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 | Dec. 23, 2019

High-dollar contracts announced, DCMA will administer

By 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.


AIR FORCE

ViaSat Inc., Carlsbad, California, has been awarded a $93,000,000 indefinite-delivery/indefinite-quantity contract to provide AN/PRC-161 Handheld Link 16 radios, ancillaries and associated training to special warfare operators. Work will be performed at Carlsbad, California, and is expected to be completed by Dec. 31, 2023. This contract is awarded on a non-competitive basis. Fiscal 2020 other procurement funds are being used and no funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8629-20-D-5000).

Pivotal Software Inc., San Francisco, California, has been awarded an $18,000,000 fixed base, production other transaction agreement modification (P00014) to previously award contract FA8730-19-9-0002 to support the Kessel Run Experimentation Lab. This modification extends the performance under the basic agreement for a period of 12 months and will utilize the prototyped methodology and the software and services that support them across the entire Air Force enterprise architectures. Work will be performed at Boston, Massachusetts; Cambridge, Massachusetts; and Washington, District of Columbia, and is expected to be completed by Dec. 18, 2020. The total cumulative face value of the agreement is $118,116,589. Fiscal 2020 operations and maintenance funds in the amount of $18,000,000 are being obligated at the time of award. This agreement is a follow-on to the prototype agreement between Pivotal Software Inc. and the Army Contracting Command, New Jersey. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $1,008,327,355 definitized modification (PZ0012) to previously awarded contract FA8615-17-C-6047 for Active Electronically Scanned Array radars of Air Force F-16 aircraft. This modification is for the definitization of all three programmatic phases to include development and production of up to 372 radars. Work will be performed at Linthicum Heights, Maryland, and is expected to be completed by May 2027. The total cumulative face value of the contract is $291,167,746. Fiscal 2019 research and development funds in the amount of $679,659 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter Bomber Directorate, F-16 Division, Wright Patterson Air Force Base, Ohio, is the contracting activity.

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

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

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

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

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

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


NAVY

Lockheed Martin, Manassas, Virginia, is awarded a $27,681,322 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-19-C-6400 to exercise options for systems engineering and integration on Navy submarines. This option exercise is for engineering and technical services and includes all material travel, subsistence and incidental material in support of those services. Work will be performed in Manassas, Virginia (68%); Groton, Connecticut (10%); Waterford, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by December 2020. Fiscal 2018 shipbuilding and conversion (Navy) and fiscal 2020 research, development, test and evaluation funding in the amount of $7,198,430 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.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $140,335,673 modification (P00003) to a previously awarded firm-fixed-price, indefinite-delivery requirements contract (N61340-19-D-0004). This modification provides intermediate level and depot level maintenance, logistics and engineering support for the F405-RR-401 engine and the 096 MKII Gas Turbine Starter System. Work will be performed in Meridian, Mississippi (43%); Kingsville, Texas (45%); Pensacola, Florida (11%); and Patuxent River, Maryland (1%), and is expected to be completed in September 2020. No funds will be obligated at time of award; funds will be issued against individual task orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Centurum Information Technology Inc., Marlton, New Jersey (N65236-20-D-8011), is awarded an $89,900,000 single award, indefinite-delivery/indefinite-quantity, performance based service contract utilizing cost-plus-fixed-fee task orders. The contract is for satellite communication (SATCOM) services and provides for technical sustainment support, sustainment engineering, engineering support, logistics support and modernization support for integrated and non-integrated shipboard and ashore installations of SATCOM systems. Work will be performed worldwide and is expected to be completed by December 2024. If the option is exercised, work would continue until May 2025. This contract includes a five-year ordering period and one six-month option-to-extend-services in accordance with Federal Acquisition Regulation Clause 52.217-8. If all options are exercised, the cumulative value of the contract will increase to $98,900,000. Contract funds in the amount of $165,804 will be obligated at the time of award and will not expire at the end of the current fiscal year. The single award contract was competitively procured by full and open competition via the Naval Information Warfare Center e-Commerce Central website and the Federal Business Opportunities website, with one timely offer received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a not-to-exceed $18,000,000 cost-plus-fixed-fee contract modification (P00006) against a previously awarded indefinite-delivery/indefinite-quantity contract (N00019-18-D-0103). This modification increases the ceiling to continue to provide technical analysis, engineering and integration for the Marine Corps V-22 aircraft. Work will be performed in Fort Worth, Texas (50%); and Philadelphia, Pennsylvania (50%), and is expected to be completed in December 2022. No funds are being obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Electric Co., Lynn, Massachusetts, is awarded an $11,093,940 modification (P00002) to a firm-fixed-price delivery order (N00019-18-F-2476) against a previously issued basic ordering agreement (SPE4A1-17-G-0008) in support of the Marine Corps Presidential Helicopter Program. This modification procures five CT7-8A6 engines with metal shipping containers, interface harness and associated control hardware. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2019. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $11,093,940 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.

