Cyber Security Buyers Guide Fall/Winter 2017

Page 1


Chy TV

https://www.chytv.com/

V.L. Engineering

http://www.vlengineering.com/index.html



Flexi-Liner

http://www.flexi-liner.com/

MMR Technologies Inc

http://http//www.mmr-tech.com


UTILITY METALS

Manufacturing products you can look up to!

UTILITY METALS... Manufacturers of Quality:

• Area Lighting Poles • Lighting Brackets • Traffic Sign Structures • Traffic Signal Structures • Custom Manufacturing

New

"In-Stock" Product

UTILITY METALS

• 4" Square Steel Pole • 20 ft. Long • Powder Coated Dark Bronze In stock locations: • Sparks, NV • Malvern, PA

A Division of Fabricated Metals LLC.

P.O. BOX 9054 LOUISVILLE, KY 40209

UTILITY METALS

800•627•8276 502•363•6681 Fax: 502•368•2656

Ma

U n i de

. A . .S


Epilog Laser

www.epiloglaser.com

Rowmark LLC

http://www.rowmark.com/


EVERY SECOND COUNTS

Product capabilities include: • Identify gases and vapors at the parts per million to parts per billion levels • Innovative library searching software that provides answers instantly while in the field • Ruggedized for use in the hot zone and extreme environments • Superior performance enables the detection of emerging threats

For further information on the product, service or sales, please access smithsdetection.com or contact usa@smithsdetection.com GUARDION is a trademark of Smiths Detection Group Ltd.

GUARDION™

Smallest, Lightest, and Fastest Portable GC/MS Chemical Identifier


AeroSafe Products, Inc.

http://aerosafe.com/

Quality Tower Services, Ltd.

http://www.qualitytowerservices.com/



Abatement Technologies, Inc.

http://www.abatement.com/

Gasmet Technologies Inc.

http://www.gasmet.com/


We use over 200 words to describe snow and only four words to describe how to travel in the Great Land:

Bald Mountain Air Service

Owned and operated by lifelong Alaskans, we provide safe, experienced aviation services throughout Alaska and Canada. Whether it’s a sightseeing, hunting trip or mining / oil exploration, we’re ready to serve you.

• An Alaskan Native Heritage company • Safe and comfortable • Gravel runway capable • King Air 350 and 200 • 20 passenger DeHavilland Twin Otters • 10 passenger Super STOL Single Turbine Otters • Deadhorse, Anchorage and Homer hangars • Non-stop service to Seattle • Available for 24-hour callout Toll Free:

800-478-7969 Local:

907-235-7969 baldmountainair.com P.O. Box 3134 Homer, Alaska 99603


Kelly-Moore Paint Co

http://kellymoore.com/

Mobile Medical Maintenance Co.

http://www.mobilemedicarepair.org/


healthmark WWW.HMARK.COM | 800 521 6224 | 33671 DOREKA DRIVE FRASER, MI 48026

SST Systems

Innovative Solutions for Instrument Care & Infection Control

Protech Trays

Since 1969, Healthmark Industries has

ProFormance Products Bins Galore

developed

ProSys Products SteriKing Security Products Labeling Products

and

marketed

innovative

solutions to aid healthcare facilities in their delivery of surgical instruments and other life-saving medical devices to patients. These solutions include: Products for the effective cleaning, validation and verification of the cleaning process; Packaging and other accessories for the proper sterilization, storage and delivery of surgical instruments; Tools to identify and secure emergency and other lifesaving supplies and equipment. We have an experienced nationwide network of professional sales representatives. They are well trained and ready to meet with you personally to listen and understand your facility's unique needs. Their extensive product knowledge will help match these needs with the right items. Healthmark also offers online educational games for staff to earn free CEUs as well as the opportunity to schedule in-services taught by one of our knowledgeable representatives. Healthmark will continue to innovate, continue to support

and

continue

to

serve

the

healthcare provider and the support services that make it possible to deliver quality healthcare.


Royal Basket Trucks

http://www.royal-basket.com/index.html

Bomac Carts

http://bomaccarts.com/



RDM Industrial Products, Inc.

http://www.rdm-ind.com/index.html? utm_source=FedBuyersGu

MITI Manufacturing Co., Inc.

https://www.mitico.com/



Railquip, Inc.

http://www.railquip.com/

Ziebart International Corporation

http://www.ziebart.com/


Proudly supports all of your dental, medical, and supply needs.

Supporting your supply needs through the following contracts: NEW! DLA ECAT Dental Program SPM2DE-14-D-7469 DLA ECAT Lab Contract SPM2DE-10-D-7342 DLA Medical/Surgical DAPA Holder SP0200-96-H-5014

FEDERAL SUPPLY SCHEDULES: Pharmaceuticals and Drugs (Anesthetics) V797P-2280D Dental Equipment and Supplies V797P-3160M

HENRY SCHEIN, INC. IS A PROUD FEDERAL SUPPLY SCHEDULE DISTRIBUTOR FOR: Welch Allyn—Medical Equipment and Supplies V797P-4333B Brewer Design Medical Equipment and Supplies V797P-3206M KaVo Dental Equipment V797P-3218M GYN Disposables V797P-4377B Kerr V797D-30021 Imaging Sciences Dental Equipment V797P-3235M Pelton & Crane Contract V797P-3241M Busse Hospital Disposables—Medical Equipment and Supplies V797P-4488B


Black Box Corporation

https://www.blackbox.com/en-us

Boxes And Bags Unlimited

http://www.boxesandbagsunlimited.com/


The clear leader for clean air.

AIRE GUARDIAN® 8000

PREDATOR® 750

HEPA CARE® 800F

ROOM PRESSURE MONITOR

HEPA CARE® 800C

HEPA CARE® 800 (CONTROL PANEL)

Keeping the environment you work in free of airborne danger is as important to us as it is to you. We put this first when we create our products. Products designed to contain and clean the air around you of dust, contaminants, and pathogens. For this reason we place a HEPA certified filter with up to 99.99% efficiency at the heart of each of our systems. From portable containment units to fast deploy patient isolation systems. We have a variety of solutions to help you achieve ICRA compliance and safely protect the environment inside your institution. VISIT OUR SITE

Look to Abatement Technologies for all your indoor air quality and ICRA compliance needs. The only thing that exceeds our quality is our professional service. Call 1-800-634-9091

www.abatement.com

|

1.800.634.9091

|

iaqinfo@abatement.com


Smiths Detection Inc.

http://www.smithsdetection.com/

Nardone Bros. Baking Co., Inc.

http://nardonebros.com/


When Power Quality Matters PowerClamp™ solves PQ problems!

SERIES 4 for branch

circuits. 60,000 surge-amp capacity.

SERIES 6 for subSERIES 10 for main entry panel

protection. 200,000 surge-amp capacity.

panel protection. 100,000 surge-amp capacity.

PowerClamp™ transient voltage surge suppressors (TVSS) provide the best protection against AC power line spikes, surges, and transients. Since 1979, thousands of PowerClamp™ units have been protecting hospitals, military installations, airports, data centers, broadcasting stations, manufacturing plants and other mission‐critical installations. PowerClamp™ is the proverbial “ounce of prevention” that will eliminate or minimize downtime and equipment damage caused by power line surges! For info, please contact Sine Control Technology Inc: 562-493-3589.

www.sinecontrol.com


McClean Anderson

http://www.mccleananderson.com/

TUV SUD America Inc

https://www.tuv-sud-america.com/us-en



CalRecovery, Inc.

http://www.calrecovery.com/

Capmatic Ltd.

http://www.capmatic.com/


Custom-designed, precise fitting removable insulation blankets

SCR

ENGINES

SCR

• UL approved for genset use • ISO 9001:2008 certified • Over 30 years experience • Fast turnaround SILENCERS

Let Firwin be your insulation solution provider

Visit us at www.firwin.com or give us a call at 1 877 FIRWIN7 (347 9467)


Business Power Tools LLC

http://http//www.BusinessPowerTools.com

Cera Products, Inc.

https://ceraproductsinc.com/



Cotronics Corporation

http://www.cotronics.com/vo/cotr/

Cyber Advances


Recycling Our Natural Resource For A Better Tomorrow At Aaron Oil Company it is our mission to be the highest quality, service and customer oriented used oil and petroleum reclamation organization in America, and to develop and maintain a working envrionment that both challenges and motivates our people to establish the highest operating standards in the industry. Our commitment to excellence has led to collaborative partnerships and process developments unlike any others, as well as the development of one of the most experienced teams of engineers, researchers, managers and employees in the industry. Our company is in a continuous state of development of new technologies, management software, automation, robotics and best available technologies in the used oil and petroleum reclamation industry. The experts at Aaron Oil are setting new standards for the industry by creating new strategies, new markets and concepts unlike any other service provider in the world.

We offer a wide variety of services including but not limited to the reclamation and processing of: • • • • • • •

Used oil and petroleum products Metal used oil filters Petroleum contaminated dirt and debris Used oil absorbents and soft filters Sludge Waste water, anti-freeze and coolants Bilge water

www.aaronoil.com 800.239.4549


Datamite Technologies, LLC

http://www.datamitetech.com/index.html

Davis Art Images

http://www.davisart.com/promotions/Fine-Art-Images/Fine-ArtImages.aspx/


Professional Bird Control Products

Stainless Steel Bird Spikes

Bird Jolt Flat TrackTM

Superior bird control products since 1992 Bird B Gone is the leading manufacturer of professional bird control products. Made in the USA, we offer proven products to protect properties against bird defacement, damage and high maintenance costs. • • • • •

#1 specified products by architects, engineers and government agencies Industry leading guarantees We offer low cost solutions for your pest bird problem Our bird control engineers have a combined 90+ years of hands on experience We have an extensive worldwide network of authorized installers

Made in the USA

2015 Catalog now available with the latest in bird control products!

Call today for detailed advice from the leading industry experts

877.998.1945


Rotary Lift, A Dover Company

http://www.rotarylift.com/

TRANSPORTATION MANAGEMENT SERVICES, INC.

http://www.tms.com/


®

CHEMICALS


SAGE Publications Inc

https://us.sagepub.com/en-us/nam

Sadlier Publishing Company

http://www.sadlier.com/


THE ULTIMATE SOURCE

FOR HOT WATER SOLUTIONS The inventive minds at A. O. Smith are bringing you more options for your hot water demands than ever before! From standard water heaters to innovative gas, electric, solar and hybrid technologies, A. O. Smith has the right water heater to fit the needs of any lifestyle.

voltex® 50-galloN heat puMp WateR heateR

CyCloNe® Mxi CoMMeRCIal WateR heateR

taNKleSS

• Highest energy efficiency on the market at 2.75 EF

• Up to 98% thermal efficiency dramatically lowers operating costs

• Designed with higher quality materials for fewer call-backs

• 11% more efficient than other ENERGY STAR Heat Pumps

• Modulating models adjust firing rate to the specific demand, further increasing efficiency and money savings

• Highly efficient (up to .95 EF)

• $393 annual savings compared to standard models

• Industry-leading 15-year warranty

• Our exclusive advanced electronic control with built-in diagnostics is network ready for remote monitoring

More options. Including the right one for your next job. For more information on all the water heaters A. O. Smith has to offer, visit www.hotwater.com.


Sine Control Technology

http://www.sinecontrol.com/

SpeedCast

https://www.speedcast.com/


Clog Remover Switched to low-flow toilets? Great move, until they get jammed up with paper towels. The XLERATOR ® high-speed, energy-efficient hand dryer takes care of that problem. XLERATOR offers a 95% cost savings over paper towels, eliminating their labor, maintenance and waste while creating a more hygienic restroom environment. You’ve made the right call on water flow, now it’s time to protect your cash flow.

Eliminate Paper Towels And Make The Change Today!

Contract Holder #GS-07F-0017T

TIME TO THROW IN THE TOWEL®

800.255.9235

exceldryer.com sales@exceldryer.com


Inman Mills

http://www.inmanmills.com/

First Army Supply

https://www.1starmy.com/


REDEFINING PRODUCTS AND SERVICES FOR PUBLIC HEALTH MOSQUITO CONTROL AND WATER BODIES We focus every day on developing and providing novel, softer public health products to control nuisance and disease carrying mosquitoes. We are about providing unique and more precise application methods to control aquatic weeds and algae to optimize lake and pond ecosystems with minimal disruption. We are also about a corporate culture and workplace that balances work and personal lives…and which sees our business as part of community.

Making communities around the world more livable, safe and comfortable. Family-owned since 1946 • 17 locations worldwide. www.clarke.com • customercare@clarke.com • 800.323.5727


Architectural Systems Inc

https://www.archsystems.com/

Health Science Products, Inc.

http://hspinc.com/



IPG Photonics Corporation

http://www.ipgphotonics.com/en

New Retro Dining

http://www.newretrodining.com/


Tank Liners Containment Products Custom Manufacturing

CALL TOLL FREE

(800) 423-4909 Reliability and Product Quality Since 1953

Water Storage Lining tanks that contain water is one of the most cost-effective methods to eliminate corrosion and restore leaking tanks to full operation and thereby prolong and maximize asset life. Flexi-Liner™ fabricates and installs liners for a variety of water storage tanks including potable water, fire water and wastewater. Each liner is custom manufactured to your specifications using the most appropriate material formulation and thickness for your specific application. Flexi-Liner™ will identify the right liner for your operation. Our materials have stood the test of time and we understand how to apply the right customized materials to give you the performance you expect. We offer material formulations that meet industry standards and specifications including AWWA D130 and ANSI/NSF 61. Our experienced staff will recommend materials and product features that will best suit your needs and ensure a timely response to urgent or emergency requests. See “Available Materials” Flexi-Liner™ systems are flexible, reliable and economical and are suited for open or closed top tanks. Flexi-Liners™ are suitable for all types of tanks including concrete, carbon steel, galvanized, corrugated iron, fiberglass, brick and redwood and are a superior alternative to coatings and bonded lining solutions. See “Liner vs. Coating.” Our mechanical method of attachment is a proven system that provides a cost-effective and trouble-free solution. Flexi-Liner™ provides numerous installation options to ensure that your tank has minimum down time during replacement and that the Flexi-Liner™ operates to your satisfaction. FlexiLiner™ offers turnkey installation or provides technical supervision that works with your employees. Each Flexi-Liner™ system is engineered for your specific application and to your tank dimensions, utilizing standard manufacturing techniques. All Flexi-Liner™ products meet precise quality standards and are made using an RF dielectric weld and are inspected and tested prior to shipment. Our experience ranges from tanks containing less than 100 gallons to tanks in excess of 1,000,000 gallons. Flexi-Liner™ products have been installed throughout the world and are trusted by Fortune 500 companies and owner-operators alike.

