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 | Sept. 3, 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.

ARMY

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041).

Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

FLIR Surveillance Inc., Wilsonville, Oregon, was awarded a $92,875,276 firm-fixed-price contract for repair and refurbishment and logistics support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 29, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-19-D-0016).

Diversified Technical Systems Inc.,* Seal Beach, California, was awarded a $38,441,877 firm-fixed-price contract for the purchase of Warrior Injury Assessment Manikin anthropomorphic test devices. 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 Aug. 27, 2019. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-19-D-0011).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $40,333,758 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for software development, updates, and improvements to include development, engineering, and technical support. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-19-D-0022).

The Boeing Co., Mesa, Arizona, was awarded a $14,746,801 modification (P00033) to contract W58RGZ-16-C-0023 for the remanufacture of Longbow Crew trainers and spares. Work will be performed in Mesa, Arizona, with an estimated completion date of March 30, 2025. Fiscal 2017 aircraft procurement, Army funds in the amount of $14,746,801 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Southeast Asia Systems Co., Andover, Massachusetts, was awarded a $10,843,249 modification (P00019) to Foreign Military Sales (Kuwait) contract W31P4Q-16-C-0022 for technical assistance, planning, training, maintenance and sustainment of the Kuwait Phased Array Tracking Radar to Intercept on Target (PATRIOT) missile weapon systems, associated PATRIOT equipment, and PATRIOT logistics support elements. One bid were solicited with one bid received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other funds in the combined amount of $10,843,249 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Integrated Defense Systems, Fullerton, California, was awarded a $9,306,511 modification (P00010) to contract W31P4Q-19-C-0044 for field service representatives to deploy, operate, and sustain Sentinel Radars. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2020. Fiscal 2019 other procurement, Army funds in the amount of $9,306,511 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

CORRECTION: A $38,441,877 contract award to Diversified Technical Systems Inc., Seal Beach, California (W900KK-19-D-0011), was announced Aug. 28, 2019, with an incorrect estimated completion date. The correct estimated completion date is Aug. 27, 2024. All other information in the announcement is correct.

Raytheon Missile Systems, Tucson, Arizona, was awarded a $129,811,367 modification (PZ0017) to Foreign Military Sales (Oman and Taiwan) contract W31P4Q-17-C-0194 to procure missiles. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Sept. 1, 2021. Fiscal 2010 procurement of weapons and tracked combat vehicles, Army funds in the amount of $129,811,367 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

PAE Government Systems Inc., Arlington, Virginia, was awarded a $122,830,985 modification (P00013) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for ground vehicle support. Bids were solicited via the internet with one received. Work will be performed in Kabul, Afghanistan, with an estimated completion date of March 1, 2020. Fiscal 2018 and 2019 Afghanistan Security Forces, Army funds in the amount of $122,830,985 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $77,609,835 modification (P00251) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicle and installed kits. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of March 31, 2021. Fiscal 2018 and 2019 research, development, test and evaluation; defense procurement and other procurement, Army funds in the amount of $77,609,835 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

International Business Machines Corp., Bethesda, Maryland, was awarded a $30,994,674 modification (P00061) to contract W52P1J-17-C-0008 for services and solutions necessary to support and maintain the Army's General Fund Enterprise Business System. Work will be performed in Bethesda, Maryland, with an estimated completion date of Jan. 15, 2020. Fiscal 2019 operations and maintenance, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

San Antonio Lighthouse for the Blind, San Antonio, was awarded a $13,303,000 firm-fixed-price contract to procure Integrated Head Protection System, retention system units for helmets. 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 Aug. 29, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-19-D-0019).

AIR FORCE

UES Inc., Dayton, Ohio, has been awarded a $90,300,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for molecular assessment sensing technologies. This contract provides for basic, applied and advanced technology development research, as well as development and demonstration of discovery of molecular signatures of Airman performance and the operational environment and sensing of these signatures in Air Force relevant scenarios. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Aug. 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $2,222,857 on three task orders are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-D-6109).

