An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Oct. 2, 2017

CONTRACTS

 

NAVY

 

Harris Radio Frequency Communications, Rochester, New York (N00039-17-D-0070), is being awarded a $765,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for procurement of portable radios and ancillary parts. The procurement includes fielding of handheld, manpack, fixed mount/vehicular and base station radios that fulfill Office of the Chief of Naval Operations approved legacy tactical, portable radio requirements.  Work will be performed in Rochester, New York, and work is expected to be completed September 2018.  If all options are exercised, work could continue through September 2022.  No funds will be obligated at the time of award.  Funding will be obligated as individual delivery orders are issued using operations and maintenance; other procurement (Navy); procurement (Marine Corps); and research, development, test and evaluation funding.  This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2034(c)(1) and Federal Acquisition Regulation 6.302-1.  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. 

 

Global Technical Systems Inc.,* Virginia Beach, Virginia, has been awarded a $63,191,604 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-14-D-5213) to increase the contract ceiling value for production of the Common Processing System (CPS), spares and associated engineering services.  The CPS is a computer processing system based on an open architecture design.  It is intended to support the computer requirements of various Navy combat systems.  Work will be performed in Virginia Beach, Virginia, and is expected to be completed by May 2019.  No funding will be obligated at the time of award as funding will be provided with individual delivery orders issued under this contract.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.  (Awarded Sept. 30, 2017)

 

Radiation Safety and Control Services Inc., Stratham, Virginia, has been awarded an $11,669,227 sole-source, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide the Mirion Battlefield Dosimeter (MBD-2) and auxiliary equipment to the Naval Surface Warfare Center Carderock Division in West Bethesda, Maryland.  The MBD-2 measures and records dose for gamma, neutron, and beta (shallow).  The supplies under this contract will support Navy and Warfighters all over the world in hostile environments. Battlefield commanders will have real-time data to monitor and assess personnel tactical availability, and so that medical personnel can assess health conditions of personnel exposed to radiation.  Work will be performed in Turku, Finland (95 percent); and in Atlanta, Georgia (5 percent), and is expected to be completed by September 2020.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $2,862,084 will be obligated at time of award and 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 supplies needed are available from only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-17-C-0005).  (Awarded Sept. 30, 2017)

 

Argon ST Inc., Smithfield, Pennsylvania, has been awarded an $11,691,997 modification to a previously awarded contract (N00024-12-D-6216) for the procurement of eight AN/SLQ-25A/C countermeasure decoy systems and spares in support of the Undersea Defensive Warfare Systems Program Office.  The AN/SLQ-25A/C is a modular design softkill countermeasure decoy system. The system defends ships against threat torpedoes.  Work will be performed in Smithfield, Pennsylvania, and is expected to be completed by September 2019.  Fiscal 2016 and 2017 shipbuilding and conversion (Navy) funding in the amount of $11,691,997 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.  (Awarded Sept. 30, 2017)

 

U.S. TRANSPORTATION COMMAND

 