New Life for Old Tanks, Long Life for New Tanks 3198 Factory Drive, Pomona, CA 91768 • (800) 423-4909 • Fax (800) 356-4648 • E-Mail:info@Flexi-Liner.com • www.Flexi-Liner.com


Applied Distribution Resources

http://www.applied-distribution.com/

Firwin Crop

http://www.firwin.com/index.html


Get the bench you need and get it fast. Your work can’t wait. With Pro-Line’s “In Stock” Program, you can get the exact modular workbench your application demands in 5 days or less with your choice of work surface, color, and many accessories and options. • For decades, Pro-Line workbenches

Dimension Next Modular Workstations

have been synonymous with quality, functionality and unmatched ergonomic design. Ergo-Line

• Choose from the the manual height adjust Ergo-Line, Millennium II electric height adjusting workbench, the popular Model HD, Dimension Next Modular Workstations, and more. • Configure your workstation with the exact accessories you need. • GSA contract GS27F-5066C

www.industrialworkbenches.com

1proline.com (800) 739-9067 Pro-Line is a division of the R.W. Hatfield Co., Inc.


Intra LLC

http://www.intra-llc.com/

CONSIDER IT DONE STRIPING

http://www.consideritdonestriping.com/


Proudly supports all of your dental, medical, and supply needs.

Supporting your supply needs through the following contracts: NEW! DLA ECAT Dental Program SPM2DE-14-D-7469 DLA ECAT Lab Contract SPM2DE-10-D-7342 DLA Medical/Surgical DAPA Holder SP0200-96-H-5014

FEDERAL SUPPLY SCHEDULES: Pharmaceuticals and Drugs (Anesthetics) V797P-2280D Dental Equipment and Supplies V797P-3160M

HENRY SCHEIN, INC. IS A PROUD FEDERAL SUPPLY SCHEDULE DISTRIBUTOR FOR: Welch Allyn—Medical Equipment and Supplies V797P-4333B Brewer Design Medical Equipment and Supplies V797P-3206M KaVo Dental Equipment V797P-3218M GYN Disposables V797P-4377B Kerr V797D-30021 Imaging Sciences Dental Equipment V797P-3235M Pelton & Crane Contract V797P-3241M Busse Hospital Disposables—Medical Equipment and Supplies V797P-4488B


RW Hatfield

http://www.1proline.com/

ShopBot Tools, Inc

http://www.shopbottools.com/



EyeSpyPro

https://www.eyespypro.com/

Toshiba Telecommunications

https://www.telecom.toshiba.com/



Henry Schein Inc.

https://www.henryschein.com/

SSR Engineering

https://ssreng.com/


INSTAKEY SECURITY SYSTEMS Locks and keys are simple in theory, but complicated in practice. At InstaKey® we have spent 30 years helping Government and Institutional organizations manage their keyed access as efficiently and cost effectively as possible.

We don’t think of keyed access as just ‘locks and keys’. We think of it – and help our Clients run it – as a program built on the 4 Cornerstones of KeyControl®.

Key Management Cornerstones Web Accessible Key System Records

Individually Serialized, Restricted Keys

Administered Program Support & Partnership

Simple, Cost-Effective Rekey Avenue

Individually Serialized, Restricted Keys – ensure our InstaKey® key blanks cannot be distributed. Simple, Cost Effective Rekey Avenue – with ‘single key turn’ rekeyable lock technology, Instakey® locks empower you to rekey in seconds.

Web Accessible Key System Records – everything you need to know about your key system in a scalable, web-accessed format. Administered Program Support & Partnership – we partner with you to help you keep your keyed access program stable and secure.

Call us to find out how we can help you with your keyed access.

800.316.5397

|

www.instakey.com

|

govsales@instakey.com


Taper Roller Bearings, Inc.

http://taper.com/

Excel Dryer, Inc.

http://www.exceldryer.com/


A DVA N C E D F I L A M E N T W I N D IN G SYST E M S

QUALITY I N N O VAT I O N LONGEVITY

Our line of filament winders begins with a “use it right out of the box” 2 axes model, to a workhorse production unit that can be configured with 3-6 axes of computer controlled motion. All winders can be customized. We also offer precision tensioning creel systems, fiber delivery systems, extraction systems and mandrels.

FILAMENT WINDING MACHINES ~ MACHINE CONTROLS A U X I L I A R Y E Q U I P M E N T ~ PAT T E R N S O F T WA R E FIBER DELIVERY SYSTEMS ~ TENSIONERS RETROFITTING AND MORE

Keeping pace with the needs o f t h e co m p o s i te s i n d u st r y.


Molecular Devices, LLC

https://www.moleculardevices.com/

Maquet Medical Systems, USA

https://www.maquet.com/int/


Network RTK GNSS GPS & Glonass

ROBOTIC REFLECTORLESS TOTAL STATIONS

HIGH-SPEED HIGH-ACCURACY 3D Laser Scanning

The success of Leica Geosystems rich 200 year history in measurement technology has come from developing and building the most advanced solutions in the world. Staying on the cutting-edge of technology is not easy, but for us, it is mission critical to enable your applications with the speed and accuracy that you require, such as: n n n

A Special Forces Soldier calculating a blast volume with a C10 Laser Scanner A Seabee staking out an airstrip with a robotic total station An U.S. Marine Geographic Intelligence Specialist locating topography with real time GPS coordinates

Leica Geosystems’ solutions encompass a workflow that transforms your raw data into useful information, turns measurements into maps, and maps into models that capture the real world.

3D Laser Scanning Consultation

To learn more about how we can help you realize the powerful benefits of this technology, please contact us or visit us online. Frank Hahnel, III Military Account Manager Phone: 407.421.0873 Fax: 321.206.8634 E-Mail: frank.hahnel@lgshds.com Learn more: www.leica-geosystems.us


Masimo Corporation

http://www.masimo.com/home/

Palmero Health Care

https://www.palmerohealth.com/


TAKE TRAINING

OUTSIDE The SYNRGY BlueSky™ Training System takes group training into the invigorating great outdoors. Choose from 5 workout stations and 6 connectors to create a customized system and expand your training area.

Go outside: LifeFitness.com/outside

or call the Military 800.494.6344 and reference the LF GSA# GS07F9380G

© 2014 Life Fitness, a division of Brunswick Corporation. All rights reserved. Life Fitness is a registered trademark of Brunswick Corporation. SYNRGY BlueSky is a trademark of Brunswick Corporation. USC-024-14 (05.14)


Fabricated Metals

http://fabricatedmetals.com/

A. O. Smith

http://www.hotwater.com/



Aaron Oil Company Inc.

http://www.aaronoil.com/

ACUREN INSPECTION, INC

http://www.acuren.com/


NEW SITESCAN & MASTERCSAN FLAW DETECTOR SERIES

Take a Closer Look

Perform • • • • • • •

Customizable Menus Angle Measurement Mode Field Upgradeable Encoded B-Scan 16hr Battery Life Dryscan Option UT-lity Reporting Software

Applications • • • • • • •

Choose your hardware:

Composite Inspection Corrosion Detection Bond Testing Weld Fabrication General UT Inspection Thickness Measurement Delaminations

Digital & Phased Array Flaw Detectors , Thickness & Coating Gauges WheelProbe Technologies, Ultrasonic Transducers, Ultrasonic Scanning Systems, Ultrasonic Couplant, & NDT Accessories


Alternative System Concepts, Inc

http://www.ascinc.com/index2.html

Amerex Corporation DBA Getz Manufacturing

https://www.getzequipment.com/


Store, manage and control keys, cards and small assets more securely and efficiently with KeyWatcher® Touch. Access is limited to authorized users, and all transactions are recorded with detailed reports available. The system will even automatically email transactional information to any user – at any time. And KeyWatcher’s convenient touchscreen makes removing and returning keys easier than ever. With our modular design and full scalability, it’s easy to see how we keep making key management better. That’s Morse Watchmans’ outside the box thinking – right inside the box.


Ark-La-Tex Shredding Company, Inc.

http://www.altshred.com/

AOK Global Products Ltd.

http://www.rescuechair.com/


www.NewRetroDining.com has mid‐century modern retro Artista Gallery, Inc. 1950’s style restaurant furniture and furnishings that 1004 Briarcliff Road are nostalgic and Proudly Made in USA. Visit our Warner Robins, GA 31088 31088--4058 NewRetroDesign.com where you will find a full service CAGE Code: 4QNL0 design team, and restaurant supply company. We possess PH: (478) 320 320--2502 a unique ability to execute custom designs at package FX: (404) 420 420--2890 design prices because we are also the factory repre‐ sentatives for the seating and millwork manufacturers. Email: Jack@NewRetroDining.com This allows you to achieve factory direct pricing at www.NewRetroDining.com an affordable price! We provide you with cost effec‐ www.NewRetroDesign.com tive personalized service with a high attention to www.NewRetroCars.com every detail. We provide highly qualified designers and project managers who have practical, real world restaurant management experience and therefore will best understand you and the Government’s needs.

Chevie Chair

Chevie Booth Set


Andover Healthcare, Inc.

http://www.andoverhealthcare.com/

AMETEK SCP Inc.

http://www.ametek-ecp.com/brands/scp



BALD MOUNTAIN AIR SERVICE INC

http://www.baldmountainair.com/

Boing Safety

http://www.boingsafety.com/


Southern Police Equipment is a 100% Woman Owned Small Business located in Richmond, Virginia. We are celebrating our 45th year of business in 2016. Specializing in products for Law Enforcement, Military/Federal and EMS Agencies with over 11,000 items on GSA. Listed below are the Manufacturers currently on our GSA Contract # GS-07F-0273T Anchor Uniform - Raincoats Alta Industries - Elbow/Knee Pads Armor Express – Body Armor Aspetto – Ballistic T-Shirts Bates- Uniform Shoes Blackinton -Badges/Insignia Blackhawk-TacticalGear Bosik Technologies – Bullet Trap Boston Leather - Duty Gear Boyt Tactical – Gun Cases Brite-Strike - Flashlights /APALS Bushnell – Binoculars, Scopes Code 3 – Light Bars Combined Tactical Systems - Munitions, Restraints Conet Systems – Thermal Targets Converse/Reebok – Military Boots EcoPure – Mini Emergency Respirator EMA Tactical- RONI/Grips Edge Tactical Eyewear EOTech - Weapon Sights Florsheim – Uniform Shoes FLIR-Thermal/NightVisionSystems FP Technologies – Area Lighting Fusion – Climbing Carabiners GH Armor - Ballistic Vests Guardian Outfitters – Moisture Management T-Shirt HESCO-BallisticPlates Highcom Security – Ballistic Plates, Helmets, Vests Humane Restraint- Leather/Poly Restraints HWI Gear – Tactical Gloves Information Display Company- Speed Check System L&R Ultrasonics- Weapons Cleaning Tanks Leatherhead Tools-Entry Tools Liberty Uniform- Class A Uniforms

Mace Security International- Pepper Spray MG Industries – AR15 Components Milspec Plastics – Disposable Restraints Mocean- Bike Patrol Uniforms Night Optics – Night Vision Equipment Otis Technology- Weapons Cleaning Kits Paulson Manufacturing Corp- Riot Shields Peerless Handcuffs- Handcuffs Penn Arms- Munitions Launchers Polarion - HID Lighting R&B Fabrications, Inc – Incident Vests Radians – Safety Vests Revision Military – Ballistic Eyewear, BATLSKIN Helmets Rings Manufacturing – Blue Guns Rockport – Uniform Shoes Safety Innovations – Walkie Clips Samuel Broome Uniform Accessories – Neckties Smith and Warren – Badges/Insignia Southwest Synergistic Solutions – Triage Lights SPE- Survival Armor Streamlight – Flashlights Tactical Solutions – Conversion Kits TacProGear - Ballistic Vests, Helmets Taylor’s Leatherwear – Leather Jackets Thorogood – Boots/Shoes Triple K Manufacturing – Duty Gear Tru Spec/Atlanco – Tactical Uniforms TurboflareUSA – Electronic Flares Uncle Mike’s – Duty Gear,Bags United Shield International – Shields/ Helmets Wigwam Mills, Inc – Tactical Socks Z-Bolt – Tactical Lasers/Illuminators

Please contact Walter Clarke for additional information 800-542-5243 or email walter@southernpoliceequipment.com 7609 Midlothian Turnpike, Richmond, VA 23235 Toll Free: 800-542-5243 Local: 804-323-1855 Fax: 804-323-5067 www.southernpoliceequipment.com


Bondtech Corp

http://www.bondtech.net/contact.php4

Bradley/Parker & Associates PC

http://www.bradleyparker.com/


MITI DeCon Hoop™

MITI Portable DeCon “U” Showe Ancillary Equipment

MADE IN USA

The MITI DeCon Hoop™ is specifically designed to deploy quickly and to minimize the amount of waste water created during the decontamination process. The system is uniform in design to be used independently or with the MITI Portable DeCon “U” Shower, Pools and Secondary Ground Pad/ Berm Systems.

High Pressure Manifolds

WYE Fittings

FSI Soap Injectors

FR In-Line Pressure Reducers

545 ROAD 318331 HALL AVENUE GRAND JUNCTION GRAND JUNCTION COLORADO CO 81504 81504 TOLLTOLL FREE FREE 866-545-6484 866-545-6484 PHONE (970) 243-9500 PHONE (970) 243-9200 243-9500 FAX (970) FAX (970) 243-9200 services@mitico.com sales@mitico.com sales@mitico.com www.mitico.com www.mitico.com

All products GSA Approved GS 07F 5622R


Calix

https://www.calix.com/

Cherry Americas, LLC

http://cherryamericas.com/


Contact us: http://www.daprorubber.com/contact-us/

Take a look at our website: http://www.daprorubber.com/


Clarke

https://www.clarke.com/

The Coleman Company

www.coleman.com


GSA#: GS-07F-475AA DUNNS: 117513465 NAICS: 332999/423830 CAGE: 56193

www.gsaadvantage.gov (Search Little Giant Ladders)

Little Giant Ladder Systems 1198 North Spring Creek Place, Springville, UT 84663, USA 888.320.2488


CST Industries, Inc.

https://www.cstindustries.com/

Da/Pro Rubber, Inc.

http://www.daprorubber.com/


Over 30 Years Providing Variable Temperature Materials Characterization & Custom Cryogenic Solutions Web: Web www.mmr-tech.com

Email: Email sales@mmr-tech.com

kEffm 

HEffm

Phone: Phone (855) 962-9620



Create Your Own Liquid Nitrogen ….From Thin Air

Web: Web www.elan2.com Email: Email sales@mmr-tech.com Phone: Phone (855) 962-9620


Ditch Witch

https://www.ditchwitch.com/

Evacusled Inc.

http://evacusled.com/


WHEN YOUR FLEET IS ON THE LINE, YOU WANT ROTARY IN YOUR SHOP.

