the amount of $7,878,492 will be obligated at the time of contract award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(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 (N0016420FJ269).

L3Harris Technologies Inc., Palm Bay, Florida, is awarded a $10,496,695 contract modification (P00002) to previously awarded firm-fixed-price contract N00421-19-C-0039.  This modification exercises Lot 20 option items to procure digital map computers (DMCs) and digital video map computers (DVMCs); 50 DMCs and 77 DVMCs in support of sparing for the Naval Supply Systems Command; 24 DVMCs for the Navy in support of the F/A-18E/F aircraft; 16 DMCs for the government of the Czech Republic; and three DMCs for the government of Bahrain.  Additionally, this modification procures 24 extension housings for the DVMC buy for the Navy in support of the F/A-18E/F aircraft program.  Work will be performed in Malabar, Florida, and is expected to be completed in December 2022.  Defense working capital (Navy) funds in the amount of $7,861,116; fiscal 2020 aircraft procurement (Navy) funds in the amount of $1,715,808; and Foreign Military Sales funds in the amount of $919,771 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions and Services Inc., doing business as BAE Systems, Rockville, Maryland, is awarded a $10,195,034 firm-fixed-price contract modification P00006 under previously awarded contract N00604-18-C-4001 to exercise Option Period Three for munitions handling and management services which include receiving, storing, segregating, issuing, inspecting and transporting various types of ammunition, explosives, expendable and technical ordnance material and weapons for Joint Service commands.  This contract includes a nine-month base period and four 12-month option periods.  The exercise of this option will bring the estimated value of the contract to $35,354,568, and if all options are exercised, it will bring the total value to $45,611,389.  Work will be performed in Ewa Beach, Hawaii, and is expected to be completed by September 2021.  If all options on the contract are exercised, work will be completed by September 2022.  Fiscal 2021 operations and maintenance funds (Navy) in the full amount of $10,144,531 will be obligated once the modification to exercise Option Year One is awarded, and funds will not expire before the end of the current fiscal year.  This contract was competitively procured with the solicitation posted to the Federal Business Opportunities and Navy Electronic Commerce Online websites, with two offers received.  The Naval Supply Systems Command, Fleet Logistics Center, Pearl Harbor, Hawaii, is the contracting activity.

PTC Inc., Boston, Massachusetts, is awarded a $10,000,000 contract modification to previously awarded contract N00024-20-C-6121 to exercise and fund an option for provisioned item orders in support of model based production support.  Work will be performed in Boston, Massachusetts, and is expected to be completed by June 2025.  Fiscal 2020 operations and maintenance (Navy; 89%); fiscal 2020 operations and maintenance (Air Force; 5.3%) fiscal 2020 research, development, test and evaluation (Navy; 3%); fiscal 2020 operations and maintenance (Marines; 2.7%); and funding in the amount of $3,047,196 will be obligated at the time of award, of which, $2,953,194 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BB&E Inc.,* Northville, Michigan, is awarded a $9,880,969 firm-fixed-price task order for the exercise of the second option period for professional support services in design and capital improvements within the Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic area of responsibility (AOR).  After award of this option, the total cumulative task order value will be $26,346,302.  The work to be performed provides for various architecture and construction engineering disciplines to assist in completing various design and capital improvement projects.  Work will be performed at various installations within the NAVFAC Mid-Atlantic AOR to include Norfolk, Virginia (72%); Jacksonville, North Carolina (8%); Albany, Georgia (4%); Portsmouth, Virginia (3%); Havelock, North Carolina (3%); Crane, Indiana (3%); Kittery, Maine (3%); Great Lakes, Illinois (2%); and Philadelphia, Pennsylvania (2%).  This option period is from September 2020 to September 2021.  Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $4,094,156 are obligated on this award and will expire at the end of the current fiscal year.  Fiscal 2020 military construction (Navy) contract funds in the amount of $3,300,000 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-F-9965).

