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 Some of the information contained within may be outdated and links may not function.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 Sept. 14, 2018

ARMY

AM General LLC, South Bend, Indiana, was awarded a $562,478,542 hybrid (cost and firm-fixed-price) contract for the procurement of High Mobility Multipurpose Wheeled Vehicles ambulance. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of March 13, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-D-0084).

Kongsberg Defence & Aerospace AS (KDA), Kongsberg, Norway, was awarded a $498,289,506 firm-fixed-price contract for continued production, sustainment and engineering services for the M153 Common Remotely Operated Weapon Station. One bid was solicited via the internet with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2022. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0135).

A. Epstein and Sons International Inc., Chicago, Illinois, was awarded a $148,500,000 firm-fixed-price contract for general construction services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of June 18, 2020. U.S. Army Corps of Engineers, Wiesbaden, Germany, is the contracting activity (W912GB-18-D-0037).

Federal Prison Industries Inc., Washington, District of Columbia, was awarded a $110,231,607 firm-fixed-price contract for interceptor body armor and outer tactical vests. 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. 29, 2023. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-18-D-0020).

CCI Construction Services LLC, Anchorage, Alaska, was awarded a $60,000,000 firm-fixed-price contract for construction, labor, equipment, materials, supplies and parts to repair real property facilities and structures. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 29, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-18-D-0004).

Lockheed Martin Corp., Owego, New York, was awarded a $59,941,683 fixed-price-incentive domestic and foreign military sales (United Kingdom, Qatar, Saudi Arabia, and Republic of Korea) contract for the procurement of modernized-radar frequency interferometers, spares, sustainment hardware, and associated support functions. 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, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-18-D-0061).

General Dynamics – OTS Inc., Williston, Vermont, was awarded a $44,353,964 modification (P00100) to foreign military sales (Afghanistan, Nigeria, Australia, Lebanon and Philippines) contract W31P4Q-14-C-0154 to procure Hydra rockets. Work will be performed in Williston, Vermont, with an estimated completion date of March 31, 2021. Fiscal 2010, 2016, 2017 and 2018 other procurement, Army; foreign military sales; and Department of Defense funds in the combined amount of $44,353,964 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

H&L Contracting LLC,* Bay Shore, New York, was awarded a $34,705,673 firm-fixed-price contract for lateral expansion of Poplar Island. Bids were solicited via the internet with three received. Work will be performed in Talbot, Maryland, with an estimated completion date of May 20, 2020. Fiscal 2018 general civil construction funds in the amount of $34,705,673 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-C-0030).

Sauer Inc., Jacksonville, Florida, was awarded a $34,452,000 firm-fixed-price contract for barracks renovation (Buildings 2272 and 2277). Bids were solicited via the internet with 10 received. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of May 6, 2020. Fiscal 2018 military construction funds in the amount of $34,452,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-18-C-0074).

Navistar Defense, Lisle, Illinois, was awarded a $31,437,478 firm-fixed-price foreign military sales (Iraq) contract for procurement of 4x4 and 6x6 trucks. Bids were solicited via the internet with one received. Work will be performed in Lisle, Illinois, with an estimated completion date of Sept. 27, 2020. Fiscal 2018 operations and maintenance Army funds in the amount of $31,437,478 were obligated at the time of the award. U.S. Army Contracting Command, Warren Michigan, is the contracting activity (W56HZV-18-F-0106).

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $29,856,621 firm-fixed-price contract for Access Control Point. Bids were solicited via the internet with 11 received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Sept. 30, 2020. Fiscal 2014 and 2018 military construction funds in the amount of $29,856,621 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-18-C-3002).