Raytheon Co., Dulles, Virginia, is awarded a $7,052,009 modification to previously awarded firm-fixed-price contract (N00039-15-C-0002) for the purchase of an additional 25 Global Broadcast Service (GBS) below deck terminals being produced under the basic contract. GBS is a key component of the Joint Military Satellite Communications program, which provides high speed information flow of high volume data to users afloat and ashore. Work will be performed in Indianapolis, Indiana, and is expected to be completed by January 2021. This modification increases the value of the basic contract by $7,052,009 to a new total value of $33,614,608. Fiscal 2018 and 2019 shipbuilding and conversion (Navy); and fiscal 2019 and 2020 other procurement (Navy) funds in the amount of $7,052,009 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Boeing Aerospace Operations Inc., St. Louis, Missouri, is awarded a not-to-exceed value of $92,280,378 undefinitized contract action. This cost-plus-fixed-fee, indefinite-quantity contract provides engineering technical services in support of Naval Aviation weapon systems and all associated systems and equipment throughout their sustainment life-cycle, to include contractor field services in support of the AV-8B, EA-18G, F/A-18, C-40, and P-8A aircraft for the Navy and the government of Kuwait. Work will be performed in Iwakuni, Japan (17.88%); Oceana, Virginia (8.48%); Whidbey Island, Washington (8.25%); New Orleans, Louisiana (7.26%); Miramar, California (6.85%); Beaufort, South Carolina (5.45%); Kuwait (5.36%); Fort Worth, Texas (5.06%); North Island, California (5.06%); Jacksonville, Florida (4.61%); Pensacola, Florida (3.63%); Kaneohe Bay, Hawaii (3.63%); Patuxent River, Maryland (3.63%); China Lake, California (3.63%); Cherry Point, North Carolina (3.63%); Yuma, Arizona, (3.63%); Fallon, Nevada (1.8%); Lemoore, California (1.8%); various locations within the continental U.S. (.3%); and various locations outside the continental U.S. (.06%), and is expected to be completed in December 2024. Funds will be obligated on individual orders as they are issued; fiscal 2020 operations and maintenance funds (Navy) in the amount of $791,695 will be obligated for the first task order, all of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to the 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Weapons Division, China Lake, California, is the contracting activity (N68936-20-D-0007).

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $50,161,071 modification (P00026) to a previously awarded fixed-price-incentive-firm contract (N00019-18-C-1048). This modification exercises an option to procure unique F-35 Autonomic Logistics Information System hardware and support equipment for the Marine Corps. Work will be performed in El Segundo, California (25%); Orlando, Florida (20%); Windsor, Connecticut (16%); Rome, Italy (12%); Fort Worth, Texas (11%); Bend, Oregon (6%); Long Island, New York (4%); Pharr, Texas (2%); Riverside, California (2%); and Farnborough, United Kingdom (2%), and is expected to be completed in September 2024. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $50,161,071 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.

