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 Some of the information contained within may be outdated and links may not function.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 May 31, 2019

NAVY

United Technologies Corp., Pratt and Whitney Engines, East Hartford, Connecticut, is awarded $3,239,028,961 for not-to-exceed undefinitized contract modification P00006 to a previously awarded advance acquisition contract (N00019-18-C-1021) for the production and delivery of 233 propulsion systems. This modification provides for the production and delivery of 56 F135-PW-100 propulsion systems for the Air Force; 10 F135-PW-100 propulsion systems for the Navy; 24 F135-PW-600 propulsion systems for the Marine Corps; 125 F135-PW-100 and 18 F135-PW-600 propulsion systems for non-Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (67 percent); Indianapolis, Indiana (26.5 percent); and Bristol, United Kingdom (6.5 percent), and is expected to be completed in January 2022. Fiscal 2018 aircraft procurement (Air Force, Marine Corps, and Navy); and FMS funds in the amount of $793,133,424 will be obligated at time of award, none of which will expire at the end of the fiscal year. This modification combines purchases for the Air Force ($619,293,241; 19 percent); Marine Corps ($627,306,799; 19 percent); Navy ($117,569,123; 4 percent); non-DoD participants ($1,234,417,345; 38 percent); and FMS customers ($640,442,453; 20 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

KBRwyle Technology Solutions LLC, Columbia, Maryland, is awarded a $530,375,543 firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for Marine Corps Prepositioning Program logistics services in support of Blount Island Command. This contract provides for a full range of logistics support services to include maintenance of equipment and materiel management such that required assets are attained, preserved, packaged, and available in support of the Marine Corps Prepositioning Program and deployed forces world-wide. This contract includes options which, if exercised, would bring the cumulative value of this contract to $949,423,564. Work will be performed in Jacksonville, Florida (83 percent); Kuwait (9 percent); aboard 12 Maritime Prepositioning Ships (7 percent); and Norway (1 percent), and is expected to be completed by May 2024. If all options are exercised, work will continue through November 2027. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively solicited and procured via the Federal Business Opportunities website, with two offers received. The U.S. Marine Corps, Blount Island Command, Jacksonville, Florida, is the contracting activity (M67004-19-D-0001).

Carahsoft Technology Corp., Reston, Virginia, is awarded an estimated $440,000,000 multiple-award, firm-fixed-price blanket purchase agreement (BPA) in accordance with the company's General Services Administration (GSA) Federal Supply Schedule contract. This agreement is added to an existing BPA (awarded May 9, 2018), and will provide McAfee brand name hardware, software, and services for Department of Defense (DoD), U.S. intelligence community, and Coast Guard activities worldwide. The products provided will meet functional requirements and capabilities for: client, data and server protection; data loss prevention; vulnerability management; email gateway security; and network intrusion prevention. This BPA is issued under the DoD Enterprise Software Initiative in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This is one of four multiple-award agreements. Work will be performed worldwide, and the ordering period will be for approximately four years from May 2019 to May 2023. This agreement will not obligate funds at the time of award. Funds will be obligated under task orders primarily using operations and maintenance (DoD) funds. Future requirements will be competed among the four awardees in accordance with Federal Acquisition Regulation 8.403-3(c)(2). This contract was competitively procured via the GSA E-Buy website from among 679 vendors. This one additional offer was received and selected for award. Naval Warfare Information Center Pacific, San Diego, California, is the contracting activity (N66001-19-A-0001).

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $53,465,000 firm-fixed-price contract for the construction of a new corrosion control hangar at Marine Corps Base Hawaii. The work to be performed provides for the construction (design-bid-build) of a corrosion control hangar with a steel-frame and a steel roof deck supported by structural steel beams and trusses and shallow concrete footing. The facility provides one bay for aircraft depaint operations, one bay for paint operations, support spaces, storage, hazardous material storage, administrative areas and equipment storage. Work will be performed in Kaneohe, Hawaii, and is expected to be completed by August 2021. Fiscal 2019 military construction (Navy) contract funds in the amount of $53,465,000 are obligated on this 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 five proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-C-1303).

