Dell Technologies
BMS-center-logo
 

Department of Defense Contracts for October

Share this Article:
Share Article on Facebook Share Article on Linked In Share Article on Twitter

DoD contracts valued at $7 million or more are announced each business day.

Among the contracts awarded for the month of October are:

NAVY

The Boeing Co., St. Louis, Missouri, is awarded not-to-exceed $131,555,000 for order N0001919F2410 against a previously issued basic ordering agreement (N00019-16-G-0001).  This undefinitized contract action is for the procurement and upgrade of weapon replaceable assemblies to optimize the Block I low-rate initial production F/A-18E/F Infrared Search and Track systems, including technical risk reduction in support of engineering change proposal development and F/A-18 integration and tactics development.  Work will be performed in Orlando, Florida (73 percent); and St. Louis, Missouri (27 percent), and is expected to be completed in April 2022.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $42,969,654 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.

The MIL Corp., Bowie, Maryland, is being awarded an $84,551,798 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract for systems engineering, integration/production support, system-based test and evaluation services and in-service life cycle-based engineering support for the Naval Air Warfare Center Aircraft Division’s command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance mission-based products and systems.  Work will be performed in St. Inigoes, Maryland (80 percent); and Patuxent River, Maryland (20 percent), and is expected to be completed in February 2024.  No funds are being obligated at the time of award; funds will be obligated on individual orders as they are issued.  This contract was competitively procured via an electronic request for proposals; one offer was received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0002).

L3 Technologies Inc., Salt Lake City, Utah, is awarded a $35,757,711 cost-plus-fixed-fee contract to provide for the demonstration and test of existing technologies and associated technical data that may potentially provide a solution for an airborne wideband low radio frequency band jamming application in support of the Next Generation Jammer Low Band (Increment 2) program.  Work will be performed in Salt Lake City, Utah (57 percent); Boulder, Colorado (16 percent); Carlsbad, California (9 percent); Stuart, Florida (5 percent); Waco, Texas (1 percent); Reston, Virginia (1 percent); Guthrie, Oklahoma (1 percent); Stow, Massachusetts (1 percent); St. Louis, Missouri (1 percent); and in Europe (4 percent), and is expected to be completed in June 2020.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $14,704,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via a broad agency announcement; four offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0014).

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $35,180,752 cost-plus-fixed-fee contract to provide for the demonstration and test of existing technologies and associated technical data that may potentially provide a solution for an airborne wideband low radio frequency band jamming application in support of the Next Generation Jammer Low Band (Increment 2) program.  Work will be performed in Linthicum, Maryland (42 percent); Bethpage, New York (38 percent); North Amityville, New York (8 percent); Melville, New York (8 percent); Rolling Meadows, Illinois (1 percent); Hollywood, Maryland (1 percent); Melbourne, Florida (1 percent); and Redondo Beach, California (1 percent), and is expected to be completed in June 2020.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $14,704,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year.  This contract was competitively procured via a broad agency announcement; four offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0015).

BAE Systems Technology Solutions and Services, Inc., Rockville, Maryland, is awarded $19,470815 for modification P00035 to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N00421-15-C-0008) to exercise an option for support for Naval Air Warfare Center Aircraft Division’s Ship and Air Integrated Warfare Division (Code 4.11.3).  Support to be provided includes integrating communications and information systems radio communications into Navy ships.  Work will be performed in St. Inigoes, Maryland (75 percent); and California, Maryland (25 percent), and is expected to be completed in August 2023.  Fiscal 2019 working capital funds (Navy) in the amount of $5,850,000 are being obligated at time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Barkens Hard Chrome, Compton, California (FA8224-19-D-0001); Chromal Plating Co. Inc., Los Angeles, California (FA8224-19-D-0002); Kryler Corp., Fullerton, California (FA8224-19-D-0003); Quality Plating Co. Inc., Salt Lake City, Utah (FA8224-19-D-0004); and Sunvair, Inc., Valencia, California (FA8224-19-D-0005), have been awarded a ceiling $98,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for metal plating to remanufacture existing and future assets in support of 309 Missile Maintenance Group and 309 Commodities Maintenance Group programs. Work will be performed at Hill Air Force Base, Utah; Vandenberg AFB, California; and other geographically separated units. This contract is the result of a competitive acquisition and five offers were received. Fiscal 2018 Consolidated Sustainment Activity Group — Maintenance funds in the amount of $10,000 ($2,000 per awardee) are being obligated at the time of award. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity.

Williams International Co. LLC, Pontiac, Michigan, has been awarded a not-to-exceed $50,000,000 indefinite delivery/indefinite quantity contract for the Advanced Turbine Technologies for Affordable Mission-Capability (ATTAM) Phase I program. The mission of the ATTAM Phase I program is to develop, demonstrate, and transition advanced turbine propulsion, power and thermal technologies that provides improvement in affordable mission capability. Work will be performed in Pontiac, Michigan, and is expected to be completed by October 2026. This award is the result of a competitive acquisition via a broad agency announcement; 54 offers were received. The first task order will be incrementally funded with fiscal 2018 research, development, test and evaluation funds in the amount of $10,000 at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (IDIQ contract FA8650-19-D-2064 and initial task order FA8650-19-F-2115).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $16,512,048 cost-plus-fixed-fee contract for the Precision Real-Time Engagement Combat Identification Sensor Exploitation program. This program will develop technologies that continue to advance combat identification for warfighters. This contract provides for the technical assessments, prototype hardware and software modifications and development, systems engineering, performance simulations, system integration and demonstrations.  Work will be performed in Baltimore, Maryland, and is expected to be completed Jan. 31, 2024. Fiscal 2018 research, development, test and evaluation funds in the amount of $400,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-1672).

Maintenance Engineers Inc., Phoenix, Arizona, has been awarded an $8,700,000 ceiling, indefinite-delivery/indefinite-quantity contract for grounds maintenance services.  This contract provides grounds maintenance services for approximately 4,000 acres of improved and semi-improved grounds. Work will be performed at Hill Air Force Base and Little Mountain, Utah, and is expected to be completed by Oct. 24, 2023.   This award is the result of a competitive acquisition and six offers were received.  Fiscal 2019 operations and maintenance funds will be obligated at the task order level. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8201-19-D-0001).

DEFENSE LOGISTICS AGENCY

Geo-Med LLC,* Lake Mary, Florida, has been awarded a maximum $35,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 20 responses received. This is a five-year contract with no option periods. Using customers are Army, Navy, Air Force, Marine Corps and other federal civilian agencies. Location of performance is Florida, with an Oct. 24, 2023, performance completion date. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0001).

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $25,658,223 firm-fixed-price delivery order (SPRDL1-19-F-0038) against a five-year contract (SPE7MX-16-D-0100) for various electronic components for the M1 Abrams tank. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are Michigan and Florida, with a Sept. 27, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $10,229,034 modification (P00002) exercising the one-year option period of a one-year base contract (SPRDL1-18-C-0295) for hull mission processor units with 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 firm-fixed-price contract. Locations of performance are Michigan and Florida, with a Nov. 19, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

ARMY

B & K Construction Co. LLC,** Mandeville, Louisiana, was awarded a $31,260,319 firm-fixed-price contract for West Bank Mississippi River Levee. Bids were solicited via the internet with four received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Oct. 22, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $31,260,319 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-C-0004).

