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 Some of the information contained within may be outdated and links may not function.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

NAVY

Grove Resource Solutions Inc.,* Frederick, Maryland (N6523619D4800); Millennium Corp., * Arlington, Virginia (N6523619D4801); SimVentions Inc.,* Fredericksburg, Virginia (N6523619D4802); BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N6523619D8403); Booz Allen Hamilton, McLean, Virginia (N6523619D4804); CACI NSS Inc., Reston, Virginia (N6523619D4805); General Dynamics Information Technology, Fairfax, Virginia (N6523619D4806); Leidos, Reston, Virginia (N6523619D4807); Northrop Grumman Systems Corp., Redondo Beach, California (N6523619D4808), and Scientific Research Corp., Atlanta, Georgia (N6523619D4809), are each awarded a combined $898,000,000 multiple award, indefinite-delivery/indefinite-quantity, performance-based service contract utilizing cost-plus-fixed-fee and firm-fixed-price task orders. The contracts are for Cyber Mission Engineering support services and provide for the delivery of information warfare capabilities through sea, air, land, space, electromagnetic, and cyber domains through the full range of military operations and levels of war.  These contracts include a five-year ordering period, one 24-month option period, and one six-month option-to-extend-services in accordance with Federal Acquisition Regulation Clause 52.217-8.  If all options are exercised, the cumulative value of these contracts will increase to $962,000,000.  Work will be performed worldwide and is expected to be completed by November 2024. If all options are exercised, work would continue until May 2027.  Navy working capital funds in the amount of $25,000 will be divided equally among all awardees and obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. The multiple award contracts were competitively procured by full and open competition with reserves for small business via the Space and Naval Warfare Systems Center e-Commerce central website and the Federal Business Opportunities website, with 25 timely offers received.  Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded an $889,949,558 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (74 percent); and Schenectady, New York (26 percent). No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $617,385,193 will be obligated at time of award and funds will not 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) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2115).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $634,011,726 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (71 percent); and Schenectady, New York (29 percent). No completion date or additional information is provided on Naval Nuclear Propulsion Program contracts Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $610,145,142 will be obligated at time of award and will not 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) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2114).

United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $399,778,883 modification to a previously awarded fixed-price-incentive-firm, cost-plus-incentive-fee, cost-plus-fixed-fee contract (N00019-17-C-0010).  This modification provides for performance based logistics sustainment in support of the F-35 Lightning II F135 propulsion system for the U.S Navy; U.S Air Force; U.S. Marine Corps; Non-U.S. Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers.  This modification provides for maintenance of support equipment; common program activities; unique and common base recurring sustainment; repair of repairable; field service representatives; common replenishment spares; conventional take-off and landing/carrier variant F135 unique maintenance services, and short take-off and landing F135 unique services.  Work will be performed in East Hartford, Connecticut (73 percent); Oklahoma City, Oklahoma (18 percent); Camari, Italy (3 percent); Eglin Air Force Base (AFB), Florida (2 percent); Edwards AFB, California (1 percent); Hill AFB, Utah (1 percent); Luke AFB, Arizona (1 percent); and Marine Corps Air Station, Beaufort, South Carolina (1 percent), and is expected to be completed in November 2019.  Fiscal 2019 operations and maintenance (Air Force, Marine Corps, and Navy), Non-U.S. DOD participants and FMS funds in the amount of $399,778,883 are being obligated on this award, $277,624,046, of which will expire at the end of the current fiscal year.  This contract combines purchases for the U.S. Air Force ($142,300,541; 36 percent); U.S. Marine Corps ($109,353,811; 27 percent); U.S. Navy ($25,969,694; 6 percent); non-U.S. DOD participants ($90,987,493; 23 percent); and FMS customers ($31,167,344; 8 percent) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $233,211,071 cost-plus-fixed-fee contract for Naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (93 percent); and Schenectady, New York (7 percent).  No completion date or additional information is provided on Naval Nuclear Propulsion program contracts. Fiscal 2019 other procurement (Navy) funding in the amount of $111,996,969 and fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $2,852,823 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-2112).