Insitu Inc., Bingen, Washington, is awarded $47,930,791 for firm-fixed-price delivery order N0001919F2602 against a previously issued basic ordering agreement (N00019-17-G-0001) for 34 ScanEagle unmanned air vehicles for the governments of Malaysia (12); Indonesia (8); Philippines (8); and Vietnam (6). In addition, this order provides for spare payloads, spare and repair parts, support equipment, tools, training, technical services, and field service representatives. Work will be performed in Bingen, Washington (77 percent); and multiple shore and at sea locations in Malaysia (9 percent); Philippines (5 percent); Vietnam (5 percent); and Indonesia (4 percent), and is expected to be completed in March 2022. Foreign Military Sales funds in the amount of $47,930,791 will be obligated at time of award, none of which will expire at the end of the fiscal year. This order combines purchases for the governments of Malaysia ($19,329,334; 40 percent); Philippines ($9,633,665; 20 percent); Vietnam ($9,770,120; 20 percent); and Indonesia ($9,197,672; 20 percent) under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corporation Rotary and Mission Systems, Liverpool, New York, is awarded a $29,324,550 fixed-price-incentive, firm-fixed-price, cost-plus-fixed-fee and cost-type modification to previously awarded contract N00024-13-C-6292 for the production of TB-37 Multi-Function Towed Array production units, accessories, shipping products, and spare modules. Work will be performed in Liverpool, New York (66 percent); Millersville, Maryland (33 percent); and Marion, Massachusetts (1 percent), and is expected to be complete by June 2021. Fiscal 2019 and 2018 other procurement (Navy) funds in the amount of $21,730,248 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.

Oshkosh Defense LLC, Oshkosh, Wisconsin, is awarded a $14,473,955 five-year, firm-fixed-price, indefinite delivery/indefinite quantity contract to convert existing Medium Tactical Vehicle Replacement, Extra Long Wheel Base vehicles into High Mobility Artillery Rocket System Resupply Vehicles under the portfolio management of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Oshkosh, Wisconsin, and is expected to be completed by May 30, 2024. Fiscal 2019 procurement funds (Marine Corps) in the amount of $9,917,216 will be obligated on the first delivery order immediately following contract award and funds will not expire at the end of the current year. This contract award was not competitively procured in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code § 2304(c)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-D-0032).

Sierra Nevada Corp., Sparks, Nevada, is awarded $9,757,670 for cost-plus-fixed-fee task order N0042119F0685 against a previously issued basic ordering agreement (N00421-15-G-0001) for the AN/SPN-46(V) landing system upgrade program to address obsolescence issues, system degraders, deficiency correction and cybersecurity implementation. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in May 2020. Fiscal 2019 research, development, test and evaluation (Navy) funds in the amount of $1,200,000 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, Mission Systems and Training, Baltimore, Maryland, is awarded $9,324,995 for cost-plus fixed-fee, award-fee order N6278619F0054, against the previously awarded basic ordering agreement N00024-15-G-2303 to provide advance planning, accomplishment and emergent availabilities for LCS-15 post shakedown availability. Work will be performed in Mayport, Florida (65 percent); Hampton, Virginia (15 percent); District of Columbia (10 percent); Baltimore, Maryland (5 percent); and Camden, New Jersey (5 percent). This delivery order is expected to be complete by January 2021. Fiscal 2019 and 2013 shipbuilding and conversion (Navy) funding in the amount of $8,618,368 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $7,644,811 cost-plus-fixed-fee contract for the procurement of Navy systems engineering services. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $50,024,547. Work will be performed in Manassas, Virginia (80 percent); Chesapeake, Virginia (10 percent); and Middletown, Rhode Island (10 percent), and is expected to be completed by May 2020. With all options exercised, work will continue through May 2024.  Fiscal 2017 and 2018 other procurement (Navy); and fiscal 2019 research, development, test, and evaluation (Navy) funding in the amount of $3,579,127 will be obligated at time of award, and funding in the amount of $425,934 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5), Authorized or Required by Statute 15 U.S.C. 638(r)(4) states: “To the greatest extent practical, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the Small Business Innovation Research and the Small Business Technology Transfer award recipients that developed the technology.” The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-19-C-6115).

