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 Some of the information contained within may be outdated and links may not function.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 July 30, 2018

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Co., San Antonio, Texas (SPE602-18-D-0498, $317,458,602); Par Hawaii Refining LLC,* Houston, Texas (SPE602-18-D-0492, $222,637,602); Phillips 66 Co., Houston, Texas (SPE602-18-D-0496, $204,489,757); Tesoro Refining and Marketing, San Antonio, Texas (SPE602-18-D-0493, $195,027,105); Western Refining Co., El Paso, Texas (SPE602-18-D-0491, $128,132,466); U.S. Oil & Refining Co.,* Tacoma, Washington (SPE602-18-D-0489, $113,073,167); AltAir Paramount LLC,* Paramount, California (SPE602-18-D-0490, $103,248,000); Petro Star Inc.,* Anchorage, Alaska (SPE602-18-D-0501, $98,916,076); Equilon Enterprises, Houston, Texas (SPE602-18-D-0499, $96,956,942); BP West Coast Products, Blaine, Washington (SPE602-18-D-0500, $93,550,968); Sinclair Corp.,* Salt Lake City, Utah (SPE602-18-D-0495, $23,737,540); Chevron Americas Products, San Ramon, California (SPE602-18-D-0494, $22,648,737); Wyoming Refining,* Rapid City, South Dakota (SPE602-18-D-0502, $20,961,343); and Epic Aviation,* Salem, Oregon (SPE602-18-D-0498, $19,150,929); have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-18-R-0702 for various types of fuel. These were competitive acquisitions with 28 offers received. These are one-year contracts with a 30-day carryover period. Locations of performance are Alaska, California, Wyoming, Texas, Washington, Hawaii, New Mexico, Utah, Arizona, Colorado, Nevada, Montana, Idaho, South Dakota and Oregon with an Oct. 30, 2019, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY

Aerojet Rocketdyne, Canoga Park, California (N66604-18-D-C801); Alion Science and Technology, Burr Ridge, Illinois (N66604-18-D-C802); AMERICAN Systems, Chantilly, Virginia (N66604-18-D-C803); BAE Systems Electronic Systems, Nashua, New Hampshire (N66604-18-D-C804); The Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (N66604-18-D-C806); DRS Power Technology, Fitchburg, Massachusetts (N66604-18-D-C807); General Atomics, San Diego, California (N66604-18-D-C808); General Dynamics One Source, Fairfax, Virginia (N66604-18-D-C809); Hamilton Sundstrand (UTC Aerospace); Windsor Locks, Connecticut (N66604-18-D-C810); Huntington-Ingalls (AMSEC); Virginia Beach, Virginia (N66604-18-D-C811); Hydroid Inc., Pocasset, Massachusetts (N66604-18-D-C812); L-3 Technologies, Northampton, Massachusetts (N66604-18-D-C814); Lockheed Martin, Riviera Beach, Florida (N66604-18-D-C815); MOOG, Elma, New York (N66604-18-D-C816); Northrop Grumman, Annapolis, Maryland (N66604-18-D-C817); Oceaneering, Hanover, Maryland (N66604-18-D-C818); Raytheon Co., Tewksbury, Massachusetts (N66604-18-D-C819); Rite Solutions,* Pawcatuck, Connecticut (N66604-18-D-C820); Science Applications International Corp. (SAIC), Reston, Virginia (N66604-18-D-C822); Systems Engineering Associates Corp.* (SEA CORP); Middletown, Rhode Island (N66604-18-D-C823); Southwest Research Institute, San Antonio, Texas (N66604-18-D-C825); Teledyne Brown Engineering, Huntsville, Alabama (N66604-18-D-C826); and Woods Hole Oceanographic Institute, Woods Hole, Massachusetts (N66604-18-D-C828), are being awarded a combined $561,160,000 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract to support research and development for the procurement of materials and services used to develop, build, fabricate and support the Unmanned Undersea Vehicle Family of Systems. This contract includes options which, if exercised, would bring the cumulative value of these contracts to $794,530,000.  Each task order will be competed amongst the contract holders, and locations will be dependent upon each awarded task order.  Work is expected to be completed by July 2023.  Fiscal 2017 and 2018 research, development, test and evaluation funding in the amount of $57,500 ($2,500 minimum guarantee per contract) will be obligated at time of award.  Funding in the amount of $10,000 will expire at the end of the current fiscal year.  These contracts were competitively procured via the Federal Business Opportunities website, with 28 offers received. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity.