CORRECTION: An additional contractor has been added to the multiple-award contract announced on Sept. 28, 2018, for providing resources in support of the Joint Program Executive Office for Chemical and Biological Defense to include its headquarters, directorates and five joint project managers. Goldbelt, Chesapeake, Virginia (W911QY-19-D0014), will also compete for each order of the $249,000,000 firm-fixed-price contract. All other information in the contract announcement is correct.

*Service-disabled, veteran-owned small business

**Small Business

AAI Corp

Share this Article:
Share Article on Facebook Share Article on Linked In Share Article on Twitter

AAI Corp., Hunt Valley, Maryland, has been awarded a $23,696,816 firm-fixed-price contract for non-developmental contractor-owned and contractor-operated unmanned aerial systems, intelligence, reconnaissance and surveillance. This contract provides support force protection efforts at airfields located within U.S. Air Forces Central Command. Work will be performed at Bagram Airfield and Kandahar AF, Afghanistan, with an optional site at Muwaffaq Salti Air Base, Jordan, and is expected to be completed by March 27, 2024. Fiscal 2019 operations and maintenance funds in the amount of $17,556 are being obligated at the time of award. Total cumulative face value of this contract is $114,064,396. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-19-C-0002).

Austal USA Secures Contract

Share this Article:
Share Article on Facebook Share Article on Linked In Share Article on Twitter

Austal USA, Mobile, Alabama, is awarded a $57,854,366 cost-plus-fixed-fee undefinitized contract action for procurement of long-lead-time material and production engineering for the expeditionary fast transport (EPF) 13. The EPF class provides high-speed, shallow-draft transportation capability to support the intra-theater maneuver of personnel, supplies and equipment for the Navy, Marine Corps, and Army. Work will be performed in Novi, Michigan (30 percent); Mobile, Alabama (15 percent); Houston, Texas (9 percent); Slidell, Louisiana (8 percent); Franklin, Massachusetts (8 percent); Chesapeake, Virginia (7 percent); Rhinelander, Wisconsin (5 percent); Iron Mountain, Michigan (2 percent); and Dallas, Texas (2 percent); with other efforts performed at various locations throughout the U.S. below one percent (2 percent); and at various locations outside the U.S. below one percent (12 percent). Work on EPF 13 is expected to be completed by November 2021. Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $43,390,775 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2227).

Major Contract Awards for October, 2018

Share this Article:
Share Article on Facebook Share Article on Linked In Share Article on Twitter

ARMY

Lockheed Martin, Orlando, Florida, was awarded a $631,757,949 fixed-price-incentive Foreign Military Sales (Netherlands and Japan) contract to procure a variety of Hellfire II missile variants in containers. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2017 and 2018 foreign military sales; and other procurement, Army funds in the combined amount of $631,757,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-15-C-0130).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $126,799,620 modification (P00044) to contract W15QKN-15-C-0049 for training, sustainment and deployment of the Integrated Personnel and Pay System. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 31, 2021. Fiscal 2018 other procurement, Army funds in the amount of $12,140,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Alion Science and Technology Corp., was awarded a $49,873,115 cost-plus-fixed-fee contract to increase knowledge and understanding of state-of-the art technologies and techniques suitable to developing the agile and adaptive capabilities needed to ensure the success of the future Army. Bids were solicited via the internet with one received. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 29, 2021. Fiscal 2018 research, development, test and evaluation funds in the amount of $5,130,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-18-C-0090).

Greenman-Pedersen Inc., Babylon, New York, was awarded a $49,500,000 firm-fixed-price contract for resident engineer and inspection services for the East River Bridges Program. 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, 2028. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-D-0003).

Nordic PCL Construction Inc., Honolulu, Hawaii, was awarded a $41,476,374 firm-fixed-price contract for construction of an F-22 Fighter Alert Facility at Joint Base Pearl Harbor-Hickam, Hawaii. Bids were solicited via the internet with two received. Work will be performed in Joint Base Pearl Harbor-Hickam, Hawaii, with an estimated completion date of Dec. 31, 2020. Fiscal 2016 military construction funds in the amount of $41,476,374 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-18-C-0009).

Altus LLC,* Darlington, Maryland (W91CRB-19-D-0001); Applied Research Associates Inc., Albuquerque, New Mexico (W91CRB-19-D-0002); Joint Research and Development Inc.,* Stafford, Virginia (W91CRB-19-D-0003); and SURVICE Engineer Co. LLC,* Belcamp, Maryland (W91CRB-19-D-0004), will compete for each order of the $48,000,000 cost-plus-fixed-fee contract for performance of analytical services associated with target descriptions, vulnerability, survivability and weapons effectiveness studies, and support to current operations. 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, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Honeywell International Inc., Phoenix, Arizona, was awarded a $37,701,755 firm-fixed-price contract for tank engine parts for the AGT-1500 tank engine. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of Oct. 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $37,701,755 were obligated at the time of the award. U.S. Property and Fiscal Office, Kansas, is the contracting activity (W912JC-19-C-5707).

Raytheon IDS, Andover, Massachusetts, was awarded a $35,000,000 firm-fixed-price domestic and Foreign Military Sales (Taiwan) contract for Sweep 9 modification kits. One bid was solicited with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Sept. 28, 2022. Fiscal 2018 other procurement, Army funds in the amount of $35,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-C-0112).

Ames Construction Inc., Burnsville, Minnesota, was awarded a $34,775,560 firm-fixed-price contract for fish bypass channel and replacement weir at Lower Yellowstone River Intake. Bids were solicited via the internet with six received. Work will be performed in Glendive, Montana, with an estimated completion date of March 19, 2021. Fiscal 2015 and 2018 operations and maintenance Army funds in the amount of $22,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-18-C-0031).

MOCA Systems, Boston, Massachusetts (W912DQ-18-D-7000); Accura Engineering and Consulting Services Inc.,* Atlanta, Georgia (W912DQ-18-D-7001); and Crawford Consulting Services,* East Pittsburgh, Pennsylvania (W912DQ-18-D-7002), will compete for each order of the $28,500,000 firm-fixed-price contract for architect-engineering services for construction management services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Sheffield Korte Team LLC,* Lawton, Oklahoma, was awarded a $27,227,500 firm-fixed-price contract for design and construction of an Army Reserve Center at Joint Base Lewis-McChord, Washington. Bids were solicited via the internet with seven received. Work will be performed in Fort Lewis, Washington, with an estimated completion date of Oct. 1, 2020. Fiscal 2018 military construction; and operations and maintenance, Army funds in the amount of $27,227,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-18-C-0040).