Sonalysts Inc., Waterford, Connecticut, is being awarded a $14,516,477 cost-plus-fixed-fee contract modification (P00008) to the previously awarded contract FA8806-19-C-0002 for Standard Space Trainer Mission-Specific Vendor Plug-in (MSVPs) for the Upward Early Warning Radar. The contract modification provides for future development of MSVPs. Work will be performed at Waterford, Connecticut, and is expected to be completed by July 31, 2022. Fiscal 2019 research, development, test and evaluation funds in the amount of $7,300,000 are being obligate at time of award. Total cumulative face value of the contract is $35,209,586.00. The Space and Missile Systems Center, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

General Dynamics Information Technology Inc., Fairfax, Virginia, has been awarded a $30,837,185 face value cost-plus-fixed-fee contract for bioeffects research of directed energy effects. This contract provides for research on directed energy systems to assist in transitioning Department of Defense technologies. Work will be performed at Joint Base San Antonio, Fort Sam Houston, Texas, and is expected to be complete by Nov. 28, 2025. This award is the result of a competitive acquisition and three offers were received. Fiscal 2019 research and development funds in the amount of $250,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-19-C-6055).

Rockwell Collins Inc., Collins Aerospace, Cedar Rapids, Iowa, has been awarded a $15,400,000 modification (P00006) firm-fixed price to contract FA8102-16-D-0005 for services and supplies in support of modernization, expansion and depot-level contractor logistics support. This contract will provide support for Scope Command's High Frequency Global Communications System in support of Air Force, Navy and Coast Guard requirements. Work will be performed in Richardson, Texas, in support of this Aug. 31, 2019, through Aug. 30, 2020, ordering period. This option three of the contract is the result of a sole-source acquisition. Total estimated contract value as of option award is $56,000,000. No funds are being obligated at the time of the award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Ensco Inc., Springfield, Virginia, has been awarded a $14,300,000 firm-fixed-price modification (P00060) to previously awarded contract FA8807-17-C-0001 for providing off base contractor accommodations for the RN Systems Engineering and Integration (SE&I) Support contract. When the contract was initially awarded, the government had office space available for the contractor; however, the government is not able to provide office space to the contractor for performance on Peterson Air Force Base, Colorado, any longer and needs the contractor to secure off base accommodations to continue performance on the SE&I contract. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Oct. 31, 2022. Fiscal 2019 operations and maintenance funds in the amount of $637,244 are being obligated at the time of award. The Space and Missile Center, Sustainment Directorate, Peterson Air Force Base, Colorado, is the contracting activity.

NAVY

Raytheon Co., El Segundo, California, is awarded $74,091,217 for cost-plus-incentive-fee, cost-plus-fixed-fee modification P00055 to a previously awarded contract (N00019-16-C-0002). This modification procures pre-operational support for the Next Generation Jammer-Mid Band pod through the completion of the engineering, manufacturing and development (EMD) phase as well as development, test and evaluation (DT&E) activities. Procured support includes organizational-level maintenance, repair, supply chain management, and material support for equipment delivered under the EMD contract, and associated peculiar support equipment/test, measurement, and diagnostic equipment to support DT&E. Work will be performed in Forest, Mississippi (39%); Dallas, Texas (35%); El Segundo, California (16%); Andover, Massachusetts (8%); and Fort Wayne, Indiana (2%), and is expected to be completed in December 2021. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $3,228,948 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.

General Dynamics Missions Systems Inc., McLeansville, North Carolina, is awarded a $44,595,146 cost-plus-incentive-fee modification to previously-awarded contract N61331-11-C-0017 for low-rate initial production of the Surface Mine Countermeasure Unmanned Undersea Vehicle (SMCM UUV), also known as Knifefish. The Knifefish program is an ongoing effort to provide a UUV that detects and classifies undersea volume, bottom and buried mines in high-clutter environments. The Knifefish system is part of the Littoral Combat Ship Mine Countermeasures Mission Package and can also be deployed from vessels of opportunity. The low-rate initial production effort will provide the initial systems for the Navy to test and operate. Work will be performed in Quincy, Massachusetts (35%); Taunton, Massachusetts (23%); Braintree, Massachusetts (19%); a location to be determined (15%); McLeansville, North Carolina (6%); Reston, Virginia (1%); and Ann Arbor, Michigan (1%), and is expected to be completed by August 2021. Fiscal 2018 and 2019 other procurement (Navy) funding in the amount of $44,595,146 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.