Accenture Federal Services LLP, Arlington, Virginia (N00189-19-D-Z001); Deloitte & Touche LLP, Arlington, Virginia (N00189-19-D-Z002); KPMG LLP, McLean, Virginia (N00189-19-D-Z003); PricewaterhouseCoopers Public Sector LLP, McLean, Virginia (N00189-19-D-Z004); and Sehlke Consulting, Arlington, Virginia (N00189-19-D-Z005), are awarded combined estimated $83,855,994 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity multiple award contracts that will include terms and conditions for the placement of both cost-plus-fixed-fee and firm-fixed-price task orders to provide financial and business operations management support services in support of the Bureau of Medicine and Surgery. The contracts will run concurrently and will include a 48-month ordering period. The ordering period of the contract is anticipated to begin February 2019 and is expected to be completed by January 2023. Work will be performed at various contractor locations throughout the U.S. (80 percent); and at government facilities in Falls Church, Virginia (20 percent). The percentage of work at each of the contractor facilities cannot be determined at this time. Fiscal 2019 operations and maintenance (Defense Health Program) 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 and Navy Electronic Commerce Online websites, with eight offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, is awarded a $45,009,813 modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 ship class integrated logistics support and engineering services.  The DDG 1000 ship class is a multi-mission surface combatant designed to fulfill volume firepower and precision strike requirements. DDG 1000 combat systems provide offensive, distributed, and precision firepower and long ranges in support of forces ashore, while incorporating signature reduction, active, and passive self-defense system and enhanced survivability features.  Work will be performed in Portsmouth, Rhode Island (61 percent); Tewksbury, Massachusetts (34 percent); Marlboro, Massachusetts (2 percent); Ft. Wayne, Indiana (2 percent); and Nashua, New Hampshire (1 percent), and is expected to be completed by September 2019.  Fiscal 2019 research, development, test and evaluation (Navy); and 2019 operations and maintenance (Navy) funding in the amount of $54,256,958 will be obligated at the time of award, and funds in the amount of $10,158,276 will expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $39,858,516 modification for the exercise of option three under an indefinite-delivery indefinite-quantity contract for base operations support (BOS) services at Naval Submarine Base, Kings Bay.  After award of this option, the total cumulative contract value will be $322,733,069.  The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute BOS services. Work will be performed in Kings Bay, Georgia.  This option period is from December 2018, to November 2019.  No funds will be obligated at time of award.  Fiscal 2019 operations and maintenance, (Navy) contract funds in the amount of $28,258,930 for recurring work will be obligated on individual task orders issued during the option period.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida is the contracting activity (N69450-11-D-7578).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $31,764,038 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-2104) for reactor plant planning yard services for nuclear-powered submarines and support yard services for the Navy’s Moored Training Ships.  This modification includes options which, if exercised, would bring the cumulative value of this modification to $63,846,335.  Work will be performed in Groton, Connecticut (90 percent); and Charleston, South Carolina (10 percent), and is expected to be completed by September 2019.  Fiscal 2018 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $23,532,530 will be obligated at time of award and funding in the amount of $17,999,876 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded $28,893,602 for modification P00022 to previously awarded cost-plus-fixed-fee contract (N00030-17-C-0001), to provide systems engineering and integration services in support of the Trident II (D5) strategic weapons system, the SSGN attack weapon system, and strategic weapon surety.  Work will be performed at Rockville, Maryland (70.6 percent); Washington, District of Columbia (14.7 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.1 percent);  San Diego, California (1.1 percent); Barrow, United Kingdom (1.1 percent); Alexandria, Virginia (1 percent); Buffalo, New York (0.3 percent); Downington, Pennsylvania (0.3 percent); Ocala, Florida (0.2 percent); Pittsfield, Massachusetts (0.2 percent); Montgomery Village, Maryland (0.2 percent); New Lebanon, New York (0.2 percent); New Paris, Ohio (0.2 percent); Wexford, Pennsylvania (0.2 percent); Alton, Virginia (0.2 percent); Springfield, Virginia (0.2 percent), Vienna, Virginia (0.2 percent); and St. Mary’s, Georgia (0.2 percent), with an expected completion date of September 30, 2019.  