Deloitte Consulting LLP, Arlington, Virginia (N00189-18-D-Z056); Accenture Federal Services LLC, Arlington, Virginia (N00189-18-D-Z057); Universal Consulting Services Inc., Fairfax, Virginia (N00189-18-D-Z058); Booz Allen Hamilton, McLean, Virginia (N00189-18-D-Z059); and Cape Fox Federal Integrators,* Manassas, Virginia (N00189-18-D-Z060), are awarded an estimated $74,470,099 multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide contractor support of policy development, decision making, and management and administration in the functional areas of health management, logistics, and operational support to the programs within the Readiness and Health Directorate of the Bureau of Medicine and Surgery. The contracts will run concurrently and will include a 60-month ordering period with no option periods. The ordering period of the contract is expected to be completed by July 2023. Work will be performed at various contractor locations throughout the U.S. (85 percent) and percentage of work at each of those locations cannot be determined at this time. Work will also be performed at government facilities in Falls Church, Virginia (15 percent). Fiscal 2018 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated ($20,000 on each of the five contracts to fund the contracts’ minimum amounts) and funds will expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with twelve offers received.  Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

Clark Blinderman JV, Bethesda, Maryland, is awarded a $60,503,600 firm-fixed-price contract for construction of unaccompanied housing at Naval Station Great Lakes.  The work to be performed provides for the design and construction of a multi-story masonry and concrete housing complex.  Work will be performed in Great Lakes, Illinois, and is expected to be completed by August 2020.  Fiscal 2014 military construction (Navy) contract funds in the amount of $60,503,600 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with eight proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-8707).

Raytheon Co., Goleta, California, is awarded a not-to-exceed $34,603,209 undefinitized contract action to provide for non-recurring production start-up and non-recurring engineering for the F/A-18 CD-108B/ALE-50(V) Control, Dispenser, Decoy, Countermeasures Integrated Multi-Platform Launch Controller (IMPLC) Lot 13 full-rate production for the government of Kuwait, including the procurement of 38 IMPLCs.  In addition, this contract provides for the induction and repair of IMPLC assets, in support of the Navy.  Work will be performed in Goleta, California (50 percent); Forest, Mississippi (35 percent); and Andover, Massachusetts (15 percent), and is expected to be completed in March 2021.  Fiscal 2018 aircraft procurement (Navy); and foreign military sales funds in the amount of $12,558,940 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 10 U.S. Code 2304(c)(1).  This contract combines purchase for the Navy ($2,567,000; 7.5 percent); and the government of Kuwait ($32,036,209; 92.5 percent) under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1055).

L-3 Chesapeake Sciences Corp., Millersville, Maryland, is awarded a $27,571,496 modification to previously awarded contract (N00024-16-C-6251) to exercise options for the production of TB-29X towed arrays. Work will be performed in Liverpool, New York (46 percent); Millersville, Maryland (35 percent); and Ashaway, Rhode Island (19 percent), and is expected to be completed by November 2019.  Fiscal 2018 other procurement (Navy) funding in the amount of $27,571,496 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 – National Steel and Shipbuilding Co. Norfolk, Virginia, is awarded a $13,748,285 modification under previously awarded contract (N00024-18-C-4429) for the execution of USS Mesa Verde (LPD 19) Docking Phased Maintenance Availability. This effort shall provide for repair of engine casualties as well as maintenance.  Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2020.  Fiscal 2018 operations and maintenance (Navy) funding in the amount of $13,748,285 will be obligated at time of award and will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity

Carothers Construction Inc., Oxford, Mississippi, is awarded $11,355,975 for firm-fixed-price task order N6945018F0878 under a previously awarded multiple award construction contract (N69450-14-D-1266) to restore airfield lighting system and electrical infrastructure at Naval Air Station Joint Reserve Base Fort Worth.  The work includes replacing all airfield lighting and cabling, upgrading the existing precision approach lighting system on the south end of runway and some electrical infrastructure upgrades within the airfield electrical vault.  Also included in this project are some airfield signage and some runway overrun reconstruction.  The contractor shall provide the labor, supervision, engineering materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal.  Work will be performed in Fort Worth, Texas, and is expected to be completed by July 2019.  Fiscal 2018 operations and maintenance (Navy) contract funds in the amount of $11,355,975 are obligated on this award and will expire at the end of the current fiscal year.  Two proposals were received for this task order.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. 

