اقتصاد صفقة جديدة للمملكة العربية السعودية

يوسف بن تاشفين

التحالف يجمعنا🏅🎖
كتاب المنتدى
إنضم
15/1/19
المشاركات
63,402
التفاعلات
180,333
حصلت شركة بوينغ ، ميسا ، أريزونا ، على تعديل بقيمة 3947819 دولارًا (PZ0017) لعقد المبيعات العسكرية الخارجية (المملكة العربية السعودية) W58RGZ-17-C-0031 لدعم نظام ما بعد الإنتاج ، والذي يتضمن دعمًا متكاملًا للمنتجات ، من AH- 64 طائرة لدعم الحرس الوطني السعودي. سيتم تنفيذ العمل في ميسا ، أريزونا ؛ هازلوود ، ميسوري ؛ والرياض ، المملكة العربية السعودية ، مع تاريخ الانتهاء المتوقع من 29 أبريل 2020. المالية 2019 أموال المبيعات العسكرية الأجنبية بمبلغ 3947819 $ كانت ملزمة في وقت الجائزة. الجيش هو نشاط المقاولات.

منحت شركة لوكهيد مارتن ، أورلاندو ، فلوريدا ، تعديلاً قيمته 30،794،224 دولارًا (P00080) لعقد المبيعات العسكرية الخارجية (المملكة العربية السعودية) W31P4Q-15-C-0043 لقاذفة الصواريخ الموجهة من هيلفاير والتجميع الإلكتروني. سيتم تنفيذ العمل في أورلاندو ، فلوريدا ، مع تاريخ الانتهاء المتوقع في 30 أبريل 2023. في السنة المالية 2010 و 2011 و 2017 و 2018 و 2019 شراء الطائرات ، الجيش ؛ العمليات والصيانة ، الجيش ؛ البحث والتطوير والاختبار والتقييم ؛ المبيعات العسكرية الأجنبية. وصناديق أخرى بمبلغ إجمالي قدره 30،794،224 دولار كانت ملزمة وقت منح الجائزة. القيادة التعاقدية للجيش الأمريكي ، ريدستون أرسنال ، ألاباما ، هي نشاط المقاولات.
Contracts For April 29, 2019
 
كان بودي أنزل كامل صفقات 29 ابريل وهي بالإنجليزية لأن الترجمة تأخد وقتا اكثر ،فاذا لم يكن لديكم مانع سانزل جميع الصفقات ولكن باللغة الانجليزية.
ما رأي الجميع؟؟
 
FOR RELEASE AT
5 p.m. ET
No. CR-080-19
April 29, 2019

Contracts For April 29, 2019

AIR FORCE

The Boeing Co., Seattle, Washington, has been awarded a $5,700,000,000 indefinite-delivery/indefinite-quantity contract for KC-46 Pegasus Combat Capability (PC2). This contract provides for a broad range of post-production related non-recurring and recurring requirements centered on user-directed and Federal Aviation Administration-mandated KC-46 air vehicle needs. Work will be performed in Seattle, Washington, and is expected to be complete by April 28, 2029. This award is the result of a sole-source acquisition. Fiscal 2018 research, development, test, and evaluation funds in the amount of $9,121,895 are being obligated on the first delivery order at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8609-19-D-0007).

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, has been awarded a $19,592,850 firm-fixed-price non-commercial requirements contract for the Joint Service Electronic Combat Systems Tester (JSECST). This contract provides for the production of the base JSECST, the laboratory JSECST and retrofit kits used on many aircraft, such as F-15, F-16, A-10, CV-22, C-130, UH-47, UH-60, F/A-18 and AV-8B. Work will be performed in Hunt Valley, Maryland, and is expected to be complete by April 28, 2021. This award is the result of a sole-source acquisition. No funds are being obligated at time of award. Air Force Life Cycle Management Center, Automated Test Sets Contracting Division, Robins Air Force Base, Georgia, is the contracting activity (FA8533-19-D-0005).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,148,847,334 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, cost share contract for sustainment services in support of the F-35 Lightning II aircraft for the Air Force, Navy, non-U. S. Department of Defense (non-U.S. DoD) participants and Foreign Military Sales (FMS) customers. Services to be provided include ground maintenance activities, action request resolution, depot activation activities, Automatic Logistics Information System operation and maintenance; reliability, maintainability and health management implementation and support; supply chain management; and activities to provide and support pilot and maintainer initial training. Work will be performed in Fort Worth, Texas (60 percent); Orlando, Florida (24 percent); Greenville, South Carolina (7 percent); Samlesbury, Preston, United Kingdom (5 percent); and El Segundo, California (4 percent). Work is expected to be completed in December 2022. Fiscal 2019 operations and maintenance (Air Force, Navy/Marine Corps); non-U.S. DoD participant; and FMS funds in the amount of $1,135,420,262 will be obligated at time of award, $811,246,309 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. This contract combines purchases for the Air Force ($477,920,120; 41.60 percent); Navy ($346,753,261; 30.18 percent); non-U.S. DoD participants ($231,207,693; 20.13 percent); and FMS customers ($92,966,260; 8.09 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-1022).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $38,775,625 for cost-plus-fixed-fee modification P00007 to a previously awarded contract (N00019-18-C-1037) to procure the product support and software support activity efforts for the E-2D Advanced Hawkeye full-rate production Lot 7. Work will be performed in Melbourne, Florida (72 percent); Liverpool, New York (14 percent); St. Augustine, Florida (5 percent); Norfolk, Virginia (5 percent); Greenlawn, New York (2 percent); Woodland Hills; California (1 percent); and Indianapolis, Indiana (1 percent), and is expected to be completed in April 2020. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $38,775,625 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.