Physical Optics Corp.,* Torrance, California, is awarded $27,230,891 for modification P00012 to previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N00019-17-C-0078) in support of F/A-18E/F and EA-18G aircraft for the Navy and the government of Kuwait. This modification exercises an option for data transfer unit production support, 160 data transfer units, 160 ground data transfer units, 14 maintenance access cables, 600 mission data transfer devices, and 459 maintenance data transfer devices in support of the Navy's F/A-18 E/F and EA-18G program. In addition, this option exercise procures 37 data transfer units, 35 ground data transfer units, 11 maintenance access cables, 122 mission data transfer devices, and 90 maintenance data transfer devices in support of the Kuwait Super Hornet program. Work will be performed in Torrance, California, and is expected to be completed in August 2021. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales (FMS) funds will be obligated at time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($22,334,109; 82%); and the government of Kuwait ($4,896,782; 18%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Airborne Tactical Advantage Co. LLC, Newport News, Virginia, is awarded $13,495,999 for modification P00020 to previously awarded firm-fixed-price, cost-reimbursable indefinite-delivery/indefinite-quantity contract N00019-15-D-0026. This modification provides for contractor-owned and operated Type IV supersonic aircraft for airborne threat simulation capabilities in support of the Contracted Air Services Program. Work will be performed in Newport News, Virginia (44%); Point Mugu, California (37%); and various locations outside the continental U.S. (19%), and is expected to be completed in May 2020. No funds will be obligated at time of award, funds will be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded $9,938,480 for modification 004502 to a previously issued delivery order 0045 placed against a basic ordering agreement (N00019-15-G-0026). This modification procures eight E-2C compatible AN/APX-122A Mode 5/S interrogators for the government of Japan. Work will be performed in Greenlawn, New York (82%); and Melbourne, Florida (18%), and is expected to be completed in September 2023. Foreign military sales funds in the amount of $9,938,480 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers. The contract is in support of Navy and other agencies' Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems. The contract will also provide system security authorization support, and logistics and training services. This contract includes a five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609. Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed. Work is expected to be completed by August 2024. If the option is exercised, work could continue until August 2029. No funding is obligated on the contract at time of award. Contract funds will be obligated on individual delivery orders. Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order. Contract funds will expire at the end of the current fiscal year. This contract 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 (Federal Acquisition Regulation subpart 6.302-1). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004. This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program. Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022. FMS funds in the amount of $25,252,703 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.

Teradyne Inc.,* Reading, Massachusetts, is awarded a $14,456,731 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year period of performance, to procure Enhanced Tactical Pod Tester (e-TPT). The e-TPT is a portable operational level test platform system, specifically for the AN/ALQ-99 airborne electronic warfare jamming system, found on EA-6B and EA-18G military aircraft. Work will be performed in Reading, Massachusetts, and is expected to be complete by August 2024. Fiscal 2018 and 2019 aircraft procurement (Navy) funds in the amount of $2,594,641will be obligated at the time of contract award, and $247,571 will 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). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-19-D-WS26).

Wyle Laboratories Inc., Huntsville, Alabama, is awarded $8,433,703 for modification P00004 to a previously awarded cost-plus-fixed-fee, cost-reimbursable contract (N00421-17-C-0056). This modification provides program management services for the F/A-18 Foreign Military Sales (FMS) program in support of the government of Australia. Work will be performed at Patuxent River, Maryland (83%); Whidbey Island, Washington (7%); Philadelphia, Pennsylvania (4%); North Island, California (3%); Amberley, Australia (2%); and Oceana, Virginia (1%), and is expected to be completed in August 2020. FMS funds in the amount of $6,807,165 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded $68,883,048 for modification P00008 to previously awarded fixed-price-incentive-firm target contract (N00019-18-C-1037). This modification is for non-recurring engineering and obsolescence management to support delivery of 24 E-2D Advanced Hawkeye full-rate production Lot 7 – 11 aircraft. Work will be performed in Melbourne, Florida (33%); Syracuse, New York (19%); St. Augustine, Florida (6%); Falls Church, Virginia (6%); Beavercreek, Ohio (6%); El Segundo, California (5%); Woodland Hills, California (3%); Indianapolis, Indiana (3%); Menlo Park, California (3%); Edgewood, New York (3%); Pomezia, Italy (2%); and Ronkonkima, New York (2%), Aire-Sur-L'Adour, France (2%); Grand Rapids, Michigan (1%); Irvine, California (1%); Independence, Ohio (1%); New Port Richey, Florida (1%); and various locations within the continental U.S. (3%). Work is expected to be completed no later than January 2023. Fiscal 2018 and 2019 aircraft procurement (Navy); and Foreign Military Sales funds in the amount of $68,883,048 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.