Bell Textron Inc., Fort Worth, Texas, is awarded a $27,586,695 modification (P00008) to a previously awarded cost-plus-fixed-fee delivery order (N00019-19-F-2522) against a previously issued basic ordering agreement (N00019-16-G-0012). This modification provides engineering and logistics services and associated equipment and material in support of AH-1Z aircraft production, and AH-1W, UH-1Y and AH-1Z modifications and sustainment. Work will be performed in Fort Worth, Texas (60%); New River, North Carolina (15%); Camp Pendleton, California (15%); and Patuxent River, Maryland (10%), and is expected to be completed in March 2021. Fiscal 2019 and 2020 aircraft procurement (Navy); and fiscal 2020 operations and maintenance (Navy) funds in the amount of $ 21,207,365 will be obligated at time of award, $699,399 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $15,747,242 cost-plus-incentive-fee and cost-only modification to a previously awarded contract N00024-18-C-5218 for program management office and engineering services supporting the AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Systems. This contract combines purchases for the Navy (77%) and the Commonwealth of Australia (23%) under the Foreign Military Sales (FMS) program. Work will be performed in Syracuse, New York (90%); Manassas, Virginia (10%); and is expected to be complete by December 2020. Fiscal 2020 research, development, test and evaluation; FMS Australia; 2020 other procurement (Navy); and 2019 research development, test and evaluation funding in the amount $10,597,279 will be obligated at the time of award and $1,805,830 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $8,890,964 modification (P00019) to a cost-plus-fixed-fee delivery order (N00019-18-F-2476) previously placed against basic ordering agreement N00019-14-G-0020. This modification is for the procurement of modification kits required for modification and retrofit activities in support of the F-35 Lightning II Joint Strike Aircraft for the Air Force, Marine Corps and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024. Fiscal 2018 aircraft procurement (Marine Corps and Navy); fiscal 2019 aircraft procurement (Air Force, Marine Corps and Navy); and fiscal 2020 aircraft procurement (Marine Corps and Navy) funds in the amount of $8,890,964 will be obligated at time of award, $1,021,042 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($3,857,905; 43%); Marine Corps ($3,789,990; 43%); and Navy ($1,243,068; 14%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $34,776,103 modification to previously awarded contract N00024-18-C-6410 to exercise options for the production of MK54 MOD 1 lightweight torpedo kits, proof of manufacturing components, associated production support material, spares and engineering and hardware support services. This modification combines purchases for the Navy (99%), and the Government of Canada (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Charleroi, Pennsylvania (70%), Salt Lake City, Utah (26%), and Manassas, Virginia (4%), and is expected to be complete by November 2022. Fiscal 2020 weapons procurement (Navy) funding in the amount of $25,697,893, 2019 research, development, test and evaluation (Navy), funding in the amount of $3,350.004, 2019 weapons procurement (Navy) funding in the amount of $2,879,544, 2018 weapons procurement (Navy) funding in the amount of $2,601,167, and FMS Canada funding in the amount of $247,495 will be obligated at time of award. Fiscal 2018 weapons procurement (Navy) funding in the amount of $2,601,167 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kelvin International Corp.,* Newport News, Virginia, is awarded a $19,148,555 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract provides for development and test as well as associated technical data in support of the production and delivery of a maximum quantity of 102 Cryogenic Service Systems (CSS), to include two pre-production units. The CSS are 2000 gallon metal tanks that store and supply liquid and gaseous oxygen/nitrogen to service support equipment and aircraft systems. The CSS shall replace existing 1000 gallon CSS tanks currently in use throughout the Navy and Marine Corps. Work will be performed in Newport News, Virginia, and is expected to be completed in June 2026. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract is a small business set-aside, competitively procured via an electronic request for proposal; three offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0002).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $18,629,025 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise and fund options for the government of Canada under the Foreign Military Sales (FMS) program naval production, engineering services and required materials. This contract modification purchases for the government of Canada under the FMS program. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be complete by April 2025. FMS funding in the amount of $14,343,720 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, Washington, District of Columbia, is the contracting activity.