Mancon LLC, Virginia Beach, Virginia, is awarded $30,000,000 for an indefinite-delivery/indefinite-quantity, fixed-price contract that includes provisions for economic price adjustment to acquire supplies and provide related store operation services required by Naval Supply Systems Command Fleet Logistics Center Norfolk for two commercial retail stores on the Naval Support Activity, Crane, Indiana, for materials needed by the Naval Facilities Command Public Works Department. The contract includes a five-year base ordering period with an option to extend services for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which if exercised, the total value of this contract will be $33,263,944. All work will be performed in Crane, Indiana. The ordering period is expected to be completed by April 2024; if the option is exercised, work will be completed by October 2024. Fiscal 2018 working capital funds (Defense) in the amount of $100,000 will be obligated to fund the contract’s minimum amount, and funds will expire at the end of fiscal 2019. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with five offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-19-D-0008).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded $29,772,039 for cost-plus-fixed-fee modification to order N61340-18-F-0001 against a previously issued basic ordering agreement (N00019-17-G-0002). This order provides software and hardware upgrades for 13 flight training devices to modernize critical system components in the MV-22 simulator to increase training fidelity for aircrew and maximize training capability. Work will be performed in Jacksonville, North Carolina (42 percent); Miramar, California (24 percent); Quantico, Virginia (13 percent); Okinawa, Japan (13 percent); Chantilly, Virginia (5 percent); Fort Worth, Texas (2 percent); and Philadelphia, Pennsylvania (1 percent), and is expected to be completed in December 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,772,039 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.

Raytheon Missile Systems, Tucson, Arizona, is awarded $19,530,007 for modification P00006 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-0088) for the engineering and manufacturing development and payload integration of the Miniature Air Launched Decoy-Navy. Work will be performed in Tucson, Arizona (50 percent); and Goleta, California (50 percent), and is expected to be completed in October 2019. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $9,765,002 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Raytheon Co., Dulles, Virginia, was awarded a $663,060,634 firm-fixed-price contract for Troposcatter Transmission System, spares, repairs, warranty, system engineering, field support, training and sustainment. 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 April 25, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-19-D-0218). (Awarded April 26, 2019)

The Boeing Co., Mesa, Arizona, was awarded a $171,887,544 hybrid (cost, cost-plus-fixed-fee, and firm-fixed-price) contract for performance based logistics service in support of the AH-64E Apache attack helicopter fleet. One bid was solicited with one bid received. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2020. Fiscal 2018 working capital funds in the amount of $63,779,957 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-C-0024). (Awarded April 26, 2019)

Golden Valley Electric Association, Fairbanks, Alaska, was awarded a $40,964,160 firm-fixed-price contract for electric utility service. Work will be performed in Fort Wainwright, Alaska, with an estimated completion date of April 30, 2029. Fiscal 2019 operations and maintenance, Army funds in the amount of $653,355 were obligated at the time of the award. U.S. Army 413th Contracting Support Battalion, Fort Wainwright, Alaska, is the contracting activity (W912D0-19-F-8U95). (Awarded April 26, 2019)

The Boeing Co., Mesa, Arizona, was awarded a $39,478,219 modification (PZ0017) to Foreign Military Sales (Saudi Arabia) contract W58RGZ-17-C-0031 for post-production system support, which includes integrated product support, of the AH-64 aircraft in support of the Saudi Arabia National Guard. Work will be performed in Mesa, Arizona; Hazelwood, Missouri; and Riyadh, Saudi Arabia, with an estimated completion date of April 29, 2020. Fiscal 2019 foreign military sales funds in the amount of $39,478,219 were obligated at the time of the award. Army is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $30,794,224 modification (P00080) to Foreign Military Sales (Saudi Arabia) contract W31P4Q-15-C-0043 for Hellfire guided missile launcher and electronic assembly. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2023. Fiscal 2010, 2011, 2017, 2018 and 2019 aircraft procurement, Army; operations and maintenance, Army; research, development, test and evaluation; foreign military sales; and other funds in the combined amount of $30,794,224 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Maverick Constructors LLC,* Lutz, Florida (W911YN-19-D-0001); ABBA Construction Inc.,* Jacksonville, Florida (W911YN-19-D-0002); Warden Construction Corp.,* Jacksonville, Florida (W911YN-19-D-0003); D & M Construction Group Inc.,* Gainesville, Florida (W911YN-19-D-0004); J.A.M. Construction Services Inc.,* Merritt Island, Florida (W911YN-19-D-0005); Core Engineering & Construction Inc.,* Winter Park, Florida (W911YN-19-D-0006); Johnson-Laux Construction LLC,* Orlando, Florida (W911YN-19-D-0007); and E.L.C.I. Construction Group Inc., North Miami, Florida (W911YN-19-D-0008), will compete for each order of the $30,000,000 firm-fixed-price contract for construction projects in support of the Florida National Guard. Bids were solicited via the internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2024. U.S. Property and Fiscal Office of Florida is the contracting activity. (Awarded April 26, 2019)

Saint-Gobain Performance Plastics, Merrimack, New Hampshire, was awarded a $19,491,157 firm-fixed-price contract for protective fabric shelter kits. One bid was solicited with one bid received. Work will be performed in Merrimack, New Hampshire, with an estimated completion date of April 28, 2024. Fiscal 2018 other procurement, Army funds in the amount of $1,681,301 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-D-3013).