Shown: MCH418U100 with M140015 runway system attached 60,000 lbs. capacity

Rotary’s heavy-duty lift lineup is built to take on any challenge.

Shown: MOD35 MOD235xyz 2-post inground lift 60,000 lbs. capacity

For 90 years, Rotary has set the standard in design, testing and manufacturing. Our Indiana-based employees take pride in producing world-class lifts the right way, every day.

TM

You can count on it.

Christine Bilz Government Sales Leader 1.800.445.5438 x5655 GS07F8953D

Rotary World Headquarters 2700 Lanier Drive Madison, IN 47250, USA

For more information and a complete guide to our product offering, visit us on the web at rotarylift.com.


Flex-Line Automation, Inc.

http://www.flex-lineautomation.com/

GHG Corporation

http://www.ghgcorp.com/


Department Of Defense Contracts Awarded September 2017 CONTRACTS NAVY

Huntington Ingalls Inc. (HII-INC), Newport News, Virginia, is being awarded a $2,800,000,000 cost-plus-incentive fee contract for USS George Washington (CVN 73) Refueling Complex Overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by August 2021. Fiscal 2017 and 2016 shipbuilding and conversion (Navy) funds in the amount of $1,449,741,444 and $56,868,846 respectively will be obligated at contract award and will not expire at the end of the current fiscal year. This contract was not competitively procured under the authority of 10 U.S. Code 2304(c)(1). HII-INC is the original building yard contractor for all ships of the CVN-68 class, the reactor planning yard, the lead design refueling yard, and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience, and facilities required to accomplish this effort in support of the refueling and overhaul of CVN-73 without an unacceptable disruption of Navy-wide overhaul and repair schedule. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-17-C-2105). Black Hills Ammunition, Rapid City, South Dakota, is being awarded a $49,900,000 firm-fixedprice, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for 5.56mm special ball, long range ammunition. This ammunition is to be issued and deployed in direct support of U.S. Forces engaged in combat involving the war on terror in various overseas operations This contract involves foreign military sales to the Hashemite Kingdom of Jordan. Work will be performed in Rapid City, South Dakota, and is expected to be completed by September 2022. Foreign military sales contract funds in the amount of $3,540,255 will be obligated at the time of contract 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 two offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JN52). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $17,496,073 cost-plus-incentive-fee modification to a previously awarded contract (N00024-15C-5151) to exercise options for ship integration and test of the Aegis Weapon System (AWS) for AWS baselines through Advanced Capability Build 16. Work under this modification will be performed Pascagoula, Mississippi (40 percent); Moorestown, New Jersey (20 percent); Washington, District of Columbia (10 percent); Bath, Maine (10 percent); Norfolk, Virginia (10 percent); San Diego, California (10 percent), and is expected to be completed by February 2020. Fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $7,237,019 will be obligated at time of award and will not expire at the end of the current fiscal year; and fiscal 2017 operation and maintenance (Navy) funds in the amount of $457,931 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.


FIPLEX COMMUNICATIONS INC

http://fiplex.com/

FISHBOWL INVENTORY

https://www.fishbowlinventory.com/


Department of Defense Contracts Awarded September 2017 Foster-Miller Inc., Waltham, Massachusetts, is being awarded a $10,561,789 modification to a previously awarded firm-fixed-price, indefinite delivery/indefinite-quantity contract (N00174- 16-D-0001) to exercise an option for post-production support under the Man Transportable Robotic System (MTRS) MK2 Robotic Systems program. Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division has a continued need for the procurement of depot level repair services, quality assurance, metrics tracking and reporting, catalog ordering logistics tracking system (COLTS) data entry and implementation of government approved configuration management changes and engineering enhancements to support the MTRS MK 2 series. As the sole designer and developer, Foster-Miller Inc. has the unique knowledge, special skills, and data required to provide the modification and conversion of the MTRS MK-2 system configuration and therefore is the only source capable of providing the required post-production support. The work will be performed in Waltham, Massachusetts, and is expected to be completed by August 2018. No additional funds are being obligated at the time of this action. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division Indian Head, Maryland, is the contracting activity. Textron Systems Marine and Land Systems, New Orleans, Louisiana, is being awarded a $7,050,010 cost-reimbursable, not-to-exceed undefinitized contract action for procurement of long-lead time material for ship to shore connector (SSC) class crafts 109 and 110. Work will be performed in New Orleans, Louisiana (41 percent); Riverdale, Iowa (32 percent); Russellville, Arkansas (6 percent); Gulfport, Mississippi (6 percent); Stamford, Connecticut (5 percent); St. Rose, Louisiana (5 percent); and Stafford, Texas (5 percent), and is expected to be completed by August 2019. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $3,517,955 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 per Federal Acquisition Regulation 6.302-1 - 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 (N00024-17-C-2480).

AIR FORCE Aerospace Corp., El Segundo, California, has been awarded an $860,564,741 modification (P00079) to a previously awarded contract for systems engineering and integration support for the national space community. This contract modification provides for the exercise of option year four for fiscal 2018 services. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2018. Space and Missile Systems Center, El Segundo, California, is the contracting activity (FA8802-14-C-0001). Orbital ATK, Fort Worth, Texas, has been awarded a $69,368,834 firm-fixed-price undefinitized contractual action for the Afghanistan Air Force AC-208 armed intelligence surveillance and reconnaissance aircraft requirement. Work will be performed in Fort Worth, Texas, and is expected to be completed by Nov. 30, 2018. This contract is a pseudo foreign military sales requirement. Fiscal


GPS NetWorking, Inc.

https://www.gpsnetworking.com/

Hampshire Controls Corp.

https://www.hampshirecontrols.com/


Afghan Security Forces funds in the amount of $33,990,728 are being obligated at time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-17-C-4048).

Department of Defense Contracts Awarded September 2017 M1 Support Services, Denton, Texas, has been awarded a $21,533,370 modification (P00008) to a previously awarded contract. Contractor will provide intermediate and organizational maintenance of T-38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Work will be performed at multiple Air Force bases and is expected to be completed by Sept. 30, 2018. Fiscal 2018 operations and maintenance funds in the amount of $1,779,003 are being obligated at time of award. Air Combat Command, Langley Air Force Base, Virginia, is the contracting activity (FA4890-16-C-0012). PAE Aviation and Technical Services LLC., Marlton, New Jersey, has been awarded a $17,285,759 modification (P00027) to a previously awarded contract for functional and quality assurance support for the aerial targets program, which directly supports live-fire weapons system testing and enables the 53rd Weapons Evaluation Group in the developmental and operational weapons testing for all airto-air missiles for F-22, F-35, F-16, and F-15 aircrafts. Work will be performed at Tyndall Air Force Base, Florida, and Holloman Air Force Base, New Mexico, and is expected to be completed by Sept. 30, 2018. Acquisition Management and Integration Center Contracting, Langley Air Force Base, Virginia, is the contracting activity (FA4890-15-C-0018).

ARMY VetFed-PacificTech JV 1,* Kennewick, Washington (W912K3-17-D-0001); AHTNA Environmental Inc.,* Seatac, Washington (W912K3-17-D-0002); Bristol Prime Contractors LLC,* Anchorage, Alaska (W912K3-17-D-0003); CMEC Inc.,* Post Falls, Idaho (W912K3-17- D-0004); Diversified Contractors Inc.,* Klamath Falls, Oregon (W912K3-17-D-0005); Global Engineering Services Inc.,* Midvale, Utah (W912K3-17-D-0006); Imperial Construction,* Wapato, Washington (W912K3-17-D-0007); National Native American Construction,* Coeur D Alene, Idaho (W912K3-17-D-0008); Ronsons Sdvosb P&L JV-1,* Oak Harbor, Washington (W912K3-17-D-0009); Sealaska Constructors LLC,* Seattle, Washington (W912K3-17-D- 0010); Silver Mountain Construction LLC,* Bremerton, Washington (W912K3-17-D-0011); Skytek LLC,* Vancouver, Washington (W912K3-17-D-0012); Ascent-Takisaki JV,* Rathdrum, Idaho (W912K3-17-D-0013); TL Peterson Inc.,* Red Bluff, California (W912K317-D-0014); and Veterans Northwest Construction LLC,* Seattle, Washington (W912K3-17-D-0015), will share in a $540,000,000 firm-fixed-price contract for Washington and Oregon National Guard requirement for a wide range of construction and repair services. Bids were solicited via the Internet with 28 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2022. National Guard Bureau, Camp Murray, Washington, is the contracting activity.


GTX Corp

http://gtxcorp.com/

Healthmark Industries

http://www.hmark.com/


Leidos, Reston, Virginia, has been awarded a $49,500,000 cost-plus-fixed-fee contract for hazardous toxic radioactive waste investigation services in support of the Formerly Utilized Sites Remedial Action Program. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2023. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-17-D-0014).

Department of Defense Contracts Awarded September 2017 McKinsey and Co. Inc., Washington, District of Columbia, has been awarded a $20,035,401 modification (P00001) to contract W15QKN-17-F-0005 for integrated consulting services. Work will be performed in Washington, District of Columbia, with an estimated completion date of Feb. 28, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity. General Atomics Aeronautical Systems Inc.,* Poway, California, has been awarded a $19,155,072 modification (P00031) to contract W58RGZ-17-C-0018 for the addition of 15,000 flight hours for the Gray Eagle unmanned aircraft systems performance-based logistics contract. Work will be performed in Poway, California, with an estimated completion date of Oct. 22, 2017. Fiscal 2017 operations and maintenance (Army) funds in the amount of $19,155,072 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity. Edison Foard Construction Services Inc.,* Charlotte, North Carolina, has been awarded a $9,345,566 contract for the demolition of an existing 20,330 square-foot facility and construction of a new 24,600 square-foot Air National Guard C-130 squadron operations facility. Bids were solicited via the Internet with nine received. Work will be performed in Charlotte, North Carolina, with an estimated completion date of Dec. 27, 2018. Fiscal 2013 and 2016 military construction funds in the amount of $9,345,566 were obligated at the time of the award. National Guard Bureau, Charlotte, North Carolina, is the contracting activity (W91242-17-C-0002). Arcadis U.S. Inc., Highlands Ranch, Colorado, has been awarded a $9,050,560 modification (P00017) to contract W912BV-14-C-0030 for environmental remediation activities. Work will be performed in Joint Base McGuire-Dix-Lakehurst, New Jersey, with an estimated completion date of Sept. 26, 2024. Fiscal 2017 operations and maintenance (Army) funds in the amount of $9,050,560 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY Frank Gargiulo & Son Inc.,* Hillside, New Jersey, has been awarded a maximum $278,000,000 firmfixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is four-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is New York, New Jersey, and Pennsyl-


Hernon Manufacturing Inc.

http://www.hernon.com/

Hilton Key Largo Resort

http://www3.hilton.com/en/hotels/florida/hiltonkey-largo-resort-KYLGRHF/index.html


vania, with a Sept. 1, 2021, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools. Type of appropriation is fiscal 2017 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-P305). Proaim Americas LLC,* St. Louis, Missouri, has been awarded a maximum $140,000,000 fixed- price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five-year contract with no option periods. This was a competitive acquisition with 25 responses received. Location of performance is Missouri, with an Aug. 31, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-17-D- 0025). MS Fruit & Vegetable Co LLC,* Grenada, Mississippi, has been awarded a maximum $43,750,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite- quantity contract for fresh fruits and vegetables. This is a five-year contract with no option periods. This was a competitive acquisition with two responses received. Location of performance is Mississippi, with an Aug. 31, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Department of Agriculture schools and Tribal Reservations. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-P308). EFW Inc., Fort Worth, Texas, has been awarded a $31,548,157 firm-fixed price, definite- quantity contract for spares and components supporting the Aviators Night Vision Imaging System/Heads Up Display. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). This is a onetime buy with no option periods. Location of performance is Texas, with a Nov. 20, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-17-C- 0004). Northrop Grumman Mission Systems, Baltimore, Maryland, has been awarded a not-to-exceed $24,672,353 firm-fixed-price delivery order (THA6) against a five-year basic ordering agreement (SPE4A1-16-G-0005) for antenna group assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Maryland, with a Nov. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 appropriated APN6 funds. The contracting activity is the Defense

Logistics Agency Aviation, Philadelphia, Pennsylvania. *Small business CONTRACTS ARMY


Husky Portable Containment

http://www.huskyportable.com/

Infolytica Corporation

http://www.infolytica.com/


Department of Defense Contracts Awarded September 2017 MD Helicopters Inc.,* Mesa, Arizona, was awarded a $1,385,497,987 firm-fixed-price foreign military sales (Afghanistan) contract for procurement of an estimated quantity of 150 MD 530F aircraft and required production support services to include program management, delivery support, pilot training and maintenance. 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, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama is the contracting activity (W58RGZ-17-D-0089). Thalle Construction Co., Hillsborough, North Carolina, was awarded a $31,863,733 firm- fixed-price contract for in-place abandonment and removal of the existing Herbert Hoover Dike Culverts KI-1 and KI-2, respectively, and the construction of new water control structures S-266 and S-265 at the respective adjacent or existing locations. Bids were solicited via the Internet with four received. Work will be performed in Okeechobee, Florida, with an estimated completion date of July 5, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,875,431 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-17-C-0019). Tech Systems Inc.,* Alexandria, Virginia, was awarded a $17,164,910 modification (00539) to contract W52P1J-12-G-0047 for supply, maintenance and transportation in support of logistics support services at Schofield Barracks, Hawaii. Work will be performed in Honolulu, Hawaii, with an estimated completion date of Sept. 5, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $3,672,014 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $104,955,829 cost- plus-fixedfee modification to a previously awarded contract (N00024-15-C-2105) to exercise options for engineering, technical, design, configuration management, integrated logistics support, database management, research and development, modernization, and industrial support for nuclear submarines. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2019. Fiscal 2017 other procurement (Navy); fiscal 2017 research, development, test and evaluation; and fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $5,702,163 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. General Electric Co., Lynn, Massachusetts, is being awarded $91,575,576 for modification P00004 to a previously awarded firm-fixed-price contract (N00019-17-C- 0047) to exercise an option for the procurement of 24 Lot 21A full-rate production F414- GE-400 install engines for the F/A-18E/F aircraft. Work will be performed in Lynn,


InfoSight

http://www.infosight.com/

JAY-CEE SALES & RIVET , INC.

http://www.rivetsinstock.com/


Department of Defense Contracts Awarded September 2017 Massachusetts (59 percent); Hooksett, New Hampshire (18 percent); Rutland, Vermont (12 percent); and Madisonville, Kentucky (11 percent), and is expected to be completed in August 2018. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $91,575,576 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Rocky Research,* Boulder City, Nevada, is being awarded a $49,173,291 firm-fixed- price, indefinite-delivery/indefinite-quantity contract for the procurement of original equipment manufacturer navigation and ship control system hardware components. Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2022. Fiscal 2017 other procurement (Navy) in the amounts of $97,667; and fiscal 2017 operations and maintenance (Navy) funding in the amount of $39,892 will be obligated at the time of award with $39,892 expiring 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 Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-D-0009). Insitu Inc., Bingen, Washington, is being awarded $20,996,265 for firm-fixed-price delivery order N0001917F0346 against a previously issued basic ordering agreement (N00019-15-G-0014) providing or the procurement of spare and sustainment parts to maintain the RQ-21A Blackjack unmanned aircraft system in support of Naval Special Warfare fleet operations. Work will be performed in Bingen, Washington, and is expected to be completed in June 2018. Fiscal 2015 and 2017 aircraft procurement (Navy) funds in the amount of $20,996,265 are being obligated at the time of award; $1,437,645 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES E3 Federal Solutions, McLean, VA, is being awarded an $8,480,600 firm-fixed-price contract to obtain administrative and analytical services to various offices within the Office of the Under Secretary of Defense for Acquisition, Technology, and Logistics. Work performance will take place in Arlington, Virginia. The expected completion date is Sept. 22, 2022. Fiscal 2017 operations and maintenance funds are being obligated at the time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-15-A-0015).