Copious Imaging LLC, Lexington, Massachusetts, is awarded a $9,691,589 cost-plus-fixed-fee job order under basic ordering agreement N00164-20-G-JQ82 for the performance of engineering services and repairs for the Wide Area Infrared Surveillance with Persistence (WISP) system.  The WISP is a Counter-small Unmanned Aerial System (C-sUAS) capability used in Air Force base defense efforts.  These tasks are comprised of program support; contract progress; status and management reporting; counterfeit prevention; repair; failure reporting, analysis and corrective action system (FRACAS); engineering services; hardware and software upgrade and enhancement; engineering investigations; field service representatives support; operator and maintainer training; configuration management; technical data package development and delivery; logistics support analysis and deliverables; technical manual development and delivery; training material development and delivery; and obsolescence management.  Work will be performed at various locations outside the continental U.S., and is expected to be completed by September 2023.  Fiscal 2020 other procurement (Air Force; 89%); and fiscal 2020 defense operations and maintenance (11%) funding in the amount of $1,071,272 will be obligated at the time of award and funding in the amount of $121,272 will expire at the end of the current fiscal year.  In accordance with 10 U.S. Code 2304(c)(1), this job order was not competitively procured; 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 (N00164-20-F-J265).

L3Harris Technologies Inc., Rochester, New York, is awarded a $9,397,873 modification to previously awarded contract M67004-19-D-0002 for the refurbishment of Marine Corps Radio components associated with Controlled Cryptographic Communications Systems.  The modification increases the quantities of existing assets repaired, adds quantities of two new assets to be repaired and adds a contract line item for the pass-through shipping costs of returning the repaired assets to the government.  The total cumulative face value of the contract is $42,411,286.  Work will be performed in Rochester, New York, with an expected completion date of July 2021.  Fiscal 2020 working capital funds (Navy) in the amount of $9,397,873 will be obligated at the time of award and will not expire at the end of the current fiscal year.  The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity.

Northrup Grumman Innovation Systems Inc., Rocket Center, West Virginia, is awarded a $9,043,261 firm-fixed-price contract for construction of explosives storage magazines at Allegany Ballistics Laboratory, West Virginia.  The work to be performed provides for construction of two new reinforced concrete earth-covered magazines for storage of ammunition and explosives.  Work will be performed in Rocket City, West Virginia, and is expected to be completed by October 2022.  Fiscal 2019 weapons procurement (Navy) contract funds in the amount of $9,043,261 are obligated on this award and will not expire at the end of fiscal year.  This contract was procured as a sole-source with one proposal received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0048).

Valiant Government Services LLC, Hopkinsville, Kentucky, is awarded an $8,954,557 indefinite-delivery/indefinite-quantity modification for the exercise of Option Number Three for base operations support services at Naval Facilities Engineering Command (NAVFAC) Europe Africa Central (EURAFCENT) area of responsibility (AOR).  After award of this option, the total cumulative contract value will be $34,460,779.  The work to be performed provides for all management and administration, facilities management and investment, janitorial, pest control, integrated solid waste, pavement clearance and environmental services.  Work will be performed in the Province of Campania, Italy, to include the Municipalities of Capodichino and Gricignano di Aversa; and in the Province of Lazo, Italy, to include the Municipality of Gaeta.  This option period is from October 2020 to September 2021.  No funds will be obligated at time of award.  Fiscal 2021 operations and maintenance (Navy) contract funds in the amount of $7,534,052 for recurring work will be obligated on individual task orders issued during the third option period.  NAVFAC EURAFCENT, Naples, Italy is the contracting activity (N62470-17-D-4011).

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,495,048 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-5109 for the design, development and manufacture of AEGIS weapon system special test equipment in support of AEGIS integrated logistics services.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by November 2026.  Fiscal 2020 Missile Defense Agency defense-wide working capital funds in the amount of $8,495,048 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, D.C., is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, is awarded an $8,483,907 cost-plus-award-fee modification to task order N62742-18-F-0126 under an indefinite-delivery/indefinite-quantity contract for investigation and remediation of releases and groundwater protection and evaluation for Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam, Hawaii.  The work to be performed under this modification provides supplemental work required by the regulators, such as continuous soil gas monitoring systems, continued additional groundwater and drinking water sampling and evaluation, monitoring well installation, additional groundwater modelling and a potential pilot groundwater tracer test.  Work will be performed in Oahu, Hawaii, and is expected to be completed by January 2023.  Fiscal 2020 Defense working capital funds in the amount of $8,483,907 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-1800).