JCB Inc., Pooler, Georgia, was awarded a $17,071,687 modification (P00001) to contract W56HZV-19-F-0046 for High Mobility Engineer Excavator vehicles. Work locations and funding will be determined with each order, with an estimated completion date of Jan 31, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded April 26, 2019)

System Studies & Simulation Inc., Huntsville, Alabama, was awarded a $12,364,338 modification (0004 19) to contract W31P4Q-09-A-0019 for technical support services. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2020. Fiscal 2020 and 2021 other procurement; and research, development, test and evaluation funds in the amount of $12,364,338 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Travis Association for the Blind, Austin, Texas, was awarded an $11,287,227 modification (P00003) to contract W56HZV-18-C-0067 for the repair, cleaning, warehousing, and distribution of organizational clothing and individual equipment. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $11,287,227 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

PAE Government Systems Inc., Arlington, Virginia, was awarded an $8,153,796 modification (P00011) to Foreign Military Sales (Afghanistan) contract for the National Maintenance Strategy Ground Vehicle Support effort. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $8,153,796 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. (Awarded April 26, 2019)

MISSILE DEFENSE AGENCY

Raytheon Missile Systems Co., Tucson, Arizona, is being awarded $26,991,627 for a modification (P00155) to the previously awarded sole-source, cost-plus-incentive-fee Standard Missile-3 Block IIA contract (HQ0276-10-C-0005). This modification provides for additional Ballistic Missile Defense upgrades and flight test support. The work will be performed in Tucson, Arizona, with an expected completion date of June 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $15,858,243 will be obligated at time of award. The modification increases the total cumulative face value of the contract by $26,991,627 (from $2,105,137,599 to $2,132,129,227). The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY

Georgia Tech Research Institute (GTRI), Atlanta, Georgia, was awarded a sole source, non-commercial, cost-plus-fixed fee contract on April 28, 2019, in support of the Defense Information Systems Agency (DISA) National Leadership Capability Command office. This contract will provide for development and deployment of the Secure Integration Cloud, the Joint Access Database Environment and the encompassing system architecture known as Secure Web Services. The face value of this action is $8,508,928 funded by fiscal 2019 operations and maintenance funds. The total cumulative face value is $48,248,311. Performance will be at the contractor’s facility. Proposal was issued via request for proposal, and one proposal was received from GTRI. This was a sole-source requirement sent to Georgia Tech Applied Research Corp. The period of performance is for a base period of 12 months beginning April 28, 2019, and two 6-month option periods through April 27, 2021. The DISA/Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-19-C-0008).
 
FOR RELEASE AT
5 p.m. ET
No. CR-079-19
April 26, 2019

Contracts For April 26, 2019

DEFENSE LOGISTICS AGENCY

Sea Box,* Cinnaminson, New Jersey, (SPRD11-19-D-0100, $471,828,000); W&K Containers,* Mill Valley, California, (SPRDL1-19-D-0101, $19,513,750); and NexGen Composites,* Franklin, Ohio (SPRDL1-19-D-0097, $253,608,919) have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for ISO & Quadcon Containers. They are five-year contracts with no option periods. This was a competitive acquisition with four responses received. Locations of performance are New Jersey, Texas, California, South Carolina and Ohio, with an Oct. 29, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

Freeman Holdings of Arizona, LLC, doing business as Million Air Yuma,* Yuma, Arizona, has been awarded a minimum $21,991,384 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with 148 responses received. This is a 46-month contract with one six-month option period. Location of performance is Arizona, with a March 31, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-19-D-0076).

Rantec Power Systems, Los Osos, California, has been awarded a maximum $8,429,618 firm-fixed-price contract for two different power supplies. This was a sole source acquisition using justification 10 U.S.C. 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with one one-year option period for each power supply. The majority of the option is being exercised at the time of award. Location of performance is California, with a March 31, 2023, 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 (SPRDL1-19-C-0106).

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $127,632,494 modification (P00003) to previously awarded contract FA2103-18-C-0061 for the B61-12 Life Extension Program. This modification provides for the initiation of an undefinitized contract action for Lot 1 and Lot 2 Long Lead items. Work will be performed in Saint Charles, Missouri, and is expected to be complete by Aug. 31, 2020. His modification brings the total cumulative face value of the contract to $131,932,494. Fiscal year 2018 and 2019 procurement funds, and fiscal year 2019 research and development funds, in the amount of $29,218,278 are being obligated at the time of award. Air Force Nuclear Weapons Center, Eglin Air Force Base, Florida is the contracting activity.