Raytheon, Integrated Defense Systems, Portsmouth, Rhode Island, is awarded $7,041,386 to exercise an option under a previously awarded, firm-fixed-price, cost-plus-fixed fee contract (N00024-17-C-6305) to fabricate, assemble, test and deliver low-rate initial production Airborne Mine Neutralization Systems (AMNS) and engineering services and support. The AMNS will explosively neutralize bottom and moored mines using an expendable mine neutralize device. The system will be deployed from the MH-60 helicopter as part of the Littoral Combat Ship mine countermeasures mission module. This contract includes options which, if exercised would bring the cumulative value of this contract to $58,123,265. Work will be performed in Portsmouth, Rhode Island, and is expected to be completed December 2021. Fiscal 2019 other procurement (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $6,587,040 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 (N00024-17-C-6305).

U.S. TRANSPORTATION COMMAND

Eleven companies are awarded Multimodal-3, indefinite-delivery/indefinite-quantity, firm-fixed-price contracts with an estimated value of $126,105,964: Air Transport International Inc., Wilmington, Ohio (HTC711-19-D-W002); American President Lines LLC, Washington, District of Columbia (HTC711-19-D-W003); American Roll-On Roll-Off, Parsippany, New Jersey (HTC711-19-D-W004); Amerijet International Inc. (AJIG), Fort Lauderdale, Florida (HTC711-19-D-W005); Farrell Lines Inc., Reston, Virginia (HTC711-19-D-W006); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-19-D-W007); Liberty Global Logistics LLC, Lake Success, New York (HTC711-19-D-W008); National Air Cargo Group Inc., Orlando, Florida (HTC711-19-D-W009); Northern Air Cargo LLC, Anchorage, Alaska (HTC711-19-D-W010); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC711-19-D-W011); and United Airlines Inc., Chicago, Illinois (HTC711-19-D-W012). This contract provides international commercial multimodal transportation service to the Surface Deployment and Distribution Command. Work will be performed at worldwide locations as specified on each individual task order. The contract base period of performance is from July 1, 2019, to June 30, 2021. Fiscal 2019 Transportation Working Capital Funds will be obligated on individual task orders. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

DirectViz Solutions LLC (DVS),* Chantilly, Virginia, was awarded an $84,243,630 cost-plus-fixed-fee contract for management, administrative and technical information technology support services. Bids were solicited via the internet with 21 received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of May 31, 2022. Fiscal 2019 operations and maintenance, Defense funds in the amount of $20,165,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-19-C-0014).

LOC Performance,* Plymouth, Michigan, was awarded a $67,680,731 firm-fixed-price contract for Bradley Engineering Change Proposal 1 kits and installation. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2024. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-D-0078).

Wolf Creek Federal Services Inc., Anchorage, Alaska, was awarded a $46,261,584 cost-plus-fixed-fee, firm-fixed-price contract for installation support services. One bid was solicited with one bid received. Work will be performed in Huntsville, Alabama, with an estimated completion date of May 31, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $3,855,132 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-19-C-0014).

International Enterprises Inc., Talladega, Alabama, was awarded a $24,500,000 firm-fixed-price contract for depot level repair of the Aviator Night Vision Heads-Up Display family of repairable assemblies and subassemblies. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of May 30, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-D-0023).

Kraemer North America LLC, Plain, Wisconsin, was awarded a $16,977,592 firm-fixed-price contract for design and replacement of the tow haulage systems at Lock and Dam Numbers 4, 5, 5A, 7, 8, and 9 on the upper Mississippi River. Bids were solicited via the internet with two received. Work will be performed in Alma, Wisconsin; Minnesota City, Minnesota; Eastman, Wisconsin; Fountain City, Wisconsin; and Genoa, Wisconsin, with an estimated completion date of May 1, 2023. Fiscal 2019 operations and maintenance, civil funds in the amount of $16,977,592 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-19-C-0004).