Aviall Services Inc., Dallas Fort Worth Airport, Texas, is awarded a $7,670,728 firm-fixed-price order N00019-20-F-0110 against previously issued basic ordering agreement SPE4A1-19-G-0005.  This order provides for the production and delivery of seven MQ-8C Fire Scout engines; four electronic engine controls; two fuel metering units; and 25 Scavenge oil filters for the Navy.  Work will be performed in Indianapolis, Indiana (95%); and Dallas Fort Worth Airport, Texas (5%), and is expected to be completed in May 2022.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,760,848; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $909,880 will be obligated at time of award, $909,880 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 $7,306,620 cost-plus-fixed-fee contract for software definable/reconfigurable systems:  design, development, support and integration.  This contract includes options which, if exercised, would bring the cumulative value to $38,651,676‬.  The services to be acquired consist of continuing research and development support of technology advancements, system requirements definition, architecture development, and system and unit design, development and transition to operational use.  Work will be performed at the contractor facility in Carlisle, Massachusetts (50%); and Washington, D.C. (50%), and is expected to be completed by Sept. 30, 2025.  Fiscal 2020 research, development, test, and evaluation (Navy) in the amount of $50,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured with one offer received via Contract Opportunities.  This contract was a negotiated acquisition under the authority of Title 10 U.S. Code 2304(b)(2), as stated in Federal Acquisition Regulation 6.203.  The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-20-C-2025).

Alliant Techsystems Operations LLC, Northridge, California, is awarded a $7,041,566 cost-plus-fixed-fee, firm-fixed-price order (N00019-20-F-0271) against previously issued basic ordering agreement N00019-17-G-0011.  This order provides non-recurring engineering support to address hardware and software obsolescence related to special test equipment, to include the Front End Assembly (FEA) test station, Visual Test System, Millimeter Wave (MMW) transceiver test station and the MX-12348/USM cable assembly set interface device.  Additionally, this order provides for the production and delivery of five FEA test stations; four MMW test stations; and 15 Visual Test Systems in support of production for all fleet and Foreign Military Sales (FMS) customers; six MX-12348/USM cable assembly set interface devices, two for the Navy; three for the government of Germany; and one for the government of Australia; and four MX-12307/GYQ-79 cable assembly sets, three for the government of Germany and one for the government of Australia, in support of the Advanced Anti-Radiation Guided Missile program for the Navy and FMS customers.  Work will be performed in Northridge, California (96%); Torrance, California (2%); and Rome, Italy (2%), and is expected to be completed in February 2023.  Fiscal 2020 weapons procurement (Navy) funds in the amount of $4,979,877; and FMS funds in the amount of $2,061,689 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.

CORRECTION:  The contract announced on Sept. 25, 2020, for DSA LLC, Gadsden, Alabama (N40080-20-D-0303) for $8,685,458 had an incorrect award and cumulative contract value amounts.  The correct award amount is $9,880,552 and the cumulative contract value amount is $49,402,758.