Fiscal 2019 operations and maintenance (Navy) funds in the amount of $21,625,865; fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $4,350,554; and fiscal 2019 other procurement (Navy) funds in the amount of $2,917,183 will be obligated on this modification. Contract funds in the amount of $21,625,865 will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Space, Sunnyvale, California, is awarded $28,574,689 for cost-plus-fixed-fee modification P00002 to a previously awarded contract (N00030-18-C-0025), to exercise options for hypersonic booster technology development seeking to demonstrate technologies related to intermediate range capability through booster design, fabrication and validation testing.  Work will be performed in Magna, Utah (51.03 percent); Elma, New York (14.08 percent); Sunnyvale, California (14.03 percent); Denver, Colorado (10.52 percent); Titusville, Florida (7.53 percent); Huntsville, Alabama (1.08 percent); Mooresville, North Carolina (1 percent); Cape Canaveral, Florida (0.52 percent); and Valley Forge, Pennsylvania (0.21 percent), with an expected completion date of Sept. 30, 2020.  Fiscal 2018 research, development, test, and evaluation funds in the amount of $28,574,689 are being obligated on this award, which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $20,583,568 fixed-price-incentive (firm target) and cost-plus-fixed-fee modification to previously-awarded contract N00024-14-C-5104 to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS baselines through Advanced Capability Build (ACB) 12. The contract provides for Aegis shipboard integration engineering; Aegis test team support; Aegis modernization team engineering support; ballistic missile defense test team support and AWS element assessments. The contract will cover the AWS ship integration and test efforts for five new-construction DDG 51-class ships, the major modernization of five DDG 51-class ships, and the major modernization of six CG 47-class ships, as well as the integrated combat system modifications and upgrades for all current ships with all AWS baselines up to and including ACB 12.  Work will be performed in Bath, Maine (41 percent); Moorestown, New Jersey (17 percent); Pascagoula, Mississippi (9 percent); Norfolk, Virginia (8 percent); Camden, New Jersey (8 percent); San Diego, California (6 percent); Corona, California (5 percent); Deveselu, Romania (3 percent); Mayport, Florida (2 percent); and various places below one percent (1 percent), and is expected to be completed by November 2019.  Fiscal 2013 shipbuilding and conversion (Navy); fiscal 2017, and 2019 other procurement (Navy); and fiscal 2019 operations and maintenance (Navy) funding in the amount of $17,260,714 will be obligated at time of award, and $2,036,071 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $9,838,779 modification to a previously awarded cost-plus-fixed-fee indefinite-delivery, indefinite-quantity contract (N00019-18-D-0001). This modification increases the ceiling of the indefinite-delivery, indefinite-quantity contract and provides for service life modifications on the F/A-18E/F fleet that will extend the operational service life of the F/A-18E/F fleet from 6,000 flight hours to 9,000 flight hours.  Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2020.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $9,838,779 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corporation Missile and Fire Control, Orlando, Florida, is awarded a $7,346,222 definitive job order which includes cost-plus-fixed-fee level of effort tasking for the Target Sight System (TSS) depot activation and firm-fixed price training for the depot activation under basic ordering agreement N00164-16-G-JQ87. Depot activation services include engineering and logistics support and stand-up for long term organic depot support for the TSS on the AH-1Z Cobra attack helicopter. The TSS is a large-aperture midwave forward-looking infrared sensor with a laser designator/rangefinder turret.  The TSS provides the capability to identify and laser-designate targets at maximum weapon range, significantly enhancing platform survivability and lethality. The depot activation and training services will produce a TSS depot capability at Fleet Readiness Center South-East to include the required specialized weapons replaceable assembly and shop replaceable assembly test equipment, tooling, fixtures, training, access to technical data, engineering reach back, and support infrastructure for this capability. Work will be performed in Jacksonville, Florida, and is expected to be completed in December 2020. Fiscal 2017 aircraft procurement (Navy) funding in the amount of $7,346,222 will be obligated at the time of contract award and will expire at the end of the current fiscal year. This job order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1):  only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016419FJ016).