Navistar Defense LLC, Lisle, Illinois, was awarded a $14,085,821 firm-fixed-price contract for 4x4 Navistar cargo trucks 6x6 Navistar general transport trucks, 6x6 Navistar 30 ton wreckers, and Navistar spare parts. 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 2019 operations and maintenance, Army funds in the amount of $14,085,821 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-19-F-0426).

AECOM Technical Services Inc., Los Angeles, California, was awarded a $12,000,000 firm-fixed-price contract for hazardous toxic and radiologic waste consulting services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2024. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-19-D-0003).

Advanced Concepts and Technologies International,* Waco, Texas, was awarded a $9,937,472 firm-fixed-price contract for functional support services for the General Fund Enterprise Business System, and functional support for the Global Combat Support System Army. Bids were solicited via the internet with three received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of May 31, 2024. Fiscal 2019 operations and maintenance, Army funds in the amount of $7,100,000 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D-19-F-0300).

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Rockland, Massachusetts, has been awarded a maximum $60,000,000 indefinite-delivery/indefinite-quantity contract for maintenance, repair, and operations support in the Central Command Area of Responsibility. 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 184-day bridge contract with no option periods. Locations of performance are Bahrain, Egypt, Iran, Iraq, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan, with a Dec. 2, 2019, performance completion date. Using customers are the Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2019 working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-19-D0006).

Optima Batteries Inc., Milwaukee, Wisconsin, has been awarded a maximum $21,773,792 firm-fixed-price contract for storage batteries. 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 contract with no option periods. Location of performance is Wisconsin, with a June 24, 2022, performance completion date. Using military services are Army, Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2019 thru 2022 defense working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-19-D-0158).

L-3 Communications Cincinnati Electronics Corp., Mason, Ohio, has been awarded a maximum $12,500,040 firm-fixed-price contract for search, detection, navigation, guidance, aeronautical and nautical systems and instruments, airborne radar equipment, and night vision equipment. This is a sole-source acquisition using justifications 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. Locations of performance are Ohio and Pennsylvania, with a May 31, 2021, performance completion date. Using military service is Army. Type of appropriation is fiscal 2019 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-19-C-0036).

CACI, Inc.-Federal, Chantilly, Virginia, has been awarded a maximum $10,760,666 firm-fixed-price, cost-plus-incentive-fee contract for technical and functional services for the Defense Agency Initiative. This was a competitive acquisition with two responses received. This is a one-year base contract with three one-year option periods. Locations of performance are Virginia and other areas in the continental U.S., with a June 3, 2020, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2018 through 2020 operations and maintenance funds; and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-19-C-0024).

The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $7,398,345 firm-fixed-price, fixed-quantity contract for KC-135 aircraft ruddevator boom. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year, seven-month contract with no option periods. Locations of performance are Missouri and Canada, with a Jan. 31, 2022, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2019 defense working capital funds. The contracting activity is Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-19-F-0372).

DEFENSE HEALTH AGENCY

NetImpact Strategies, Chantilly, Virginia, was awarded a four-year $39,932,635 firm-fixed-price task order (HT001119F0017). This task provides program and project management – program communication and coordination, coordinate security architecture installation, circuit coordination, Internet Protocol data collection analysis, processing and validation. Optional tasks include operations cell management, business-to-business Virtual Private Network coordination and data collection effort. Contract was awarded through the Small Business Administration program with women-owned business participating in the U.S. SBA 8(a) Business Development Program using the General Services Administration Streamlined Technology Application Resource for Services II contract. The base year of $8,717,856 is being funded with fiscal 2019 operations and maintenance funds. The place of performance is Falls Church, Virginia. Defense Health Agency, Falls Church, Virginia, is the contracting activity.