Twenty-four companies have been awarded modifications to the fixed-price contract with economic price adjustment. The modifications exercised option period four for domestic airlift services. They are United Airlines Inc., Houston, Texas, $7,974,543 (HTC711-14-D-CC05 P00010); MN Airlines LLC doing business as Sun Country Airlines,* Mendota Heights, Minnesota, $24,937,016 (HTC711-14-D-CC06 P00009); Allegiant Air LLC, Las Vegas, Nevada, $11,005,762 (HTC711-14-D-CC07 P00010); Sierra Pacific Airlines Inc., Tucson, Arizona, $10,015,949 (HTC711-14-D-CC08 P00010); Southwest Airlines Co., Dallas, Texas, $22,413,763 (HTC711-14-D-CC09 P00009); Miami Air International Inc., Miami, Florida, $5,081,556 (HTC711-14-D-CC10 P00009); National Air Cargo Group Inc. doing business as National Airlines,* Orlando, Florida, $14,293,555 (HTC711-14-D-CC11 P00009); Omni Air International Inc., Tulsa, Oklahoma, $12,115,591 (HTC711-14-D-CC12 P00010); Atlas Air Inc., Purchase, New York, $7,270,500 (HTC711-14-D-CC13 P00010); Delta Airlines, Atlanta, Georgia, $9,415,663 (HTC711-14-D-CC14 P00010); Lynden Air Cargo, Anchorage, Alaska, $250 (HTC711-14-D-CC15 P00009); Northern Air Cargo Inc., Anchorage, Alaska, $250 (HTC711-14-D-CC16 P00009); Tatonduk Outfitters doing business as Everts Air Cargo,* Fairbanks, Alaska, $250 (HTC711-14-D-CC17 P00009); United Parcel Service Co., Louisville, Kentucky, $250 (HTC711-14-D-CC18 P00009); FedEx, Memphis, Tennessee $563,500 (HTC711-14-D-CC19 P00009); Flightworks Inc., Kennesaw, Georgia, $250 (HTC711-14-D-CC20 P00009); Kalitta Charters LLC, Ypsilanti, Michigan, $3,171,710 (HTC711-14-D-CC21 P00009); Phoenix Air Group Inc., Cartersville, Georgia, $5,626,158 (HTC711-14-D-CC22 P00009); Berry Aviation, San Marcos, Texas, $3,352,080 (HTC711-14-D-CC23 P00009); East Cost Flight Services, Easton, Maryland, $2,692,881 (HTC711-14-D-CC24  P00009); Corporate Flight Management, Smyrna, Tennessee, $250 (HTC711-15-D-CC20 P00007); Omni Air Transport LLC, Tulsa, Oklahoma, $250 (HTC711-15-D-CC21 P00007); Bighorn Airways Inc., Sheridan, Wyoming, $250 (HTC711-15-D-CC22 P00007); and Mountain Aviation Inc., Broomfield, Colorado, $250 (HTC711-15-D-CC24 P00007). These modifications bring the total cumulative face value of the program to $409,410,172 from $269,477,695. Work will be performed at various locations within the U.S. as specified on each individual task order, with an expected completion date of Sept. 30, 2018. Type of appropriation is fiscal 2018 transportation working capital funds to be obligated on individual task orders. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.  (Awarded Sept. 30, 2017)

 

International Auto Logistics LLC., Brunswick, Georgia, has been awarded a $179,125,480 modification (P00018) exercising option period three on previously awarded, indefinite-delivery requirements-type, fixed-price with economic price adjustment contract HTC711-14-D-R025 for continued support of transportation and storage of Department of Defense (DoD) sponsored shipments of privately owned vehicles belonging to military service members, and transportation of DoD sponsored shipments of privately owned vehicles belonging to DoD civilian employees. This modification brings the total cumulative face value of the contract to $762,965,294 from $583,839,814. Work will be performed at multiple locations within the U.S. and outside the U.S., with an expected completion date of Sept. 30, 2018. Funds will be obligated on individual task orders and are Fiscal 2018 transportation working capital funds. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.  (Awarded Oct. 1, 2017) 

 

Trident Technologies LLC,* Huntsville, Alabama, has been awarded a $23,534,012 modification exercising the fourth option period (P00009) on the indefinite-quantity/indefinite-delivery contract with firm-fixed-price and labor-hour task orders, HTC711-14-D-D003, for enterprise architecture, data, and engineering support to the U.S. Transportation Command; Military Surface Deployment and Distribution Command; and Air Mobility Command. The modification brings the total cumulative face value of the contract to $90,868,475 from $67,334,463. Work will be performed onsite at Scott Air Force Base, Illinois, as well as at the contractor’s offsite facility, with an expected completion date of Sept. 30 2018. Fiscal 2018 transportation working capital funds will be obligated on individual task orders. The contracting activity is the U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.  (Awarded Oct. 1, 2017)

 