General Electric Co., General Electric Aircraft Engines, Lynn, Massachusetts, is awarded $10,594,000 firm-fixed-price-advance acquisition contract for long-lead materials items for the full-rate production of Lot 23 F414-GE-400 engines in support of the F/A-18E/F and EA-18G aircraft.  Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2019.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $10,594,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-18-C-1061).

Carleton Life Support Systems Inc., Davenport, Iowa, is awarded a $10,450,000 three-year long-term contract for repair of 11 items under the Oxygen Concentrator System program. Work will be performed in Davenport, Iowa, and work is expected to be completed by August 2021. Annual working capital funds (Navy) will be obligated as individual task orders are issued and funds will not expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1) and Federal Acquisition Regulation 6.302-1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-18-D-PE01).

Wood Environment & Infrastructure Solutions, Blue Bell, Pennsylvania, is awarded a $9,546,608 firm-fixed-price modification to decrease the value of the contract for the cleaning, inspecting, and repair of Tanks A-4 and A-12 at Defense Fuel Storage Point (DFSP) Akasaki.  After award of this modification, the total cumulative contract value will be $5,460,637.  The work to be performed provides for cleaning, inspection and repair of fuel storage tanks at DFSP Akasaki, Japan, to support the ongoing operational requirements of the Navy.  Akasaki Tank A-4 is used to store F-76 with nominal capacity of 140,000 barrels.  Akasaki Tank A-12 is used to store JP-5 with nominal capacity of 340,000 barrels.  Work on Tank A-12 is being removed from the task order because the tank must remain in service until fiscal year 2022.  Work will be performed in Akasaki, Japan, and is expected to be completed by August 2018.  Fiscal 2016 defense working capital (Defense Logistics Agency) contract funds in the amount of $9,546,608 are de-obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Command, Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-15-D-1629).

 

Rockwell Collins Government Systems, Cedar Rapids, Iowa, is awarded $9,321,976 for firm-fixed-price delivery order N0042118F0891 against a previously issued basic ordering agreement (N00421-17-G-0003).  This delivery order provides for the Modern Transmission Security and Tactical Secure Voice Suite B, Cryptographic Equipment Application integration for the ARC-210 RT-1939A(C), RT-1990A(C) and RT-2036(C) radios in support of multiple aircraft platforms.  Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in January 2022.  Fiscal 2018 research, development, test and evaluation (Navy) funds in the amount of $9,321,976 will be obligated at time of award, none of which will expire at the end of the fiscal year.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $8,836,124 cost-plus-incentive-fee modification to previously awarded contract (N00024-09-C-6247) for Navy equipment and engineering services. This modification includes options which, if exercised, would bring the cumulative value of this modification to $13,254,186. Work will be performed in Manassas, Virginia (66 percent); Chantilly, Virginia (18 percent); Marion, Massachusetts (10 percent); and Newport, Rhode Island (6 percent), and is expected to be completed by July 2020.  Fiscal 2016 and 2018 other procurement (Navy), and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $8,836,124 will be obligated at time of award, and $295,000 will expire at the end of the fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $7,997,406 firm-fixed-price modification under previously awarded contract (N00024-18-C-2327) to exercise options for Guided Missile Frigate (FFG(X)) Conceptual Design.  This modification is for additional Guided Missile Frigate (FFG(X)) Conceptual Design efforts.  Huntington Ingalls Inc. will be maturing their proposed ship design to meet the FFG(X) System Specification. The Conceptual Design effort will inform the final specifications that will be used for the Detail Design and Construction Request for Proposal that will deliver the required capability for FFG(X).  The conceptual design phase will reduce cost, schedule, and performance risk for the follow-on Detail Design & Construction contract.  Work will be performed in Pascagoula, Mississippi (95 percent); and Ocean Springs, Mississippi (5 percent), and is expected to be completed by June 2019. Naval Sea Systems Command (NAVSEA) is exercising contract options for this same scope of work with each of the five companies awarded conceptual design contracts for the FFG(X) program, however, two of the five contract options do not exceed the $7 million threshold for a separate announcement (see Defense Federal Acquisition Regulation Supplement 205.303(a)(i)). The complete list of companies to be awarded contract options on their respective contracts for this scope include: Austal USA LLC (Austal), Mobile, Alabama - $6,399,053; General Dynamics Bath Iron Works, Bath, Maine - $7,950,000; Huntington Ingalls Inc., Pascagoula, Mississippi - $7,997,406; Lockheed Martin Inc., Baltimore, Maryland - $6,972,741; and Marinette Marine Corp., doing business as Fincantieri Marinette Marine, Marinette, Wisconsin - $7,982,991. Fiscal 2018 research, development, test and evaluation (Navy), funding in the amount of $2,600,000 will be obligated at time of option exercise 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.

