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 | July 22, 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.

 

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, is being awarded a firm-fixed-price, $1,473,941,756 modification (P00019) to previously-awarded contract HQ0147-17-C-0032 for the procurement of Terminal High Altitude Area Defense (THAAD) Interceptor support items in support of the Foreign Military Sales (FMS) case to the Kingdom of Saudi Arabia (KSA). The value of this contract is increased from $3,890,665,224 to $5,364,606,980. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama. The period of performance is from July 19, 2019, through July 31, 2023. KSA FMS funds in the amount of $340,940,179 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

 

AIR FORCE

DynCorp International LLC., Fort Worth, Texas, is being awarded a $37,641,699 modification (P00004) to previously awarded firm-fixed-price contract FA7014-18-F-5045 for the executive airlift maintenance support contract. This contract provides for aircraft maintenance and back shop support of aircraft. Work will be performed at Joint Base Andrews, Naval Air Facility, Washington, and is expected to be completed by Aug. 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $37,641,699 will be obligated at the time of award. The 11th Contracting Squadron Services Flight, Joint Base Andrews, Maryland, is the contracting activity.

 

Agile Defense Inc., Reston, Virginia, has been awarded a $21,044,844 firm-fixed-price contract for combined air operations center communication services. This contract provides for operations and maintenance of all air operations center communication systems. Work will be performed in the Air Force Central Command's area of responsibility and is expected to be complete by June 2, 2020. This award is the result of a sole source acquisition. Fiscal 2019 operations and maintenance funds in the amount of $8,627,758 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Langley Air Force Base, Hampton, Virginia, is the contracting activity (FA4890-19-F-A050).

 

DEFENSE LOGISTICS AGENCY

Leading Technology Composites, Wichita, Kansas, has been awarded a $41,888,000 firm-fixed-price contract for medium sized enhanced small arms protective inserts. This was a competitive acquisition with three responses received. This is a one-year contract with no option periods. Location of performance is Kansas, with an April 30, 2021, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-19-C-0011).

 

Gossner Foods Inc.,** Logan, Utah, has been awarded a maximum $30,319,835 fixed-price with economic-price-adjustment contract for ultra-high temperature milk. This contract was a competitive acquisition with one response received. This is a five-year contract with no option periods. Location of performance is Utah, with a July 26, 2024, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency, Troop Support, Philadelphia, Pennsylvania (SPE3S1-19-D-Z210).

 

Lockheed Martin Corp., Orlando, Florida, has been awarded a $23,637,880 cost-plus-incentive-fee modification (P00004) to previously awarded contract FA8682-18-C-0009 for providing a replacement joint air to surface standoff missile (JASSM) anti-jam GPS receiver with a new JASSM Anti-Jam GPS Receiver (JAGR) due to obsolescence. This contract provides replacement for the current JAGR due to obsolescence. Work will be performed at Orlando, Florida, and is expected to be completed by March 31, 2023. Fiscal 2019 procurement funds in the amount of $23,637,880 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

 

AX Enterprize LLC., Yorkville, New York,* has been awarded a $7,753,015 modification to previously awarded contract FA8750-16-C-0293 for collaborative low-altitude Unmanned Aircraft Systems (UAS) integration effort. The objective of this effort is to research the needs and challenges of the integration of unmanned aircraft operations in the UAS Traffic Management (UTM) as well as the relevance and impact of UTM on manned and unmanned aircraft operations. Work will be performed at Yorkville, New York, and is expected to be completed by Sept. 30, 2020. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,753,015 are being obligated at the time of award. The Air Force Research Laboratory – Information Directorate's Information Grid and Systems Contracting Branch, Rome Research Site, Rome, New York, is the contracting activity.

 

NAVY

Allied Systems Co.,* Sherwood, Oregon, is awarded a $70,655,603 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide for the design, development, test and manufacture of production of the new Carrier Crash and Salvage Crane (CCSC) and Amphibious Crash and Salvage Crane (ACSC). The CCSC and ACSC will be used for lifting and moving disabled aircraft on carrier vessel, nuclear and landing helicopter assault, and landing helicopter dock class ship flight decks. The CCSC and ACSC will replace the legacy A/S32A-35A and -52 Carrier Vessel Crash Cranes; and the A/S32A-36A and -53 Amphibious Assault Crash Cranes. This effort also includes engineering and logistics support. Work will be performed in Sherwood, Oregon, and is expected to be completed in July 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 competitively procured via an electronic request for proposal, with three offers received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0135).