Booz Allen Hamilton, McLean, Virginia, was awarded a $20,016,798 modification (P00005) to contract W912DY-17-F-0712 for professional engineering staff support. Work will be performed in Arlington, Virginia, with an estimated completion date of Oct. 1, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,748,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

AT&T Government Solutions, Oakton, Virginia, was awarded a $17,910,517 firm-fixed-price contract for the manufacture, production, and installation of Combat Trainer Data Subsystems, for the Combat Training Center - Instrumentation System Range Communication System. One bid was solicited with one bid received. Work will be performed in Fort Polk, Louisiana, with an estimated completion date of July 31, 2020. Fiscal 2018 other procurement, Army; and operations and maintenance Army funds in the amount of $17,910,517 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-18-C-0059).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $17,484,250 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 11, 2019. Fiscal 2018 operations and maintenance Army; and other funds in the amount of $17,484,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-18-C-0028).

Raytheon Technical Services Co. LLC, El Segundo, California, was awarded a $13,465,722 cost-plus-fixed-fee contract for Tube Launched Optically Tracked Wireless 2 Subsystem engineering services. One bid was solicited with one bid received. Work will be performed in El Segundo, California, with an estimated completion date of Sept. 30, 2021. Fiscal 2017 and 2018 other procurement, Army; and operations and maintenance Army funds in the combined amount of $3,027,314 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-18-C-0125).

Navistar Defense LLC, Lisle, Illinois, was awarded a $13,416,393 firm-fixed-price contract for cargo troop carriers, contractor spare parts, special tools, operator and maintenance training, and workshop repair manuals, laptop computer, and contractor publications. One bid was solicited with one bid received. Work will be performed in West Point, Mississippi, with an estimated completion date of March 4, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $13,416,393 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-18-C-0138).

Young's General Contracting Inc.,* Poplar Bluff, Missouri, was awarded a $9,863,432 firm-fixed-price contract for the construction of 17,400 linear feet of clay-lined earthen canal with levee embankments, 12 gravity-operated farmer offtakes, two concrete siphon structures, one pump type turnout structure, and associated grading and local drainage work. Bids were solicited via the internet with seven received. Work will be performed in Poplar Bluff, Missouri, with an estimated completion date of Feb. 12, 2021. Fiscal 2018 civil works funds in the amount of $9,863,432 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-18-C-0013).

Manson Construction Co., Washington, District of Columbia, was awarded a $9,792,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Kings Bay, Georgia, with an estimated completion date of March 31, 2019. Fiscal 2018 operations and maintenance Army funds in the amount of $9,792,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-18-C-0024).

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $9,746,243 modification (P00046) to contract W56HZV-16-C-0167 for system technical support services for the M109 family of vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Feb. 28, 2020. Fiscal 2018 other procurement, Army funds in the amount of $9,746,243 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Aerovironment Inc., Monrovia, California, was awarded an $8,868,341 firm-fixed-price contract for providing RQ-20B Puma AE II systems and support to Estonia. One bid was solicited with one bid received. Work will be performed in Monrovia, California, with an estimated completion date of March 24, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $8,868,341 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-C-0219).

DEFENSE INTELLIGENCE AGENCY 

AT&T, Columbia, Maryland (HHM402-18-D-0006); Booz Allen Hamilton Inc., McLean, Virginia (HHM402-18-D-0007); Harris Corp., Palm Bay, Florida (HHM402-18-D-0008); KeyW Corp., Hanover, Maryland (HHM402-18-D-0009); Leidos Inc., Chantilly, Virginia (HHM402-18-D-0010); Lockheed Martin Corp., Littleton, Colorado (HHM402-18-D-0011); Macaulay-Brown Inc., Dayton, Ohio (HHM402-18-D-0012); Northrop Grumman Systems Corp., Cincinnati, Ohio (HHM402-18-D-0013); and Southwest Research Institute, San Antonio, Texas (HHM402-18-D-0014), were awarded a five-year base plus five one-year option indefinite-delivery/indefinite-quantity (ID/IQ), multiple-award contract called HELIOS with a combined ceiling value of $500,000,000. Through this award, the Defense Intelligence Agency (DIA) will procure research, development, technical, and engineering services to support DIA Directorate for Science & Technology missions. Work will be performed at contractor facilities and at government facilities in the National Capital Region with a start date of Sept. 15, 2018 and an estimated completion date of Sept. 14, 2028. The HELIOS contract was awarded through a full and open solicitation and nine offers were received. Each company will receive a $10,000 minimum guarantee. Task Orders (TO) will be issued competitively under this ID/IQ, which will allow for the following TO contract types: firm-fixed-price; fixed-price, level of effort term; fixed-price incentive, includes firm and successive targets; fixed-price-award-fee; cost-plus-incentive-fee; cost-plus-award-fee; cost-plus-fixed-fee term and completion; and time-and-material, or labor hour lines. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