Jacobs Technology Inc., Tampa, Florida, has been awarded a $20,563,937 option period one modification (P00006) to extend services under a fixed price incentive firm/cost-plus-fixed-fee contract HTC711-17-C-D001. This brings the cumulative face value of the contract from $9,350,154 to $29,914,091. The contract is for Information Technology Service Management Enterprise Support. Work will be performed primarily at Scott Air Force Base, Illinois, and other locations Defense Information Systems Agency Defense Enterprise Computing Center, St. Louis, Missouri; U.S. Transportation Command Office, Washington, District of Columbia; Joint Enabling Capabilities Command, Norfolk, Virginia; and the Pentagon, with an expected option period one completion date of Sept. 30, 2018. The support is funded by fiscal 2018 transportation working capital funds; operations and maintenance funds; and Defense Health Agency funds. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.  (Awarded Oct. 1, 2017)

 

Textainer Equipment Management Ltd., San Francisco, California, has been awarded a $17,109,133 option year modification to extend services under an indefinite-delivery/indefinite-quantity contract HTC711-14-D-R027 (P00011). Option year four brings the cumulative face value of the contract from $65,768,270 to $82,877,403. The contract is for the program management, leasing, transportation and repair of intermodal equipment. Work will be performed at multiple locations, both in the U.S. and outside the U.S., with an expected completion date of Sept. 30, 2018. Program management is funded by fiscal 2018 transportation working capital funds and the individual leasing task orders are funded by each individual Department of Defense requiring activity using Fiscal 2018 funds at the time the order is placed. The U. S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.  (Awarded Oct. 1, 2017)

 

Northrop Grumman Technical Services, Herndon, Virginia, has been awarded a $10,113,468 option period two modification (P00012) to extend services under a firm-fixed-price contract HTC711-16-F-D011. This brings the cumulative face value of the contract from $16,512,154 to $26,625,622. This contract supports Joint Distribution Process Analysis Center core functions to include global deployment and distribution network and infrastructure assessments, analytically driven operational courses of action, joint capability analysis to inform programmatic decisions, systems integration and data management, Joint Deployment and Distribution Enterprise analysis / global distribution performance assessments, and future transformation analysis. Work will be performed primarily at Scott Air Force Base, Illinois, with an expected option period two completion date of Sept. 30, 2018. The support is funded by fiscal 2018 transportation working capital funds and operations and maintenance funds. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.  (Awarded Oct. 1, 2017)

 

ARMY

 

CCI Energy and Construction Services LLC,* Garden Ridge, Texas (W9216G-17-D-0058); CI-Pond JV LLC,* Scottdale, Georgia (W9216G-17-D-0059); Dot Construction Inc.*, Moorhead City, North Carolina (W9216G-17-D-0060); MOWA Barlovento JV-2,* Gautier, Mississippi (W9216G-17-D-0061); and Pacific Tech Construction Inc.,* Kelso, Washington (W9216G-17-D-0062), will share in a $45,000,000 firm-fixed-price contract to provide vertical construction services for a wide variety of new construction, maintenance, repair, alteration and minor tasks, including asbestos and lead-based paint abatement, for military and civil projects. Bids were solicited via the Internet with 31 received. Work locations and funding will be determined with each order, with an estimated completion date Sept. 30, 2022. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.  (Awarded Sept. 30, 2017)

 

AAI Corp., Hunt Valley, Maryland, has been awarded a $41,918,231 modification (P00026) to contract W58RGZ-15-C-0047 for the procurement of 36 Block III kits for Shadow Tactical unmanned aircraft systems. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Dec. 1, 2021. Fiscal 2017 other procurement (Army) funds in the amount of $41,918,231 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  (Awarded Sept. 30, 2017)

 

Kirlin Builders LLC, Rockville, Maryland, has been awarded a $41,356,549 firm-fixed-price contract to repair and renew the Armed Forces Radiobiology Research Institute, Buildings 43 and 47. Seven bids were solicited with three received. Work will be performed in Bethesda, Maryland, with an estimated completion date of March 18, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $41,356,549 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. (W912DY-17-F-0768).  (Awarded Sept. 30, 2017)

 

Gilbane Federal, Concord, California, has been awarded a $30,989,601 firm-fixed-price contract to repair and renew floors at Fort Jackson, South Carolina. Seven bids were solicited with six received. Work will be performed in Fort Jackson, South Carolina, with an estimated completion date of June 27, 2021. Fiscal 2017 operations and maintenance (Army) funds in the amount of $30,989,601 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0727).  (Awarded Sept. 30, 2017)