DEFENSE LOGISTICS AGENCY CORRECTION: The contract announced on August 31, 2017, for Atlantic Machinery Inc., Silver Spring, Maryland, for $31,000,000 was announced with an incorrect contract number. The correct contract number is SPE8EC-17-D-0011.


The Best Executive Furniture by jazzyexpo.com

http://www.jazzyexpo.com/

JD Anderson & Associates

http://www.jdandersonglobal.com/


CONTRACTS Department of Defense Contracts Awarded September 2017 AIR FORCE

Boeing Co., Hazelwood, Missouri, is the final company to be awarded a $499,000,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity shared ceiling contract for six companies for the Aerospace Systems Air Platform Technology Research program. These contracts provide research for affordable, revolutionary capabilities for the warfighter. Work will be performed in Hazelwood, Missouri, and is expected to be completed by Aug, 31, 2025. This award is the result of competitive acquisition and six offers were received and six awarded. Fiscal 2017 research and development funds in the amount of $100,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting office (FA8650-17-D-2716). Contract and Purchasing Solutions, Lake Park, Georgia (FA8501-17-D-0010); Integrated Construction Management Inc., Cape Canaveral, Florida (FA8501-17-D- 0015); OK2 Construction, Miami, Florida (FA8501-17-D-0021); South Dade Air Conditioning and Refrigeration, Homestead, Florida (FA8501-17-D-0022); and Semper Tek Inc., Lexington, Kentucky (FA8501-17-D-0023), have been awarded a combined $70,000,000 indefinite-delivery/indefinite-quantity contract. Contractors will provide operational design and construction efforts to provide the 78th Civil Engineering Group the capability to have design and construction maintained in a short timeframe. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Aug. 30, 2022. This award is the result of a competitive acquisition, with 18 offers received. No funds are being obligated at the time of award. Funds will be obligated on individual task orders. Air Force Material Command, Warner Robins, Georgia, is the contracting activity. (Awarded Sept. 5, 2017) Raytheon Missiles Systems, Tucson, Arizona, has been awarded a $38,600,000 cost-plus- incentive-fee, cost-plus-fixed-fee contract for the System Improvement Program 3- Engineering Manufacturing, Development. This contract provides an incremental software solution for AIM- 120D missiles to improve its performance against rapidly advancing threats. Work will be performed in Tucson, Arizona, and is expected to be completed by Jan. 5, 2021. This award is the result of a sole-source acquisition. Fiscal 2017 research, development, test, and evaluation funds in the amount of $4,800,000 are being obligated at time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-17-C- 0001). (Awarded Sept. 5, 2017) Lockheed Martin Corp. Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $25,856,100 modification (P00874) to a previously awarded contract for F-22 sustainment activities. Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2017. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA861108-C-2897). (Awarded Sept. 5, 2017)


JLG Industries, Inc.

https://www.jlg.com/en?Cookie=language

Joe Tex Inc

http://www.joetexusa.com/


L3 Technologies Inc., Link Simulation Training, Arlington, Texas, has been awarded a $10,558,758 modification (P00004) to previously awarded contract for F-16 A/B Block 20 Mission Training Center. The contract modification provides for final software development. Work will be performed in Arlington, Texas, and is expected to be completed by

Department of Defense Contracts Awarded September 2017 Aug. 1, 2020. This award is the result of a directed sole-source acquisition and involves foreign military sales to Taiwan. Foreign military sales funds in the amount of $10,558,758 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6378). Raytheon Missile Systems, Tucson, Arizona, has been awarded an $8,078,874 cost-plus-fixed- fee modification (P00010) to previously awarded contract for field team support services for Advanced Medium-Range Air-to-Air Missile (AMRAAM) development test mission support including, test planning, test operations, test reporting, and telemetry analysis. This contract modification provides for exercise of the first option, for an additional 12 months of services to support ground tests, captive flight tests, and live fire tests conducted for developmental purposes, up to and including operational test readiness reviews. The effort also encompasses management and maintenance of AMRAAM separation test vehicles and other assets used for the test programs. The work performed under this option is expected to be complete by Sept. 5, 2018. This award is the result of a sole-source acquisition. Funding in the amount of $1,330,399 is being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-16-C-0067).

NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00421-17- D-0045); Science and Engineering Services LLC,* Huntsville, Alabama (N00421-17-D- 0046); Sierra Nevada Corp., Centennial, Colorado (N00421-17-D-0047); Coherent Technical Services Inc.,* Lexington Park, Maryland (N00421-17-D-0048); Dayton T. Brown Inc.,* Bohemia, New York (N00421-17-D-0049); J.F. Taylor Inc.,* Lexington Park, Maryland (N00421-17-D-0050); KIHOMAC,* Fairborn, Ohio (N00421-17-D-0051); Science and Engineering Services LLC,* Huntsville, Alabama (N0042117-D-0052); and Strata-G Solutions Inc., Huntsville, Alabama (N00421-17-D-0054), are each being awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide prototype air vehicle modification, mission systems, aircraft stores and support equipment designs, build-to-print technical data packages, kits and installed systems for test and evaluation of new systems and capabilities as well as fleet introduction. These services are in support of the Naval Air Warfare Center Aircraft Division’s Aircraft Prototype Systems Division (APSD). The scope of this contract is to cover all phases of APSD projects from feasibility studies and concept development through prototype development, systems integration laboratory standup and testing concluding with production in limited quantities to meet test and evaluation, fleet evaluation or urgent fielding requirements. The estimated aggregate ceiling for all contracts is $486,952,035, with the companies having an opportunity to


JONES DAIRY FARM

https://www.jonesdairyfarmfoodservice.com/

Joseph Michael Company

http://www.joetexusa.com/


compete for individual orders. Work will be performed in Patuxent River, Maryland; and at contractor facilities, and is expected to be completed in September 2022. Funds are not being obligated at time of award, funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals in two lots: Lot I, competitive unrestricted, and Lot II, competitive small business set-aside. Seven proposals were received for Lot I; 10 proposals were received for Lot II. The Naval Air Warfare Center Aircraft, Patuxent River, Maryland, is the contracting activity.

Department of Defense Contracts Awarded September 2017 Element Environmental LLC,* Aiea, Hawaii, is being awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services in support of the Navy’s Environmental Restoration Program consisting of the Installation Restoration Program and Munitions Response Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act and other similar programs in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for, but is not limited to, conducting environmental and safety related studies at various locations under the cognizance of the NAVFAC Pacific. The services may include the preparation of analytical studies; reports; management plans; technical evaluations; permit applications; preliminary engineering designs; cost estimates and supporting documents for corrective projects; and performing monitoring, testing and inspection actions. Initial task order is being awarded at $52,245 for permit renewal application services at Joint Base Pearl Harbor-Hickam, Hawaii. Work for this task order is expected to be completed by May 2018. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (60 percent); Guam (30 percent); and other Department of Defense locations within the NAVFAC Pacific AOR (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2022. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $52,245 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Federal Business Opportunities website, with four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-1802). Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is receiving $17,620,342 for delivery order M67854-17-F-1255 to the previously awarded firm-fixed-price, indefinite- delivery/indefinite-quantity contract M67854-16-D-1100 for the purchase of 425 Shoulder-Launched Multipurpose Assault Weapon (SMAW) Mod 2 systems. Work will be performed at Londonderry, New Hampshire (62.7 percent); and Lynchburg, Virginia (37.3 percent), and is expected to be completed by Sept. 7, 2018. Fiscal 2017 procurement (Marine Corps) funds in the amount of $17,620,342 will be obligated at time of award and will not expire the end of the current fiscal year. The base contract was competitively awarded via the Federal Business Opportunities website, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-D-1100).


Kaddies Inc

http://www.kaddiesinc.com/

Koch Filter Corp

http://www.kochfilter.com/


Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $16,297,529 for costplus-fixed-fee modification P00016 to a previously awarded contract (N00030-16-C-0100) for new procurement of information systems, propulsion viability, and support equipment, in support of the Trident II (D5) missile. Work will be performed in Cape Canaveral, Florida (44.22 percent); Sunnyvale, California (11.94 percent); North Wales, Pennsylvania (11.05 percent); Magna, Utah

Department of Defense Contracts Awarded September 2017 (9.48 percent); Kingsland, Georgia (6.53 percent); Silverdale, Washington (3.58 percent); Moorpark, California (1.56 percent); Indianapolis, Indiana (1.07 percent); New York, New York (1.05 percent); Titusville, Florida (0.96 percent); Waynesboro, Virginia (0.75 percent); Denver, Colorado (0.74 percent); Greenville, Tennessee (0.71 percent); Lakewood, Colorado (0.60 percent); Chandler, Arizona (0.55 percent); Tullahoma, Tennessee (0.43 percent); Palo Alto, California (0.39 percent); Merritt Island, Florida (0.34 percent); Silver Spring, Maryland (0.32 percent); Dunedin, Florida (0.31 percent); Reno, Nevada (0.30 percent); Altamonte Springs, Florida (0.27 percent); East Aurora, New York (0.26 percent); Vernon Hills, Illinois (0.24 percent); Chicago, Illinois (0.21percent); Roseland. New Jersey (0.19 percent); Richardson, Texas (0.16 percent); Santa Ana, California (0.16 percent); Bethesda, Maryland (0.15 percent); Littleton, Colorado (0.14 percent); Fremont, California (0.10 percent); Irvine, California (0.10 percent); and other various locations (less than 0.10 percent each, 1.14 percent total), and with an expected completion of Sept. 30, 2019. Fiscal 2017 weapons procurement ďżź (Navy) funds in the amount of $16,297,529 are being obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Truston Technologies Inc.,* Annapolis, Maryland (N39430-14-D-1497); Sound & Sea Technology Inc.,* Lynnwood, Washington (N39430-14-D-1498); GPA Technologies Inc.,* Ventura, California (N39430-14-D-1499); PCCI Inc.,* Alexandria, Virginia (N39430-14-D-1500); and MAR Range Services LLC a Division of OASIS Systems LLC, Lexington, Massachusetts (N39430-14-D-1501), are being awarded a combined $15,000,000 for firm-fixed-price, cost-plus-fixed-fee modification under a previously awarded multiple award, indefinite-delivery/indefinite-quantity contract to exercise a six month option period for worldwide ocean engineering services. The work to be performed provides for ocean engineering services in support of projects involving ocean cable systems and ocean work systems, such as shipboard load handling systems and undersea work systems. Contractors will also provide waterfront facilities, offshore structures, moorings and ocean construction equipment. The work will be performed in environments ranging from arctic to tropic and at all water depths where construction, installation, maintenance, inspection, repair, and salvage operations may be needed. The total contract amount after exercise of this option will be $99,000,000. Work will be performed at various Navy and Marine Corps facilities worldwide. Work is expected to be completed March 2018. No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2018 working capital funds (Navy). The Naval Facilities and Engineering Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.


Landscape Structures

https://www.playlsi.com/

LEDtronics Inc

http://www.ledtronics.com/


Black Construction Corp., Harmon, Guam, is being awarded a $12,420,870 firm-fixed-price contract for the construction of an insulated, pre-engineered, single-story, metal building on Wake Island. The work to be performed provides for the construction of supporting foundation and procurement and installation of an insulated, pre-engineered, single-story, metal building to serve the Missile Defense Agency on Wake Island. Supporting facilities include site work; an aggregate access road; paving and walkways; information/communication infrastructure; connections to support backup power; and antiterrorism/force protection. The facility will provide work space for approximately 60 deployed

Department of Defense Contracts Awarded September 2017 personnel during Missile Defense Agency test events. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $12,461,270. Work will be performed on Wake Island, and is expected to be completed by January 2019. Fiscal 2017 military construction (defense-wide) contract funds in the amount of $12,420,870 are obligated on this award, of which $244,968 will 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 (N62742-17-C-1305). Austal USA, Mobile, Alabama, is being awarded $12,283,922 for cost-plus-award-fee delivery order 7F18 against previously awarded basic ordering agreement N00024-15- G-2304 to provide engineering and management services for advance planning and design in support of the post shakedown availability for the littoral combat ship USS Omaha (LCS-12). Work will be performed in Mobile, Alabama (75 percent); and San Diego, California (25 percent), and is expected to be completed by August 2018. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $7,537,555; and fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,230,381 will be obligated at time of award and will not expire at the end of the current fiscal year. This delivery order was awarded 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 Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. Correction: Contract announced on Aug, 28, 2017 to L3 Computer Sciences Corp., Millersville, Maryland, for $9,147,202 should have stated the contract number as N00024-16-C-6239 not N00024-13-C-6239. All other information is correct.