ES3 Primary Logistics Group Inc.,* San Diego, California, has been awarded a maximum $475,000,000 indefinite-delivery/indefinite-quantity contract for supplies in support of aircraft landing gear. This was a competitive acquisition with four responses received. This is a five-year base contract with one five-year option period. Location of performance is California, with a Sept.11, 2023, performance completion date. Using military service is Air Force. Types of appropriations are fiscal 2018 through 2023 Air Force working capital funds, and defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA1-18-D-0002).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $167,788,112 fixed-price incentive delivery order (SPRPA1-18-F-0LB8) against a five-year base contract (SPRPA1-14-D-002U) with one five-year option period for F/A-18 aircraft depot-level reparables. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Missouri, with a July 1, 2027, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2018 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Amports Inc., doing business as Atlantic Aviation Services,* Louisville, Kentucky, has been awarded a $16,676,897 fixed-price with economic-price-adjustment, requirements contract for aviation jet fuel. This was a competitive acquisition with 21 responses received. This is a four-year contract with a 31-day carryover. Location of performance is Kentucky, with an Aug. 31, 2022, 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 (SPE605-18-D-4032).

DCX-CHOL Enterprises Inc.,* Fort Wayne, Indiana, has been awarded a maximum $13,050,285 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Single Channel Ground and Airborne Radio System cable assemblies. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods.  Location of performance is Indiana, with a Sept. 13, 2023, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 through 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-18-D-0069).

Carter Industries Inc.,* Olive Hill, Kentucky, has been awarded a maximum $8,517,755 modification (P00025) exercising the third one-year option period of a one-year base contract (SPE1C1-15-D-1102) with three one-year option periods for various types of coveralls. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Kentucky and New York, with a Sept. 28, 2019, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2018 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

L3 Technologies, Salt Lake City, Utah, has been awarded a $7,736,715 firm-fixed-price contract for Triton spare parts. This is a two-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Utah, with a Sept. 28, 2020, performance completion date. Using military service is Navy. Type of appropriation is 2018 Navy aircraft procurement funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-18-C-Z10).

NAVY 

AMSEC LLC, Virginia Beach, Virginia (N64498-18-D-4017); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N64498-18-D-4018); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-18-D-4019); General Dynamics Information Technology Inc., Fairfax, Virginia (N64498-18-D-4020); and Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-18-D-4021), are awarded cost-plus-fixed fee, indefinite-delivery/indefinite-quantity multiple award contracts with firm-fixed-price ordering provisions for engineering and technical services to support the Naval Surface Warfare Center Philadelphia Division’s hull, mechanical and electrical modernization programs.  AMSEC LLC will receive $337,933,499; Delphinus Engineering Inc. will receive $356,681,184; Epsilon Systems Solutions Inc. will receive $385,896,145; General Dynamics Information Technology Inc. will receive $367,206,298; and Q.E.D. Systems Inc. will receive $360,558,151.  Work is expected to be performed at various Navy bases, shipyards, repair facilities and contractor facilities, both inside and outside the continental U.S. The work under this multiple-award contract will contain a five-year ordering period and is expected to be completed by September 2023. Fiscal 2018 operations and maintenance (Navy) funding in the total amount of $4,857,000 will be obligated at time of award and will expire at the end of the current fiscal year. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $1,400,000 will also be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with nine offers received.  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