Honeywell International Inc., Phoenix, Arizona, was awarded a $23,013,694 firm-fixed-price contract for tank engine parts for the AGT-1500 tank engine. One bid was solicited with one bid received. Work will be performed in Phoenix, Arizona, with an estimated completion date of May 31, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $23,013,694 were obligated at the time of the award. U.S. Property and Fiscal Office, Kansas, is the contracting activity (W912JC-19-C-5704).

exp Federal Inc.,* Chicago, Illinois, was awarded a $16,128,727 firm-fixed-price contract to supply and install a pulse generating system, a pulse generating control system, a power monitoring system and a pulse generating cooling system as part of an integrated system at the Permanent Barrier I Aquatic Nuisance Species. Bids were solicited via the internet with one received. Work will be performed in Romeoville, Illinois, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 civil works funds in the amount of $16,128,727 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity (W912P6-18-C-0021).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $12,500,000 cost-plus-fixed-fee contract for development, test, and purchase of Counter Unmanned Aerial System solutions. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-18-D-0008).

Navqsys LLC,* Aberdeen Proving Ground, Maryland, was awarded a $10,514,449 cost-plus-fixed-fee contract for expertise in program of record requirements, engineering requirements development, implementation management, logistics coordination, supply chain management, technical documentation, operational reporting, issue resolution, site surveys, contract preparation, execution management and budgetary planning and execution. Bids were solicited via the internet with five received. Work will be performed in Aberdeen Proving Ground, Maryland, with an estimated completion date of Sept. 27, 2022. Fiscal 2018 operations and maintenance Army funds in the amount of $10,514,449 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-18-C-0008).

Emerson Construction Co. Inc.,* Temple, Texas, was awarded a $10,453,000 firm-fixed-price contract to construct a new standard design Supply Storage Activity Warehouse. Bids were solicited via the internet with seven received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 4, 2021. Fiscal 2018 military construction funds in the amount of $10,453,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0078).

Terra Construction Inc.,* Oklahoma City, Oklahoma, was awarded a $9,854,000 firm-fixed-price contract to renovate and repair Buildings 3426, 3427 and 3428 at Fort Sill, Oklahoma. Two bids were solicited with two bids received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept, 21, 2020. Fiscal 2018 operations and maintenance, Army funds in the amount of $10,447,648 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-18-F-0185).

Emerson Construction Co. Inc.,* Temple, Texas, was awarded a $10,453,000 firm-fixed-price contract to construct a new standard design Supply Storage Activity Warehouse. Bids were solicited via the internet with seven received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 4, 2021. Fiscal 2018 military construction funds in the amount of $9,854,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0079).

K-W Construction,* San Marcos, Texas, was awarded a $9,515,500 firm-fixed-price contract for renovations of Building B44 at Fort Sam Houston, Texas. Bids were solicited via the internet with three received. Work will be performed in Fort Sam Houston, Texas, with an estimated completion date of Sept. 30, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,515,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0100).

CORRECTION: A Sept. 28, 2018, announcement that Norfolk Dredging Co., Chesapeake, Virginia, was awarded an $11,311,500 firm-fixed-price contract (W912BU-18-C-0047) for maintenance dredging of the Delaware River is incorrect. That contracts has not yet been awarded. 

U.S. TRANSPORTATION COMMAND 

Nine companies have been awarded task orders under the following International Charter Airlift Services in Support of the Civil Reserve Air Fleet contracts: HTC711-18-D-CC37 — Atlas Air Inc., Purchase, New York (HTC711-19-F-1000; $231,789,791); Federal Express, Memphis, Tennessee (HTC711-19-F-1001; $34,326,712); HTC711-18-D-CC39 — ABX Air,* Wilmington, Ohio (HTC711-19-F-1004; $10,694,315): Air Transport International Inc.,* Wilmington, Ohio (HTC711-19-F-1005; $16,873,851); Kalitta Air LLC,* Ypsilanti, Michigan (HTC711-19-F-1006; $160,621,410); Omni Air International Inc.,* Tulsa, Oklahoma (HTC711-19-F-1007; $97,084,582); United Parcel Service Co., Louisville, Kentucky (HTC711-19-F-1008; $14,903,387); Western Global Airlines,* Estero, Florida (HTC711-19-F-1009; $7,495,547); and HTC711-18-D-CC40 — National Airlines,* Orlando, Florida (HTC711-19-F-1010; $8,110,420). The task orders provide international long-range and short-range charter airlift services for the Department of Defense. Work will be performed globally. The task order period of performance is from Oct. 1, 2018, to Sept. 30, 2019.  Type of appropriation is fiscal year 2019 Transportation Working Capital Funds. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

International Auto Logistics LLC, Brunswick, Georgia, has been awarded an indefinite-delivery requirements-type, fixed-price with economic price adjustment contract (HTC71119DR001) in the amount of $295,057,155. The contract provides complete transportation and storage services for Department of Defense (DoD) sponsored shipments of privately-owned vehicles (POVs) belonging to military service members and transportation of DoD-sponsored shipments of POVs for DoD civilian employees. Work will be performed at multiple locations inside and outside the continental U.S.  The contract base period of performance is from Oct. 1, 2018, to Sept. 30, 2020.  Fiscal year 2019 Transportation Working Capital Funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

Air Transport International has been awarded a task order in the amount of $84,833,663 under fixed-price, indefinite-delivery/indefinite-quantity with economic price adjustments and incentives contract HTC711-18-D-CC16 for combination passenger and cargo charter airlift services.  This contract provides global air charter transportation services utilizing Part 121 aircraft configured to simultaneously transport both passengers and cargo.  Services required include full planeload port-to-port airlift transportation services, commercial equivalent economy passenger services, 463L pallet cargo services, and mission coordination. Work will be performed globally. Contract period of performance is Jan. 16, 2018, to Dec. 31, 2021; task order period of performance is Oct. 1, 2018, to Sept. 30, 2019.  The cumulative value of the contract has increased to $125,534,228 from $40,700,565. Fiscal 2019 Transportation Working Capital Funds were obligated at time of award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

International Auto Logistics LLC, Brunswick, Georgia, has been awarded a task order modification P00020, in the amount of $74,743,060, on contract HTC711-14-D-R025.  This modification provides continued support of transportation and storage of Department of Defense (DoD)-sponsored shipments of privately-owned vehicles belonging to military service members, and transportation of DoD-sponsored shipments of privately-owned vehicles belonging to DoD civilian employees. Work will be performed at multiple locations within the U.S. and outside the U.S.  The option period of performance is Oct. 1, 2018, to Feb. 28, 2019.  Fiscal 2019 Transportation Working Capital Funds were obligated at award.  This modification brings the total cumulative face value of the contract to $837,708,354 from $762,965,293. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