ARMY AECOM Technical Services Inc., Los Angeles, California (W912DY-17-D-0031); Conti- Usa Environmental JV,* Edison, New Jersey (W912DY-17-D-0032); Global Environmental and Munition Services LLC,* Hudson, Massachusetts (W912DY-17-D- 0033); Janus Global Operations LLC, Lenoir City, Tennessee (W912DY-17-D-0034); Parsons-Versar LLC, Wilmington, Delaware (W912DY-17-D-0035); RELYANT Global LLC,* Maryville, Tennessee (W912DY-17-D-0036); and Tetra Tech EC Inc., Hunts-


List Industries Inc.

http://www.listindustries.com/

Life Fitness

https://www.lifefitness.com/


ville, Alabama (W912DY-17-D-0037), will share in a $172,731,364 cost-plus-fixed-fee and firm-fixedprice contract for services to safely locate, identify, recover, evaluate, manage and make final disposition of munitions and explosives of concern; munitions constituents; chemical warfare material; depleted uranium; and biological warfare material under Military Munitions Response; and safely locate, identify, recover, evaluate, manage, and make final disposition of biological waste and hazardous, toxic and radioactive waste. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 5, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Department of Defense Contracts Awarded September 2017 MPR Associates Inc., Alexandria, Virginia (W91237-17-D-0010); and Professional Project Services Inc., Oak Ridge, Tennessee (W91237-17-D-0011), will share in a $48,000,000 firm-fixed-price contract for engineering and construction services for various international and interagency support projects. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 5, 2022. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Chemring Ordnance Inc., Perry, Florida, has been awarded an $11,806,163 firm-fixed- price modification (P00019) to contract W52P1J-11-C-0037 for the purchase of an additional quantity of Anti-Personnel Obstacle Breaching System MK 7 Mod 2 units. Work will be performed in Perry, Florida, with an estimated completion date of Oct. 31, 2018. Fiscal 2015, 2016 and 2017 other procurement (Army) funds in the amount of $11,806,163 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, has been awarded an $11,530,000 firmfixed-price contract for flood control and costal emergencies repair. Bids were solicited via the Internet with two received. Work will be performed in Egg Harbor Township, New Jersey, with an estimated completion date of Jan. 5, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,530,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0028).

DEFENSE LOGISTICS AGENCY Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $38,738,000 firmfixed-price delivery order (0001) against a basic ordering agreement (SPRPA1-17-G-C101) for CH/ MH-53E tail rotor blades. This is a single, stand-alone contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Connecticut, with a Sept. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.


Tyonek Fabrication Corp.,* Madison, Alabama, has been awarded a maximum $12,276,280 firmfixed-price, indefinite-delivery/indefinite-quantity contract for pilot display units. This was a solesource acquisition using justification Federal Acquisition Regulation 6.302-1(a)(2), only one responsible source and no other supplies or services will satisfy requirement. This is a one- year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Alabama, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through

Department of Defense Contracts Awarded September 2017 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0241). Vinyl Technology Inc.,* Monrovia, California, has been awarded a maximum $10,382,557 modification (P00028) exercising the third one-year option period of a one-year base contract (SPE1C114-D-1042) with three one-year option periods for CSU-22/P advanced technology anti-gravity suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept. 9, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Tyonek Fabrication Corp.,* Madison, Alabama, has been awarded a maximum $7,188,051 firm-fixedprice, indefinite-delivery/indefinite-quantity contract for pilot display units. This was a sole-source acquisition using justification Federal Acquisition Regulation 6.302-1(a)(2), only one responsible source and no other supplies or services will satisfy requirement. This is a one- year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Alabama, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0240).

DEFENSE HEALTH AGENCY Cherokee Nation Technology Solutions LLC, doing business as CNTS, Catoosa, Oklahoma, was awarded a $7,506,707 firm-fixed-price modification number P00004 to previously awarded contract number HT0011-16-C-0027 to exercise the extension of services option for comprehensive health surveillance support services to the Assistant Secretary of Defense (Health Affairs), the Defense Health Agency’s Healthcare Operations Directorate Public Health Division Armed Forces Health Surveillance Branch in its mission to conduct comprehensive health surveillance efforts for the Department of Defense (DoD). The scope of this award is to maintain established infrastructure and capabilities; respond to inquiries from the DoD medical and health authorities; assist in analyzing, interpreting, and disseminating information regarding the status, trends, and determinants of the health and fitness


of U.S. armed forces and other DoD approved target populations strengthening DoD health surveillance activities and global infectious disease reduction efforts. CNTS will provide on-site scientific, professional, administrative, and information technology support services, including Epidemiology and Analysis support, Global Emerging Infections Surveillance (GEIS) support; Integrated Biosurveillance support; Army Satellite support; Air Force Mortality Registry support; and, Data Management & Technical support to successfully enable execution of its comprehensive health surveillance mission. The modification brings the total cumulative fact value of the contract to $24,547,369 from $17,040,662. Work will be performed at the primary location in Silver Spring, Maryland, with additional support at Defense Health Agency satellite locations at Aberdeen, Maryland; and Dayton, Ohio, with an expected completion date of March 14, 2018. Fiscal 2017 operation and maintenance funds

Department of Defense Contracts Awarded September 2017 are being obligated at time of award. The Defense Health Agency Contracting Office, Falls Church, Virginia is the contracting activity.

CONTRACTS AIR FORCE Boeing Co., Hazelwood, Missouri, is the final company to be awarded a $499,000,000 multiple award, fair opportunity, indefinite-delivery/indefinite-quantity shared ceiling contract for six companies for the Aerospace Systems Air Platform Technology Research program. These contracts provide research for affordable, revolutionary capabilities for the warfighter. Work will be performed in Hazelwood, Missouri, and is expected to be completed by Aug, 31, 2025. This award is the result of competitive acquisition and six offers were received and six awarded. Fiscal 2017 research and development funds in the amount of $100,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting office (FA8650-17-D-2716). Contract and Purchasing Solutions, Lake Park, Georgia (FA8501-17-D-0010); Integrated Construction Management Inc., Cape Canaveral, Florida (FA8501-17-D- 0015); OK2 Construction, Miami, Florida (FA8501-17-D-0021); South Dade Air Conditioning and Refrigeration, Homestead, Florida (FA850117-D-0022); and Semper Tek Inc., Lexington, Kentucky (FA8501-17-D-0023), have been awarded a combined $70,000,000 indefinite-delivery/indefinite-quantity contract. Contractors will provide operational design and construction efforts to provide the 78th Civil Engineering Group the capability to have design and construction maintained in a short timeframe. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Aug. 30, 2022. This award is the result of a competitive acquisition, with 18 offers received. No funds are being obligated at the time of award. Funds will be obligated on individual task orders. Air Force Material Command, Warner Robins, Georgia, is the contracting activity. (Awarded Sept. 5, 2017) Raytheon Missiles Systems, Tucson, Arizona, has been awarded a $38,600,000 cost-plus- incentive-fee, cost-plus-fixed-fee contract for the System Improvement Program 3- Engineering Manufacturing, Development. This contract provides an incremental software solution for AIM- 120D missiles


to improve its performance against rapidly advancing threats. Work will be performed in Tucson, Arizona, and is expected to be completed by Jan. 5, 2021. This award is the result of a sole-source acquisition. Fiscal 2017 research, development, test, and evaluation funds in the amount of $4,800,000 are being obligated at time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-17-C- 0001). (Awarded Sept. 5, 2017) Lockheed Martin Corp. Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $25,856,100 modification (P00874) to a previously awarded contract for F-22 sustainment activities. Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2017. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA861108-C-2897). (Awarded Sept. 5, 2017)

Department of Defense Contracts Awarded September 2017 L3 Technologies Inc., Link Simulation Training, Arlington, Texas, has been awarded a $10,558,758 modification (P00004) to previously awarded contract for F-16 A/B Block 20 Mission Training Center. The contract modification provides for final software development. Work will be performed in Arlington, Texas, and is expected to be completed by Aug. 1, 2020. This award is the result of a directed sole-source acquisition and involves foreign military sales to Taiwan. Foreign military sales funds in the amount of $10,558,758 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-16-C-6378). Raytheon Missile Systems, Tucson, Arizona, has been awarded an $8,078,874 cost-plus-fixed- fee modification (P00010) to previously awarded contract for field team support services for Advanced Medium-Range Air-to-Air Missile (AMRAAM) development test mission support including, test planning, test operations, test reporting, and telemetry analysis. This contract modification provides for exercise of the first option, for an additional 12 months of services to support ground tests, captive flight tests, and live fire tests conducted for developmental purposes, up to and including operational test readiness reviews. The effort also encompasses management and maintenance of AMRAAM separation test vehicles and other assets used for the test programs. The work performed under this option is expected to be complete by Sept. 5, 2018. This award is the result of a sole-source acquisition. Funding in the amount of $1,330,399 is being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-16-C-0067).

NAVY BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00421-17- D-0045); Science and Engineering Services LLC,* Huntsville, Alabama (N00421-17-D- 0046); Sierra Nevada Corp., Centennial, Colorado (N00421-17-D-0047); Coherent Technical Services Inc.,* Lexington Park, Maryland (N00421-17-D-0048); Dayton T. Brown Inc.,* Bohemia, New York (N00421-17-D-0049); J.F. Taylor Inc.,* Lexington Park, Maryland (N00421-17-D-0050); KIHOMAC,* Fairborn, Ohio


(N00421-17-D-0051); Science and Engineering Services LLC,* Huntsville, Alabama (N0042117-D-0052); and Strata-G Solutions Inc., Huntsville, Alabama (N00421-17-D-0054), are each being awarded indefinite-delivery/indefinite-quantity, multiple-award contracts to provide prototype air vehicle modification, mission systems, aircraft stores and support equipment designs, build-to-print technical data packages, kits and installed systems for test and evaluation of new systems and capabilities as well as fleet introduction. These services are in support of the Naval Air Warfare Center Aircraft Division’s Aircraft Prototype Systems Division (APSD). The scope of this contract is to cover all phases of APSD projects from feasibility studies and concept development through prototype development, systems integration laboratory standup and testing concluding with production in limited quantities to meet test and evaluation, fleet evaluation or urgent fielding requirements. The estimated aggregate ceiling for all contracts is $486,952,035, with the companies having an opportunity to compete for individual orders. Work will be performed in Patuxent River, Maryland; and at contractor facilities, and is expected to be completed in September 2022. Funds are not being obligated at

Department of Defense Contracts Awarded September 2017 time of award, funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposals in two lots: Lot I, competitive unrestricted, and Lot II, competitive small business set-aside. Seven proposals were received for Lot I; 10 proposals were received for Lot II. The Naval Air Warfare Center Aircraft, Patuxent River, Maryland, is the contracting activity. Element Environmental LLC,* Aiea, Hawaii, is being awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services in support of the Navy’s Environmental Restoration Program consisting of the Installation Restoration Program and Munitions Response Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act and other similar programs in the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for, but is not limited to, conducting environmental and safety related studies at various locations under the cognizance of the NAVFAC Pacific. The services may include the preparation of analytical studies; reports; management plans; technical evaluations; permit applications; preliminary engineering designs; cost estimates and supporting documents for corrective projects; and performing monitoring, testing and inspection actions. Initial task order is being awarded at $52,245 for permit renewal application services at Joint Base Pearl Harbor-Hickam, Hawaii. Work for this task order is expected to be completed by May 2018. All work on this contract will be performed at various Navy and Marine Corps facilities and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (60 percent); Guam (30 percent); and other Department of Defense locations within the NAVFAC Pacific AOR (10 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2022. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $52,245 are obligated on this award and will expire at the end of the current fiscal year.


Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Federal Business Opportunities website, with four proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-17-D-1802). Atlantic Diving Supply Inc.,* Virginia Beach, Virginia, is receiving $17,620,342 for delivery order M67854-17-F-1255 to the previously awarded firm-fixed-price, indefinite- delivery/indefinite-quantity contract M67854-16-D-1100 for the purchase of 425 Shoulder-Launched Multipurpose Assault Weapon (SMAW) Mod 2 systems. Work will be performed at Londonderry, New Hampshire (62.7 percent); and Lynchburg, Virginia (37.3 percent), and is expected to be completed by Sept. 7, 2018. Fiscal 2017 procurement (Marine Corps) funds in the amount of $17,620,342 will be obligated at time of award and will not expire the end of the current fiscal year. The base contract was competitively awarded via the Federal Business Opportunities website, with three offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-D-1100).

Department of Defense Contracts Awarded September 2017 Lockheed Martin Space Systems Co., Sunnyvale, California, is being awarded $16,297,529 for costplus-fixed-fee modification P00016 to a previously awarded contract (N00030-16-C-0100) for new procurement of information systems, propulsion viability, and support equipment, in support of the Trident II (D5) missile. Work will be performed in Cape Canaveral, Florida (44.22 percent); Sunnyvale, California (11.94 percent); North Wales, Pennsylvania (11.05 percent); Magna, Utah (9.48 percent); Kingsland, Georgia (6.53 percent); Silverdale, Washington (3.58 percent); Moorpark, California (1.56 percent); Indianapolis, Indiana (1.07 percent); New York, New York (1.05 percent); Titusville, Florida (0.96 percent); Waynesboro, Virginia (0.75 percent); Denver, Colorado (0.74 percent); Greenville, Tennessee (0.71 percent); Lakewood, Colorado (0.60 percent); Chandler, Arizona (0.55 percent); Tullahoma, Tennessee (0.43 percent); Palo Alto, California (0.39 percent); Merritt Island, Florida (0.34 percent); Silver Spring, Maryland (0.32 percent); Dunedin, Florida (0.31 percent); Reno, Nevada (0.30 percent); Altamonte Springs, Florida (0.27 percent); East Aurora, New York (0.26 percent); Vernon Hills, Illinois (0.24 percent); Chicago, Illinois (0.21percent); Roseland. New Jersey (0.19 percent); Richardson, Texas (0.16 percent); Santa Ana, California (0.16 percent); Bethesda, Maryland (0.15 percent); Littleton, Colorado (0.14 percent); Fremont, California (0.10 percent); Irvine, California (0.10 percent); and other various locations (less than 0.10 percent each, 1.14 percent total), and with an expected completion of Sept. 30, 2019. Fiscal 2017 weapons procurement (Navy) funds in the amount of $16,297,529 are being obligated on this award, none of which will expire at the end of the current fiscal year. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. Truston Technologies Inc.,* Annapolis, Maryland (N39430-14-D-1497); Sound & Sea Technology Inc.,* Lynnwood, Washington (N39430-14-D-1498); GPA Technologies Inc.,* Ventura, California (N39430-14-D-1499); PCCI Inc.,* Alexandria, Virginia (N39430-14-D-1500); and MAR Range Services LLC a Division of OASIS Systems LLC, Lexington, Massachusetts (N39430-14-D-1501), are


being awarded a combined $15,000,000 for firm-fixed-price, cost-plus-fixed-fee modification under a previously awarded multiple award, indefinite-delivery/indefinite-quantity contract to exercise a six month option period for worldwide ocean engineering services. The work to be performed provides for ocean engineering services in support of projects involving ocean cable systems and ocean work systems, such as shipboard load handling systems and undersea work systems. Contractors will also provide waterfront facilities, offshore structures, moorings and ocean construction equipment. The work will be performed in environments ranging from arctic to tropic and at all water depths where construction, installation, maintenance, inspection, repair, and salvage operations may be needed. The total contract amount after exercise of this option will be $99,000,000. Work will be performed at various Navy and Marine Corps facilities worldwide. Work is expected to be completed March 2018. No funds will be obligated at time of award, funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2018 working capital funds (Navy). The Naval Facilities and Engineering Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. Black Construction Corp., Harmon, Guam, is being awarded a $12,420,870 firmfixed-price contract for the construction of an insulated, pre-engineered, single-story, metal building on Wake Island. The work to be performed provides for the