 

MEB General Contractors Inc., Chesapeake, Virginia, has been awarded a $20,973,000 firm-fixed-price contract to construct a pump house and fuel-storage facility at Cannon Air Force Base, New Mexico. Bids were solicited via the Internet with two received. Work will be performed in Cannon Air Force Base, New Mexico, with an estimated completion date of April 18, 2019. Fiscal 2016 military construction funds in the amount of $20,973,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-17-D-0011).  (Awarded Sept. 30, 2017)

 

Show-Me Power Electric Cooperative, Marshfield, Missouri, has been awarded a $17,000,000 firm-fixed-price contract for the full electrical requirements of Fort Leonard Wood, Missouri. One bid was solicited with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. Mission Installation Contracting Command, Fort Leonard Wood, Missouri, is the contracting activity (W911S7-17-D-0205).  (Awarded Sept. 30, 2017)

 

Kirlin Builders LLC, Rockville, Maryland, has been awarded a $13,895,436 firm-fixed-price contract to design, repair and renew the Same Day Surgery and Family Care Unit Departments in Building 302 of the Winn Army Community Hospital in Fort Stewart, Georgia. Seven bids were solicited with four received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of March 30, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $13,895,436 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0633).  (Awarded Sept. 30, 2017)

 

J&J Maintenance Inc., Austin, Texas, has been awarded a $12,962,667 firm-fixed-price contract to replace older and obsolete electrical distribution equipment in Buildings 9 and 10 at the Walter Reed National Military Medical Center. Seven bids were solicited with three received. Work will be performed in Bethesda, Maryland, with an estimated completion date of Aug. 4, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $12,962,667 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0812).  (Awarded Sept. 30, 2017)

 

Coastal Design and Construction Inc.,* Gloucester, Virginia, has been awarded a $10,121,889 firm-fixed-price contract for dyke marsh wetland restoration and stabilization in Alexandria, Virginia. Bids were solicited via the Internet with two received. Work will be performed in Alexandria, Virginia, with an estimated completion date of March 29, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $10,121,889 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-17-C-0053).  (Awarded Sept. 30, 2017)

 

Mayflower Communications Co. Inc.,* Bedford, Massachusetts, has been awarded a $10,074,781 cost-plus-fixed-fee contract for non-recurring engineering and fabrication of production representative articles for the multi-platform anti-jam global positioning system navigation antenna, as well as the federated and integrated systems. One bid was solicited with one received. Work will be performed in Bedford, Massachusetts, with an estimated completion date of Oct. 1, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $778,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-17-C-0200).  (Awarded Sept. 30, 2017)

 

Crosman Corp., Bloomfield, New York, has been awarded a $9,504,764 firm-fixed-price contract to supply air rifles and accessories in support of the Army Junior Reserve Officers’ Training Corps marksmanship competitions. Bids were solicited via the Internet with one received. Work will be performed in Bloomfield, New York with an estimated completion date of Aug. 31, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $9,504,764 were obligated at the time of the award. Mission Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D-17-C-0026).  (Awarded Sept. 30, 2017)

 

Great Lakes Dredge and Dock Company LLC, Oak Brook, Illinois, has been awarded a $9,194,855 firm-fixed-price contract for maintenance dredging for the Inland Waterway, Delaware River to Chesapeake Bay. Bids were solicited via the Internet with three received. Work will be performed in Chesapeake Bay, Maryland, with an estimated completion date of Feb. 28, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $9,194,855 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C0041).  (Awarded Sept. 30, 2017)

 

AIR FORCE

 

DynCorp International LLC, Fort Worth, Texas, has been awarded a $64,110,387 modification (P00009) for Air Forces Central Command war reserve materiel.  Work will be performed at Shaw Air Force Base, South Carolina; Kuwait; Oman; Qatar; and United Arab Emirates, and is expected to be completed by Sept. 30, 2018.  Fiscal 2018 operations and maintenance funds are being obligated at the time of award.  Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-17-C-0005).  (Awarded Oct. 1, 2017)

