An official website of the United States government
Here's how you know
A .mil website belongs to an official U.S. Department of Defense organization in the United States.
A lock (lock ) or https:// means you’ve safely connected to the .mil website. Share sensitive information only on official, secure websites.

News | Aug. 5, 2019

High-dollar contracts announced, DCMA will administer

By DCMA Public Affairs

The following contracts with a value of over $7 million were awarded last week and will be administered by the Defense Contract Management Agency. The agency currently manages approximately 350,000 contracts with an overall total value of $5.2 trillion. The agency also currently authorizes $678.4 million in contractor payments per business day.

NAVY
DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $382,535,170 cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite quantity contract for the development, integration, and production of hardware solutions. This contract will provide design, procurement, production, sparing, test, installation, and support of displays, workstations, processors, and network systems; the production of subsequent systems, kits and enclosures; and engineering and technical services. This contract combines purchases for the Navy (92.7 percent); and the government of the United Kingdom under the Foreign Military Sales program (4.6 percent), and per a memorandum of understanding with the Commonwealth of Australia (2.7 percent). Work will be performed in Johnstown, Pennsylvania (82 percent); Burnsville, Minnesota (15 percent); Germantown, Maryland (1 percent); Largo, Florida (1 percent); and Chesapeake, Virginia (1 percent), and is expected be complete in July 2025. This contract includes options which, if exercised, would bring the cumulative value of the contract to an estimated $830,711,796, and be complete in December 2026. Fiscal 2019 other procurement (Navy) funding in the amount of $296,895 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 two offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-19-D-0004).


Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Innovation Systems Inc., Northridge, California, is being awarded a $167,338,657 firm-fixed-price contract for 263 full-rate production Lot 8 Advanced Anti-Radiation Guided Missiles (AARGM). This contract provides for conversion of U.S. government-provided AGM-88B High Speed Anti-Radiation Missiles into 260 AGM-88E AARGM all-up-rounds and 3 Captive Air Training Missiles, including supplies and services required for manufacture, spares, and fleet deployment. Work will be performed in Northridge, California (80%); and Ridgecrest, California (20%), and is expected to be completed in March 2022. Fiscal 2017, 2018, and 2019 weapons procurement (Navy); fiscal 2019 research, development, test and evaluation (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $167,338,657 will be obligated at time of award, $1,319,319 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001919C0049).


PAE Aviation and Technical Services LLC, Greenville, South Carolina, is awarded $50,396,007 for modification P00023 to a previously issued firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00421-15-D-0007 to exercises an option for organizational, selected intermediate, and limited depot maintenance and logistics support for F-5F and F-5N aircraft. Work will be performed in Fallon, Nevada; Yuma, Arizona; and Key West, Florida, and is expected to be completed in July 2020. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


General Dynamics Missions Systems Inc., Marion, Virginia, is awarded a $16,313,717 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacturing of AN/SPG-62 antenna systems parabolic radio frequency reflectors. The AN/SPG-62 antenna systems are mounted and operated in the ship’s open spaces and are subsystems of the Mk-99 fire control system, part of the AEGIS combat system suite. The AN/SPG-62 antenna system reflector enables the continuous-wave radio frequency signal from the Mk-99’s radar transmitter to illuminate targets to be engaged, fired upon and destroyed by the ship’s weapons. Work will be performed in Marion, Virginia, and is expected to be completed by December 2024. Fiscal 2017, 2018 and 2019 other procurement (Navy) funding in the amount of $941,313 will be obligated at time of award, and $387,014 will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WP49).


Harris Corp., Clifton, New Jersey, is awarded $31,312,350 for firm-fixed-price delivery order N00019-19-F-0046 against a previously issued basic ordering agreement (N00019-16-G-0003) to procure 77 Generation 2 Digital Receiver/Technique Generator Shop Replaceable Assemblies (SRAs) and Switch Board Assemblies to support (V)4 to A(V)4 conversions and SRAs to support Repair of Repairables, along with the associated AN/ALQ-214B(V)4/5 part number change. Work will be performed in Clifton, New Jersey, and is expected to be completed in July 2021. Fiscal 2019 aircraft procurement (Navy) funds in the amount $31,312,350 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.