ARMY

ASIRTek Federal Services LLC,* San Antonio, Texas (W9124J-20-D-0019); Bacik Group,* Pelham, Alabama (W9124J-20-D-0020); Beshenich Muir & Associates LLC,* Leavenworth, Kansas (W9124J-20-D-0021); Decision Point GAP Solutions JV LLC,* Gaithersburg, Tennessee (W9124J-20-D-0022); FITT Scientific LLC,* Colonial Heights, Virginia (W9124J-20-D-0023); Government & Defense Support Services LLC,* Tyrone, Georgia (W9124J-20-D-0024); Hager Development Group LLC,* Virginia Beach, Virginia (W9124J-20-D-0025); Innovative Reasoning LLC,* Orlando, Florida (W9124J-20-D-0026); IntellecTechs Inc.,* Virginia Beach, Virginia (W9124J-20-D-0027); International Service Contractors,* Winter Garden, Florida (W9124J-20-D-0028); Milvets Systems Technology Inc.,* Orlando, Florida (W9124J-20-D-0029); Offset Systems Group LLC,* Huntsville, Alabama (W9124J-20-D-0030); Red River Science & Technology LLC,* Lawton, Oklahoma (W9124J-20-D-0031); The Logistics Co. Inc.,* Fayetteville, North Carolina (W9124J-20-D-0032); Vali Inc.,* Brownsboro, Alabama (W9124J-20-D-0033); and Veritiss LLC,* Reston, Virginia (W9124J-20-D-0034), will compete for each order of the $414,500,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract to provide garrison augmentation support services in support of mobilization/demobilization and deployment/redeployment activities at multiple Army garrisons in the continental U.S., Alaska, Hawaii and Puerto Rico.  Bids were solicited via the internet with 27 received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2030.  The U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity.

Raytheon Co., Tucson, Arizona, was awarded a $398,329,554 modification (P00031) to contract W31P4Q-17-C-0194 for tube-launched, optically tracked, wire-guided missiles (TOW), TOW obsolescence and safety missiles and practice missiles.  Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 30, 2022.  Fiscal 2017, 2019 and 2020 missile procurement (Army); 2019 and 2020 procurement (Defense-wide) funds; and 2018 and 2019 defense revolving funds in the amount of $398,329,553 were obligated at the time of the award.  The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Honeywell International Inc., Phoenix, Arizona, was awarded a $258,664,388 firm-fixed-price for overhaul/repair of T55-GA-714A engines for the CH-47 Chinook.  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 July 31, 2021.  The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0098).

TRAX International Corp., Las Vegas, Nevada, was awarded a $90,045,872 modification (P00048) to contract W9124R-18-C-0001 for non-personal test support services at Yuma Proving Ground, Arizona.  Bids were solicited via the internet with four received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2021.  The 418th Contracting Support Brigade, Yuma, Arizona, is the contracting activity (W9124R-18-C-0001).

American Ordnance LLC, Middletown, Iowa, was awarded a $76,556,603 firm-fixed-price contract for M795 trinitrotoluene load assemble and pack.  One bid was solicited with one bid received.  Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2025.  Fiscal 2018, 2019 and 2020 procurement of ammunition (Army) funds in the amount of $76,556,603 were obligated at the time of the award.  The U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-20-C-0035).

Professional Contract Services Inc., Austin, Texas, was awarded a $62,023,797 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for facility maintenance, repair support services and minor construction at Detroit Arsenal, Warren, Michigan.  One bid was solicited with one bid received.  Work will be performed in Warren, Michigan, with an estimated completion date of June 30, 2025.  Fiscal 2020 operations and maintenance (Army) funds in the amount of $1,381,562 were obligated at the time of the award.  The U.S. Army Contracting Command, Detroit, Michigan, is the contracting activity (W56HZV-20-C-L859).

Northrop Grumman Systems Corp., Orlando, Florida, was awarded a $49,000,000 firm-fixed-price contract for the Wideband Training and Certification System, Version 2.  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. 27, 2025.  The U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0015).

Turtle Reef Holdings LLC,* Alexandria, Virginia (W15QKN-20-D-0047); Defense Analytics LLC,* Reston, Virginia (W15QKN-20-D-0049); Sehlke Consulting LLC,* Arlington, Virginia (W15QKN-20-D-0050); Lynch Consultants LLC,* Arlington, Virginia (W15QKN-20-D-0051); and Microtechnologies LLC,* Vienna, Virginia (W15QKN-20-D-0052), will compete for each order of the $38,756,039 firm-fixed-price contract to provide professional support services, studies and analyses for Headquarters, Department of the Army.  Bids were solicited via the internet with 13 received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2023.  The U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

CDW Government LLC, Vernon Hills, Illinois, was awarded a $34,183,380 firm-fixed-price contract to purchase laptop computers for U.S. Army Reserve Command.  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 Jan. 29, 2021.  The 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W91247-20-F-0546).