Affigent LLC, Herndon, Virginia, has been awarded a firm-fixed-price task order (HTC71118FD112) in the amount of $12,637,147.  The contract provides Oracle annual license maintenance and support renewal to the U.S. Transportation Command (USTRANSCOM) TCJ6. This renewal is for Oracle annual maintenance and support for USTRANSCOM and its component commands, Military Surface Deployment and Distribution Command, Air Mobility Command, Military Sealift Command and Joint Enabling Capabilities Command. Work will be performed in Scott Air Force Base, Illinois. The contract period of performance is from Oct.1, 2018, to Sept. 30, 2019.  Fiscal 2019 Transportation Working Capital Operating Funds were obligated at award. USTRANSCOM, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

Northrop Grumman Technical Services Inc., Herndon, Virginia, was awarded an $11,816,167 modification exercising the third option period on task order HTC711-16-F-D011. The modification provides continued non-personal advisory and assistance service for consulting and planning of acquisition and life cycle phases of supply value chain systems in support of U.S. Transportation Command and other associated supporting organizations. The modification brings the total cumulative face value of the contract to $39,936,618 from $28,120,451. Work will be performed at Scott Air Force Base, Illinois. Performance is from Oct. 1, 2018, through Sept. 30, 2019.  Fiscal 2019 Transportation Working Capital Funds have been obligated. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

AMYX Inc.,* Reston, Virginia, has been awarded a $10,836,764 modification on GSA One Acquisition Solution for Integrated Services (OASIS) indefinite-delivery/indefinite-quantity contract GSA00Q14OADS103, exercising the second option period on task order HTC711-17-F-D001 for continued non-personal advisory and assistance service support providing functional, engineering and resource management services for entire acquisition life cycles, information technology systems supported and in support of the U.S. Transportation Command and other associated supporting organizations.  The modification brings the total cumulative face value of the contract to $28,567,462 from $17,730,698. Work will be performed at Scott Air Force Base, Illinois. Performance is from Oct. 1, 2018, to Sept. 30, 2019.  Fiscal 2019 Transportation Working Capital Funds will be obligated.  U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

Tapestry Solutions Inc., San Diego, California, has been awarded an $8,229,223 modification (P00015) exercising the fourth option period under a firm-fixed-price contract HTC711-15-C-D001with cost-plus-fixed-fee, labor hour and cost reimbursable contract line items.  The modification brings the total cumulative face value of the contract to $27,367,062 from $19,137,840. This contract provides Integrated Computerized Deployment System sustainment and modifications to implement software solutions in support of Department of Defense transportation requirements. Work will be performed at Scott Air Force Base, Illinois, as well as at the contractor’s offsite facility in San Diego, California.  The option period of performance is Oct. 1, 2018, through Sept. 30, 2019.  This support is funded by fiscal 2019 Transportation Working Capital Funds. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. 

AIR FORCE 

M1 Support Services LP, Denton, Texas, has been awarded a $71,318,065 modification (A00039) to previously awarded contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the third option period of a seven-year, firm-fixed price contract for T-6, T-38 undergraduate pilot training, and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. This modification brings the total cumulative face value of the contract to $202,434,619. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be complete by Sept. 30, 2019. Fiscal 2019 operations and maintenance funds the full amount being obligated at the time of award.  The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

COLSA Corp., Huntsville, Alabama, has been awarded a $69,618,375 modification (P00039) to contract FA2486-16-F-0031 for Technical and Management Advisory Services Command, control, communications, computer, intelligence, surveillance and reconnaissance (C4ISR)/cyber support.  The contractor will provide additional research, development, test and evaluation, and acquisition support services.  Work will be performed at Eglin Air Force Base, Florida; Hanscom AFB, Massachusetts; Gunter Annex, Alabama; Patrick AFB, Florida; Edwards AFB, California; Scott AFB, Illinois; Robins AFB, Georgia; Beale AFB, California; Hill AFB, Utah; Langley AFB, Virginia; and San Antonio, Texas, and is expected to be completed by Sept. 30, 2019.  This modification involves foreign military sales to Australia, Belgium, Canada, Chile, Denmark, Egypt, Finland, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, New Zealand, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, United Arab Emirates, and the United Kingdom.  Fiscal 2019 research, development, test and evaluation funds; production funds; and operations and maintenance funds in the amount of $17,165,708 will be obligated at the time of award. Total cumulative face value of the contract is $183,437,730.  Air Force Test Center, Eglin AFB, Florida, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, has been awarded a $68,254,084 modification (P00023) to contract FA4890-17-C-0005 for Air Force Central Command War Reserve Materiel.  Work will be performed at Shaw Air Force Base, South Carolina; Kuwait, Oman, Qatar, and Unite Arab Emirates.  The contract modification provides for the exercise of option year two period of performance (Oct. 1, 2018, to Sept. 30, 2019) for services being provided under the basic contract.  Fiscal 2019 operations and maintenance funds in the amount of $66,698,421 are being obligated at the time of award.  Total cumulative face value of the contract is $168,357,739.  Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

M1 Support Services, Denton, Texas, has been awarded a $12,047,564 modification (A00032) to contract FA3002-15-C-0006 for trainer maintenance services. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed Sept. 30, 2019. The total cumulative face value of the contract is $76,720,526. Fiscal 2019 operations and maintenance funds in the amount of $6,023,939 will be obligated at the time of award. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the administrative contracting activity.

Enhanced Veterans Solutions Inc., Springfield, Virginia, has been awarded a $10,196,413 unilateral modification (P00035) to previously awarded contract FA4452-15-C-0001 for Communication, Operation & Maintenance Functions II support.  This modification provides for the funding of the fourth option of a multiple year contract, and brings the total cumulative face value of contract to $38,391,010.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Oct. 1, 2019.  Fiscal 2019 operations and maintenance funds; and transportation working capital funds in the amount of $10,196,413 are being obligated at time of award.  The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity.

Tapestry Solutions, San Diego, California, has been awarded an $8,538,289 unilateral modification (P00022) to previously awarded contract FA4452-15-C-0003 for sustainment and integration support for the Mobility Enterprise Information Service.  This modification provides for the funding of the fourth option of a multiple year contract, and brings the total cumulative face value of contract to $45,271,093.  Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Sept. 30, 2019.  Fiscal year 2019 transportation working capital funds in the amount of $8,538,289 are being obligated at the time of award.  The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity.

TFOM-HHS Group JV, Austin, Texas, has been awarded an $8,182,232 for Healthcare Aseptic Management Services.  The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document.  Work will be performed in the Southwest Region of the U.S.  The award includes a transition period from Feb. 14, 2019, to March 31, 2019, funded with fiscal 2018 operations and maintenance funds. A base period plus five option periods will follow the transition period from June 1, 2019, to Feb. 13, 2025.  The base period will be funded incrementally using fiscal 2019 operations and maintenance funds. This award is the result of a competitive acquisition and 11 offers were received. The 773rd Enterprise Sourcing Squadron, Joint Base San Antonio – Lackland, Texas, is the contracting activity (FA8052-18-C-0008).