AIR FORCE

L-3 Communications Vertex Aerospace LLC, Madison, Mississippi, has been awarded a $97,491,260 firm-fixed-price contract for contractor operated and maintained base supply of the Air Education and Training Command fleet of 178 T-1A trainer aircraft.  Work will be performed at Randolph Air Force Base, Texas; Laughlin AFB, Texas; Vance AFB, Oklahoma; Columbus AFB, Mississippi; and Pensacola Naval Air Station, Florida, with an expected completion date of Nov. 30, 2019. This award for Option One is the result of a competitive acquisition and three offers were received. Fiscal 2019 operations and maintenance funds in the amount $48,288,767 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-18-C-0001).

M1 Support Services, Denton, Texas, has been awarded a $97,353,460 modification (P00048) to contract FA4890-16-C-0005 for the backshop and flight-line maintenance of multiple aircraft types on Nellis Air Force Base, Nevada. The contract modification provides for the exercise of an option for an additional year of maintenance support under the multiple year contract. Work will be performed at Nellis AFB, Nevada, and is expected to be completed by Dec. 31, 2019. Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $27,570,625 task order (FA8534-19-F-0005) to contract FA8519-14-D-0002 for the production of 463L cargo pallets. Work will be performed in Cadillac, Michigan, and is expected to be completed by Dec. 30, 2020. Fiscal 2017 other procurement funds in the amount of $27,570,625 are being obligated at time of award. This task order brings the total cumulative face value of the contract to $170,687,010. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. 

Raytheon Co. Missile Systems Division, Tucson, Arizona, has been awarded an $18,691,155 fixed-price incentive (firm-target), follow-on contract for High-speed Anti-Radiation Missile targeting system contractor logistics support services. This contract provides depot repair and sustaining engineering activities. Work will be performed in Tucson, Arizona, and is expected to be completed by Nov. 30, 2019.  The contract includes a one-year period of performance with three one-year options. This contract award is the result of a sole-source acquisition.  Fiscal 2019 operations and maintenance funds in the amount of $18,691,155 are being obligated at the time of award.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-19-C-0004).

Telos Corp., Ashborn, Virginia, has been awarded a $15,195,573 modification (P00004) to contract FA4890-17-F-0025 for defensive cyber operations support at 17 U.S. Air Force bases in the continental U.S. The contract modification provides for the exercise of an option for an additional year of cyber security support services under the multiple year contract. Work will be performed in accordance with the performance work statement and is expected to be completed by Jan. 1, 2020. Air Combat Command, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Honeywell International Inc., Clearwater, Florida, has been awarded an $11,458,551 modification (P0003) to exercise an option on contract FA8214-18-C-0001 for Pendulous Integrated Gyroscopic Accelerometer float repairs. Work will be performed in Clearwater, Florida, and is expected to be completed by Dec. 20, 2019. Fiscal 2019 operations and maintenance funds in the amount of $11,458,551 are being obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a $10,758,587 modification (P00066) to previously awarded FA8634-16-C-2653 for F-15 radar modernization program radar upgrades. The contract modification provides for the exercise of options for interim contract support repair. Work will be performed in St. Louis, and is expected to be completed by Dec. 31, 2019. Fiscal 2017 aircraft procurement funds in the amount of $10,758,587 are being obligated at the time of award. Total cumulative face value of the contract is $1,375,218,427. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $9,227,540 modification (P00019) to contract FA8509-17-C-0002 for the permanent installation of the Airborne Mission Networking System. This modification provides for the exercise of only trial kit install labor and fully funding non-recurring engineering, travel, and trial kit install labor. Work will be performed in Centennial, Colorado, with travel within the continental U.S. as required to government facilities for installation and testing. Work is expected to be completed by Sept. 16, 2019. Fiscal 2018 and 2019 research, development, test, and evaluation funds in the amount of $9,227,540 are being obligated at time of award. Total cumulative face value of the contract is $39,256,804. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-17-C-0002).

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $84,448,463 firm-fixed-price contract for various motor vehicle parts and accessories. This was a sole source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. Location of performance is Wisconsin, with a Nov. 29, 2021, performance completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2018, through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0021). 

Nodak Electric Cooperative Inc.,* Grand Forks, North Dakota, has been awarded a $23,203,633 modification (P00002) to a 50-year utilities privatization contract (SP0600-18-C-8321) with no option periods for additional utility services for two electric systems. This is a fixed-price with economic-price-adjustment contract. Location of performance is North Dakota, with a Nov. 30, 2068, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019, through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

The Original Footwear Co., Arecibo, Puerto Rico, has been awarded a maximum $9,186,840 modification (P00014), exercising the third one-year option period of a four-year base contract (SPE1C1-16-D-1026), with three one-year option periods for men’s poromeric shoes. This is firm-fixed-price, indefinite-delivery/definite-quantity contract. Locations of performance are Puerto Rico and Michigan, with a Nov. 30, 2019, performance completion date. Using customers are Army, Air Force, Marine Corps and Coast Guard. Type of appropriation fiscal 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEFENSE HEALTH AGENCY