 

 

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $26,053,985 cost-plus-fixed-fee, cost-only contract for the procurement of Navy systems engineering services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $211,479,513. This contract involves foreign military sales to Australia. Work will be performed in Fairfax, Virginia (89%); Cape Canaveral, Florida (6%); and Pawcatuck, Connecticut (5%), and is expected to be completed by July 2021. If all options are exercised, work will continue through July 2027. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $210,242; and Royal Australian Navy funding in the amount of $600,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-6407).

 

 

ERAPSCO, Joint Venture of Sparton and USSI, Columbia City, Indiana, is awarded a not-to-exceed $1,041,042,690 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of a maximum quantity of 37,500 AN/SSQ-36B, 685,000 AN/SSQ-53G, 120,000 AN/SSQ-62F, and 90,000 AN/SSQ-101B production sonobuoys for fiscal years 2019-2023. Sonobuoys are air launched expendable, electro-mechanical anti-submarine warfare acoustic sensors designed to relay underwater sounds associated with ships and submarines. Work will be performed in De Leon Spring, Florida (51%); and Columbia City, Indiana (49%), and is expected to be completed in September 2025. 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 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-D-0032).

 

MW Services Inc.,* Temecula, California, is awarded a maximum amount $99,000,000 indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction alterations, renovations and repair projects at Naval Bases Coronado, Point Loma, and San Diego; and Marine Corps Air Station, Miramar. 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 San Diego, California, with the term of the contract not to exceed 60 months with an expected completion date of July 2024. Fiscal 2019 operations 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 operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 18 proposals received. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2625).

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $77,708,000 modification (P00019) to a previously awarded firm-fixed-price, fixed-price-incentive-firm-target advanced acquisition contract (N00019-17-C-0001). This modification provides for the procurement of software data loads as well as long lead material and parts for the delivery of F-35 Lightning II low-rate initial production Lots 12, 13 and 14. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in March 2023. International partner funds in the amount of $77,708,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $34,670,000 undefinitized cost-plus-incentive-fee contract to develop and deliver an engineering change proposal to enable the production cut-in of the Fuselage Station 425 Bulkhead structural modification required for F-35A and F-35C to allow full-envelope internal carriage of aft heavy weaponry. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2022. Fiscal 2019 research, development, test and evaluation (Air Force, Navy and Marine Corps); and non-U.S. Department of Defense (DoD) participant funds in the amount of $9,953,400 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 U.S. Code 2304(c)(1). This undefinitized contract combines purchases for the Air Force ($13,787,219; 39.77%); Navy ($6,893,610; 19.88%); Marine Corps ($6,893,609; 19.88%); and non-U.S. DoD participants ($7,095,562; 20.46%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-19-C-0010).

 

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $22,558,157 cost-plus-incentive-fee modification to previously awarded contract N00024-16-C-5102 to exercise options for AEGIS Baseline 9 integration and delivery, Aegis Baseline 5.4 and 9A2A post-certification support. This contract provides for the completion of the development and fielding of the AEGIS Baseline 9 AEGIS Weapon System and integrated AEGIS Combat System on the remaining 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, and is expected to be completed by July 2020. Fiscal 2018 other procurement (Navy); fiscal 2019 operations and maintenance (Navy); fiscal 2019 research, development, test and evaluation (Navy); fiscal 2019 research, development, test and evaluation (Missile Defense Agency); and fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $8,925,765 will be obligated at time of award and funding in the amount of $2,456,011 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

R.A. Burch Construction Co. Inc., Ramona, California, is awarded $17,521,988 for firm-fixed-price task order N62473-19-F-4738 under a previously awarded multiple award construction contract (N62473-18-D-5852) for the construction of a forklift rework facility at Naval Base Coronado. The work to be performed provides for implementation of site improvements such as vehicle parking, storage and laydown yard, landscaping, and low-impact design storm water features as well as incidental related work. The facility is required in order to relocate existing tenants away from a separate project site area to make a complete and useable airfield facility. Work will be performed in San Diego, California, and is expected to be completed by December 2021. Fiscal 2019 military construction (Navy) contract funds for $17,521,988 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

 

Lockheed Martin Aculight Corp., Bothell, Washington, is awarded an $8,184,205 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-18-C-5392 to exercise options for technical and field engineering services and a cost-only line item for travel in support of Surface Navy Laser Weapon System Increment 1, High Energy Laser and Integrated Optical-dazzler with Surveillance (HELIOS) system. Work will be performed in Bothell, Washington, and is expected to be complete by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $249,882 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.