Sauer Inc., Jacksonville, Florida, was awarded a $30,067,000 firm-fixed-price contract for renovation of Building 416 at Fort Myer, Arlington, Virginia.  Bids were solicited via the internet with seven received.  Work will be performed in Arlington, Virginia, with an estimated completion date of Nov. 14, 2022.  Fiscal 2020 and 2021 operations and maintenance (Army) funds in the amount of $30,067,000 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0050).

Mike Hooks LLC, West Lake, Louisiana, was awarded a $25,145,900 firm-fixed-price contract for removal of material from the Calcasieu River ship channel.  Bids were solicited via the internet with three received.  Work will be performed in Lake Charles, Louisiana, with an estimated completion date of June 10, 2021.  Fiscal 2020 civil construction funds in the amount of $25,145,900 were obligated at the time of the award.  The U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0068).

Pacific Federal-Pacific Tech JV 1 LLLP,* Longview, Washington (W9127N-20-D-0003); RJS Construction Inc.,* Washougal, Washington (W9127N-20-D-0004); and TSI Engineering Inc.,* North Highlands, California (W9127N-20-D-0005), will compete for each order of the $20,000,000 firm-fixed-price contract for design-build of small construction projects for the Army Corps of Engineers, Portland District, Portland, Oregon.  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. 27, 2025.  The U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

Radmacher Brothers Excavating Co. Inc., Pleasant Hill, Missouri, was awarded a $16,921,110 firm-fixed-price contract to repair Fort Leavenworth levees.  Bids were solicited via the internet with two received.  Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Sept. 19, 2022.  Fiscal 2020 civil construction funds in the amount of $16,921,110 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-20-C-4016).

Heffler Contracting Group,* El Cajon, California, was awarded a $16,625,637 firm-fixed-price contract for the full facility restoration of Building 295 at Fort Hunter Liggett, California.  Bids were solicited via the internet with eight received.  Work will be performed at Fort Hunter Liggett, California, with an estimated completion date of Sept. 28, 2022.  Fiscal 2020 operations and maintenance (Army Reserve) funds in the amount of $16,625,637 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-20-C-0055).

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $16,224,669 cost-plus-fixed-fee contract for excavation/remedial action of contaminated soils at the Formerly Utilized Sites Remedial Action Program/DuPont Chambers work sites in Deepwater, New Jersey.  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. 29, 2022.  The U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-20-F-0094).

Gannett-Fleming Inc., Camp Hill, Pennsylvania (W912EE-20-D-0012); Stantec Consulting Services Inc., Nashville, Tennessee (W912EE-20-D-0013); and West Consultants Inc.,* San Diego, California (W912EE-20-D-0014), will compete for each order of the $15,000,000 firm-fixed-price contract for hydraulic/hydrological engineering, modeling, design and associated engineering support services.  Bids were solicited via the internet with six received.  Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2025.  The U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $13,999,667 firm-fixed-price contract for roof repair at a Pentagon remote delivery facility.  Bids were solicited via the internet with two received.  Work will be performed in Arlington, Virginia, with an estimated completion date of April 26, 2022.  Fiscal 2018 defense revolving funds in the amount of $13,999,667 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0061).

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded a $13,800,000 firm-fixed-price contract for removal and disposal of shoal material excavated from the Atchafalaya River Bay.  Bids were solicited via the internet with two received.  Work will be performed in Berwick, Louisiana, with an estimated completion date of April 28, 2021.  Fiscal 2020 civil operations and maintenance funds in the amount of $13,800,000 were obligated at the time of the award.  The U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0075). 

Network Designs Inc.,* McLean, Virginia, was awarded a $10,748,778 firm-fixed-price contract to provide non-personal secure classified remote access as a service services for the Army Network Enterprise Technology Command.  Bids were solicited via the internet with four received.  Work will be performed at Fort Gordon, Georgia, with an estimated completion date of Sept. 27, 2021.  Fiscal 2020 operations and maintenance (Army) funds in the amount of $10,748,778 were obligated at the time of the award.  The U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-20-F-0359).