Alloy Surfaces Co. Inc., Chester, Pennsylvania, is awarded a $94,000,000 maximum ordering value, three-year indefinite-delivery/indefinite-quantity contract with no option periods for the manufacture of MJU-66 decoy flares in support of the Air Expendable Countermeasures Program for the Advanced Tactical Aircraft Protection Systems Program Office. Work will be performed in Chester, Pennsylvania, and is expected to be completed by September 2021. Fiscal 2018 ammunition procurement (Air Force) funds; fiscal 2016 ammunition procurement (Air Force) funds; and fiscal 2016 ammunition procurement (Air Force) funds in the amount of $7,497,674 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This requirement was solicited on a full and open, unrestricted basis with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-18-D-PH01).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $88,029,912 for modification P00002 to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee, fixed-price-incentive-firm, firm-fixed-price contract (N0001918C1048).  This modification exercises an option for F-35 Lightning II low-rate initial production Lot XI support equipment for the Marine Corps.  Work will be performed in Orlando, Florida (31 percent); Redondo Beach, California (25 percent); Fort Worth, Texas (13 percent); Hartford, Connecticut (12 percent); Melbourne, Australia (8 percent); Rome, Italy (4 percent); Franklin, Ohio (4 percent); and Chatsworth, California (3 percent), and is expected to be completed in September 2022.  Fiscal 2016 and 2017 aircraft procurement (Marine Corps) funds in the amount of $88,029,912 will be obligated at time of award, $45,158,482 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Armtec Countermeasures Co., Coachella, California (N00104-18-D-PJ01) and Kilgore Flares Co. LLC, Toone, Tennessee (N00104-18-D-PK01), are awarded a maximum $48,600,000 combined ordering value, three-year, indefinite-delivery/indefinite-quantity contracts for the manufacture of MJU-61 A/B infrared countermeasure flares in support of the Airborne Expendable Countermeasure program within the Advanced Tactical Aircraft Protection Systems Program Office. Work will be performed at various contractor facilities in Camden, Arizona; Toone, Tennessee; and Lara, Australia, and percentage of work cannot be determined at this time. The ordering period of the contract is expected to be completed by September 2021. This effort combines purchases with fiscal 2017 ammunition procurement (Air Force) funds (57 percent); fiscal 2018 ammunition procurement (Air Force) funds (20 percent); fiscal 2018 ammunition procurement (Navy and Marine Corps) funds (17 percent); Korea (3 percent); fiscal 2016 ammunition procurement (Air Force) funds (2 percent); and other various foreign military sales (FMS) (1 percent) under the FMS program. Funds in the amount of $14,099,930 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. The requirement was solicited on a full and open, unrestricted basis, with two offers received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $32,850,000 modification under a previously awarded firm-fixed-price contract (N6238715C5405) to fund the third one-year option period. If all options are exercised the contract value will be $251,076,737. The option will continue to provide U.S. flagged Jones Act Tanker M/T Empire State for the transportation of petroleum product in support of the Defense Logistics Agency–Energy in accordance with the terms of the Charter.  The vessel is capable of deployment to worldwide locations.  The contract includes a one-year firm period of performance, three 1-year option periods and one 11-month final option period.  Work will be performed worldwide and is expected to be completed by Sept. 18, 2019.  Subject to availability of funds, fiscal 2019 working capital funds (Transportation) will be used to fund the option.  This contract was competitively procured via Federal Business Opportunities, with two offers received.  Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Boston Ship Repair LLC, Boston, Massachusetts, is being awarded a $17,422,472 firm, fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry docking of U.S. Naval Ships (USNS) Supply (T-AOE 6).  Work will include furnishing general services for the ship, collection holding tank, piping repairs, steering and rudder indicating checks, life raft certification docking and un-docking vessel, propeller clean and repair, propeller shaft wear down readings, replace rudder stock seal, underwater hull cleaning and painting, freeboard cleaning and flight deck nonskid renewal.  This contract includes options which, if exercised, would bring the total contract value to $20,679,266.  Work will be performed in Boston, Massachusetts, is expected to be completed by Jan. 13, 2019.  Fiscal 2019 Navy working capital funds in the amount of $20,679,266 are obligated and will not expire at the end of the current fiscal year. This contract was a small business set-aside, with more than three companies solicited via the Federal Business Opportunities website and received one offer.  Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220518C4251).