Ultra-Electronics, Undersea Sensor Systems Inc., Columbia City, Indiana, is awarded a $24,865,776 indefinite-delivery/indefinite-quantity contract containing firm-fixed-price provisions to manufacture, test, inspect, package and deliver first article and production DT-511C and DT-592D hydrophones. Work will be performed in Columbia City, Indiana, and is expected to be complete by July 2024. Fiscal 2019 and 2018 other procurement (Navy) funding in the amount of $3,205,793 will be obligated on the first delivery order 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 two offers received. The Naval Undersea Warfare Center Division, Newport, Newport, Rhode Island, is the contracting activity (N66604-19-D-E900).


Raytheon Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $14,296,116 firm-fixed-price, definite-quantity contract action for production of AN/SPY-1 radar solid state switch assembly modification kits. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by November 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $14,296,116 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-C-WP57).


The Boeing Co., Seattle, Washington, is awarded $10,565,320 for modification P00148 to a previously awarded firm-fixed-price contract (N00019-14-C-0067). This modification procures 16 P-8A A-Kits and 16 Turret Deployment Units for Lots 8 and 9 full-rate production aircraft. Work will be performed in Seattle, Washington (55%); Mesa, Arizona (44%); and Winnipeg, Canada (1%), and is expected to be completed in August 2021. Fiscal 2017 and 2018 aircraft procurement (Navy) funds in the amount of $10,565,320 will be obligated at time of award, $5,650,704 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


AEG Group Inc.,* Grayslake, Illinois, is awarded an $85,571,796 fixed-price, indefinite-delivery/indefinite-quantity contract to provide for up to 33,382 Motorola brand name ultra high frequency, very high frequency, and multiband radios in support of the Commander, Navy Installations Command Enterprise Land Mobile Radio modernization. Work will be performed in Grayslake, Illinois, and is expected to be completed in July 2024. Fiscal 2019 operation and maintenance (Navy) funds in the amount of $502,792 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 an electronic request for proposal; six offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0154).


The Boeing Co., St. Louis, Missouri, is awarded $25,345,439 for modification P00003 to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-1057). This modification continues the Phase I design maturity, analysis and test planning for the Stand-off Land Attack Missile – Expanded Response (SLAM-ER) production line for the government of Saudi Arabia. In addition, this modification provides for the redesign of obsolete parts to replace obsolete, nearly obsolete or uneconomical parts to support SLAM-ER weapon system production and improve future sustainment. Work will be performed in St. Louis, Missouri (37%); Indianapolis, Indiana (30%); Melbourne, Florida (10%); Pontiac, Michigan (10%); Middleton, Connecticut (7%); Black Mountain, North Carolina (2%); South Pasadena, California (1%); Albuquerque, New Mexico (1%); Stillwater, Oklahoma (1%); and various locations within the continental U.S. (1%), and is expected to be completed in September 2019. Foreign Military Sales funds in the amount of $25,345,439 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 Boeing Co., Seattle, Washington, is awarded $17,647,771 for firm-fixed-price delivery order N00019-19-F-2947 against a previously issued basic ordering agreement (N00019-16-G-0001). This delivery order provides for the production and delivery of 27 Sixth Mission Crew Workstation (MCW) Retrofit B-kits for the Navy in support of P-8A Lots One through Three aircraft, and four Sixth MCW Retrofit B-kits for the government of Australia in support of P-8A Lot Six aircraft. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and cooperative partner funds in the amount of $17,647,771 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 Boeing Co., Seattle, Washington, is awarded $16,853,707 for modification P00179 to a previously awarded fixed-price-incentive-firm contract (N00019-12-C-0112). This modification provides for the production and delivery of 29 Sixth Mission Crew Workstation Retrofit B-kits in support of P-8A production lots four and five. Work will be performed in Seattle, Washington (67.8%); Huntington Beach, California (21.7%); and San Antonio, Texas (10.5%), and is expected to be completed in December 2021. Fiscal 2013 aircraft procurement (Navy) funds in the amount of $7,539,663 will be obligated at time of award, all of which has expired. Prior approval was granted to obligate expired funds. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


Vertex Aerospace LLC, Madison, Mississippi, is awarded $9,556,334 for modification P00003 to a previously issued firm-fixed-price contract (N00019-17-C-0080). This modification is for Automatic Dependence Surveillance-Broadcast Out installs and also exercises an option for organizational and intermediate depot maintenance and logistics and supply support for three KC-130J aircraft for the government of Kuwait under the Foreign Military Sales (FMS) program. Work will be performed at the Abdullah Al-Mubarak Air Base, Kuwait, and is expected to be completed in August 2020. FMS funds 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.


Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded $8,723,882 for cost-plus-fixed-fee delivery order N00019-19-F-0306 against a previously issued basic ordering agreement (N00019-15-G-0026). This delivery order provides for non-recurring engineering required to modify software to correct software deficiencies identified by the Navy and Marine Corps aircrews and test community in the Navy Large Aircraft Infrared Countermeasures AN/AAQ-24 system. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed in May 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funds in the amount of $8,723,882 will be obligated at time of award, $3,199,581 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.


BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $8,411,293 cost-plus-fixed-fee delivery order for MK38 Gun Weapon System Repair Program support. This contract action is for labor, material and services required to support the Gun Weapon System Repair Program in pre/post testing, removal/installation, refurbishment, fleet technical assistance, maintenance, training and fleet modernization of MK 38 machine gun system. Work will be performed in Norfolk, Virginia (29%); San Diego, California (27%); Yokosuka, Japan (16%); Manama, Bahrain (7%); Rota Spain (7%); Everett, Washington (4%); Tacoma, Washington (4%); Pearl Harbor, Hawaii (4%); and Pascagoula, Mississippi (2%), and is expected to be complete by September 2021. Fiscal 2019 operations and maintenance (Navy); and fiscal 2019 weapons procurement (Navy and Coast Guard) in the amount of $1,050,000 will be obligated at the time of award, and $750,000 will expire at the end of the current fiscal year. This delivery order was solicited as a sole source under basic ordering agreement N00174-18-G-0001 in accordance with 10 U.S. Code 2304(c)(1). The Naval Surface Warfare Center, Indian Head, Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity (N00174-19-F-0420).


Leidos Innovations Corp, Gaithersburg, Maryland, is awarded an $8,208,133 performance-based, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Micro-processor En-route Automated Radar Tracking System (MEARTS). The contract is for the acquisition of hardware, software, logistics and on-call help desk support for MEARTS. The contract includes a single five-year ordering period and one six-month option to extend services in accordance with Federal Acquisition Regulations (FAR) Clause 52.217-8. The option period, if exercised, would bring the cumulative value of this contract to an estimated $8,737,303. Work will be performed in Charleston, South Carolina, and is expected to be completed by January 2025. An order utilizing fiscal 2019 operations and maintenance (Navy) funds in the amount of $605,690 will be obligated at time of award. Contract funds will expire at the end of the current fiscal year. This requirement was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) only one Responsible Source FAR Subpart 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity (N65236-19-D-1001).


EFW Inc., Fort Worth, Texas, is awarded $7,228,544 for firm-fixed-price delivery order N68335-19-F-0006 against a previously issued basic ordering agreement (N00019-17-G-0014). This delivery order procures 15 Fast Characterization Tools, 15 Helmet Kit Modification Fixtures, 15 Ready Room Testers and 20 Night Vision Goggle Modification Kits for the V-22 Color Helmet Mounted Display System. In addition, this delivery order provides drawing packages and the upgrade of five Fast Characterization Tools. Work will be performed in Haifa, Israel (70%); and Fort Worth, Texas (30%), and is expected to be completed in October 2020. Fiscal 2017 aircraft procurement (Air Force); and fiscal 2019 procurement defense-wide funds in the amount of $7,228,544 will be obligated at time of award, $3,496,053 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

 

AIR FORCE
Lockheed Martin Corp., doing business as Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a $315,604,174 cost-plus-fixed-fee contract, for F-16 Contractor Logistics Support Phase IV. This contract provides the contractor logistics support and establish a training detachment at Balad Air Base, Iraq, for the government of lraq. Work will be performed at Balad Air Base, Iraq; and Greenville, South Carolina, and is expected to be complete by Dec. 31, 2022. This contract involves 100% foreign military sales to the country of Iraq. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $29,819,883 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8615-19-C-6051).


Advanced Electronics Co. Ltd., Riyadh, Saudi Arabia, has been awarded a $57,806,293 contract modification (P00013) to previously awarded contract FA8730-16-C-0019 for the Royal Saudi Air Force F-15SA Cyber Protection System and Related Facilities program. This modification provides for the construction of a secure communications facility at the Royal Saudi Air Force (RSAF) Headquarters. Work will be performed at RSAF Headquarters, Riyadh, Kingdom of Saudi Arabia, and is expected to be completed by July 31, 2022. This contract involves foreign military sales to Saudi Arabia. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $57,806,293 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.