Crosby Dredging LLC, Galliano, Louisiana, was awarded a $10,470,000 firm-fixed-price contract for maintenance dredging of the Mississippi River.  Bids were solicited via the internet with one received.  Work will be performed in Venice, Louisiana, with an estimated completion date of April 26, 2021.  Fiscal 2020 civil construction funds in the amount of $10,470,000 were obligated at the time of the award.  The U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-20-C-0070).

Ritz Construction Inc.,* Frederick, Maryland, was awarded a $10,427,213 firm-fixed-price contract to renovate a historic residential building for senior non-commissioned officer quarters at Fort McNair, Washington, D.C.  Bids were solicited via the internet with seven received.  Work will be performed at Fort McNair, Washington, D.C., with an estimated completion date of April 1, 2022.  Fiscal 2020 military construction (Army) funds in the amount of $10,427,213 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0052).

Tatum Excavating Company Inc.,* Texarkana, Texas, was awarded a $10,000,000 firm-fixed-price contract to repair existing real property in the Piney Woods Region at Sam Rayburn Lake, Texas.  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. 27, 2026.  The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-F-0768).

MARC III General Contractors LLC,* San Antonio, Texas, was awarded a $9,517,656 firm-fixed-price contract to renovate Army North Building 16.  Bids were solicited via the internet with eight received.  Work will be performed at Joint Base San Antonio-Fort Sam Houston, Texas, with an estimated completion date of June 30, 2022.  Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,517,656 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0056). 

Southern Contracting LLC,* Newbern, Tennessee, was awarded a $9,499,387 firm-fixed-price contract for construction and repairs to a basin/channel and three storm sewer networks at Fort Gordon, Georgia.  Bids were solicited via the internet with six received.  Work will be performed at Fort Gordon, Georgia, with an estimated completion date of Dec. 31, 2021.  Fiscal 2020 operations and maintenance (Army) funds in the amount of $9,499,387 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-20-C-3010).

Price Modern LLC,* Baltimore, Maryland, was awarded a $9,325,000 firm-fixed-price contract for furniture supplies for the Herbert R. Temple Jr. Army National Guard Readiness Center, Arlington, Virginia; and the Air National Guard Readiness Center, Joint Base Andrews, Maryland.  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. 27, 2025.  The U.S. Army National Guard Bureau, Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-A-2000).

Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa, was awarded an $8,893,705 firm-fixed-price contract for habitat rehabilitation and enhancement of floodplain forests and berms within the Mississippi River, Prairie du Chien, Wisconsin.  Bids were solicited via the internet with three received.  Work will be performed in Marquette, Iowa, with an estimated completion date of Sept. 15, 2024.  Fiscal 2020 civil construction funds in the amount of $8,893,705 were obligated at the time of the award.  The U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-20-C-0005).

Sterling,* North Sioux City, South Dakota, was awarded an $8,817,928 firm-fixed-price contract for debrief kits, ground control station record kits and medium altitude endurance tactical units to support the MQ-9 development.  Bids were solicited via the internet with four received.  Work will be performed in North Sioux City, South Dakota, with an estimated completion date of Nov. 30, 2020.  Fiscal 2020 aircraft procurement (Army) funds in the amount of $8,817,928 were obligated at the time of the award.  The U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-20-C-0048).

Western Contracting Corp.,* Sioux City, Iowa, was awarded an $8,432,668 firm-fixed-price contract for levee rehab at Camp Ashland, Nebraska.  Bids were solicited via the internet with three received.  Work will be performed at Camp Ashland, Nebraska, with an estimated completion date of Feb. 28, 2021.  Fiscal 2020 military construction (Army National Guard) funds in the amount of $6,885,473 were obligated at the time of the award. The U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0056).

Great Lakes Dredge & Dock Co. LLC, Oak Brook, Illinois, was awarded an $8,300,694 firm-fixed-price contract for deepening and widening Mobile Harbor.  Bids were solicited via the internet with four received.  Work will be performed in Irvington, Alabama, with an estimated completion date of June 25, 2021.  Fiscal 2020 civil operations and maintenance; and civil construction funds in the amount of $8,300,694 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0032). 