 

COLSA Corp., Huntsville, Alabama, has been awarded a $56,190,669 modification (P00023) for technical and management advisory services command, control, communications, computer, intelligence, surveillance and reconnaissance and cyber support.  The contractor will provide additional research, development, test and evaluation, and acquisition support services.  Work will be performed at Eglin Air Force Base, Florida; Hanscom Air Force Base, Massachusetts; Gunter Annex, Alabama; Patrick Air Force Base, Florida; Edwards Air Force Base, California; Scott Air Force Base, Illinois; Robins Air Force Base, Georgia; Beale Air Force Base, California; Hill Air Force Base, Utah; Langley Air Force Base, Virginia; and San Antonio, Texas, and is expected to be completed by Sept. 30 2018.  This modification includes foreign military sales support.  Fiscal 2018 research, development, production, operations, and maintenance funds in the amount of $14,141,221 are being obligated at time of award.  Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-F-0031). 

 

CAE USA Inc., Tampa, Florida, has been awarded a $42,910,414 firm-fixed-price modification (P00053) for the MQ-1 and aircrew training and courseware development contract.  Work will be performed at Creech Air Force Base, Nevada; Holloman Air Force Base, New Mexico; March Air Reserve Base, California; and Hancock Air National Guard Base, New York, and is expected to be completed by Sept. 30, 2018.  Fiscal 2018 operations and maintenance funds are being obligated at the time of award.  Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-13-C-0104).

 

QuantiTech, Inc., Huntsville, Alabama, has been awarded a $39,557,675 modification (P00045) for technical and management advisory services range support.  The contractor will provide additional diverse research, development, test, evaluation, and acquisition support services.  Work will be performed at Eglin Air Force Base, Florida; Arnold Air Force Base, Tennessee; Holloman Air Force Base, New Mexico; Hill Air Force Base, Utah; Wright-Patterson Air Force Base, Ohio; Joint Base Pearl Harbor-Hickam, Hawaii; and Eielson Air Force Base, Alaska, and is expected to be completed by Sept. 30, 2018.  Fiscal 2017 and 2018 research, development, production, operations, and maintenance funds in the amount of $8,416,813 are being obligated at time of award.  Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-F-0034).

 

Torch Technologies Inc., Huntsville, Alabama, has been awarded a $34,628,375 modification (P00037) for technical and management advisory services armament support.  The contractor will provide additional diverse research, development, test and evaluation, and acquisition support services.  Work will be performed at Eglin Air Force Base, Florida; Kirkland Air Force Base, New Mexico; and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 30, 2018.  Fiscal 2017 and 2018 research, development, production, operations, and maintenance funds in the amount of $6,165,187 are being obligated at time of award.  Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-F-0030).

 

Bevilacqua Research Corp., Huntsville, Alabama, has been awarded a $31,176,259 modification (P00034) for technical and management advisory services platforms support.  The contractor will provide additional diverse research, development, test and evaluation, and acquisition support services.  Work will be performed at Eglin Air Force Base, Florida; Duke Field, Florida; Hurlburt Field, Florida; Nellis Air Force Base, Nevada; Tinker Air Force Base, Oklahoma; and Edwards Air Force Base, California, and is expected to be completed by Sept. 30 2018.  Fiscal 2017 and 2018 research, development, procurement, operations, and maintenance funds in the amount of $5,682,995 are being obligated at time of award.  Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-16-F-0033).

 

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $27,689,184 firm-fixed-price modification (P00165) for logistics support of the T-1A aircraft.  Services include contractor-operated maintained supply, over and above, on-equipment maintenance, data and field service representatives.  Work will be performed at Vance Air Force Base, Oklahoma; Columbus Air Force Base, Mississippi; Laughlin Air Force Base, Texas; Joint Base San Antonio-Randolph, Texas; Pensacola Naval Air Station, Florida, and is expected to be completed by Jan. 31, 2018.  Fiscal 2018 operations and maintenance funds in the amount of $27,689,184 are being obligated at time of award.  Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-09-C-0001).  (Awarded Oct. 1, 2017)

 

L-3 Communication Vertex Aerospace, Madison, Mississippi, has been awarded a $26,816,547 indefinite-delivery/indefinite-quantity contract for the repair of 16 T-1A hail damaged aircraft.  Work will be performed in Waco, Texas; and Madison, Mississippi, and is expected to be completed by Sept. 30, 2018.  Fiscal 2018 operations and maintenance funds are being obligated at time of the award.  Air Force Life Cycle Management, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-18-D-0001).