Kilgore Flares Co., Toone, Tennessee, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flares. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on USAF Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Toone, Tennessee, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0012).


Armtec Countermeasures Co., Coachella, California, has been awarded a $90,000,000 indefinite-delivery/indefinite-quantity contract for MJU-53/B countermeasure flare. This contract provides an infrared countermeasure flare which is a magnesium based flare utilized on Air Force Air Mobility Command C-17 and C-5 aircraft. Work will be performed at Camden, Arkansas, and is expected to be completed by July 2023. This contract involves foreign military sales, however, the countries are unknown at this time. This award is the result of a competitive acquisition with two offers received. Fiscal 2018 procurement funds in the amount of $3,000 is being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-19-D-0013).


Merrill Corp., doing business as Mission Support, Clearfield, Utah, has been awarded a $20,466,034 ceiling indefinite-delivery/indefinite‐quantity contract for the acquisition of A‐10 flap assemblies. This contract provides for the acquisition of left and right outboard flap assemblies and left and right inboard flap assemblies. Work will be performed in Clearfield, Utah, and is expected to be complete by July 28, 2025. This award is the result of a competitive acquisition and five offers were received. Consolidated sustainment activity group working capital funds in the amount of $4,997,734 are being obligated at the time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212‐19‐D‐0002).


The Boeing Co., St. Louis, Missouri, has been awarded a $10,395,313 firm-fixed-price and cost-plus-fixed-fee modification (P00005) to previously awarded delivery order contract FA8634-17-F-0002 for F-15 Advanced Display Core Processor (ADCP) II low-rate initial production Lot 1. This engineering change proposal provides for the production and integration of the ADCPII boxes and related equipment into the F-15 platform. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2019 procurement; and fiscal 2018 and 2019 research and development funds in the amount of $10,395,313 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.


The Boeing Co., St. Louis, Missouri, has been awarded a $9,244,494 firm-fixed-price and cost-plus-fixed-fee modification (P00006) to previously awarded delivery order contract FA8634-17-F-0002, for F-15 Advanced Display Core Processor II low-rate initial production Lot 1. This modification provides for the performance of a study to mitigate risks posed to the F-15E to reduce its flight risk from serious to medium. Work will be performed at St. Louis, Missouri, and is expected to be completed by July 31, 2021. This award is the result of a sole source acquisition. Fiscal 2018 research and development funds in the amount of $9,244,494 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter/Bomber Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.


HEBCO Inc., Oklahoma City, Oklahoma, has been awarded an $80,000,000 indefinite-delivery/indefinite-quantity contract for A-10 technical order sustainment. This contract provides for 10 years of non-personal technical services in support of technical order sustainment activities by providing technically accurate and up-to-date digital technical data. Work will be performed at Oklahoma City, Oklahoma; and Clearfield, Utah, and is expected to be complete by Aug. 1, 2030. This award is the result of a sole-source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $445,739 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8202-19-D-0003).


The Boeing Co., Seattle, Washington, has been awarded a not-to-exceed $55,500,000 undefinitized contract action modification (P00177) to the previously awarded, FA8625-11-C-6600, for KC-46 engineering, manufacturing and development contract. This modification is for the system level hardware and software critical design review of the boom telescope actuator redesign. Work will be performed at Seattle, Washington, and is expected to be completed February 2021. Fiscal 2018 research and development funds in the amount of $20,845,672 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.


Rockwell Collins Simulation & Training Solutions, Cedar Rapids, Iowa, has been awarded a $40,219,702 indefinite-delivery/indefinite-quantity contract for E-8 Aircrew Training Device sustainment. This contract provides for contractor logistics support and training system support center operations of the Joint Surveillance Target Attack Radar System Aircrew Training Device. Work will be performed at Robins Air Force Base, Georgia; and Sterling, Virginia, and is expected to be complete by Aug. 3, 2029. This award is the result of a sole-source acquisition. Fiscal 2019 Air National Guard operations and maintenance funds in the amount of $3,556,865 are being obligated on the first delivery order at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8529-19-D-0001).