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

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

Northrop Grumman Systems Corp., San Diego, California, is awarded a $251,552,634 modification (P00009) to a previously awarded fixed-price-incentive-firm-target contract (N00019-18-C-1028). This modification procures three low rate initial production lot 4 MQ-4C Triton unmanned aircraft, ground stations, trade studies, tooling and associated support equipment. Work will be performed in San Diego, California (30.5%); Red Oak, Texas (12%); Palmdale, California (10%); Baltimore, Maryland (9.7%); Salt Lake City, Utah (7.9%); Bridgeport, West Virginia (4.9%); Indianapolis, Indiana (3.8%); Moss Point, Mississippi (3.6%); Chantilly, Virginia (3.5%); Waco, Texas (1.7%); San Clemente, California (1.3%); various locations within the continental U.S. (9.7%); and various locations outside the continental U.S. (1.4%), and is expected to be completed in February 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $251,552,634 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Marlborough, Massachusetts, is awarded a $249,938,973 fixed-price-incentive (firm target) modification to previously awarded contract N00024-14-C-5315 to exercise options for Air and Missile Defense Radar Program low rate initial production. This option exercise is for the production of two Air and Missile Defense Radar Program Low Rate Initial Production units (AMDR LRIP). The AMDR LRIP units will be deployed on DDG Flight III class ships. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by June 2023. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $249,938,973 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded a $112,267,649 modification (P00011) to a previously awarded cost-plus-incentive-fee contract (N00019-18-C-0088). This modification provides non-recurring engineering support throughout the engineering and manufacturing development phase as well as through payload integration and transition to production for the Miniature Air Launched Decoy-Navy. Work will be performed in Tucson, Arizona (65%); and Goleta, California (35%), and is expected to be completed in September 2022. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $15,180,490 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

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

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $35,200,000 firm-fixed-price contract to produce and deliver kits required to modify ALQ-218 avionics in support of EA-18G upgrades for the Navy and government of Australia. Work will be performed at Linthicum, Maryland (90%); and Bethpage, New York (10%), and is expected to be completed in May 2022. Fiscal 2019 and 2020 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds in the amount of $35,200,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0007).

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

Teledyne Brown Engineering Inc., Huntsville, Alabama, is awarded a $27,166,594 firm-fixed-price modification to previously awarded contract N00024-16-C-6412 to exercise options for the production of MK11 Shallow Water Combat Submersibles. This action is to exercise option year one for the MK11 Shallow Water Combat Submersible production program. Work will be performed in Huntsville, Alabama, and is expected to be complete by December 2022. Fiscal 2020 procurement (Navy) funding in the amount of $27,166,594 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Syracuse, New York, is awarded a $23,014,847 cost-plus-incentive-fee modification to previously awarded contract N00024-09-C-6247 to exercise options for fiscal 2020 electronic warfare kits and spares. Work will be performed in Syracuse, New York (99%); and Manassas, Virginia (1%), and is expected to be complete by September 2022. Fiscal 2020 other procurement (Navy) funding in the amount of $23,014,847 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

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

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


MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, is being issued a $15,800,000 modification (P00024) to a previously awarded contract, HQ0277-18-C-0003. The value of this contract is increased from $62,361,210 to $78,161,210. Under this modification, the contractor will demonstrate a successful transition of fiber combined laser technology from the Massachusetts Institute of Technology–Lincoln Laboratory. The work will be performed in Huntington Beach, California. The period of performance is extended from March 31, 2020, until March 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $3,000,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity.

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


ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $64,736,518 modification (P00031) to contract W58RGZ-16-C-0008 for the Modernized Target Acquisition Designation Sight Pilot Night Vision Sensor Performance Based Logistics program sustainment, support elements, system components, test equipment and the supply retrograde infrastructure. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 Army working capital funds in the amount of $64,736,518 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $803,904,196 modification (P00277) to Foreign Military Sales (Montenegro) contract W56HZV-15-C-0095 for the procurement of 2,721 Joint Light Tactical Vehicle and 16,714 associated packaged or installed kits. Bids were solicited via the internet with three received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2021. Fiscal 2018, 2019 and 2020 Foreign Military Sales; procurement, Air Force; procurement, Navy; procurement, Marine Corps; and other procurement, Army funds in the combined amount of $803,904,196 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $564,505,720 modification (P00044) to Foreign Military Sales (Netherlands, United Arab Emirates and United Kingdom) W58RGZ-16-C-0023 for the remanufacture of Apache AH-64E aircraft. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of March 1, 2025. Fiscal 2010 Foreign Military Sales funds in the combined amount of $564,505,720 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $556,184,343 modification (P00113) to contract W58RGZ-17-C-0009 for Black Hawk production, associated services for program system management, engineering, technical data and publications. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2021. Fiscal 2020 aircraft procurement, Army funds in the amount of $556,184,343 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION: The contract announced on Dec. 17, 2019, for Oshkosh Defense LLC, Oshkosh, Wisconsin (W56HZV-15-C-0095), contained some inaccuracies. It should read as follows: Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $803,904,196 modification (P00277) to contract W56HZV-15-C-0095 for the procurement of 2,721 Joint Light Tactical Vehicles and 16,714 associated packaged or installed kits. Bids were solicited via the internet with three received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Jan. 31, 2022. Fiscal 2018, 2019 and 2020 other procurement, Army; 2020 procurement, Marine Corps; 2019 and 2020 procurement, Navy; 2019 and 2020 procurement, Air Force; and 2020 foreign military sales (Montenegro) in the combined amount of $803,904,196 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $1,461,384,102 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) Foreign Military Sales (Indonesia, Israel, Kuwait, Netherlands, Qatar, Saudi Arabia, South Korea, Taiwan and United Arab Emirates) contract for support services for AH-64D/E Apache helicopters. 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 Dec. 31, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-D-0005).