Department of Defense Contracts Awarded September 2017 construction of supporting foundation and procurement and installation of an insulated, pre-engineered, single-story, metal building to serve the Missile Defense Agency on Wake Island. Supporting facilities include site work; an aggregate access road; paving and walkways; information/communication infrastructure; connections to support backup power; and antiterrorism/force protection. The facility will provide work space for approximately 60 deployed personnel during Missile Defense Agency test events. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $12,461,270. Work will be performed on Wake Island, and is expected to be completed by January 2019. Fiscal 2017 military construction (defense-wide) contract funds in the amount of $12,420,870 are obligated on this award, of which $244,968 will 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 (N62742-17-C-1305). Austal USA, Mobile, Alabama, is being awarded $12,283,922 for cost-plus-award-fee delivery order 7F18 against previously awarded basic ordering agreement N00024-15- G-2304 to provide engineering and management services for advance planning and design in support of the post shakedown availability for the littoral combat ship USS Omaha (LCS-12). Work will be performed in Mobile, Alabama (75 percent); and San Diego, California (25 percent), and is expected to be completed by August 2018. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $7,537,555; and fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $3,230,381 will be obligated at time of award and will not expire at the end of the current fiscal year. This delivery order was awarded 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 Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. Correction: Contract announced on Aug, 28, 2017 to L3 Computer Sciences Corp., Millersville, Maryland, for $9,147,202 should have stated the contract number as N00024-16-C-6239 not N0002413-C-6239. All other information is correct.

ARMY AECOM Technical Services Inc., Los Angeles, California (W912DY-17-D-0031); Conti- Usa Environmental JV,* Edison, New Jersey (W912DY-17-D-0032); Global Environmental and Munition Services LLC,* Hudson, Massachusetts (W912DY-17-D-0033); Janus Global Operations LLC, Lenoir City, Tennessee (W912DY-17-D-0034); Parsons-Versar LLC, Wilmington, Delaware (W912DY-17-D-0035); RELYANT Global LLC,* Maryville, Tennessee (W912DY-17-D-0036); and Tetra Tech EC Inc., Huntsville, Alabama (W912DY-17-D-0037), will share in a $172,731,364 cost-plus-fixed-fee and firm-fixedprice contract for services to safely locate, identify, recover, evaluate, manage and make final disposition of munitions and explosives of concern; munitions constituents; chemical warfare material; depleted uranium; and biological warfare material under Military Munitions Response; and safely locate, identify, recover, evaluate, manage, and make final disposition of biological

Department of Defense Contracts Awarded September 2017 waste and hazardous, toxic and radioactive waste. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 5, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. MPR Associates Inc., Alexandria, Virginia (W91237-17-D-0010); and Professional Project Services Inc., Oak Ridge, Tennessee (W91237-17-D-0011), will share in a $48,000,000 firm-fixed-price contract for engineering and construction services for various international and interagency support projects. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 5, 2022. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. Chemring Ordnance Inc., Perry, Florida, has been awarded an $11,806,163 firm-fixed- price modification (P00019) to contract W52P1J-11-C-0037 for the purchase of an additional quantity of Anti-Personnel Obstacle Breaching System MK 7 Mod 2 units. Work will be performed in Perry, Florida, with an estimated completion date of Oct. 31, 2018. Fiscal 2015, 2016 and 2017 other procurement (Army) funds in the amount of $11,806,163 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Great Lakes Dredge and Dock Co. LLC, Oak Brook, Illinois, has been awarded an $11,530,000 firmfixed-price contract for flood control and costal emergencies repair. Bids were solicited via the Internet with two received. Work will be performed in Egg Harbor Township, New Jersey, with an esti-


mated completion date of Jan. 5, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,530,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0028).

DEFENSE LOGISTICS AGENCY Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $38,738,000 firmfixed-price delivery order (0001) against a basic ordering agreement (SPRPA1-17-G-C101) for CH/ MH-53E tail rotor blades. This is a single, stand-alone contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1). Location of performance is Connecticut, with a Sept. 30, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Tyonek Fabrication Corp.,* Madison, Alabama, has been awarded a maximum $12,276,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pilot display units. This was a sole-source acquisition using justification Federal Acquisition Regulation 6.302-1(a)(2), only one responsible source and no other supplies or

Department of Defense Contracts Awarded September 2017 services will satisfy requirement. This is a one- year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Alabama, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0241). Vinyl Technology Inc.,* Monrovia, California, has been awarded a maximum $10,382,557 modification (P00028) exercising the third one-year option period of a one-year base contract (SPE1C114-D-1042) with three one-year option periods for CSU-22/P advanced technology anti-gravity suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is California, with a Sept. 9, 2018, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Tyonek Fabrication Corp.,* Madison, Alabama, has been awarded a maximum $7,188,051 firm- fixedprice, indefinite-delivery/indefinite-quantity contract for pilot display units. This was a sole-source acquisition using justification Federal Acquisition Regulation 6.302-1(a)(2), only one responsible source and no other supplies or services will satisfy requirement. This is a one- year base contract with four one-year option periods. The maximum dollar amount is for the life of the contract. Location of performance is Alabama, with a Sept. 6, 2022, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0240).


DEFENSE HEALTH AGENCY Cherokee Nation Technology Solutions LLC, doing business as CNTS, Catoosa, Oklahoma, was awarded a $7,506,707 firm-fixed-price modification number P00004 to previously awarded contract number HT0011-16-C-0027 to exercise the extension of services option for comprehensive health surveillance support services to the Assistant Secretary of Defense (Health Affairs), the Defense Health Agency’s Healthcare Operations Directorate Public Health Division Armed Forces Health Surveillance Branch in its mission to conduct comprehensive health surveillance efforts for the Department of Defense (DoD). The scope of this award is to maintain established infrastructure and capabilities; respond to inquiries from the DoD medical and health authorities; assist in analyzing, interpreting, and disseminating information regarding the status, trends, and determinants of the health and fitness of U.S. armed forces and other DoD approved target populations strengthening DoD health surveillance activities and global infectious disease reduction efforts. CNTS will provide on-site scientific, professional, administrative, and information technology support services, including Epidemiology and Analysis support, Global Emerging Infections Surveillance (GEIS) support; Integrated Biosurveillance support; Army Satellite support; Air Force Mortality Registry support; and, Data Management & Technical support to successfully enable execution of its comprehensive health surveillance mission. The modification brings the total cumulative fact value of the contract to $24,547,369 from $17,040,662.

Department of Defense Contracts Awarded September 2017 Work will be performed at the primary location in Silver Spring, Maryland, with additional support at Defense Health Agency satellite locations at Aberdeen, Maryland; and Dayton, Ohio, with an expected completion date of March 14, 2018. Fiscal 2017 operation and maintenance funds are being obligated at time of award. The Defense Health Agency Contracting Office, Falls Church, Virginia is the contracting activity.

CONTRACTS ARMY Great Lakes Dredge and Dock Co. LLC, has been awarded a $47,197,150 firm-fixed- price contract for maintenance on the Charleston Entrance Channel and new dredging work. Bids were solicited via the Internet with two received. Work will be performed in North Charleston, South Carolina, with an estimated completion date of June 15, 2020. Fiscal 2017 operations and maintenance (Army); federal construction general; and non- federal funds for construction funds in the combined amount of $47,197,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-17-C-0007). Walsh Federal LLC, Chicago, Illinois, has been awarded a $45,900,870 firm-fixed-price contract for the construction of a C-17 two-bay corrosion control and fuel cell hangar at the Pittsburgh Air Reserve Station, Pennsylvania. Bids were solicited via the Internet with seven received. Work will be performed in Coraopolis, Pennsylvania, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 military construction funds in the amount of $45,900,870 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville,


Kentucky, is the contracting activity (W912QR-17-C-0032). Inuit Services Inc.,* Anchorage, Alaska, has been awarded a $36,479,909 cost and firm-fixed-price contract to provide all management, materials, supplies, labor, equipment and tools necessary to provide installation support services in support of the Directorate of Public Works at Yuma Proving Ground, Arizona. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order; with an estimated completion date of Sept. 14, 2022. Mission and Installation Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W9124R-17-D-0005). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a $19,286,100 modification (0023) to contract W56HZV-15-D-0031 for 50 recapitalized M1120A4 Heavy Expanded Mobility Tactical Trucks. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 17, 2020. Fiscal 2016 other procurement (Army) funds in the amount of $19,286,100 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Department of Defense Contracts Awarded September 2017 Weeks Marine Inc., Covington, Louisiana, has been awarded a $9,524,950 firm-fixed- price contract for beach fill at Brigantine Inlet to Great Egg Harbor Inlet, and Brigantine Island in Atlantic County, New Jersey. Bids were solicited via the Internet with three received. Work will be performed in Brigantine, New Jersey, with an estimated completion date of Jan. 22, 2018. Fiscal 2017 other funds in the amount of $9,524,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0025).

Defense Finance And Accounting Services Ernst & Young LLP, Washington, District of Columbia, has been awarded a maximum $44,205,875 labor-hour contract for financial statement audit services of the U.S. Air Force General Fund and Working Capital Fund, and for an SSAE18 examination of the Defense Enterprise Accounting and Management System. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec. 31, 2018. The contract has a 16- month base period with three individual one-year option periods. This contract is the result of a competitive acquisition for which one offer was received. Fiscal 2017 operation and maintenance (Air Force) funds in the amount of $44,205,875 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-0148).

NAVY Aviation Training Consulting LLC, Altus, Oklahoma, is being awarded a $43,694,625 firm-fixedprice, indefinite-delivery/indefinite-quantity contract for KC-130J aircrew and maintenance training products and support services and L-100 transition training for the government of Kuwait under the Foreign Military Sales program. Services to be provided include assisting and advising the Kuwait Air Force (KAF) on matters related to the operational employment of the KC-130J and L-100 aircraft capable of effectively employing the full range of its operations, missions and capabilities consistent


with the Marine Corps and KAF approach to training and operations. Work will be performed in various locations within Kuwait and other allied nations (95 percent); and Altus, Oklahoma (5 percent). Work is expected to be completed in September 2021. Foreign military sales funds in the amount of $43,694,625 will obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation section 6.302-4. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-17-D-0008). General Dynamics-National Steel and Shipbuilding Co., San Diego, California, is being awarded a $36,316,148 modification under a previously awarded cost-plus-incentive- fee/award-fee contract (N00024-15-C-4313) to exercise and fund option contract line item numbers for the sustainment execution contract option year two for planned

Department of Defense Contracts Awarded September 2017 maintenance, facilities maintenance, and administrative and engineering support services. Work will be performed in San Diego, California, and is expected to be completed by April 2018. Fiscal 2017 operations and maintenance (Navy) will be obligated at time of award and funds in the amount of $36,316,148 and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions Inc.,* National City, California (N55236-15-D-0014); Integrated Marine Services,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N5523615-D-0016); Miller Marine Inc.,* Chula Vista, California (N55236-15-D-0017); and Nielsen Beaumont Marine,* San Diego, California (N55236-15-D-0018), are being awarded a combined $15,000,000 for modifications under previously awarded indefinite-delivery/indefinite-quantity, multiple award (LOT II) contracts to exercise option year two to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length. Each contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems and periodic maintenance primarily in support of San Diego area Naval Facilities boats, craft, lighterage, and service craft custodians. Work will be performed in San Diego, California (90 percent); and various contractor's facilities along the west coast (10 percent). Option year two work is expected to be Sept. 29, 2018. Fiscal 2017 and 2018 operations and maintenance (Navy) funding will be obligated under each contract’s perspective delivery orders and will expire at the end of fiscal 2018. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. BAE Systems Norfolk Ship Repair Inc., Norfolk, Virginia, is being awarded $13,496,933 for delivery order N0002417F138 under a previously awarded firm-fixed-price, multiple award contract (N0002416-D-4411) for the execution of USS Bataan (LHD 5) fiscal 2017 phased maintenance availability. This availability will include a combination of maintenance, modernization, and repair of USS Bataan.


This contract includes options which, if exercised, would bring the cumulative value of this contract to $45,784,320. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2018. Fiscal 2017 operation and maintenance (Navy) funding in the amount of $13,496,933 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. University Research Foundation Inc., Greenbelt, Maryland, is being awarded a maximum value $9,674,378 indefinite-delivery contract with cost-plus fixed-fee term only orders for optical science and optical material research

Department of Defense Contracts Awarded September 2017 and development. Work will be performed in Washington, District of Columbia, and work is expected to be completed September 2022. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. This contract was non-competitively procured under the authority of 10 U.S. Code 2304(c)(1). The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-17-D-6013).

DEFENSE LOGISTICS AGENCY Hartech Group LLC,* Littleton, Colorado, has been awarded a $9,724,986 firm-fixed-price contract for a hydro-forming press. This is a two-year contract with no option periods. This was a competitive acquisition with one offer received. Locations of performance are Georgia and Colorado, with a May 25, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPM4A8- 17-C-0003).