Marinette Marine Corp., doing business as Fincantieri Marinette Marine, Marinette, Wisconsin, is awarded a $7,982,991 firm-fixed-price modification under previously awarded contract (N00024-18-C-2328) to exercise options for Guided Missile Frigate (FFG(X)) Conceptual Design.  This modification is for additional Guided Missile Frigate (FFG(X)) Conceptual Design efforts.  Fincantieri Marinette Marine will be maturing their proposed ship design to meet the FFG(X) System Specification.  The Conceptual Design effort will inform the final specifications that will be used for the Detail Design and Construction Request for Proposal that will deliver the required capability for FFG(X). The conceptual design phase will reduce cost, schedule, and performance risk for the follow-on Detail Design & Construction contract.  Work will be performed in Arlington, Virginia (40 percent); Marinette, Wisconsin (25 percent); Moorestown, New Jersey (18 percent); Iron Mountain, Michigan (7 percent); Crozet, Virginia (5 percent); and Metairie, Louisiana (5 percent), and is expected to be complete by June 2019. Naval Sea Systems Command is exercising contract options for this same scope of work with each of the five companies awarded conceptual design contracts for the FFG(X) program, however, two of the five contract options do not exceed the $7 million threshold for a separate announcement (see Defense Federal Acquisition Regulation Supplement 205.303(a)(i)).  The complete list of companies to be awarded contract options on their respective contracts for this scope include: Austal USA LLC (Austal), Mobile, Alabama - $6,399,053; General Dynamics Bath Iron Works, Bath, Maine - $7,950,000; Huntington Ingalls Inc., Pascagoula, Mississippi - $7,997,406; Lockheed Martin Inc., Baltimore, Maryland - $6,972,741; Marinette Marine Corp., doing business as Fincantieri Marinette Marine, Marinette, Wisconsin - $7,982,991. Fiscal 2018 research, development, test and evaluation (Navy), funding in the amount of $2,600,000 will be obligated at time of option exercise 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 Bath Iron Works, Bath, Maine, is awarded a $7,950,000 firm-fixed-price modification under previously awarded contract (N00024-18-C-2326) to exercise options for Guided Missile Frigate (FFG(X)) Conceptual Design.  This modification is for additional Guided Missile Frigate (FFG(X)) Conceptual Design efforts.  General Dynamics Bath Iron Works will be maturing their proposed ship design to meet the FFG(X) System Specification. The Conceptual Design effort will inform the final specifications that will be used for the Detail Design and Construction Request for Proposal that will deliver the required capability for FFG(X).  The conceptual design phase will reduce cost, schedule, and performance risk for the follow-on Detail Design & Construction contract.  Work will be performed in Bath, Maine (81 percent); Spain (10 percent); and Portsmouth, Rhode Island (9 percent), and is expected to be completed by June 2019.  Naval Sea Systems Command is exercising contract options for this same scope of work with each of the five companies awarded conceptual design contracts for the FFG(X) program, however, two of the five contract options do not exceed the $7 million threshold for a separate announcement (see Defense Federal Acquisition Regulation Supplement 205.303(a)(i)).  The complete list of companies to be awarded contract options on their respective contracts for this scope include: Austal USA LLC (Austal), Mobile, Alabama - $6,399,053; General Dynamics Bath Iron Works, Bath, Maine - $7,950,000; Huntington Ingalls Inc., Pascagoula, Mississippi - $7,997,406; Lockheed Martin Inc., Baltimore, Maryland - $6,972,741; Marinette Marine Corp., doing business as Fincantieri Marinette Marine, Marinette, Wisconsin - $7,982,991. Fiscal 2018 research, development, test and evaluation (Navy), funding in the amount of $2,600,000 will be obligated at time of option exercise 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. 