Callan Marine Ltd, Galveston, Texas, was awarded an $8,105,300 firm-fixed-price contract for pipeline dredging.  Bids were solicited via the internet with two received.  Work will be performed in Galveston, Texas, with an estimated completion date of June 11, 2021.  Fiscal 2017, 2018, 2019 and 2020 civil operations and maintenance funds in the amount of $8,105,300 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-20-C-0037).

Douglas N. Higgins Inc.,* Ann Arbor, Michigan, was awarded an $8,089,000 firm-fixed-price contract to provide hydraulic connectivity through the addition of new culverts under or adjacent to existing U.S. Route 41 and existing County Road 92.  Bids were solicited via the internet with eight received.  Work will be performed in Naples, Florida, with an estimated completion date of Oct. 31, 2023.  Fiscal 2020 civil operations and maintenance funds in the amount of $8,089,000 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-20-C-0023).

Griswold Industries Co., Costa Mesa, California, was awarded an $8,056,026 firm-fixed-price contract for the Oil and Fuel Nozzle.  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. 27, 2025.  The U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0115).

University of Wyoming, Laramie, Wyoming, was awarded an $8,000,000 firm-fixed-price contract to establish a network of stations to monitor snowpack and soil moisture throughout the plains area of the Upper Missouri River Basin.  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. 27, 2025.  The U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0058).

Western Contracting Corp.,* Sioux City, Iowa, was awarded a $7,794,255 firm-fixed-price contract for repair of flood-damaged river structures on the Missouri River.  Bids were solicited via the internet with two received. V Work will be performed in Omaha, Nebraska, with an estimated completion date of Sept. 11, 2022.  Fiscal 2020 civil construction funds in the amount of $7,794,255 were obligated at the time of the award.  The U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-C-0051).

MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, is being awarded a $249,000,000 undefinitized contract modification (P00067) to previously awarded HQ0147-12-C-0004/-19-C0004 on the Ground-based Midcourse Defense Development and Sustainment contract (DSC).  The scope of work under the current DSC includes development, fielding, test, systems engineering, integration and configuration management, equipment manufacturing and refurbishment, training and operations and sustainment for the GMD weapon system and associated support facilities.  Under this undefinitized modification, the Missile Defense Agency executes the Service Life Extension Program (SLEP) upgrade of Ground Based Interceptors (GBI); the upgrade and repair of specialized production equipment necessary to support SLEP activities; systems engineering to support CE-I fleet readiness; cybersecurity activities; and the production of a payload to support system testing requirements.  The value of this contract, including options, is increased from $11,519,944,967 to $11,768,344,967.  The work will be performed in Huntsville, Alabama; Tucson, Arizona; and Chandler, Arizona, and the period of performance is from Sept. 24, 2020, to Dec. 31, 2022.  This acquisition was executed on a sole-source basis. Fiscal 2020 research, development, test and evaluation funds in the amount of $45,689,000 have been obligated at the time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. (Awarded Sept. 25, 2020)

DEFENSE LOGISTICS AGENCY

Bell Textron, Fort Worth, Texas, has been awarded an estimated $212,541,342, performance-based, fixed-price incentive, firm-fixed-price requirements contract for H-1 aircraft support.  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 five-year base contract with one five-year option period.  Location of performance is Texas, with a Sept. 27, 2025, performance completion date.  Using military service is Marine Corps.  Type of appropriation is fiscal 2020 through 2025 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPE4AX-17-D-9410).

L3 Technologies Inc., Muskegon, Michigan, has been awarded a maximum $94,367,223 firm-fixed-price contract for M88A2 Hercules Recovery Vehicle diesel engines.  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 33-month contract with one option period.  Location of performance is Michigan, with a June 15, 2023, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-20-C-211).