 

Data Link Solutions LLC, Cedar Rapids, Iowa, is awarded a $235,566,335 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0007) to increase the ceiling of the existing production contract line item number (CLIN), spares CLIN, and systems engineering and integration CLIN of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Falcon, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014, for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $1,224,529,670. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%), and is expected to be completed June 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity.

 

ViaSat Inc., Carlsbad, California, is awarded a $90,768,631 modification to its current indefinite-delivery/indefinite-quantity contract (N00039-15-D-0008) to increase the ceiling of the existing production contract line item number (CLIN) of the referenced contract. This ceiling increase will implement the capabilities identified in the Joint Requirements Oversight Council (JROC) Memorandum dated Aug. 20, 2018, wherein the JROC endorsed the advanced capabilities of Concurrent Multi-Netting-4 (CMN-4), Concurrent Contention Receive, and Enhanced Throughput as the Department of Defense baseline for all future upgrades to any platform requiring Link-16. In response to the JROC memorandum, current Link-16 platform users identified the need for the procurement and/or retrofit of 3,370 additional Multifunctional Information Distribution System Joint Tactical Radio System (MIDS JTRS) CMN-4, F-22 Raptor, Tactical Targeting Network Technology (TTNT) terminals. This increase in scope will be in addition to the current scope in the original Class Justification and Approval (CJ&A) No. 17,226 approved April 25, 2014 for the MIDS JTRS; the amended CJ&A No. 18,012 approved Jan. 18, 2017, for the addition of the MIDS JTRS TTNT development effort; and CJ&A No. 18,415 approved on Sept. 11, 2018, for the addition of MIDS Modernization Increment 2, retrofits, and additional MIDS JTRS terminals, not including F-22s. The modification will increase the contract value to $789,000,000. This contract combines purchases for the Navy, Air Force and MIDS Program Office, as well as to the governments of Austria, Chile, Finland, Israel, Jordan, Japan, Kuwait, Malaysia, Morocco, Oman, Pakistan, Qatar, South Korea, Saudi Arabia, Singapore, Sweden, Switzerland, Taiwan, Thailand, United Arab Emirates, Australia, Canada, New Zealand and the United Kingdom. This contract also includes purchases to NATO and all NATO nations under the Foreign Military Sales program. Work will be performed in Carlsbad, California, and work is expected to be completed May 2020. No additional funding will be placed on contract or obligated at the time of modification award. Existing contract funds will not expire at the end of the current fiscal year. Future contract actions will be issued and funds obligated as individual delivery orders. This contract modification was not competitively procured because it is a follow-on sole-source, multiple-award procurement pursuant to the authority of Title 10 U.S. Code 2304(c)(1): only one or a limited number of responsible sources (Federal Acquisition Regulation subpart 6.302-1(a)(2)). Non-competitive procedures were approved for this modification under CJ&A 19,415. Naval Information Warfare System Command, San Diego, California, is the contracting activity.

 

Raytheon Co., Marlborough, Massachusetts, is awarded an $87,793,895 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for engineering and program support services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center in Chesapeake, Virginia. The contract will include a 60-month base period with no option periods. Work will be performed in Chesapeake, Virginia (60%); Marlborough, Massachusetts (20%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); England (2%); Adelaide, Australia (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, District of Columbia (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Work is expected to be completed by August 2024. Fiscal year 2019 operations and maintenance (Navy) funds in the amount of $2,000,000 will be obligated to fund the contract's minimum amount and funds will expire at the end of the current fiscal year. This contract was a sole-sourced requirement pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Fleet Logistics Center, Norfolk, Contracting Department, Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-19-D-Z030).

 

Naval Systems Inc., Lexington Park, Maryland, is awarded a $23,043,905 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides cost estimating and analysis support. Specifically, to provide analyses including acquisition and logistics estimating, independent evaluations, case studies and recommendations, along with associated data in support of cost estimating and analysis that spans all phases of the life cycle (i.e., material solution analysis, technology demonstration, engineering and manufacturing development, production and deployment, and operations and support). Work will be performed in Lexington Park, Maryland (56%); Patuxent River, Maryland (30%); Lakehurst, New Jersey (7%); and Orlando, Florida (7%), and is expected to be completed in August 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 competitively procured via an electronic request for proposal, with two offers received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-19-D-0075).