Raytheon Co., McKinney, Texas, has been awarded a $94,272,118 fixed‐price‐incentive modification (P00004) to previously awarded contract FA8620-18-C-2001 for DAS‐4 production and upgrades. This modification provides for the purchase of an additional 54 production AN/DAS‐4 Multi‐Spectral Targeting System Model B High Definition/Target Location Accuracy (HD/TLA) turrets and one DAS‐1A to DAS‐4 turret unit upgrade. Work will be performed in McKinney, Texas, and is expected to be complete by Jan. 31, 2021. This contract involves foreign military sales to The Netherlands. Fiscal year 2017 aircraft procurement funds in the amount of $1,480,393, fiscal year 2018 aircraft procurement funds in the amount of $22,338,740, fiscal year 2019 aircraft procurement funds in the amount of $60,142,814, and foreign military sales funds in the amount of $10,310,171 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity.

University of Dayton Research Institute, Dayton, Ohio, has been awarded a $46,794,000 indefinite-delivery/indefinite-quantity contract for Proactive Research Enabling Supportable Systems (PRESS). This contract provides for PRESS in order to improve materials and processes for maintainability and manufacturing. Work will be performed in Dayton, Ohio, and is expected to be complete by May 1, 2026. This contract was the result of a competitive acquisition and 3 offers were received. Fiscal year 2019 research, development, test and evaluation funds in the amount of $508,000 are being obligated on the first task order at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-5630).

NAVY

Granite-Healy Tibbitts, JV, Watsonville, California, was awarded $27,186,257 for firm-fixed-price task order N6247319F4540 under a previously awarded multiple award construction contract (N62473-16-D-1803) for construction of maintenance dredging piers 1, 3, and Paleta Creek at Naval Base San Diego. The maintenance dredging will re-establish the design operational and/or berthing depth required for United States Navy vessels and other visiting vessels. The dredge material is expected to be disposed of at upland disposal sites. All dredge material for upland disposal will be screened for unexploded ordnance and radiological debris, dried or dewatered prior to transport for disposal at a commercial landfill. The proposed maintenance dredging work will remove dredge material to restore the pier slips and creek area for safe, unrestricted navigation. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $38,244,577. Work will be performed in San Diego, California, and is expected to be completed by November 2021. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $27,186,257 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. (Awarded April 25, 2019)

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $26,890,125 cost-plus-fixed-fee contract for the procurement of Navy engineering services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $201,706,155. Work will be performed in Manassas, Virginia (68 percent); Waterford, Connecticut (10 percent); Groton, Connecticut (10 percent); Middletown, Rhode Island (7 percent); and Newport, Rhode Island (5 percent), and is expected to be completed by December 2025. Fiscal 2018 and 2019 other procurement (Navy) and fiscal 2019 research development test and evaluation (Navy) funding in the amount of $5,155,627 will be obligated at the time of 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.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia is the contracting activity (N00024-19-C-6400).

Miller Electric Co. Inc. doing business as PEC Contracting and Engineering*, Reno, Nevada, was awarded a maximum amount $25,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations, and repair projects at Naval Air Station Fallon. Projects will be primarily design-bid-build (fully designed) task orders or task order with minimal design effort (e.g. shop drawings). Projects may include, but are not limited to, alterations, repairs, and construction of administration buildings, maintenance/repair facilities, aircraft control towers, hangars, fire stations, office buildings, laboratories, dining facilities and related structures. Work will be performed in Fallon, Nevada. The term of the contract is not to exceed 60 months with an expected completion date of April 2024. Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 11 proposals received. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-19-D-2617). (Awarded April 25, 2019)

Centerra-SJC II, LLC. *, Fort Worth, Texas, was awarded a $15,374,563 firm-fixed-price task order modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N69450-15-D-1621) for exercise of options two, three, four, and five for renovations to 84 housing units. The work to be performed provides for complete exterior and interior repairs for 84 housing units at Tierra Kay Housing complex. The renovation of the Tierra Kay housing areas is to provide quality housing for unaccompanied service members, and will improve quality of life during their deployment to Guantanamo Bay. This will optimize energy performance of the housing area. The total task order amount after exercise of these options will be $18,612,025. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by April 2020. Fiscal 2019 operations & maintenance, (Army) contract funds in the amount of $15,374,563 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded April 25, 2019)

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,908,052 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise an option for AEGIS Speed to Capability Development. The contract provides for systems engineering, modeling and simulation, and design for AEGIS Speed to Capability cycles as well as the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on AEGIS Technical Insertion (TI) 12 configured destroyers as well as TI 12 and TI 08 configured cruisers. Work will be performed in Moorestown, New Jersey (97 percent) and Johnstown, Pennsylvania (3 percent) and is expected to be complete by May 2020. Fiscal 2019 research, development, test & evaluation (Navy) funding in the amount of $1,938,130 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.