AIR FORCE 

University of Dayton Research Institute, Dayton, Ohio; and Engineering and Software System Solutions Inc., San Diego, California, have been awarded a $96,000,000 firm-fixed and cost-plus indefinite-delivery/indefinite-quantity contract for landing systems engineering services. The contracts provide engineering services to: (a) ensure mission safety; (b) improve system life cycle cost; (c) improve operational capability and performance; (d) improve sustainment including maintainability and support; and (e) improve environmental safety and friendliness.  Work will be performed in Clearfield, Utah, and is expected to be completed July 22, 2029. The awards are the result of a competitive acquisition and the solicitation was posted to the Federal Business Opportunities website, with two offers were received.  Fiscal 2018 depot maintenance activity group funds in the amount of $1,000 are being obligated at the time of award. Air Force Material Command, Hill Air Force Base, Utah, is the contracting activity (FA8203-18-D-0003; FA8203-18-D-0004).

Radiance Technologies Inc., Huntsville, Alabama, has been awarded a $19,776,547, cost-plus-fixed-fee completion contract for Small Business Cyber Security Operations Center (SB-CSOC). The scope of this effort is the development of a SB-CSOC capability.  Unlike private security operations centers or managed security services providers, the SB-CSOC will provide direct integration with state and federal organizations and cyber mission forces, enabling small businesses to adopt best-of-breed cybersecurity strategies (such as those based on the National Institute of Standards and Technology Cybersecurity Framework). Work will be performed in Baton Rouge, Louisiana, and is expected to be completed by July 29, 2021. This award is the result of a competitive acquisition, offers were solicited electronically via an open broad agency announcement and two offers were received. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-18-C-0048).

Tecolote Research Inc., El Segundo, California; Kirtland Air Force Base, New Mexico; and Los Angeles AFB, California, has been awarded a $10,021,725, cost-plus-fixed-fee contract for acquisition and financial support. Work will be performed at Kirtland AFB, New Mexico; and Los Angeles AFB, California, and is expected to be completed by Aug. 31, 2019, for the basic year and Aug. 31, 2023, for the four option years, plus Feb. 28, 2024, for the six-month extension. This award is the result of a competitive acquisition and two offers were received. Fiscal research and development funds in the amount of $5,000,000 are being obligated at the time of award. Space and Missile Systems Center, Kirtland AFB, New Mexico, is the contracting activity (FA8818-18-F0008).

Raytheon Co., McKinney, Texas, has been awarded a $10,021,695 cost-plus-fixed-fee contract for DAS-4 enhancements. This contract provides the following capabilities:  high-definition short-wave infrared camera with integrated laser pulse repetition frequency identification, electro-optic counter measures, and the two-color laser system.  Work will be performed in McKinney, Texas, and is expected to completed by Nov. 30, 2019.  This award is the result of a sole-source acquisition.  Fiscal year 2017 research, development, test, and evaluation funds in the amount of $3,320,697; and fiscal year 2018 research, development, test, and evaluation funds in the amount of $6,700,998 are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-C-2008).

The Victor Group, San Antonio, Texas, has been awarded a $9,505,102 firm-fixed price contract for Healthcare Aseptic Management Services. The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the U.S. Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document. Work will be performed at Andrews Air Force Base, Maryland; Bolling AFB, Maryland; Dover AFB, Delaware; Minot AFB, North Dakota; Grand Forks AFB, North Dakota; Hanscom AFB, Massachusetts; Langley AFB, Virginia; Scott AFB, Illinois; Seymour-Johnson AFB, North Carolina; Whiteman AFB, Missouri; and Wright-Patterson AFB, Ohio. The awards include a transition period from Aug. 16, 2018 - Sept. 30, 2018, funded with fiscal year 2018 operations and maintenance funds. A base-year period, plus four option periods will follow the transition period from Oct 1, 2018 - Sept. 30, 2023. The base period will be funded incrementally using fiscal year 2019 operations and maintenance funds. This award is the result of a competitive, small business set-aside acquisition. Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8052-18-C-0010).