 

The Pacific Architects & Engineers Inc., Marlton, New Jersey, has been awarded a $22,249,700 modification (A00121) on an existing firmfixedprice contract for civil engineer services.  The contractor shall provide all labor, supplies, materials, parts, supervision, and other items or services necessary to perform the management and operation of the base operating support services.  Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Lake Texoma, Texas, and is expected to be completed by Sept. 30, 2018.  Fiscal 2018 operations and maintenance funds in the amount of $5,562,425 will be obligated at time of award.  The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA300209C0003).  (Awarded Oct. 1, 2017)

 

Telecommunication Support Services Inc., Melbourne, Florida, has been awarded a $9,338,299 firm-fixed-price modification (P00035) to previously awarded contract for mobile air surveillance system technical support.  The contract modification provides for operations and support at the Joint Interagency Task Force South satellite communications facility in Key West, Florida, and mobile air surveillance system mission support activities throughout U.S. Southern Command area of responsibility, primarily in Colombia.  Work will be performed at multiple locations and is expected to be completed by Sept. 30, 2018.  Fiscal 2018 operations and maintenance funds in the amount of $3,677,828 are being obligated at time of award.  Headquarters Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-14-C-0013).

 

BGI LLC, Akron, Ohio, has been awarded a $7,645,968 firm-fixed-price modification (P00043) for aircrafts EC-130H and A-10 aircrew training and courseware development.  Work will be performed at Davis-Monthan Air Force Base, Arizona; and Moody Air Force Base, Georgia, and is expected to be completed by Sept. 30, 2018.  Fiscal 2018 operations and maintenance funds in the amount of $7,645,968 are being obligated at time of award. Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-13-C-0008).

 

DEFENSE INTELLIGENCE AGENCY

 

Global Professional Solutions Inc., Alexandria, Virginia, has been awarded a base year plus four option-years labor hour contract (HHM402-17-C-0087) with a ceiling of $18,269,816 to provide Security, Executive, Logistics, Facility, and Financial support services for the Defense Intelligence Agency’s (DIA) National Media Exploitation Center located in Bethesda, Maryland. Through this award, DIA will procure services for program management support, contract financial management support, logistics support, facility management support, security support, foreign disclosure support, engagement support, mission staff support, and executive support services. Work will be performed in the national capital region with an expected completion date of Sept. 28, 2022. Fiscal 2017 operations and maintenance funds in the amount of $2,930,759 are being obligated at time of award. This contract has been awarded through a 100 percent small business set-aside completion and nine offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

 

Cloud Lake Technology LLC, Herndon, Virginia, has been awarded a labor hour contract (HMM402-17-C-0109) with a value of $16, 814,130 to provide management and analytic support to the Defense Intelligence Agency (DIA) Insider Threat Group (ITG), which serves as the Hub of DIA’s Insider Threat Program. The ITG identifies anomalous behavior indicative of an insider threat and works with other DIA elements to mitigate the threat. Work will be performed in the national capital region with an expected completion date of May 30, 2022. Fiscal 2017 operations and maintenance funds in the amount of $1,537,239 are being obligated at time of award. This contract has been awarded through a 100 percent small business set-aside in accordance with Federal Acquisition Regulation part 12.300. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.  (Awarded Sept. 29, 2017)

 

DEFENSE LOGISTICS AGENCY

 

CORRECTION: The contract announced on Sept. 29, 2017, for Rockwell Collins Inc., Cedar Rapids, Iowa (SPRWA1-17-D-0007), for $40,000,000 was not awarded. A new award date will be announced if the contract is awarded.

 

*Small business