Wyle Laboratories Inc., Huntsville, Alabama, is being awarded a $21,907,000 modification (P00031) to a previously awarded cost-plus-fixed-fee contract (N00421-13-C-0032).  This modification exercises an option for support services aircrew to augment Naval Test Wing Atlantic/Pacific (NTWL/NTWP) squadrons to ensure completion of mission essential testing and evaluation of all NTWL/NTWP manned air vehicles.  Work will be performed at the Naval Air Station (NAS) Patuxent River, Maryland (94 percent); NAS Pt. Mugu, California (5 percent); and NAS China Lake, California (1 percent), and is expected to be completed in September 2019.  Fiscal 2018 aircraft procurement; working capital; research, development, test and evaluation; operations and maintenance (Navy), as well as foreign military sales funding in the amount of $11,717,770 will be obligated at time of award, $501,000 of which will expire at the end of the current fiscal year.  This option combines purchases for the Navy ($21,014,500; 96 percent); the governments of Germany ($556,000; 2.5 percent); Taiwan ($200,500.00; 0.9 percent); and Greece ($115,000; 0.5 percent); and Brazil ($21,000; 0.1 percent) under the Foreign Military Sales Act.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Schuyler Lines Navigation Co., * Annapolis, Maryland, is awarded a $16,425,000 firm-fixed-price contract for the Far East Tanker SLNC Goodwill. The vessel will be capable of carrying a minimum of 310,000 barrels of clean petroleum products within the vessel’s natural segregation in designated cargo tanks with double-valve isolation to be used in support in the Far East Region. This contract includes a 12-month base period, three 12-month option periods, and one 11-month option period, which, if exercised, would bring the cumulative value of this contract to $85,271,043.  Work will be performed at sea, starting Oct. 31, 2018, and is expected to be completed Oct. 30, 2019.  If all options are exercised, performance will continue through Aug. 31, 2023.  Working capital contract funds in the amount of $16,425,000 are obligated for fiscal 2019 and will not expire at the end of the fiscal year.  This was a full and open competition, with five offers received.  The Military Sealift Command is the contracting activity (N3220518C3518).

Gilbane Federal, Concord, California, is being awarded firm-fixed-price task order N6247318F5305 at $12,358,033 under an environmental multiple award contract for Parcel C radiological characterization at Hunters Point Naval Shipyard.  The work to be performed provides data to allow property transfer and support a radiological unrestricted release recommendation for the sanitary sewer and storm drain lines, impacted buildings and impacted former building sites in Parcel C in accordance with the performance work statement. Work will be performed in San Francisco, California, and is expected to be completed by September 2020.  Fiscal 2018 base realignment and closure environmental, (Navy) contract funds in the amount of $12,358,033 are obligated on this award and will not expire at the end of the current fiscal year.  Five proposals were received for this task order.  The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity (N62473-17-D-0005).

Kairos Autonomi Inc.,* Sandy, Utah, is being awarded an $8,153,599 firm-fixed-price, cost-plus-fixed-fee, and cost indefinite-delivery/indefinite-quantity contract for the procurement of up to 75 each Moving Land Target (MLT) Command Control Systems, MLT ground control stations, MLT ground communication relay stations, Global Positioning System (GPS) cables, MLT small specialty tires and wheels, MLT large specialty tires and wheels, MLT small cable installation kits, MLT large cable installation kits, steering rings, augmented GPS subsystems, vehicle integration modules, steering ring adapter kits, and fuse tap electrical integration kits.  In addition, this contract provides for up to 25 associated training support events, as well as associated contractor logistics support, in-service engineering support, data management, and travel.  Work will be performed in Sandy, Utah, and is expected to be completed in September 2023.  No funding will be obligated at time of award; funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to Federal Acquisition Regulations 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001918D0137).