Didlake, Inc., Manassas, Virginia, is awarded a $12,076,573 firm-fixed-price, indefinite-delivery/ indefinite-quantity modification for the exercise of option four for annual custodial services at Naval Air Station Oceana, Naval Weapons Station Yorktown, and Norfolk Naval Shipyard. The work to be performed provides for annual custodial services, including, but not limited to, all management, supervision, tools, materials, supplies, labor, and transportation services necessary to perform custodial services for office space, restrooms, and other types of rooms. After award of this option, the total cumulative contract value will be $53,345,575. No task orders are being issued at this time. Work will be performed at various installations in Portsmouth, Virginia (43 percent); Virginia Beach, Virginia (44 percent); and Yorktown, Virginia (13 percent). This option period is from May 2019 to April 2020. No funds will be obligated at time of award. Task orders will be primarily funded by Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $11,705,043 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-15-D-0063).

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $9,142,030 cost-plus-incentive-fee modification to previously awarded contract N00024-15-C-5151 for AEGIS Ashore Support and Ship Integration and Engineering of the AEGIS Weapon System (AWS) for AWS Baselines through Advanced Capability Build (ACB) 16. The contract modification provides for AEGIS ashore on-site support in Romania and Poland, AEGIS Ashore Planning Yard support and Ship Integration Engineering support including technical data package and test package/procedure development; technical documentation; feasibility studies; configuration management support; lifecycle and system engineering; environmental qualification testing; topside analysis; Ballistic Missile Defense engineering; combat system alignment and integration of Advanced Naval Weapon Systems on DDG 51 Class ships. Work will be performed in Camden, New Jersey (29 percent), Deveselu, Romania (15 percent), Redzikowo, Poland (15 percent), Moorestown, New Jersey (13 percent), Norfolk, Virginia (9 percent), San Diego, California (9 percent), Pearl Harbor, Hawaii (5 percent), and various places below one percent (5 percent) and is expected to be complete by September 2019. Fiscal 2019 operations and maintenance (Navy) funding in the amount of $3,268,951 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Johns Hopkins University Applied Physics Laboratory LLC, a not-for-profit University Affiliated Research Center, Laurel, Maryland, has been awarded a ceiling $100,000,000 modification (P00003) to previously awarded indefinite delivery indefinite quantity (IDIQ) contract HR0011-17-D-0001 for engineering, development and research capabilities. The modification brings the total cumulative face value of the contract to $198,000,000 from $98,000,000. Work will primarily be performed in Laurel, Maryland, with an expected completion date of November 2021. IDIQ task orders can extend an additional six months until May 2022. No funds are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity
 
FOR RELEASE AT
5 p.m. ET
No. CR-078-19
April 25, 2019

Contracts For April 25, 2019

AIR FORCE

The Massachusetts Institute of Technology Lincoln Laboratory, Lexington, Massachusetts, has been awarded a $2,038,147,146 modification (P00020) to previously awarded contract FA8702-15-D-0001 for the operation of the Lincoln Laboratory Federally Funded Research and Development Center. This modification provides for advanced technology research and development activities that focus on long-term technology development as well as rapid system prototyping and demonstration. Work will be performed in Lexington, Massachusetts, and is expected to be complete by March 31, 2020. This modification brings the total cumulative face value of the contract to $9,600,000,000, and no funds are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

General Dynamics Missions Systems, Scottsdale, Arizona, has been awarded a $20,241,853 requirements contract for Identification Friend or Foe KIV-78 Mode 4/5 Cryptographic Applique production. The contract provides for KIV-78 units, Delorean Circuit Card Assemblies, data and technical support for United States and foreign military sales requirements. Work will be performed in Scottsdale, Arizona, and is expected to be complete by April 24, 2023. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio, Texas, is the contracting activity (FA8307-19-D-0004).

ARMY

Lockheed Martin, Orlando, Florida, was awarded a $723,550,174 modification (P00011) to domestic and Foreign Military Sales (Lebanon, Netherlands and France) contract W31P4Q-18-C-0130 to procure a variety of HELLFIRE II missile variants. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2022. Fiscal 2017, 2018 and 2019 other procurement, Army funds in the amount of $723,550,174 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Korte Construction Co., St. Louis, Missouri, was awarded a $31,295,038 firm-fixed-price contract to design and build an Integrated Training Center Academics Building at Eglin Air Force Base, Florida. Bids were solicited via the internet with six received. Work will be performed in Okaloosa, Florida, with an estimated completion date of April 30, 2021. Fiscal 2016 and 2019 military construction funds in the amount of $31,295,038 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-19-C-0013).

Gentex Corp., Simpson, Pennsylvania, was awarded a $27,860,817 firm-fixed-price contract for the Head Gear Unit 56/P Rotary Wing Helmet. 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 April 25, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0070).

Yorktown Systems Group Inc.,* Huntsville, Alabama, was awarded a $23,650,768 modification (P00025) to contract W911S0-17-C-0007 for Asymmetric Warfare Group operations support services. Work will be performed in Fort Meade, Maryland, with an estimated completion date of May 14, 2021. Fiscal 2019 operations and maintenance Army funds in the amount of $18,800,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity.