Phoenix LLC,* Monona, Wisconsin, was awarded a $9,999,217 cost-plus-fixed-fee contract for High Flux Thermal Neutron Source for Radiographic Inspection research and development. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 19, 2024. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-20-D-0007).

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

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $26,398,967 modification (P00033) to Foreign Military Sales (Thailand) W58RGZ-17-C-0009 for personnel, material, facilities, services and support required to design, modify, verify, document system performance and airworthiness support. Bids were solicited via the internet with one received. Work will be performed in Stratford, Connecticut, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 Foreign Military Sales funds in the amount of $26,398,967 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.
Lockheed Martin Corp., Orlando, Florida, was awarded a $9,513,840 modification (P00003) to contract W52P1J-19-F-0533 to procure Common Sensor Electronics Unit and engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2021. Fiscal 2018 other procurement, Army funds in the amount of $9,513,840 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.


DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

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


DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $835,737,596 modification (P00105) exercising the five-year option period of a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for performance-based support of consumable items for various aviation platforms. This is a fixed-price-incentive firm contract. Location of performance is Missouri, with a Sept. 16, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Pomp's Tire Service Inc., New Berlin, Wisconsin, has been awarded a maximum $15,046,656 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pneumatic tire and wheel assemblies. This was a competitive acquisition with one offer received. This is a three-year contract with no option periods. Location of performance is Wisconsin, with a Dec. 16, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2020 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-20-D-0014).

Puerto Rico Industries for the Blind Corp.,** Mayaguez, Puerto Rico, has been awarded a maximum $11,036,311 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant jackets. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Puerto Rico, with a Dec. 15, 2020, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-20-D-1219).

UPDATE: Atlantic Diving Supply Inc., doing business as ADS Inc., Virginia Beach, Virginia (SPE8EC-20-D-0052), has been added as an awardee to the multiple award contract issued against solicitation SPE8EC-17-R-0005 announced April 5, 2017.

Ace Electronics Defense Systems Inc., Aberdeen Proving Ground, Maryland (SPRBL1-20-D-0010); CND LLC, Stilwell, Oklahoma (SPRBL1-20-D-0011); DRS Network & Imaging Systems LLC, Melbourne, Florida (SPRBL1-20-D-0012); Joint Venture Interconnection Cable LLC, McLean, Virginia (SPRBL1-20-D-0013); Tabet Manufacturing Co. Inc., Norfolk, Virginia (SPRBL1-20-D-0014); and Tactical & Survival Specialties Inc., Harrisonburg, Virginia (SPRBL1-20-D-0015), are sharing a maximum $808,113,426 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRBL1-19-R-0042 for the interconnection equipment contract. This was a competitive acquisition with 10 responses received. These are five-year base contracts with five one-year option periods. Locations of performance are Maryland, Oklahoma, Florida and Virginia, with a Dec. 17, 2024, performance completion date. Using customer is Department of Defense. Type of appropriation is fiscal 2019 through 2025 Army working capital funds and other procurement funds as necessary. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland.

Rotair Aerospace Corp.,* Bridgeport, Connecticut, has been award a maximum $17,065,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pilot module assembly spare parts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance in Connecticut, with a Dec. 20, 2024, performance completion date. Using military service is Army. The type of appropriation is fiscal 2019 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-19-D-0013).

*Small Business