CH2M—Burns & McDonnell JV, Englewood, Colorado, is awarded a maximum amount $15,000,000 indefinite-delivery/indefinite-quantity, architect-engineering contract for architectural design and engineering services for air operations and to support facility modernization located throughout the Naval Facilities Engineering Command area of responsibility worldwide. The work to be performed provides for architectural design and engineering services for air operations and support facilities predominantly for sustainment, restoration, and modernization projects, but also including military construction projects and airfield assessments. Work will be performed worldwide. The term of the contract is not to exceed 60 months with an expected completion date of August 2024. Navy working capital funds in the amount of $5,000 are obligated on this award and will not expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by the Navy working capital funds. This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received. Naval Facilities Engineering Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-5023).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $14,092,012 modification for the cost-plus-fixed-fee portion of a previously awarded contract (M67854-16-C-0211) for software release and advanced emplacement displacement simultaneous motion component required to support ongoing Ground/Air Task Oriented Radar Gallium Nitride efforts in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum Heights, Maryland (66%); and East Syracuse, New York (34%), and is expected to be completed by Sept. 28, 2020. Fiscal 2019 research, development, test and evaluation (Marine Corps) funds in the amount of $4,455,332 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2018 research, development, test and evaluation (Marine Corps) funds in the amount of $228,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The contract was not competitively procured, in accordance with 10 U.S. Code 2304(c)(1), with only one proposal solicited and one proposal received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0211).

Provengo LLC, * Merrick, New York, is awarded a $13,702,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots. Work will be performed in Merrick, New York, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $19,575 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1604).

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is awarded an $11,104,250 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 70,000 tropical boots. Work will be performed in Virginia Beach, Virginia, and is expected to be complete by August 2024. Fiscal 2019 operations and maintenance (Marine Corps) funds in the amount of $15,860 will be obligated on the first delivery order immediately following contract award, and funds will expire the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-1538).

Honeywell International Inc. Defense & Space, Tempe, Arizona, is awarded $11,465,688 for modification P00006 under a previously awarded performance-based logistics requirements contract (N00383-12-D-003D) for repair, replacement and program support for auxiliary power units used on F/A-18 A-G models, P-3, and C-2 aircrafts along with providing coverage for the main fuel controls and electronic control unit used on the F/A-18 and the P-3 engine driven compressor. This modification includes a four-month period of performance and will bring the total estimated value of the contract to approximately $260,000,000. Work will be performed in Jacksonville, Florida (50%); Cherry Point, North Carolina (39%); and various contractor facilities (11%). Work is expected to be completed by December 2019. Fiscal 2019 working capital funds (Navy) will be obligated as individual task orders are issued, and funds will not expire before the end of the current fiscal year. This contract includes support for the Australian F/A-18 Super Hornet under the Foreign Military Sales program, and represents less than one percent of the estimated contract value. One firm was solicited for this non-competitive requirement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Peraton Inc., Herndon, Virginia, is awarded $11,374,305 for modification P00028 to a previously awarded cost-plus-fixed-fee contract (N00030-16-C-0016) to exercise various contract options for the continuation of support services including critical system assessment and vulnerability services and reentry systems development support services for the Trident II (D5). Work will be performed in Colorado Springs, Colorado (71.1%); Washington, District of Columbia (22.5%); Cape Canaveral, Florida (4.6%); and Albuquerque, New Mexico (1.8%). Work is expected to be completed Sept. 30, 2020. Subject to the availability of funding, fiscal 2020 operations and maintenance (Navy) funding in the amount of $6,108,026; and fiscal 2020 research, development, test and evaluation (Navy) funding in the amount of $5,266,279 will be obligated as a result of this award. The fiscal 2020 operation and maintenance (Navy) funds in the amount of $6,108,026 will expire at the end of the current fiscal year. This contract was awarded on a sole-source basis to Exelis Inc. (now Peraton Inc.) and previously synopsized on the Federal Business Opportunity website. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $9,462,556 modification to previously awarded contract N00024-17-C-6311 to exercise an option for the production of Littoral Combat Ship (LCS) Surface-to-Surface Missile Module. The LCS are fast, agile and networked surface combatants, optimized for operating in the littorals through outfitting seaframes with mission-specific mission packages. The primary missions supported by mission packages are: anti-submarine warfare, mine countermeasures and surface warfare. Work will be performed in Huntsville, Alabama (80%); Bethpage, New York (18%); and Hollywood, Maryland (2%), and is expected to be complete by May 2021. Fiscal 2019 other procurement (Navy) funding in the amount of $8,445,109 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.