Titan Facility Services, Gilbert, Arizona, has been awarded a $9,394,235 firm-fixed price contract for Healthcare Aseptic Management Services. The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the U.S. Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document. Work will be performed at Altus Air Force Base, Oklahoma; Vance AFB, Oklahoma; Tinker AFB, Oklahoma; Barksdale AFB, Louisiana; Columbus AFB, Mississippi; Eglin AFB, Florida; Hurlburt Field, Florida; MacDill AFB, Florida; Patrick AFB, Florida; Tyndall AFB, Florida; Keesler, Little Rock AFB, Arkansas; Moody AFB, Georgia; Robins AFB, Georgia; Charleston AFB, South Carolina; and Shaw AFB, South Carolina. The awards include a transition period from Aug. 16, 2018 - Sept. 30, 2018, funded with fiscal 2018 operations and maintenance funds. A base-year period plus four, one-year-option periods will follow the transition period from Oct. 1, 2018 - Sept. 30, 2023. The base period will be funded incrementally using fiscal year 2019 operations and maintenance funds. This award is the result of a competitive, small business set-aside acquisition. Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8052-18-C-0009).

Main Building Maintenance Inc., San Antonio, has been awarded a $9,028,992 firm-fixed price contract, for Healthcare Aseptic Management Services. The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the U.S. Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document. Work will be performed at the Air Force Academy, Colorado; Buckley Air Force Base, Colorado; Peterson AFB, Colorado; Schreiver AFB, Colorado; Beale AFB, California; Eielson AFB, Alaska; Elmendorf AFB, Alaska; Fairchild AFB, Alaska; Ellsworth AFB, South Dakota; FE Warren AFB, Wyoming; Hill AFB, Utah; Malstrom AFB, Montana; McConnel AFB, Kansas; Mountain Home AFB, Idaho; Nellis AFB, Nevada; and Offut AFB, Nebraska. The awards include a transition period from Aug. 16, 2018 - Sept. 30, 2018, funded with fiscal year 2018 operations and maintenance funds. A base-year period, plus four option periods will follow the transition period from Oct. 1, 2018 - Sept. 30, 2023. The base period will be funded incrementally using fiscal year 2019 operations and maintenance funds. This award is the result of a competitive, small business set-aside acquisition. Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8052-18-C-0006).

Shell Soft JV, Fairfax, Virginia, has been awarded a $7,377,308 firm-fixed price contract for Healthcare Aseptic Management Services. The contract provides for medical aseptic housekeeping, waste management, and linen management. These services constitute the enterprise-level Healthcare Aseptic Management Services requirement for the U.S. Air Force Medical Service as directed by the Healthcare Aseptic Management Services Requirement Approval Document. Work will be performed at Cannon Air Force Base, New Mexico; Holloman AFB, New Mexico; Kirtland AFB, New Mexico; Davis-Monthan AFB, Arizona; Luke AFB, Arizona; Dyess AFB, Texas; Goodfellow AFB, Texas; Laughlin AFB, Texas; Edwards AFB, California; Los Angeles AFB, California; Vandenberg AFB, California; JBSA San Antonio, Texas; and Sheppard AFB, Texas. The awards include a transition period from Aug. 16, 2018 – Sept. 30, 2018, funded with fiscal year 2018 operations and maintenance funds. A base-year period, plus four one-year-option periods will follow the transition period from Oct. 1, 2018 - Sept. 30, 2023. The base period will be funded incrementally using fiscal year 2019 operations and maintenance funds. This award is the result of a competitive, small business set-aside acquisition. Air Force Installation Contracting Agency, Joint Base San Antonio, Texas, is the contracting activity (FA8052-18-C-0008).

ARMY

Barnhill Contracting Co., Rocky Mount, North Carolina, was awarded a $95,000,000 firm-fixed-price contract for paving construction. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 29, 2023. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-D-4000).

The Logistics Company Inc.,* Fayetteville, North Carolina, was awarded a $50,886,642 time-and-materials contract for data collection support services. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-D-0014).

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, was awarded a $49,000,000 firm-fixed-price contract for the Modular Handgun Holster to be used with the Modular Handgun System M17 and M18 pistols. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 29, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-D-0223).

Inquip Associates Inc.,* McLean, Virginia, was awarded a $23,599,742 firm-fixed-price contract for levee improvement construction. Bids were solicited via the Internet with one received. Work will be performed in Sacramento, California, with an estimated completion date of June 30, 2030. Fiscal 2017 and 2018 general construction and non-federal sponsor funds in the combined amount of $23,599,742 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0022).

*Small business