Unissant Inc., Herndon, Virginia, was competitively awarded a firm-fixed-price contract with a total estimated value if all options are exercised of $20,189,460. The contract has a one-month transition in period, an eight-month base period, four 12-month option periods, a two month transition out period, and a Federal Acquisition Regulation 52.217-8 six-month option. This award provides non-personal services contract to provide Armed Forces Health Longitudinal Technology Application – Composite Health Care System (AHLTA-CHCS) integration. The contractor shall provide services, materials, and equipment to perform integration activities associated with the Military Health System for full-cycle and out-of-cycle releases for the full system life-cycle. This includes requirements, design, development, testing support, deployment support, and software maintenance. The contractor shall provide for the integration support necessary to capture the tasks necessary to fully integrate separate development components with the full range of the AHLTA and CHCS systems, to include but not be limited to Clinical Data Repository, Snareworks, AHLTA Client, Health Artifact and Image Management Solution, Enterprise Blood Management System, Pharmacy Data Transaction Service, as well as support project integration efforts for external organizations and entities. Place of performance is Falls Church, Virginia. This contract is an acquisition under the General Services Administration's IT Schedule 70 with fiscal 2019 operations and maintenance funds in the amount of $2,829,831, obligated at time of award. The Defense Health Agency, Health Information Technology- Contracting Division, San Antonio, Texas, is the contracting activity (HT0015-19-F- 0070).

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $35,000,000 modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA8681-19-D-0009 for the integration, sustainment and support of the Small Diameter Bomb Increment I miniature munition for Foreign Military Sales countries. This modification provides for a ceiling increase in the contract. Work will be performed in St. Louis, Missouri; Air Force test ranges worldwide; and various other countries. This modification involves foreign military sales to Australia, Belgium, Canada, Denmark, Greece, Israel, South Korea, Netherlands, Spain, Sweden, Turkey, Singapore, and any other future country with an approved letter of offer and acceptance. Work is expected to be complete by April 15, 2029. No funds are being obligated at the time of award. This modification brings the total cumulative face value of the contract to $100,000,000. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $9,212,539 fixed-price incentive firm contract modification (P00014) to previously awarded contract FA8675-18-C-0003 for the Advanced Medium Range Air-to-Air Missile (AMRAAM) program. This modification provides for the procurement of 24 AMRAAM AIM-120D Captive Air Training Missile guidance sections for the Navy. Work will be performed in Tucson, Arizona, and is expected to be complete by Feb. 28, 2022. Fiscal 2018 production funds (Navy) in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Johns Hopkins University, Applied Physics Laboratory, Laurel, Maryland, has been awarded a $22,231,309 cost-plus-fixed-fee contract to support the government with development of prototypes, test plans, rapid fielding, operational experiments and changes in existing acquisition programs with a focus on identification and reduction of programmatic and technical risk provides for applied research. Work performance will take place in Laurel, Maryland. Fiscal 2019 operations and maintenance funds in the amount of $2,071,000; and fiscal 2019 research, development, test, and evaluation funds in the amount of $20,160,309 are being awarded. This contract was not competitively procured because the task order is executed against a single indefinite-delivery/indefinite-quantity contract award. The expected completion date is May 31, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-D-0006).

NetCentrics Corp., Herndon, Virginia, was awarded an $8,177,036 time and material six-month bridge contract to provide service delivery information technology support services for the Office of the Secretary of Defense; Washington Headquarters Services (WHS); WHS-supported organizations; and the Pentagon Force Protection Agency. Additionally, similar support is to be provided for the Office of General Counsel, Central Adjudication Facility, and the Defense Security Cooperation Agency. Work performance will take place in the National Capital Region, including the Pentagon, Mark Center, and Crystal City, Virginia. Fiscal 2019 operations and maintenance funds in the amount of $8,177,036 were awarded. The expected completion date is Nov. 29, 2019. Washington Headquarters Services, Arlington, Virginia, is the contracting activity (HQ0034-19-C-0078). (Awarded May 30, 2019)


*Small business