Logistics Health Inc., La Crosse, Wisconsin, was awarded an $81,000,000 indefinite-delivery bridge contract (HT0011-19-D-0002). This award, titled “Reserve Health Readiness Program,” provides health readiness support services to the military service components to meet medical and dental standards essential in maintaining a deployable force.  This short-term bridge contract will permit time to complete a competitive follow-on to this requirement.  Services include immunizations, physical examinations, periodic health assessments, post-deployment health reassessments, mental health assessments, dental examinations, dental treatment, laboratory services, and other services as required to satisfy military service component health readiness needs.  Services are delivered at military service component designated sites during group events, through the contractor’s call center, and within an integrated network. The work will be performed in every U.S. state, U.S. territory, the District of Columbia, and Germany, with period of performance from Dec. 1, 2018, to May 31, 2019.  Fiscal 2019 operations and maintenance funds will be obligated on task orders issued under this award. This contract was awarded on an other than full and open competition basis; pursuant to the authority of 10 U.S. Code 2304(c)(1). The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

ARMY

BridgePhase LLC,* Arlington, Virginia (W15QKN-19-D-0005); Insap Services Inc.,* Marlton, New Jersey (W15QKN-19-D-0006); Johnson Technology Systems Inc.,* Dover, New Jersey (W15QKN-19-D-0007); and Softek International Inc.,* Piscataway, New Jersey (W15QKN-19-D-0008), will compete for each order of the $72,377,360 firm-fixed-price contract for information technology services for Armament Research, Development and Engineering Center. Bids were solicited with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 8, 2023. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Carolina Growler Inc.,* Star, North Carolina, was awarded a $66,665,620 firm-fixed-price contract for M1269 light engineer utility trailers. Bids were solicited with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2025. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-D-0013).

Longbow LLC, Orlando, Florida, was awarded a $52,642,959 hybrid cost-plus-fixed-fee and firm-fixed-price contract for the production of radar electronic units and support functions. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2022. Fiscal 2018 and 2019 aircraft procurement, Army funds in the amount of $52,642,959 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0044).

Employment Source Inc.,* Fayetteville, North Carolina, was awarded a $43,500,000 firm-fixed-price contract for dining facility attendant services. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 29, 2023. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity (W91247-19-D-0002).

DynCorp International LLC, Fort Worth, Texas, was awarded a $41,658,522 modification (P00200), to contract W58RGZ-13-C-0040 for aviation field maintenance services. Work will be performed in Fort Worth, Texas; Afghanistan; and Iraq, with an estimated completion date of June 30, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $41,658,522 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

University of California-Santa Barbara, Santa Barbara, California, was awarded an $18,000,000 cost contract for collaborative biotechnologies. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-19-D-0001).

Weeks Marine Inc., Covington, Louisiana, was awarded a $17,418,500 firm-fixed-price contract for dredging. Two bids were solicited with two bids received. Work will be performed in Carolina Beach, North Carolina; and Kure Beach, North Carolina, with an estimated completion date of May 15, 2019. Fiscal 2019 operations and maintenance Army funds in the amount of $17,418,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-19-C-0004).

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, is being awarded a maximum $36,039,975 modification (P00027) to exercise Option Year Two to previously awarded labor-hour contract HQ0423-17-F-0010 for fiscal 2019 financial statement audit services of the Army General Fund and Working Capital Fund. The modification brings the total cumulative face value of the contract to $95,894,268 from $59,854,293. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2019. Fiscal 2019 Army operations and maintenance funds in the amount of $36,039,975 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0010). 

MISSILE DEFENSE AGENCY

Raytheon Missile Systems is being awarded a sole-source cost-plus-fixed-fee modification in the amount of $27,277,473 to previously awarded contract HQ0276-15-C-0005 adding contract line item numbers 4005, 4006, and 4013 to provide depot level planning, All Up Round (AUR) re-certifications, and AUR repairs. This modification increases the total cumulative face value of the contract by $27,277,473 (from $1,757,712,887 to $1,784,990,360).  The work will be performed in Tucson, Arizona, with an expected completion date of October 2019.  Fiscal 2019 operations maintenance funds in the amount of $9,000,000 will be obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

*Small business