NAVY

British Aerospace Engineering Systems Technology Solutions and Services, Inc., Rockville, Maryland (N00421-19-D-0045); Booz Allen Hamilton, Inc., McLean, Virginia (N00421-19-D-0048); Coherent Technical Services, Inc., Lexington Park, Maryland (N00421-19-D-0049); Engility Corp., Andover, Maine (N00421-19-D-0050); Gryphon Technologies, LC., Washington, District of Columbia (N00421-19-D-0051); J.F. Taylor, Inc., Lexington Park, Maryland (N00421-19-D-0052) and Valkyrie Enterprises, Inc., Virginia Beach, Virginia (N00421-19-D-0053) are each awarded cost-plus-fixed-fee, multi-award indefinite-delivery, indefinite-quantity contracts to provide engineering support services for Air Traffic Control and Landing Systems as well as developmental programs such as the Joint Precision Approach and Landing Systems (JPALS) and unmanned programs for the U.S. Navy, U.S. Marine Corps, U.S. Air Force and other Department of Defense activities. The estimated aggregate ceiling for all contracts is $98,625,565 with the companies having an opportunity to compete for individual orders. Work will be performed in St. Inigoes, Maryland, and various awardee and customer sites to be determined on individual orders and is expected to be completed in April 2024. Funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals, seven offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded $90,773,387 for fixed-price-incentive-fee modification P00014 to a previously awarded contract (N0001918C1048). This modification will stand up organic depot repair capabilities for the F-35 integrated core processor. Work will be performed in McKinney, Texas (39.1 percent); Owego, New York (32.7 percent); Fort Worth, Texas (14.5 percent); Camden, New Jersey (5.9 percent); Clearwater, Florida (5 percent) and Melbourne, Florida (2.8 percent), and is expected to be completed in October 2022. Fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy) funds in the amount of $90,773,387 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the U.S. Air Force ($45,386,693; 50 percent), U.S. Marine Corps ($22,693,347; 25 percent) and the U.S. Navy ($22,693,347; 25 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $89,011,500 indefinite-delivery/indefinite-quantity task order contract for the technical and engineering services to integrate various external stores and alternative mission equipment onto the F/A-18E/F and EA-18G aircraft. Work will be performed in St. Louis, Missouri (40 percent), Patuxent River, Maryland (40 percent); Tullahoma, Tennessee (8 percent); Mountain View, California (8 percent); Philadelphia, Pennsylvania (2 percent); and Buffalo, New York (2 percent), and is expected to be completed in December 2022. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $482,841 will be obligated at time of award; none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919D0021).

Amethyst Builders, LLC*, Ewa Beach, Hawaii (N62478-19-D-4029); Concept 2 Completion, LLC*, Kailua, Hawaii (N62478-19-D-4030); D&D Construction, Inc.*, Waipahu, Hawaii (N62478-19-D-4031); and MEI Corp.*, Hauula, Hawaii (N62478-19-D-4032), are each awarded indefinite-delivery/indefinite-quantity multiple award design-bid-build construction contracts for construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Hawaii area of responsibility (AOR). The maximum dollar value including the base period and four option years for all four contracts combined is $48,000,000. The work to be performed provides for, but is not limited to, new construction, addition, alteration, maintenance, and repair work by design-bid-build for the Navy, Marine Corps, Air Force and various Federal Agencies located in the State of Hawaii. These four contractors may compete for task orders under the terms and conditions of the awarded contract. No task orders are being issued at this time. All work on the contract will be performed within the NAVFAC Hawaii AOR. The term of the contract is not to exceed 60 months, with an expected completion date of April 2024. Fiscal 2019 Navy working capital funds in the amount of $20,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 20 proposals received. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Harris Corp., Roanoke, Virginia, has been awarded a maximum $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production of Image Intensifying tubes in support of the AN/AVS-6 and AN/AVS-9 Aviator’s Night Vision Imaging System (ANVIS). 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 Virginia, with an April 24, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-19-D-0029).

Seiler Instrument & Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $11,902,218 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for telescope and quadrant mounts. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Missouri, with a March 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0083).
 
FOR RELEASE AT
5 p.m. ET
No. CR-077-19
April 24, 2019

Contracts For April 24, 2019

ARMY

Leidos Innovations Corp., Gaithersburg, Maryland, was awarded a $94,017,199 modification (P00009) to contract W912DY-18-F-0153 for information management and information technology services. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of April 25, 2020. Fiscal 2019 revolving funds in the amount of $92,817,201 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Orlando, Florida, was awarded an $11,078,388 modification (P00042) to contract W900KK-14-C-0020 for national cyber range end-of-life/end-of-service issues. Work will be performed in Orlando, Florida, with an estimated completion date of Nov. 25, 2019. Fiscal 2019 research, development, test and evaluation funds in the amount of $11,078,388 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity.

Microsoft Corp., Redmond, Washington, was awarded a $7,269,740 firm-fixed-price contract for Microsoft enterprise services. One bid was solicited with one bid received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 2, 2020. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,269,740 were obligated at the time of the award. U.S. Army Contracting Command Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-F-0122).