InfoReliance Corp., Fairfax, Virginia, has been awarded a $7,865,267 unilateral modification (P00004) to previously awarded contract FA4452-18-F-0003 for the Global Air Transportation Execution System.  This modification provides for the funding of the first option of a multiple year contract, and brings the total cumulative face value of contract to $15,561,738. Work will be performed at Scott Air Force Base, Illinois, and is expected to be complete by Sept. 30, 2019.  Fiscal 2019 transportation working capital funds in the amount of $7,865,267 are being obligated at time of award.  The 763rd Specialized Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Custom Mechanical Systems Corp.,* Bargersville, Indiana, was awarded $34,685,621 for firm-fixed-price task order N4425518F4438 under a previously awarded, multiple award construction contract (N44255-17-D-4034) for the construction of a low rise, steel framed, blast hardened reinforced concrete masonry waterfront support facility and the construction of an upland general purpose storage facility at Naval Base Kitsap-Bangor.  This project will consolidate operations on the pier, expand shops and expand upland capabilities closer to the point of use.  The increased capability minimizes the time and resources required to coordinate production workers, tools, and equipment.  Work will be performed in Bangor, Washington, and is expected to be completed by June 2021.  Fiscal 2017 military construction (Navy) contract funds in the amount of $34,685,621 are obligated on this award; of which $13,178,808 will expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Command, Northwest, Silverdale, Washington, is the contracting activity.  (Awarded Sept. 29, 2018)

Hornbeck Offshore Operators LLC, Covington, Louisiana, was being awarded a $33,619,420 modification to the fixed-price portion of a previously awarded firm-fixed-price contract (N6238715C2507) to exercise a one-year option period for the operation and maintenance of four modified offshore-supply vessels identified as T-AGSEs 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, 2019.  Working capital funds (Navy and Transportation) funds in the amount of $33,619,420 are obligated at the time of award.  The funds will not expire at the end of the fiscal year.  Military Sealift Command, Norfolk, Virginia, is the contracting activity.   (Awarded Sept. 29, 2018)

Ocean Ships Inc.,* Houston, Texas, was awarded a $32,745,387 firm-fixed-price contract for the operation and maintenance of the Oceanographic Survey (T-AGS) fleet of vessels.  This contract includes four 12-month option periods, one 150-day option period and one 215-day option period, which, if exercised, would bring the cumulative value of this contract to $176,193,231.  Work will be performed at sea worldwide and is expected to be completed Sept. 30, 2019.  Working capital funds in the amount of $32,745,387 are obligated for fiscal 2019 and will not expire at the end of the fiscal year. This contract was awarded as a small business set aside.  The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3100).  (Awarded Sept. 29, 2018)

The Boeing Co., Huntington Beach, California, is awarded a $26,663,956 cost-plus-fixed-fee contract to provide the U.S. and United Kingdom Trident II (D5) maintenance and rebuilding and technical services in support of the Navigation subsystem.  Work will be performed in Huntington Beach, California (75.0 percent); and Heath, Ohio (25.0 percent), with an expected completion date of Sept. 30, 2020.  United Kingdom funds in the amount of $1,512,629 are being obligated on this award.  Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $25,151,327 will be obligated.  Funds in the amount of $25,151,327 will expire at the end of fiscal 2019.  This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0002).

Raytheon Co., Marlborough, Massachusetts, is awarded a $22,733,022 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-5315 for engineering services, travel, and other direct costs in support of AN/SPY-6 Air and Missile Defense Radar (AMDR) low-rate initial production.  The AMDR suite is being developed to fulfill Integrated Air and Missile Defense requirements for multiple ship classes. This suite consists of an S-Band radar (AMDR-S), an X-band radar and a Radar Suite Controller.  AMDR will provide multi-mission capabilities, simultaneously supporting long range, exoatmospheric detection, tracking and discrimination of ballistic missiles, as well as Area and Self Defense against air and surface threats.  Work will be performed in Marlborough, Massachusetts, and is expected to be completed by November 2018.  Fiscal 2016 shipbuilding and conversion (Navy); and fiscal 2018 research, development, technology and evaluation funding the amount of $13,057,902 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.

Systems Application and Technologies Inc., Largo, Maryland, is awarded $20,489,591 for modification P00050 to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0036) to procure continued support services to include the design, development, procurement, building, installation, test, evaluation, calibration, modification, operation and maintenance on aircraft and engines for the Air Vehicle Modification and Instrumentation Department in support of the  Navy, and other government and commercial customers.  Work will be performed in Patuxent River, Maryland (95 percent); China Lake, California (2.5 percent); and Point Mugu, California (2.5 percent), and is expected to be completed in September 2019.  Working capital (Navy) funds in the amount of $1,100,000 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., Rockville, Maryland, is awarded a $19,645,973 cost-plus-fixed-fee contract to provide logistics engineering and integration support of the U.S. Ohio-class and UK Vanguard-class Strategic Weapon System (SWS) platforms, including support of future concepts.  Work will be performed in Saint Mary’s, Georgia (47.9 percent); Mechanicsburg, Pennsylvania (30.9 percent); Rockville, Maryland (11.7 percent); Silverdale, Washington (3.2 percent); Portsmouth, Virginia (1.1 percent); Mount Dora, Florida (1.1 percent); New Market, Maryland (1.1 percent); Carlisle, Pennsylvania (1.0 percent); Mooresboro, North Carolina (1.0 percent); and Mesa, Arizona (1.0 percent), with an expected completion date of Sept. 30, 2019.  United Kingdom funds, in the amount of $3,466,833, are being obligated on this award.  Subject to the availability of funding, fiscal 2019 operations and maintenance (Navy) contract funds in the amount of $15,779,579; and fiscal 2019 research development test and evaluation (Navy) contract funds in the amount of $399,561 will be obligated.  No funds will expire at the end of the current fiscal year.  This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0007).

Lightforce USA Inc.,* Orofina, Idaho, is awarded a $15,760,499 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Squad-Variable Powered Scopes (S-VPS) in support of U.S. Special Operations Command.  This procurement is for the S-VPS, spare parts and training. The S-VPS is a low-profile, wide-field-of-view, passive scope for near-range engagements out to and beyond the maximum effective range of the weapon system, for small arms employed by special operations forces. This contract includes options which, if exercised, would bring the cumulative value of the contract to $21,172,435. Work will be performed in Orofino, Idaho, and is expected to be completed by September 2023. Fiscal 2018 procurement (Defense-wide) funding in the amount of $1,512,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-JQ31).

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $13,380,171 cost-plus-fixed-fee contract to provide research into the applications of technologies to meet guidance requirements for operations on the Common Missile Compartment for the U.S. Columbia-class program and the United Kingdom Dreadnought-class program; provide specialized technical knowledge and support for the hypersonic guidance, navigation and control application; provide technical and engineering services to support the Guidance, Navigation and Control system that will support the Navy’s hypersonic flight experiments.  Work will be performed in Cambridge, Massachusetts (81 percent); and El Segundo, California (19 percent), with an expected completion date of Sept. 30, 2019.  Subject to the availability of funds, fiscal 2019 research, development, test, and evaluation funds in the amount of $13,380,171 will be obligated.  No funds will expire at the end of the current fiscal year.  This contract was a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1)&(4).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-19-C-0001).

Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded an $11,053,897 cost-plus-fixed-fee contract for program management and financial support of the Trident II (D5) Strategic Weapons System life extension program and future concepts, including the Common Missile Compartment.  Work will be performed in Alexandria, Virginia (82 percent); Washington, District of Columbia (15 percent); Greenville, South Carolina (2 percent); and Orlando, Florida (1 percent), with an expected completion date of Sept. 30, 2019.  Subject to availability of funding, fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $8,299,018; and fiscal 2019 research development test and evaluation, (Navy) contract funds in the amount of $2,754,880 will be obligated.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1).  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-19-C-0032).

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $10,833,190 for modification P00062 to a previously awarded cost-plus-incentive-fee contract (N00019-13-C-9999).  This modification provides non-recurring and recurring engineering support to incorporate crew comfort provisions on the E-2D Advanced Hawkeye aircraft in support of the government of Japan.  Work will be performed in Melbourne, Florida (76.13 percent); St. Augustine, Florida (21.89 percent); and various locations within the continental U.S. (1.98 percent), and is expected to be completed in June 2020.  Foreign Military Sales (FMS) funds in the amount of $10,833,190 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.

Knowledge Management Inc., Tyngsboro, Massachusetts, was awarded a ceiling $10,000,000 firm-fixed-priced, indefinite-delivery/indefinite-quantity task order contract to support the Marine Corps Training Command, Center for Distance Education and Training (CDET).  This effort is to provide interactive multimedia instructional support services for the Marine Corps Training Command CDET.   These objectives include: 1) initial project assessment; 2) front end analysis; 3) design product; 4) development product; and 5) post-production courseware updates in support of CDET’s interactive multimedia design needs for the Marine Corps. This contract includes five 12-month ordering periods with an aggregate ceiling value of $10,000,000. The majority of the work will be performed at the contractor’s facilities, and work is expected to be completed by September 2023.   This is a non- severable service contract in which each deliverable procured at the task order will include a delivery date.  No funds were obligated at the time of award.  Fiscal 2018 operations and maintenance will be obligated on task orders as they are issued.  This contract was set aside to small businesses and competitively procured via the Federal Business Opportunities website, with 16 offers received in response to this solicitation.  The Marine Corps Installations Command, National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-18-D-0004). (Awarded Sept. 25, 2018)

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, was awarded a $9,591,348 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6247) for the procurement of electronic warfare AN/BLQ-10 kits and spares. Work will be performed in Syracuse, New York (99 percent); and Manassas, Virginia (1 percent), and is expected to be completed by October 2020. Fiscal 2017 and 2018 other procurement (Navy); fiscal 2015 and 2018 shipbuilding and conversion (Navy); and fiscal 2018 research, development, test and evaluation (Navy) in the amount of $9,591,348 will be obligated at time of award, and no funding will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity. (Awarded Sept. 28, 2018)

Mnemonics Inc.,* Melbourne, Florida, is awarded a $7,654,967 firm-fixed-price contract to procure 109 radio frequency blanking units and associated special test equipment in support of F/A-18E/F/G aircraft production and the retrofit of all existing EA-18G aircraft.  Work will be performed in Melbourne, Florida, and is expected to be completed in March 2020.  Fiscal 2018 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $7,654,967 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This award combines purchases for the Navy ($5,167,003; 67 percent); and FMS ($2,287,964; 33 percent).  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-0017). 

DEFENSE LOGISTICS AGENCY

Goodyear Tire and Rubber Co., Akron, Ohio, has been awarded an estimated $26,448,587 fixed-price, indefinite-delivery, requirements contract for tires used in the Global Tire Program. This is a three-year contract with no option periods. This acquisition was limited to approved sources with one response received. Location of performance is Ohio, with a Nov. 30, 2021, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-18-D-0127). (Awarded Sept. 30, 2018)

Kearfott Corp.,* Black Mountain, North Carolina, has been awarded a maximum $17,185,308 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for actuators. This is a five-year contract with no options. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Locations of performance are North Carolina and Alabama, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0216).

Kearfott Corp.,* Black Mountain, North Carolina, has been awarded a maximum $15,540,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for roll trim servos. This is a five-year contract with no options. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is North Carolina, with a Sept. 30, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0223).

CORRECTION: The contract announced on Sept. 28, 2018, for American States Utility Services Inc., Fredericksburg, Virginia, (SP0600-17-C-8328, modification P00004) was announced with incorrect obligation amounts. The correct value for the modification is $80,107,521, which increases the obligated value from $5,554,732 to $5,966,669.

*Small Business

Contracts Awarded- August, 2018

Share this Article:
Share Article on Facebook Share Article on Linked In Share Article on Twitter

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a ceiling price $805,318,853 fixed-price-incentive-firm-target contract to provide the design, development, fabrication, test, verification, certification, delivery, and support of four MQ-25A unmanned air vehicles, including integration into the carrier air wing to provide an initial operational capability to the Navy.  The work will be performed in St. Louis, Missouri (45.5 percent); Indianapolis, Indiana (6.9 percent); Cedar Rapids, Iowa (3.1 percent); Quebec, Canada (3.1 percent); Palm Bay, Florida (2.3 percent); San Diego, California (1.5 percent); and various locations inside and outside the continental U.S. (37.6 percent), and is expected to be completed in August 2024.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $79,050,820 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 proposals; three offers were received.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1012).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $250,438,817 modification to a previously awarded, cost-plus-fixed-fee, firm-fixed-price contract (N00019-16-C-0033).  This modification definitizes pricing for F-35 Lightning II low-rate initial production Lot 11 production non-recurring special tooling and special test equipment.  Work will be performed in Fort Worth, Texas (27.68 percent); El Segundo, California (17.21 percent); Samlesbury, United Kingdom,(14.04 percent); Orlando, Florida (8.86 percent); Nashua, New Hampshire (8.55 percent); San Diego, California (4.42 percent); Baltimore, Maryland (3.31 percent); Marietta, Georgia (2.73 percent); Turin, Italy (1.40 percent); Rochester,  United Kingdom (1.38 percent); Cedar Rapids, Iowa (0.70 percent); Rolling Meadows, Illinois (0.64 percent); Palmdale, California (0.63 percent); Papendrecht, Netherlands (0.61 percent); Melbourne, Florida (0.56 percent); East Aurora, New York (0.54 percent); Irvine, California (0.53 percent); Arlington, Texas (0.53 percent); Valencia, California (0.53 percent); British Columbia, Canada, (0.52 percent); Camden, New Jersey (0.39); Garden Grove, California (0.37); Cheltenham, United Kingdom, (0.27); Hauppauge, New York (0.25 percent); Kjeller, Norway (0.23 percent); Grand Rapids, Michigan (0.22 percent); Clearfield, Utah (0.22 percent); St. Charles, Missouri (0.19 percent); Tempe, Arizona (0.17 percent); Williston, Vermont (0.16 percent); Avon, Massachusetts (0.16 percent); Wichita, Kansas (0.16 percent); Inglewood, California (0.13 percent); Sarasota, Florida (0.13 percent); Kongsberg, Norway (0.12 percent); Plano, Texas (0.12 percent); Helena, Montana (0.11 percent); Eskisehir, Turkey (0.11 percent); City of Industry, California (0.10 percent); Montmorency, Australia (0.10 percent); and other locations inside and outside the continental U.S. (0.92 percent), and is expected to be completed in December 2021.  Fiscal 2016 aircraft procurement (Air Force, Marine Corps, and Navy); international partner;and foreign military sales funding in the amount of $250,438,817 will be obligated at time of award, $168,038,355 of which will expire at the end of the current fiscal year.  This modification combines purchase for the Air Force ($86,299,673; 34.46 percent); Marine Corps ($44,887,147; 17.92 percent); Navy ($36,851,534; 14.71 percent); Foreign Military Sales customers ($41,216,398; 16.46 percent); and international partners ($41,184,065; 16.45 percent).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

United Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded not-to-exceed $118,219,503 for modification P00007 to a previously awarded fixed-price-incentive-firm target, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0020).  This modification provides for initial spares, including four F135-PW-600 (STOVL) engines for the Marine Corps; one power module and gearbox; four lift fan modules; and eight drive shafts in support of the Marine Corps’ low-rate initial production Lot 11 F-35 Lightning II aircraft.  Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in August 2021.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $118,219,503 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.

Lockheed Martin Corp., Rotary and Mission Systems, San Diego, California, is awarded an estimated $66,602,302 indefinite-delivery/indefinite-quantity contract to analyze and recommend components to address security issues, end-of-life and end-of-sale  products, new design, emerging technology and future baseline requirements for Consolidated Afloat Networks and Enterprise Services (CANES) baseline analysis of alternatives in support of program executive office command, control, communications, computers, intelligence programs.  The engineering services include new design efforts for systems/subsystems, market research, component-level analysis of alternatives and recommendations, component and subsystem procurement, technical documentation updates and integration testing and delivery of components to be incorporated into the CANES baseline.  Work will be performed in San Diego, California, and is expected to be completed by August 2023.  Fiscal 2017 other procurement (Navy) funds in the amount of $5,000 will be obligated with the first task order at the time of award.  Funds will not expire at the end of the current fiscal year.  This contract was competitively procured in accordance with 10 U.S. Code 2304(a)(1)(A) (Federal Acquisition Regulation subpart 6.102) with three bids received.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039-18-D-0018).

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is being awarded $32,883,242 for modification P00008 to a previously awarded firm-fixed-price contract (N61340-17-C-0014) to provide for non-recurring engineering and technical data associated with the E-2D Hawkeye Integrated Training Systems engineering change proposal.  This modification also provides for the production and delivery of one Simulated Maintenance Trainer Device as well as the upgrade of power plant trainers and personal computer simulators for aircraft concurrency and increased training capability.  Work will be performed in Norfolk, Virginia, and is expected to be completed in September 2020.  Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $32,883,242 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.

Harper Construction Co. Inc., San Diego, California, is awarded $30,817,653 for firm-fixed-price task order N6247318F4873 under a previously awarded, multiple award construction contract (N62473-18-D-5853) for construction of a F-35 simulator facility at Marine Corps Air Station Miramar.  The facility will support six full mission simulators and support spaces including administrative, classroom, and conferences spaces.  The building will also include space for other training devices as required by the Marine Corps weapons systems planning document and be in compliance with intelligence community technical specifications.  Work will be performed in San Diego, California, and is expected to be completed by May 2020.  Fiscal 2018 military construction (Navy) contract funds in the amount of $30,817,653 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

RQ Construction LLC, Carlsbad, California, is awarded $28,068,000 for firm-fixed-price task order N6247318F5040 under a previously awarded multiple award construction contract (N62473-17-D-0820) for the design and construction of the Undersea Rescue Command Operations Building at Naval Base Coronado.  The facility will support a variety of functions including operational equipment storage, applied instruction, training, administration, and equipment maintenance.  Project includes all pertinent site improvements and site preparations, superstructure, mechanical and electrical utilities, pile foundation, interior construction and finishes, roofing, plumbing, and lighting.  The task order also contains six unexercised options and two planned modifications, which if exercised would increase the cumulative task order value to $29,847,000.  Work will be performed in San Diego, California, and is expected to be completed by March 2021.  Fiscal 2018 military construction (Navy) contract funds in the amount of $28,068,000 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

Whitesell-Green Inc.,* Pensacola, Florida, is awarded $17,559,000 for firm-fixed-price task order N6945018F0727 under a previously awarded multiple award construction contract (N69450-16-D-1109) for the renovation of the Fleet Readiness Center Southeast Building 101 at Naval Air Station Jacksonville.  The work to be performed provides for renovation, to include demolition, of the north half of the space and quarterdeck (Area A) and renovation of the south half of the space (Area B) of Building 101 administrative areas.  Project also includes construction of a vestibule at the main entrance with incidental site work.  The contractor shall provide the labor, supervision, engineering materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  The task order also contains one planned modification, which if issued would increase the cumulative task order value to $17,615,859.  Work will be performed in Jacksonville, Florida, and is expected to be completed by January 2021.  Fiscal 2018 Navy working capital funds in the amount of $17,559,000 are obligated on this award and will not expire at the end of the current fiscal year.  Three proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-16-D-1109).

SJC-BVIL,* Montrose Colorado, is awarded $15,974,120 for firm-fixed-price task order N4008418F4628 under a previously awarded indefinite-delivery/indefinite-quantity multiple award construction contract (N40084-18-D-0068) to repair Receiver Site Building Facility 201 at U.S. Naval Support Facility, Diego Garcia.  The work includes architectural, civil/structural, electrical, mechanical, and fire protection.  The work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by April 2021.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $15,974,120 are obligated on this award and will expire at the end of the current fiscal year.  One proposal was received for this task order.  The Naval Facilities Engineering Command, Far East, Diego Garcia, is the contracting activity.

Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-15-D-0014); Integrated Marine Services, Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N55236-15-D-0016); Miller Marine Inc.,* San Diego, California (N55236-15-D-0017); and Nielsen Beaumont Marine,* San Diego, California (N55236-15-D-0018), are each awarded contract modifications with a ceiling of $15,000,000 to exercise Option Year Three to a previously awarded indefinite-delivery/indefinite-quantity, multiple award contracts (LOT II). The contract provides marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length.   Each contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems and periodic maintenance primarily in support of San Diego area naval facilities boats, craft, lighterage, and service craft custodians.  Work will be performed in San Diego, California, or contractor’s facilities along the west coast.  Work is expected to be completed Sept. 29, 2019.  No contract funds will be obligated at the time of option exercise but will be obligated at the time of each delivery order award.  Fiscal year 2018 and 2019 operations and maintenance (Navy) funding will be obligated under each contract’s perspective delivery order(s) and will expire at the end of each respective fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

NAVMAR Applied Sciences Corp.,* Warminster, Pennsylvania, is awarded $13,389,665 for cost-plus-fixed-fee delivery order N6833518F0414 against a previously issued basic ordering agreement (N68335-18-G-0033).  This delivery order provides for the Small Business Innovation Research (SBIR) Phase III effort that continues intelligence, surveillance, and reconnaissance sensor development, testing, and evaluation under SBIR topic numbers N92-170 and AF-083-0006 in support of the Naval Air Warfare Center Weapons Division, Fleet Innovative Team. Work will be performed in China Lake, California (40 percent); Honolulu, Hawaii (20 percent); Patuxent River, Maryland (10 percent); Fort Bragg, North Carolina (10 percent); Thailand (10 percent); and the Philippines (10 percent), and is expected to be completed in August 2021.  Fiscal 2018 working capital (Navy) funds in the amount of $55,000 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Valiant/ALCA JV LLC, Hopkinsville, Kentucky, is awarded a $7,533,743 indefinite-delivery/indefinite-quantity contract for base operations support services at U.S. Naval Air Station Sigonella and its outlying support sites in Sigonella, Niscemi, and Augusta Bay.  The work to be performed provides for all management, supervision, labor, materials, and equipment necessary to provide housing (family housing and unaccompanied housing), facility support (including facility investment, facility management, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, and pavement clearance), transportation, and environmental.  The maximum dollar value including the base period and seven option years is $60,940,179.  Work will be performed in Sigonella (95 percent); Niscemi (3 percent); and Augusta Bay (2 percent) in Sicily, Italy, and is expected to be completed by November 2026.  No funds will be obligated at time of award.  Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $6,146,046 for recurring work will be obligated on an individual task order issued during the base period.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-18-D-3010).

 ARMY

PAE Government Systems Inc., Arlington, Virginia, was awarded a $138,516,865 modification (P00008) to foreign military sales (Afghanistan) contract W56HZV-17-C-0117 for ground vehicle support. Work will be performed in HKIA, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2018 other procurement, Army funds in the amount of $138,516,865 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Luhr Bros. Inc., Columbia, Illinois, was awarded a $28,117,000 firm-fixed-price contract for flood control and coastal emergencies. Bids were solicited via the internet with four received. Work will be performed in Monroe, Louisiana, with an estimated completion date of Dec. 31, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $28,117,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-18-C-0016).

Aecom Technical Services Inc., Los Angeles, California, was awarded a $24,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2023. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-18-D-0005).

Mike Hooks LLC, Westlake, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for a 27-30” cutterhead pipeline dredge for dredging mobile district navigation projects in Alabama, Mississippi and Florida. 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 Oct. 30, 2019. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-18-D-0103).

BIS Services LLC,* Kenner, Louisiana, was awarded a $14,734,253 firm-fixed-price contract for hurricane and storm damage risk reduction system, Lake Pontchartrain and vicinity. Three bids were solicited with three bids received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of March 9, 2020. Fiscal 2014 and 2018 operations and maintenance Army funds in the amount of $14,734,253 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-18-F-0235).

Lockheed Martin Corp., Orlando, Florida, was awarded a $12,417,632 modification (0007) to contract W52P1J-17-D-0043 for refurbishment support services for the Apache attack helicopter.  Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 31, 2021. Fiscal 2018 aircraft procurement, Army funds in the amount of $12,417,632 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Tresco Inc., Las Cruces, New Mexico, was awarded a $7,201,167 firm-fixed-price contract for custodial support services and grounds maintenance services. One bid was solicited with once bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2023. U.S. Army Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-18-D-0020).

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $128,865,600 undefinitized contractual action delivery order (SPRPA1-18-F-0LB6) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for F/A-18 aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a Nov. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Centron Industries Inc.,* Gardena, California, has been awarded a maximum $35,013,825 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for installation kits and loudspeakers associated with the Single Channel Ground and Airborne Radio System (SINCGARS). This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is California, with an Aug. 29, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-18-D-0059).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a $28,300,000 firm-fixed-price contract for sight units. This is a one-year base contract with one one-year option period that is being exercised at time of award.  This was a competitive acquisition with one response received.  Location of performance is Michigan, with an Aug. 1, 2022, performance completion date.  Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0353).

Real Time Laboratories, Boca Raton, Florida, has been awarded a maximum $14,107,403 indefinite-delivery/indefinite-quantity contract for hydraulic motors. This is a five-year contract with no option periods. This was a competitive acquisition with three responses received. Location of performance is Florida, with an Aug. 15, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-D-0141).

AIR FORCE

IKUN, Herndon, Virginia, has been awarded an $81,955,451, firm-fixed-price, level-of-effort contract with cost-reimbursable line items for travel.  This contract provides in-garrison active command and control, intelligence, surveillance and reconnaissance and rescue squadrons with functional support for typical additional duties assigned to squadron personnel in locations in 13 Air Combat Command and four U.S. locations located in Europe.  The contract is expected to be completed by Sept. 29, 2023.  This is a result of a competitive acquisition using General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS) Small Business Pool 1 contracting vehicle and 17 offers were received.  Fiscal 2018 operations and maintenance funds in the amount of $11,456,725 will fund the current requirement.  Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-18-F-5020).

The Boeing Co., Seattle, Washington, has been awarded a $61,500,000 modification (P00128) to contract FA8625-11-C-6600 for initial spares in support of Lot 3 production aircraft.  The contract modification provides initial spares for McConnell Air Force Base and Pease Air National Guard Base. Work will be performed in Seattle, and is expected to be completed by March 2021.  Fiscal 2016 aircraft procurement funds in the amount of $13,527,600; and fiscal 2017 procurement funds in the amount of $47,972,400 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Aspen Construction Co., Hackensack, Minnesota, has been awarded an $11,972,985 firm-fixed-price contract for clear zone runway drainage repairs. This contract improves the drainage systems to eliminate continued ponding near the runway overruns. Work will be performed at Joint Base Langley-Eustis, Virginia, and is expected to be completed by Aug. 26, 2019.  This award is the result of a competitive sealed bid acquisition and two bids were received. Fiscal 2018 operations and maintenance funds in the amount of $11,875,985 are being obligated at the time of award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA480018C0012).

DEFENSE INFORMATION SYSTEMS AGENCY

ViaSat Inc., Carlsbad, California, was awarded a non-competitive, firm-fixed-price contract to provide senior leaders and their support staff with Ku-band and Ka-band communications utilizing ViaSat subscription service while travelling via aircraft.  The face value of this action is $55,687,458 funded by fiscal 2018 and 2019 operations and maintenance funding.  The total cumulative face value of the contract is $559,850,730. Performance will be primarily in California and Colorado.  Proposals were solicited via electronic means and one proposal was received.  The synopsis/notice of intent was posted on April 10, 2018, on the Federal Business Opportunities webpage at fedbizopps.gov.  The period of performance is Sept. 1, 2018, through Aug. 31, 2019, with seven 12-month option periods.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC101318C0001).

ibmpos_blurgb