CONTRACTS ARMY Great Lakes Dredge and Dock Co. LLC, has been awarded a $47,197,150 firm-fixed- price contract for maintenance on the Charleston Entrance Channel and new dredging work. Bids were solicited via the Internet with two received. Work will be performed in North Charleston, South Carolina, with an estimated completion date of June 15, 2020. Fiscal 2017 operations and maintenance (Army); federal construction general; and non- federal funds for construction funds in the combined amount of $47,197,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-17-C-0007). Walsh Federal LLC, Chicago, Illinois, has been awarded a $45,900,870 firm-fixed-price contract for the construction of a C-17 two-bay corrosion control and fuel cell hangar at the Pittsburgh Air Reserve Station, Pennsylvania. Bids were solicited via the Internet with seven received. Work will be performed in Coraopolis, Pennsylvania, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 military construction funds in the amount of $45,900,870 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0032). Inuit Services Inc.,* Anchorage, Alaska, has been awarded a $36,479,909 cost and firm-fixed-price


contract to provide all management, materials, supplies, labor, equipment and tools necessary to provide installation support services in support of the Directorate of Public Works at Yuma Proving Ground, Arizona. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order; with an estimated completion date of Sept. 14, 2022. Mission and Installation

Department of Defense Contracts Awarded September 2017 Contracting Command, Joint Base Lewis-McChord, Washington, is the contracting activity (W9124R17-D-0005). Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a $19,286,100 modification (0023) to contract W56HZV-15-D-0031 for 50 recapitalized M1120A4 Heavy Expanded Mobility Tactical Trucks. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 17, 2020. Fiscal 2016 other procurement (Army) funds in the amount of $19,286,100 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Weeks Marine Inc., Covington, Louisiana, has been awarded a $9,524,950 firm-fixed- price contract for beach fill at Brigantine Inlet to Great Egg Harbor Inlet, and Brigantine Island in Atlantic County, New Jersey. Bids were solicited via the Internet with three received. Work will be performed in Brigantine, New Jersey, with an estimated completion date of Jan. 22, 2018. Fiscal 2017 other funds in the amount of $9,524,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17-C-0025).

DEFENSE FINANCE AND ACCOUNTING SERVICES Ernst & Young LLP, Washington, District of Columbia, has been awarded a maximum $44,205,875 labor-hour contract for financial statement audit services of the U.S. Air Force General Fund and Working Capital Fund, and for an SSAE18 examination of the Defense Enterprise Accounting and Management System. Work will be performed in Washington, District of Columbia, with an expected completion date of Dec. 31, 2018. The contract has a 16- month base period with three individual one-year option periods. This contract is the result of a competitive acquisition for which one offer was received. Fiscal 2017 operation and maintenance (Air Force) funds in the amount of $44,205,875 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-0148).

NAVY Aviation Training Consulting LLC, Altus, Oklahoma, is being awarded a $43,694,625 firm-fixedprice, indefinite-delivery/indefinite-quantity contract for KC-130J aircrew and maintenance training products and support services and L-100 transition training for the government of Kuwait under the Foreign Military Sales program. Services to be provided include assisting and advising the Kuwait


Air Force (KAF) on matters related to the operational employment of the KC-130J and L-100 aircraft capable of effectively employing the full range of its operations, missions and capabilities consistent with the Marine Corps and KAF approach to training and operations. Work will be performed in various locations within Kuwait and other allied nations (95 percent); and Altus,

Department of Defense Contracts Awarded September 2017 Oklahoma (5 percent). Work is expected to be completed in September 2021. Foreign military sales funds in the amount of $43,694,625 will obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation section 6.302-4. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N61340-17-D-0008). General Dynamics-National Steel and Shipbuilding Co., San Diego, California, is being awarded a $36,316,148 modification under a previously awarded cost-plus-incentive- fee/award-fee contract (N00024-15-C-4313) to exercise and fund option contract line item numbers for the sustainment execution contract option year two for planned maintenance, facilities maintenance, and administrative and engineering support services. Work will be performed in San Diego, California, and is expected to be completed by April 2018. Fiscal 2017 operations and maintenance (Navy) will be obligated at time of award and funds in the amount of $36,316,148 and will expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. Al Larson Boat Shop Inc.,* San Pedro, California (N55236-15-D-0013); Epsilon Systems Solutions Inc.,* National City, California (N55236-15-D-0014); Integrated Marine Services,* Chula Vista, California (N55236-15-D-0015); Marine Group Boat Works Inc.,* Chula Vista, California (N5523615-D-0016); Miller Marine Inc.,* Chula Vista, California (N55236-15-D-0017); and Nielsen Beaumont Marine,* San Diego, California (N55236- 15-D-0018), are being awarded a combined $15,000,000 for modifications under previously awarded indefinite-delivery/indefinite-quantity, multiple award (LOT II) contracts to exercise option year two to provide marine boatyard services and industrial support for boats and vessels greater than or equal to 15 meters or 50 feet in length. Each contractor shall furnish the necessary management, material support services, labor, supplies, and equipment deemed necessary to provide marine boatyard and industrial support which includes specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage and service craft and their associated systems and periodic maintenance primarily in support of San Diego area Naval Facilities boats, craft, lighterage, and service craft custodians. Work will be performed in San Diego, California (90 percent); and various contractor's facilities along the west coast (10 percent). Option year two work is expected to be Sept. 29, 2018. Fiscal 2017 and 2018 operations and maintenance (Navy) funding will be obligated under each contract’s perspective delivery orders and will expire at the end of fiscal 2018. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. BAE Systems Norfolk Ship Repair Inc., Norfolk, Virginia, is being awarded $13,496,933 for delivery order N0002417F138 under a previously awarded firm-fixed-price, multiple award contract (N00024-


16-D-4411) for the execution of USS Bataan (LHD 5) fiscal

Department of Defense Contracts Awarded September 2017 2017 phased maintenance availability. This availability will include a combination of maintenance, modernization, and repair of USS Bataan. This contract includes options which, if exercised, would bring the cumulative value of this contract to $45,784,320. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2018. Fiscal 2017 operation and maintenance (Navy) funding in the amount of $13,496,933 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. University Research Foundation Inc., Greenbelt, Maryland, is being awarded a maximum value $9,674,378 indefinite-delivery contract with cost-plus fixed-fee term only orders for optical science and optical material research and development. Work will be performed in Washington, District of Columbia, and work is expected to be completed September 2022. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued. This contract was non-competitively procured under the authority of 10 U.S. Code 2304(c)(1). The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-17-D-6013).

DEFENSE LOGISTICS AGENCY Hartech Group LLC,* Littleton, Colorado, has been awarded a $9,724,986 firm-fixed-price contract for a hydro-forming press. This is a two-year contract with no option periods. This was a competitive acquisition with one offer received. Locations of performance are Georgia and Colorado, with a May 25, 2019, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPM4A8- 17-C-0003).

CONTRACTS NAVY Cherry Creek Recycling LLC,* Parker, Colorado (N62473-17-D-4651); Valor Constructors and Orion,* Vista, California (N62473-17-D-4652); C.I. Contractors Inc.,* Anchorage, Alaska (N6247317-D-4653); Heffler Contracting Group,* El Cajon, California (N62473-17-D-4654); Hal Hays Construction Inc., Riverside, California (N62473-17-D-4655); and Sea Pac Engineering, Inc.,* Los Angeles, California (N62473-17-D-4656), are each being awarded a 

Department of Defense Contracts Awarded September 2017

firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for


demolition projects at various locations within the Naval Facilities Engineering Command Recycling LLC, is being awarded task order 0001 at $180,000 to demolish buildings 129 and 163 at Marine Corps Logistics Base Barstow, California. Work for this task order is expected NAVFAC Southwest AOR including, but not limited to, California (80 percent); Arizona (16 percent); Nevada (1 percent); Utah (1 percent); Colorado (1 percent); and New Mexico (1 percent). The terms of the contracts are not to exceed 60 months, with an expected completion date of September 2022. Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $205,000 are obligated on this award and will expire at the end of the procured as a full and open unrestricted procurement with a historically underutilized business zone price evaluation preference in accordance with Federal Acquisition Regulation 52.219-4 and one reserve for small business via the Navy Electronic Commerce Online website with 23 contractors may compete for task orders under the terms and conditions of the awarded (NAVFAC) Southwest area of responsibility (AOR). The maximum dollar value including the base period and four option years for all six contracts combined is $99,000,000. Cherry Creek to be completed by September 2018. All work on these contracts will be performed within the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy and Marine Corps); and working capital funds (Navy). This contract was competitively proposals received. The reserve was met by award to Cherry Creek Recycling LLC. These six 

Department of Defense Contracts Awarded September 2017

contract. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Owego, New York, is being awarded a $26,991,426 for modification P00002 to a previously awarded indefinite-delivery/indefinitequantity contract (N00019-16-D-0051). The modification provides for the procurement of 11 standard and five SEED retrofit kits to support the H-60 Automatic Radar Periscope Detect and Discrimination program. Work will be performed in Farmingdale, New York (82.77 percent); Owego, New York (17.10 percent); Oldsmar, Florida (0.11 percent); and Syracuse, New York (0.02 percent), and is expected to be completed in October 2020. Fiscal 2015 and 2017 aircraft procurement (Navy) funds in the amount of $26,991,426 are being obligated at time of award, $9,992,822 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. BAE Systems San Diego Ship Repair, San Diego, California, is being awarded a $24,448,647 costplus-award-fee modification to a previously awarded contract (N00024-16-C-2309) to exercise options for post-shakedown availabilities (PSA) for USS Gabrielle Giffords (LCS 10) and USS Omaha (LCS 12). PSA are accomplished within a period of approximately 10 to 16 weeks between the time of ship custody transfer to the Navy and the shipbuilding and conversion (Navy) obligation work limiting date. The PSA encompasses all of the manpower, support services, material, non-standard equipment and associated technical data


Department of Defense Contracts Awarded September 2017 and documentation required to prepare for and accomplish the PSA. The work to be performed will include correction of government-responsible trial card deficiencies, new work identified between custody transfer and the time of PSA and incorporation of approved engineering changes that were not incorporated during the construction period which are not otherwise the building yard's responsibility under the ship construction contract. Work will be performed in San Diego, California, and is expected to be completed by October 2018. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $13,786,204; fiscal 2012 shipbuilding and conversion (Navy) funding in the amount of $5,999,684; and fiscal 2017 other procurement (Navy) funding in the amount of $1,445,382 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.  Lockheed Martin Rotary and Mission Systems, Owego, New York, is being awarded a $23,141,340 firm-fixed-price delivery order (4018) against a previously issued basic ordering agreement (N0001914-G-0019) in support of the Navy and the governments of Australia and Denmark. This order provides for the procurement of non-recurring and recurring efforts required to manufacture, test and deliver 69 Generation VI Mission Computers, 87 Moving Map Integration Retrofit Wiring Kits ( Navy, Australia, and Denmark), and 24 Audio Management Lite Computers in support of the MH-60R/S platform. Work will be performed in Owego, New York (80 percent); Farmingdale, 

Department of Defense Contracts Awarded September 2017

New York (11 percent); and Clearwater, Florida (9 percent). All work in support of this effort is expected to be completed in February 2020. Fiscal 2015, 2016 and 2017 aircraft procurement (Navy); Navy working capital funds; and foreign military sales funds in the amount of $23,141,340 are being obligated on this award; $2,082,280 of which will expire at the end of the current fiscal year. This order combines purchases for the Navy ($21,216,546; 92 percent); the government of Australia ($1,445,544; 6 percent); and the government of Denmark ($479,250; 2 percent), under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $13,766,956 cost-only modification to a previously awarded contract (N00024-09-C-6247) to exercise an option for material, travel and subsistence and support of the Integrated Submarine Imaging Systems program. Work will be performed in Manassas, Virginia (50 percent); Syracuse, New York (25 percent); Virginia Beach, Virginia (15 percent); Northampton, Massachusetts (5 percent); Arlington, Virginia (2 percent); Fairfax, Virginia (2 percent); and Newport, Rhode Island (1 percent), and is expected to be completed by September 2018. Fiscal 2016 other procurement (Navy) funding in the amount of $320,669 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.


Department of Defense Contracts Awarded September 2017 BAE Systems Land & Armaments L.P., Armament Systems Division, Louisville, Kentucky, is being awarded a $7,395,774 cost-plus-fixed-fee task order to a previously awarded basic ordering agreement (N00174-12-G-0001) to provide labor, material and services required to deliver and preserve open, inspection and repair of Mk 38, mod 2/3 machine gun system components. Work will be performed in Louisville, Kentucky, and is expected to be completed by May 2020. Fiscal 2017 operations and maintenance (Navy) funding in the amount of $1,325,708 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-1(a)(2). The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity. CSRA LLC, Fairfax, Virginia, is being awarded a $7,357,125 blanket purchase agreement (BPA) to provide cloud computing services for the Department of Navy (DON) Research and Development Enterprise (NR&DE). The BPA will support a DON Cloud Services pilot program conducted by Space and Naval Warfare Systems Center Pacific (SSC Pacific) on behalf of 16 DON warfare centers to create a NR&DE Cloud Brokerage. This one-year BPA includes two one-year options which, if exercised, would bring the cumulative potential value of this BPA to $34,698,390. Work will be performed Fairfax, Virginia, and work is expected to be completed Sept. 7, 2018. No funds will be obligated at the time of 

Department of Defense Contracts Awarded September 2017

award. Contract funds will not expire at the end of the current fiscal year. Funding will be obligated via task orders as they are issued. This BPA was competitively procured via Request for Quotation N66001-17-Q-0193 in accordance with Federal Acquisition Regulation 8.405-6 via the General Services Administration (GSA) Federal Supply Schedule 70. Five offers were received via the GSA E-Buy website and one was selected for award. SSC Pacific, San Diego, California, is the contracting activity (N66001-17-A-0001).

ARMY Fisher Scientific Co. LLC, Pittsburgh, Pennsylvania (W81XWH-17-A-0018); Government Scientific Source Inc.,* Reston, Virginia (W81XWH-17-A-0019); and VWR International LLC, Radnor, Pennsylvania (W81XWH-17-A-0020), will share in a $68,000,000 firm-fixed-price contract for general laboratory supplies, chemicals, scientific and laboratory equipment, and animal supplies. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2022. U.S. Army Medical Command, U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. ManTech Advanced Systems International Inc., Herndon, Virginia, has been awarded a $44,915,177 modification (P00092) to domestic and foreign military sales (Iraq and Egypt)


contract W56HZV-12-C-0127 for logistics sustainment and support for the Mine Resistant Ambush family of vehicles. Work will be performed in Afghanistan, Egypt, Horn of Africa, 

Department of Defense Contracts Awarded September 2017

Iraq, Kuwait, and various other locations inside and outside the continental U.S., with an estimated completion date of March 15, 2018. Fiscal 2017 operations and maintenance (Army); other procurement (Army); research, development, test and evaluation; and foreign military sales funds in the combined amount of $44,915,177 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Professional Contract Services Inc., Austin, Texas, has been awarded a $26,359,648 cost contract for base operations support services. One bid was solicited, and one bid was received. Work will be performed in Fort Sill, Oklahoma, with an estimated completion date of Sept. 30, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $1 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Fort Sill, Oklahoma, is the contracting activity (W9124L-17-F-0013). Compotech Inc., Brewer, Maine, has been awarded a $35,000,000 firm-fixed-price contract for engineering and design of Expeditionary Shelter Protection System. 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 Sept. 7, 2022. U.S. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-17-D-0021). Great Lakes Dredge and Dock Co., Oak Brook, Illinois, has been awarded a $14,475,395 firm-fixed-price contract for Baltimore Harbor maintenance dredging, Cape Henry Channel, 

Department of Defense Contracts Awarded September 2017

Virginia Beach, Virginia. Bids were solicited via the Internet with three received. Work will be performed in Virginia Beach, Virginia, with an estimated completion date of April 7, 2018. Fiscal 2016 and 2017 operations and maintenance, Army funds in the amount of $14,475,395 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-17-C-0030). Unique-Ambica, Rochester Hills, Michigan (W912P9-17-D-0020); and D.W. Mertzke Excavation and Trucking,* East St. Louis, Illinois (W912P9-17-D-0021), will share in a $7,500,000 firm-fixed-price contract to support flood recovery and other civil works repair projects. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2020. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity. General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a 7,128,234 modification (P00023) to contract W56HZV17-C-0067 to design, integrate, and qualify all components necessary to use the advanced multi-purpose round on the M1A2 SEPv3 platform without diminishing the vehicles current capability. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2019. Fiscal 2017 research, development, test and evaluation funds in the amount of $7,128,234 were obli-


gated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY Norfolk Banana Distributors,* Norfolk, Virginia, has been awarded a maximum $49,200,000 firmfixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This is a three-year contract with no option periods. This was a competitive acquisition with three responses received. Location of performance is Virginia, with a Sept. 9, 2020, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2017 through 2020 defense working Department of Defense Contracts Awarded September 2017 capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-P309).