NAVY

Hydroid Inc., Pocasset, Massachusetts, is awarded a $23,116,659 firm-fixed price, indefinite-delivery/indefinite-quantity contract for production support for the MK 18 Family of Systems – Unmanned Underwater Vehicle systems. This contract includes four option periods which, if exercised, would bring the cumulative value of this contract to $47,870,342. Work will be performed in Pocasset, Massachusetts, and is expected to be complete by April 2020. With options exercised, work will continue through April 2024. No contract funds are being obligated at this time. This contract is awarded on a sole-source basis in accordance with Federal Acquisition Regulations 6.302-1(a)(2) – only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-D-0009).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $15,136,019 firm-fixed-price modification to previously awarded contract N00024-15-C-6318 to exercise an option for fabrication of the Airborne Laser Mine Detection System (ALMDS) pod system. ALMDS detects, classifies and localizes near-surface, moored, sea mines. The ALMDS is integrated with the MH-60S helicopter to provide rapid wide-area reconnaissance and assessment of mine threats in littoral zones, confined straits, choke points, and amphibious objective areas. Work will be performed in Melbourne, Florida (51 percent); Tucson, Arizona (32 percent); St. Charles, Missouri (6 percent); Irvine, California (5 percent); Santa Clarita, California (3 percent); and Edgewood, New York (3 percent), and is expected to be complete by August 2021. Fiscal 2019 other procurement (Navy) funds in the amount of $15,136,019 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.

General Electric Co., Cincinnati, Ohio, is awarded $8,747,720 for firm-fixed-price delivery order N0002419F4125 under previously-awarded contract N00024-18-G-4113 for LM2500 integrated electronic controller modification kits. The material procured under this delivery order will convert the LM2500 hydro-mechanical main fuel control system into a digital fuel control configuration. These kits will upgrade DDG 51 and CG 47 class ships. Work will be performed in Cincinnati, Ohio, and is expected to be completed by June 2020. Fiscal 2019 other procurement (Navy) funding in the amount of $8,747,720 will be obligated at time of award and will not expire at the end of the current fiscal year. The order 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, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Golden Manufacturing Co. Inc., Golden, Mississippi, has been awarded a maximum $15,999,149 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy trousers and maternity slacks. This was a competitive acquisition with five responses received. This is an 18-month base contract with three one-year option periods. Location of performance is Mississippi, with an Oct. 23, 2020, estimated performance completion date. Using military service is Navy. Type of appropriation is fiscal 2019 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-D-1160).

AIR FORCE

Akima Support Operations LLC,* Colorado Springs, Colorado, has been awarded a $14,867,492 modification (P00019) to previously awarded contract FA4814-17-C-0002 for civil engineer services. This modification provides for the exercise of an option that provides non-personal services for continued operational support and civil engineer services to include engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, and is expected to be complete by April 30, 2020. Fiscal 2019 operations and maintenance funds in the full amount are being obligated at the time of award. The 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity.

Innoveering LLC,* Ronkonkoma, New York (FA8650-19-D-2408); and Alliant Techsystems Operations LLC, Palm Beach Gardens, Florida (FA8650-19-D-2406), have been awarded a not-to-exceed $10,000,000 indefinite-delivery/indefinite-quantity contract for Enabling Technologies for High-Speed Operable Systems (ETHOS), Dual Mode Ramjet (DMRJ) design maturation. This contract provides for the DMRJ program to mature a preliminary dual mode ramjet design to a critical design level, construct the DMRJ test article, and perform both direct connect and integrated free-jet testing. Work will be performed in Ronkonkoma, New York; and Palm Beach Gardens, Florida, and is expected to be complete by January 2023. This award is the result of a competitive acquisition and four offers were received. Fiscal 2019 research and development funds in the amount of $224,764 are being obligated on the first task orders at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $8,575,000 firm-fixed-price modification (P00010) to previously awarded contract FA8621-17-C-6398 for F-15SA Aircrew Training Devices (ATDs). This modification provides for the purchase of a visual database for the area of King Khalid Air Base, Saudi Arabia, and two years of contractor logistics support for existing ATDs. Work will be performed in St. Louis, Missouri; and King Faisal Air Base, Saudi Arabia, and is expected to be complete by April 30, 2021. This modification involves 100 percent foreign military sales to Saudi Arabia, and brings the total cumulative face value of the contract to $71,075,000. Foreign Military Sales funds in the amount of $4,200,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.
 
FOR RELEASE AT
5 p.m. ET
No. CR-075-19
April 22, 2019

Contracts For April 22, 2019

DEFENSE LOGISTICS AGENCY

Steris Corp., Mentor, Ohio, has been awarded a maximum $393,784,292 modification (P00011) exercising the third one-year option period of a five-year base contract (SPM2D1-12-D-8212) with three one-year option periods for Integrated Operating Room (IOR) components, system options & accessories, upgrades, training, maintenance services, and turnkey installation. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Ohio, with an April 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Karl Storz Endoscopy-America, Inc., El Segundo, California, has been awarded a maximum $371,796,082 modification (P00032) exercising the third one-year option period of a five-year base contract (SPM2D1-12-D-8213) with three one-year option periods offering Integrated Operating Room (IOR) components, system options & accessories, upgrades, training, maintenance services, and turnkey installation. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with an April 26, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Purchasing Services, LLC, doing business as American Medical Depot, Miramar, Florida, has been awarded a maximum $294,502,746 modification (P00047) exercising the third one-year option period of a five-year base contract (SPM2D1-12-D-8211) with three one-year option periods for Integrated Operating Room (IOR) components, system options & accessories, upgrades, training, maintenance services, and turnkey installation. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is Florida, with an April 24, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

PCX Aerostructures, LLC, Newington, Connecticut, has been awarded an $8,040,900 firm-fixed-price contract for pitch housing assemblies. This was a competitive acquisition with two responses received. This is a one-time buy with no option periods. Location of performance is Connecticut, with a Dec. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-C-0023).