AIR FORCE 

Lockheed Martin Space Systems Co., Sunnyvale, California, has been awarded a $137,187,386 fixed-price-incentive-fee modification (P00128) to contract FA8810-13-C-0002 for space-based infrared system contractor logistics support.  The modification is for exercising the option period for operations, sustainment and factory infrastructure support services for the space-based infrared system from Oct. 1, 2018, to Sept. 30, 2019. The locations of performance are Sunnyvale, California; Azusa, California; Boulder, Colorado; Aurora, Colorado; and Colorado Springs, Colorado. No funds are being obligated at time of award. Total cumulative face value of the contract is $1,404,969,911. Air Force Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $92,203,130 cost-plus-fixed-fee contract for fiscal 2018 MQ-9 Block 30 Ground Control Station (GCS) retrofits.  This contract provides for MD-1A Block 15 GCS to MD-1A Block 30 GCS retrofits.  Work will be performed in Poway, California, and is expected to be completed by May 29, 2020.  This award is the result of a sole-source acquisition.  Fiscal 2016 aircraft procurement funds in the amount of $24,846,433; and fiscal 2018 aircraft procurement funds in the amount of $4,944,701 will be obligated at the time of award to fully fund the basic contract.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-F-2361).

Georgia Tech Applied Research Corp., Atlanta, has been awarded a $29,669,132 definitized modification to undefinitized contract FA8523-18-C-0002 for reactivation of the band 8 transmitter associated with the AN/ALQ-161A defensive avionics system supporting the B-1B aircraft. This contract provides for band 8 reactivation prototypes and testing. The contract modification is for definitization as well as the exercise of options for prototype fabrication, traveling wave tube replacement, and reliability growth and demonstration testing. Work will be performed in Atlanta and is expected to be completed by March 21, 2022.  This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $29,669,132 are being obligated at the time of award for a total obligated amount of $42,640,382. The Electronic Warfare Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity.

System Implementers Inc., Clearfield, Utah, has been awarded a not-to-exceed $21,500,000 single award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for information technology professional subject matter expertise. Areas of expertise include enterprise architecture, engineering and services support including engineering, infrastructure architecture design, technology counsels, modernization, consolidation, hosting, business case analysis, economic analysis, analysis of alternatives, conference room pilots, and technical and program/project management support services. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by March 14, 2020. This award is the result of a sole-source acquisition and one offer was received. Fiscal 2018 operations and maintenance funds in the amount of $6,223,633 will be obligated at the time of award. Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity.

Innova Architects, Tacoma, Washington (FA4620-18-D-B001); and WJA Design Collaborative, Seattle, Washington (FA4620-18-D-B002), have been awarded a combined, not-to-exceed $9,500,000 indefinite-delivery/indefinite-quantity multiple award architect-engineer contract for architectural and engineering services. Work will be performed at Fairchild Air Force Base, Washington, and is expected to be completed by Sept. 13, 2023. This award is the result of a competitive acquisition with six offers received. Fiscal 2018 operations and maintenance funds are being obligated for task orders to each company at time of award. The 92nd Contracting Squadron, Fairchild AFB, Washington, is the contracting activity.

Mississippi Department of Rehabilitation Services, Madison, Mississippi, has been awarded a $7,397,000 modification (P00005) to exercise an option on contract FA3010-18-C-0007 for full food services.  The location of performance is Keesler Air Force Base, Mississippi, and work is expected to be completed by Sept. 30, 2019.  Fiscal 2019 operations and maintenance funds in the amount of $7,397,000 will be obligated when they become available. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity.

*Small Business