 

Sig Sauer Inc., Newington, New Hampshire, is awarded a $9,338,800 firm-fixed-price modification under previously-awarded contract N00164-18-D-JQ30 for an in-scope change to the internal reticle of the SU-293/PVS Second Focal Plane (SFP) Squad-Variable Powered Scope (S-VPS) to add a glass etched reticle. This modification is to a highly competitive procurement for the SFP S-VPS system. The S-VPSs to be procured are in support of the U.S. Special Operations Command Visual Augmentation Systems Weapons Accessories S-VPS Program. Work will be performed in Newington, New Hampshire, and is expected to be completed by July 2029. No funding will be obligated at time of award. In accordance with 10 U.S. Code 2304(c)(1), this modification was not competitively procured (only one source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

 

Lockheed Martin Corp., Rotary and Mission Systems, Riviera Beach, Florida, is awarded a $9,620,135 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6308) for engineering support services in support of Unmanned Undersea Vehicle (UUV) subsystem development. Engineering services will be used to develop and study UUV subsystems and concepts initially developed under the Extra Large Unmanned Undersea Vehicle (XLUUV) program, including navigational capabilities, autonomy, and payload deployment. Work will be performed in Riviera Beach, Florida, and is expected to be completed by June 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,025,163 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 Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $9,207,817 cost-plus-fixed-fee modification to previously awarded contract N61331-11-C-0017 for engineering services in support of ongoing development, test, and production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (UUV) program, also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that will provide persistent mine hunting ability in a contested environment. Engineering services hours are used for a number of efforts, including test and evaluation, engineering change proposal development, and pre-planned product improvement initiatives. Work will be performed in Quincy, Massachusetts (52%); McLeansville, North Carolina (27%); Braintree, Massachusetts (10%); Hanover, Maryland (5%); Reston, Virginia (5%); and Ann Arbor, Michigan (1%), and is expected to be completed by July 2020. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $150,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

 

Raytheon Co., Integrated Defense Systems, Marlborough, Massachusetts, is awarded a $40,211,517 modification to previously awarded contract N00024-16-C-5370 to exercise an option for fiscal 2019 production long lead material in support of the production of two AN/SPY-6(V) configuration variants – the SPY-6(V)2 Rotator Radar and the SPY-6(V)3 Fixed Face Radar. Work will be performed in Marlborough, Massachusetts, and is expected to be complete by June 2020. Fiscal 2018 and 2017 shipbuilding and conversion (Navy) funding in the amount of $40,211,517 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.

 

ARMY

PAE Government Systems Inc., Arlington, Virginia, was awarded a $22,578,864 modification (P00012) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for contractor logistic support efforts to the Afghan National Defense and Security Forces. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 Afghanistan Security Forces funds in the amount of $22,578,864 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

TDX Quality LLC,* Anchorage, Alaska, was awarded a $19,315,709 firm-fixed-price contract for the construction of Alaska U.S. Property and Fiscal Office Building at Joint Base Elmendorf-Richardson, Alaska. Bids were solicited via the internet with five received. Work will be performed in Joint Base Elmendorf-Richardson, Alaska, with an estimated completion date of March 12, 2021. Fiscal 2019 military construction funds in the amount of $19,315,709 were obligated at the time of the award. U.S. Property and Fiscal Office, Alaska, is the contracting activity (W91ZRU-19-C-0003).

 

InfoScitex Corp., Littleton, Massachusetts, was awarded a $7,011,545 cost-plus-fixed-fee contract to develop and demonstrate advanced teaming of manned and unmanned aviation assets to execute tactical missions with minimal human intervention, while operating as part of a combined arms team in a complex operating environment. Bids were solicited via the internet with 46 received. Work will be performed in Littleton, Massachusetts, with an estimated completion date of March 17, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $1,545,576 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-19-C-0067).

 

NIC4 Inc.,* Tampa, Florida, was awarded a $13,418,364 firm-fixed-price contract for Very Small Aperture Terminals services and equipment. One bid was solicited via the internet with one bid received. Work locations and functions will be determined with each order, with an estimated completion date of July 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-5001).