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $362,741,549 fixed-price-incentive contract for Multiple Launch Rocket System M270A0 to M270A2 launchers; M270A2 Flyaway Package kit; M270A2 Authorized Stockage List kits, M270A2 Production Line Spares kits, production line restart costs, improve launcher mechanical system test stand upgrade services, proposal costs, and over and above repair services. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; Camden, Arizona; and New Boston, Texas; with an estimated completion date of Nov. 30, 2022. Fiscal 2019 other procurement, Army funds in the amount of $177,743,359 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-C-0077).

NAVY

AUS-Veterans NW JV, LLC*, Kotzebue, Alaska (N4425518D5020); Bering P&L JV*, Anchorage, Alaska (N4425518D5021); GSI Pacific Inc.,*, Honolulu, Hawaii (N4425518D5022); Silver Mountain Construction, LLC*, Bremerton, Washington (N4425518D5023); Valdez Washington Patriot JV*, Oak Harbor, Washington (N4425518D5024); and WHH Nisqually Federal Services, LLC*, Olympia, Washington (N4425518D5025), are each awarded a modification to increase the contract maximum not-to-exceed amount for the small disadvantaged business multiple award construction contract (SMACC) by $50,000,000 from $99,000,000 to $149,000,000. The SMACC is an indefinite-delivery indefinite-quantity multiple award construction contract for design-build or design-bid-build construction projects located primarily within the Naval Facilities Engineering Command (NAVFAC) Northwest area of operations (AO). The work to be performed provides for new construction, renovation, alteration, demolition and repair work by design-build or design-bid-build of facilities located primarily within the NAVFAC Northwest AO. Types of projects include, but are not limited to administrative and industrial facilities, housing renovation, child care centers, lodges, recreation/fitness centers, retail complexes, warehouses, housing offices, community centers, commercial and institutional buildings, manufacturing and industrial buildings and other similar facilities. All work on this contract will be performed primarily within the NAVFAC Northwest AO, which includes Washington State (90 percent), Alaska (1 percent), Idaho (1 percent), Iowa (1 percent), Minnesota (1 percent), Montana (1 percent), Nebraska (1 percent), North Dakota (1 percent), Oregon (1 percent), South Dakota (1 percent), and Wyoming (1 percent). The term of the contract is not to exceed 60 months, with an expected completion date of August 2023. No funds will be obligated at the time of award. Funds will be obligated at individual task orders are issued. Task orders will be primarily funded by military construction, (Navy); operation and maintenance, (Navy) and Navy working capital funds. This contract was competitively procured via the Federal Business Opportunities website with 30 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The NAVFAC Northwest, Silverdale, Washington, is the contracting activity.
Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded $30,026,760 for task order N0001919F2719 against a previously issued basic ordering agreement (N00019-14-G-0021) in support of the E-6B Mercury aircraft. This order provides for non-recurring engineering for modernization of the High Power Transmit System, the E-6B’s Airborne Very Low Frequency radio transmitter. Work will be performed in Richardson, Texas (99 percent) and Cedar Rapids, Iowa (1 percent), and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $30,026,760 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Ki Ho Military Acquisition Consulting, Inc. doing business as KIHOMAC, Inc., Reston, Virginia, is awarded a $19,185,381 indefinite-delivery/indefinite-quantity contract for services in support of Chief of Naval Operation’s calibration readiness models. Services to be provided include documentation, validation performance and improvement recommendations, logistic and technical analysis of calibration laboratories, development of metrology Navy e-Learning training packages, Metrology Requirements Management System proof of concept development, and engineering studies and reviews. Work will be performed at the Naval Air Station, Patuxent River, Maryland (60 percent) and in Lexington Park, Maryland (28 percent); Layton, Utah (6 percent); Reston, Virginia (2 percent); Richardson, Texas (2 percent); and Satellite Beach, Florida (2 percent), and is expected to be completed in April 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042119D0062).

Woods Hole Oceanographic Institution, Woods Hole, Massachusetts, is awarded an $8,421,581 cost-plus-fixed-fee contract for the research effort entitled, “Project Sundance.” This contract does not contain options. Work will be performed in Woods Hole, Massachusetts, and work is expected to be completed April 22, 2024. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $554,999 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was competitively procured under N00014-18-S-B001 entitled, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology. Proposals will be received throughout the year under the Long Range BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-19-C-2016).

DEFENSE INFORMATION SYSTEMS AGENCY

Iridium Satellite, LLC, Tempe, Arizona, was awarded a non-competitive firm fixed price contract modification on April 22, 2019, HC104714C4000, for the extension of services on the current Airtime contract. The face value of this action is $8,327,000.00 funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $452,327,000.00. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S.C. 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. Performance will be at the contractor’s facility. The period of performance for the option period is April 22, 2019, through May 21, 2019. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC104714C4000, P00009).
 
عودة
أعلى