IntraMicron Inc.,* Auburn, Alabama, is awarded a $9,377,828 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, level-of-effort contract, for provision of engineering and technical services for the Energy and Conversion Research and Development Branch. Work will be performed in Auburn, Alabama, and is expected to be complete by August 2022. Fiscal 2018 research, development, test and evaluation (Navy) funding in the total amount of $4,584,294 will be obligated at time of award and will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(5), authorized or required by statute, this procurement was not competitively procured. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-19-D-4025).

Tekla Research Inc., Dumfries, Virginia, is awarded $8,972,221 for cost-plus-fixed-fee task order N00173-19-F-3001 under a previously awarded contract (N00178-14-D-7965) for research and development in electro-optical and infrared for advanced intelligence, surveillance and reconnaissance and electronic warfare prototypes. The total cumulative face value of this contract is $45,481,093. Work will be performed in Washington, District of Columbia. The period of performance is 60 months including a 12-month base period, and four 12-month option periods. Period of performance for the base period is Sept. 15, 2019 – Sept. 14, 2020. Working capital (Defense) funds in the amount of $1,557,000 will be obligated at the time of award. Funds will not expire at the end of the current year. This task order was procured using competitive procedures as a 100 percent small business set-aside via SeaPort-e under a request for proposal #N00173-19-R-3000. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

General Atomics Aeronautical Systems Inc. (GA-ASI) of Poway, California. was awarded a maximum $78,000,000 indefinite-delivery/indefinite-quantity contract (H92403-18-D-0006) with firm-fixed-price and cost-plus-fixed-fee contract line items with potential maximum estimated values of $93,000,000 for the integration and testing support for the Medium Altitude Long Endurance Tactical (MALET) MQ-9 and MQ-1C Special Operations Forces Peculiar (SOF-p) modifications; procurement of GA-ASI developed and produced aircraft modification kits; and analysis and studies to inform government decision on potential future MALET MQ-9 and MQ-1C SOF-p modifications. Fiscal 2019 research, development, test and evaluation; procurement; or operation and maintenance funding may be used depending on the requirement. The ordering period for this contract is valid for five years. The majority of work will be performed in Poway and is expected to be completed by September 2023. This contract was awarded in accordance with Federal Acquisition Regulation Authority 6.302-1, - only one responsible source and no other supplies or services will satisfy agency requirements. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

C.E. Niehoff & Co.,* Evanston, Illinois, has been awarded a maximum $11,806,163 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for engine air conditioner generators. 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 Illinois, with an Aug. 25, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-19-D-0152).

BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System. 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 New Hampshire, with an Aug. 26, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075).

Meggitt Defense Systems Inc., Irvine, California, has been awarded a maximum $22,189,186 firm-fixed-price contract for magazine assemblies for the Apache AH-64. 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-time procurement contract, which includes a quantity option which was exercised at time of award. Location of performance is California, with an April 15, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency, Warren, Michigan (SPRDL1-19-C-0250).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project. The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000. Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020. Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small Business