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $86,596,590 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Three Season sleep system and components.  This was a competitive acquisition with three responses received.  This is a one-year base contract with four one-year option periods.  Locations of performance are Puerto Rico; Nevada; and Washington, with a Sept. 27, 2021, ordering period end date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1351).

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full loop antennas.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1.  This is a five-year contract with no option periods.  Locations of performance are New Jersey and New York, with a Sept. 27, 2025, ordering period end date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2025 Army working capital funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0061).

Curtiss-Wright Controls Electronic Systems Inc., Santa Clarita, California, has been awarded a maximum $16,646,441 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for circuit card assemblies.  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 five-year contract with no option periods.  Location of performance is California, with a Sept. 29, 2025, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2025 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-20-D-0120).

Raytheon Co., McKinney, Texas, has been awarded a maximum $13,929,430 firm-fixed-price, one-time buy contract for gimbal assemblies.  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 four-year base contract with one one-year option period.  Location of performance is Texas, with a Sept. 15, 2024, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2024 army working capital funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Warren, Michigan (SPRDL1-20-C-0046).

Cartridge Technologies Inc.,* Rockville, Maryland (SP7000-20-D-0009); Dynamic Advantage Inc.,* Mineola, New York (SP7000-20-D-0016); Electronic Risks Consultants Inc.,* Phillipsburg, New Jersey, (SP7000-20-D-0017); Glocoms Inc.,* Chicago, Illinois (SP7000-20-D-0018); Trident E&P LLC,* Pottstown, Pennsylvania (SP7000-20-D-0020); and Salmon Group Inc.,* Washington D.C. (SP7000-20-D-0019), have each been awarded a maximum $9,950,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP7000-20-R-1021 for multifunctional device full service maintenance, consumable supplies, reports, relocations, network functionality and network security.  These are three-year contracts with no option periods.  These were competitive acquisitions with six responses received.  Locations of performance are Maryland, New York, New Jersey, Illinois, Pennsylvania, Washington, D.C., and other locations inside and outside the continental U.S., with a Sept. 30, 2023, ordering period end date. Type of appropriation is fiscal 2021 through 2023 working capital funds.  Using customer is Defense Logistics Agency.  The contracting activity is the Defense Logistics Agency, Contracting Services Office, New Cumberland, Pennsylvania.

Tennier Industries Inc.,* Delray Beach, Florida, has been awarded a maximum $9,619,200 fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold and wet weather trousers.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-2.  This is a one-year contract with no option periods.  Locations of performance are Florida and Tennessee, with a Sept. 28, 2021, ordering period end date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-C-0019).

The Lighthouse for the Blind,** Seattle, Washington, has been awarded a maximum $7,030,511 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for extreme cold weather compression stuff sacks.  This is a one-year base contract with four one-year option periods.  Location of performance is Washington, with a Sept. 27, 2021, ordering period end date.  Using military services are Army, Navy, Air Force and Marine Corps.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-B094).

SPACE DEVELOPMENT AGENCY

E3 Federal Solutions LLC, McLean, Virginia, is awarded a $57,573,316 firm-fixed-price award for Space Development Agency systems engineering and technical assistance support services.  The task order will be awarded using the General Services Administration’s One Acquisition Solution for Integrated Services indefinite-delivery/indefinite-quantity contract vehicle.  The period of performance is a twelve-month base period and two twelve-month option periods.  Fiscal 2020 operations and maintenance funds are obligated at the time of award.  The Space Development Agency, Washington, D.C., is the contracting activity (HQ0850-20-F-0001).

DEFENSE HEALTH AGENCY

Dawson Federal Inc., San Antonio, Texas, will exercise a $7,351,162 third option year contract (HT0011-17-C-AC07 P0007) under existing contract number HT0011-17-C-AC07, initially awarded on Sept. 28, 2017.  The third year option was awarded on September 28, 2020, and provides non-personal services to the strategic integration and systems engineering support to the Defense Health Agency’s Health Information Technology (J-6).  The period of performance is from Sept. 29, 2020, to Sept. 28, 2021.  This contract is funded with fiscal 2020 operations and maintenance funding.  The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business
**Mandatory source