 

ARMY
BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded an $88,000,000 modification (P00024) to contract W56HZV-17-C-0001 for long lead material associated with the build of the Self-Propelled Howitzer, Carrier-Ammunition Tracked Vehicle, as well as the gathering of parts associated with the total package fielding package in relation to Option 2. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $88,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.
General Atomics Aeronautical System Inc., Poway, California, was awarded a $21,742,996 modification (00005P) to contract W58RGZ-18-C-0037 for MQ-1C Gray Eagle extended range aircraft unique initial spares and ground support equipment. Work will be performed in Poway, California, with an estimated completion date of July 31, 2021. Fiscal 2017 aircraft procurement, Army funds in the amount of $21,742,996 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


Medico Industries Inc.,* Wilkes Barre, Pennsylvania, was awarded an $891,165,000 fixed-price with economic-price-adjustment contract to manufacture and deliver 155mm M795 projectile metal parts and 120mm mortar shell bodies. 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 July 23, 2029. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-19-D-0084).


Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $481,576,687 hybrid (cost-no-fee, cost-plus-incentive-fee and firm-fixed-price) contract for Common Infrared Countermeasure Quick Reaction Capability 3. 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0110).


BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded a $242,251,919 hybrid (cost-no-fee, cost-plus-fixed-fee and cost-plus-incentive-fee) contract for systems engineering, integration, logistics, and other technical support services for the OT-225 Advanced Threat Infrared Countermeasures System and the AN/AAR-57(V) Common Missile Warning System. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0102).


Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $160,814,850 cost-plus-fixed-fee contract for engineering and technical services to support the Sentinel Radar. 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 July 31, 2019. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0030).


Raytheon Co., Indianapolis, Indiana, was awarded a $48,756,859 hybrid (cost-no-fee and cost-plus-fixed-fee) contract for Air Soldier System engineering services. 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 July 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-D-0109).


L3 Technologies Inc., Muskegon, Michigan, was awarded a $36,031,861 modification (P00077) to contract W56HZV-15-C-0119 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of May 31, 2020. Fiscal 2018 procurement of weapons and tracked combat vehicles, Army funds in the amount of $36,031,861 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.


Raytheon Co., Woburn, Massachusetts, has been awarded a $36,250,251, firm-fixed-price contract modification (P00014) to previously awarded contract FA8730-17-C-0010 for the Qatar Early Warning Radar (QEWR). This modification is for procurement and storage of obsolescent spares in support of QEWR sustainment. The modification brings the total cumulative face value of the contract to $1,094,776,076. Work will be performed in Woburn, Massachusetts, and is expected to be completed by August 2023. This modification involves 100% foreign military sales to the country of Qatar. Foreign Military Sales funds in the amount of $36,250,251 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

 

MISSILE DEFENSE AGENCY
Cummings Aerospace,* Huntsville, Alabama, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $9,982,641. Under this new contract, the contractor will integrate and enhance the Simulation Framework ToolKit and Coordinated Cyber/Electronic Warfare Integrated Fires Tool to conduct quick-turn, end-to-end, left through right of launch analysis with varying sensor and weapon technologies. A task order in the amount of $1,894,626 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from July 29, 2019, through July 28, 2024. A special topic broad agency announcement (BAA) number HQ0147-17-S0002 was posted to the Federal Business Opportunities web site to solicit white papers related to advanced research technology and development in accordance with Federal Acquisition Regulation 6.102(d)(2)(i) to meet full and open competition requirements. The government received 26 white papers in response to the BAA and selected seven white papers from which proposals were requested. This award results from one of seven proposals received. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,894,626 for the first task order are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0009).

 

DEFENSE LOGISTICS AGENCY
Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $9,428,066 firm-fixed-price contract for direct current motors. 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 one-year base contract with one, one-year option period. Location of performance is California, with a July 28, 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, Land and Maritime, Warren, Michigan (SPRDL1-19-C-0190).


Viasat Inc., Carlsbad, California, has been awarded a maximum $28,379,192 firm‐fixed-price, indefinite-delivery/indefinite‐quantity contract for small tactical terminals. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five‐year contract with no option periods. Location of performance is California, with a May 30, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0070).


Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $27,537,300 firm-fixed-price requirements contract for pneumatic tire wheel assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Locations of performance are Wisconsin and New Jersey, with a July 29, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0130). (Awarded July 30, 2019)