AIR FORCE Engility Corporation, Andover, Massachusetts, has been awarded a $49,000,000 indefinite-delivery/ indefinite-quantity contract to provide research and development for Kinetic Kill Hardware-in-theLoop (HWIL) Simulation Technology for Advanced Research. This contract provides for the development of multi-spectral and multi-modal phenomenology modeling capabilities, to advance the start-of-the-art of HWIL test technology and to perform a critical role in the research, development and transition of Air Force munitions through the use of integrated guidance simulation. The location of performance is Eglin Air Force Base, Florida, with the ordering period expected to be complete by Aug. 31, 2022. This is a competitive award under broad agency announcement FA8651-17-S-0064, and fiscal 2017 research, development, test and evaluation funds in the amount of $150,300 are being obligated at the time of award. The Air Force Research Laboratory, Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-17-D-0096). ďżźďżź ADS Inc., Virginia Beach, Virginia, has been awarded a $44,547,819 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Fire Emergency Services Personal Protective Equipment (FES PPE). This contract provides for FES PPE structural garment ensembles to Air Force firefighters, both inside and outside the contiguous U.S. The location of performance is Ricochet Mfg. Co. Inc., Philadelphia, Pennsylvania. The work is expected to be complete by March 30, 2023. Fiscal 2017 operations and maintenance funds in the amount of $1,056 are being obligated at the time of award. Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8056-17-D-0001). ADS Inc., Virginia Beach, Virginia, has been awarded a $23,140,329 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Fire Emergency Services Personal Protective Equipment (FES PPE). This contract provides for FES PPE proximity garment ensembles to Air Force firefighters, both inside and outside the contiguous U.S. The location of performance is Ricochet Mfg. Co. Inc., Philadelphia, Pennsylvania. The work is expected to be complete by March 30, 2023. Fiscal 2017 operations and maintenance funds in the amount of $913 are being obligated at the time of award. Wright-Patterson Air


Force Base, Ohio, is the contracting activity (FA8056-17-D-0002). Boeing Defense, Space and Security, Oklahoma City, Oklahoma, has been awarded a $13,750,950 firm-fixed-price bilateral modification (P00018) to previously awarded contract for Integrated Battle Station diminishing manufacturing source life of type (DMS LoT) parts. The contract modification is for the purchase of additional DMS LoT parts in support of the B-1B aircraft. The location of performance is Oklahoma City, Oklahoma. The work is expected to be completed by March 31, 2019. Fiscal 2015 procurement funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8107-15-C-0001).

DEFENSE INTELLIGENCE AGENCY Department of Defense Contracts Awarded September 2017 Advantage SCI, Alexandria, Virginia, has been awarded a labor hour contract with a maximum ceiling value of $17,774,257 to provide security specialist support services to Defense Intellignece Agency. The contract will support security programs, classification management services, security education and training, industrial security programs, personnel security and police and threat management services. Work is to be performed in Washington, District of Columbia, Maryland, and Virginia, with an expected completion date of Mar. 29, 2021. Fiscal 2017 operations and maintenance funds in the amount of $3,639,180 are being obligated at time of award. This was a competitive small business (8a) acquisition, and 12 offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. *Small business 3 aircraft. Work will be performed at Naval Air Station Corpus Christi, Texas (50 percent);

CONTRACTS NAVY DynCorp International LLC, Fort Worth, Texas, is being awarded $103,165,374 for modification 00032 to a previously awarded firm-fixed-price, cost-reimbursable contract (N00019-15-D-0003) for organizational, intermediate, and depot-level maintenance and logistics support for 16 T-34 Mentor, 54 T-44 Pegasus, and 287 T-6 Texan Naval Air Station Whiting Field, Florida (39 percent); Naval Air Station Pensacola, Florida (8 percent); and various locations throughout the U.S. (3 percent), and is expected to be completed in September 2018. No funds are being obligated at time of award, funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity American Purchasing Services LLC doing business as American Medical Depot,* Miramar, Florida (N6264517D5033); and Califon Systems LLC,* Dallas, Georgia

Department of Defense Contracts Awarded September 2017 (N6264517D5034), are being awarded an aggregate not-to-exceed combined $33,912,971 60-month, firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award delivery order contract for medical and dental kitting in support of ship outfitting and replenishing inventory levels on in-service Navy ships. Both vendors will have the opportunity to bid on each individual delivery order. Work will


be performed in Miramar, Florida; or Dallas, Georgia, as determined by delivery order awards, and is expected to be completed Oct. 15, 2023. No funds will be obligated at the time of award. When available, fiscal 2018 operations and maintenance (Navy) funds in the amount of $192,635 will be obligated under the initial delivery orders, and the funds will expire at the end of fiscal 2018. These contracts were solicited via a multiple award electronic request for proposals as a 100 percent small business set-aside. In addition, these contracts are being executed in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. The Naval Medical Logistics Command, Fort Detrick, Maryland, is the contracting activity. Colby Co. LLC,* Portland, Maine, is being awarded a maximum amount $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multi-discipline structural architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR). The work to be performed provides for comprehensive architect-engineering services required for the new construction, repair, replacement, demolition, alteration, and/or improvement of industrial facilities. Projects may involve single or multiple disciplines, including, but not limited to, structural, civil, mechanical, plumbing, electrical, architectural, environmental, planning, fire protection, cost estimating, geotechnical, landscape architecture, and/or interior design. The types of projects may include: office buildings; manufacturing facilities; industrial storage facilities; security/entry-control facilities; modular steel structures; lifting and handling fixtures; bridge crane rail systems; automatic transport systems; material transport systems; industrial processes/systems; historic structures; and building and waterfront related utilities. Task order 0001 is being awarded at $991,825 for inspection and/or observation of construction operations for the reactor servicing complex at dry dock #1 at Portsmouth Naval Shipyard in Kittery, Maine. Work for this task order is expected to be completed by September 2018. All work on this contract will be performed at various Navy facilities and other government facilities within the NAVFAC Mid-Atlantic AOR including, but not limited to, Maine (70 percent); New Hampshire (5 percent); Massachusetts (5 percent); Connecticut (5 percent); Rhode Island (5 percent); New York (5 percent); Vermont (3 percent); and other areas within the AOR (2 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2022. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $991,825 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5006).

Department of Defense Contracts Awarded September 2017 Homeland Security Solutions Inc., Hampton, Virginia, is being awarded a $17,100,000 cost- plusfixed–fee, undefinitized contract for program management support, training, human resources ser-


vices and non-guard security support services to the Marine Corps. Work will be performed at the following locations Camp Lejeune/New River, North Carolina (11 Percent); Camp Pendleton, California (10 percent); District of Columbia (9 percent); Cherry Point, North Carolina (8 percent); Miramar, California (8 percent); Quantico, Virginia (8 percent); Camp Smith and Kaneohe Bay, Hawaii (7 percent); Beaufort/Parris Island, South Carolina (6 percent); Yuma, Arizona (5 percent); Barstow, California (5 percent); San Diego, California (5 percent); Albany, Georgia (5 percent); Okinawa, Japan (5 percent); Bridgeport, California (2 percent); Blount Island, Florida (2 percent); New Orleans, Louisiana (2 percent); and Iwakuni, Japan (2 percent). Work is expected to be completed March 10, 2018. Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $5,762,000 will be obligated at the time of award. Contract funds will expire at the end of the current fiscal year. The contract was sole- sourced under Federal Acquisition Regulation 6.302-1(a)(2)(iii)(B), as being the only responsible source. The Marine Corps Installations National Capitol Region - Regional Contracting Office, Marine Corps Base Quantico, Virginia, is the contracting activity (M00264-17-C-0014). Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a $12,782,253 cost- plus-award-fee contract modification to a previously awarded contract (N00024-12-C- 4323), to provide long leadtime material procurement, and management services. The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG-47-class cruisers and DD 963-class destroyers for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2018. Fiscal 2017 operations and maintenance (Navy) funding in the amount of $12,782,253 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi is the contracting activity. American Scaffold, San Diego, California (N55236-16-D-0001); and W.V. Construction Co.,* Jamul, California (N55236-16-D-0002), are being awarded contract modifications of $10,869,649 and $18,892,889 respectively, to a previously awarded indefinite- delivery/indefinite-quantity, multiple award contract to exercise option year two to provide scaffolding services to the Southwest Regional Maintenance Center’s Commercial Industrial Services code in support of Navy ships and other government vessels within a 50-mile radius of San Diego, California, which may include Oceanside, California. Each contractor shall provide management, administrative and production services, materials, tools, equipment, and required support. Work will be performed at Naval Station San Diego, and is scheduled to be complete by October 2018. No funding is being obligated at time of award. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. ￟

Department of Defense Contracts Awarded September 2017

Lockheed Martin Corp., Owego, New York, is being awarded a $9,540,000 firm-fixed- price contract for the production and delivery of 18 Intermediate Level Operational Test Program Sets for the MH-60R/S Multimode Radar and Advanced Radar Periscope Detection and Discrimination work


replaceable assemblies. Work will be performed in Owego, New York, and is expected to be completed in December 2020. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $9,540,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833517-C-0692).

Lockheed Martin Corp., Liverpool, New York, is being awarded an $8,990,806 firm-fixed-price, longterm contract for the repair of 195 items used on the E2-C aircraft. This contract includes a two-year base period and three one-year unpriced option years. Work will be performed in Liverpool, New York, and will be completed by September 2022. No contract funds will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. Working capital funds (Navy) will be obligated as individual orders are issued. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1). The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-17-D-A801). Lockheed Martin Corp. Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $8,461,238 for modification to previously issued delivery order N0001917F0108 placed against basic ordering agreement N00019-14-G-0020 for the F-35 Joint Strike Fighter. This modification procures additional verification and validation system support for country-specific mission data files for the foreign military sales customer’s operational aircraft. Work will be performed in Point Mugu, California (75 percent); and Fort Worth, Texas (25 percent), and is expected to be completed in December 2018. Foreign military sales funds in the amount of $8,461,238 are being obligated at time of award, none of which expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Barnhill Contracting Co., Jacksonville, North Carolina, is being awarded $8,073,749 for firm-fixedprice task order N4008517F4937 under a previously awarded multiple award construction contract (N40085-13-D-5243) for airfield pavement repairs at Marine Corps Air Station Cherry Point. The work to be performed provides for milling and resurfacing asphalt concrete, asphalt concrete overlays, Portland cement concrete reconstruction, sealcoat applications, crack and joint repairs, pavement marking removal and application and other incidental related work to the identified airfield pavement areas at Marine Corps Air Station Cherry Point. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. The task order also contains two unexercised options, which if exercised would increase cumulative task order value

Department of Defense Contracts Awarded September 2017


to $8,085,199. Work will be performed in Havelock, North Carolina, and is expected to be completed by November 2018. Fiscal 2017 operations and maintenance (Marine Corps) contract funds in the amount of $8,073,749 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

ARMY Straub Construction Inc.,* Fallbrook, California, has been awarded a $61,936,000 firm- fixed-price contract for maintenance hangar construction, site work, pavement and demo. Bids were solicited via the Internet with five received. Work will be performed in Fort Carson, Colorado, with an estimated completion date of May 7, 2019. Fiscal 2013 and 2015 military construction funds in the amount of $61,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-17-C-0032). RRDS Inc.,* Irvine, California, has been awarded a $49,900,000 firm-fixed-price contract for Joint Recruiting Facilities Committee bullet-resisting panels for various military services located throughout the U.S. and its territories. One bid was solicited and one bid was received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-17-D-0058).

MISSILE DEFENSE AGENCY Science Applications International Corporation (SAIC), McLean, Virginia, is being awarded a $34,636,585 cost-plus-fixed-fee contract. Under this contract (HQ0147-17-C-0045), SAIC will work with Missile Defense Agency to evolve analysis capability to model the Ballistic Missile Defense System's (BMDS) expected performance in support of the director for engineering's Quick Reaction Team (QRT) support and analysis effort. This effort supports research, development and testing of the BMDS. The analytical support for the QRT will create products used by the Missile Defense Agency director; the National Command Authority; the combatant commands; and the U.S. Congress. Deliverables include technical reports, trade studies, predictive analysis, concept exploration and data inputs to presentations. This contract is a sole-source award and the work will be performed at one of the following locations, Amherst, New York; Orlando, Florida; McLean, Virginia; and Huntsville, Alabama, from September 2017 through September 2022. Fiscal 2017 research, development, test and evaluation funds in the amount of $500,000 will be used to incrementally fund the basic contract under this effort. The Missile Defense Agency, Redstone Arsenal, Alabama is the contracting activity.

DEFENSE LOGISTICS AGENCY Department of Defense Contracts Awarded September 2017


TK&K Services LLC, Alpharetta, Georgia, has been awarded a maximum $10,083,696 firm- fixedprice contract for government-owned, contractor-operated fuels management services at Edwards Air Force Base, California. This is a four-year base contract with one five-year option period. This was a competitive acquisition with eleven offers received. Location of performance is California, with a Sep. 30, 2021, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5030). Mariano Construction Inc.,** Bloomsburg, Pennsylvania, has been awarded an $8,817,503 firmfixed-price contract for mass notification system repairs and upgrades to various buildings. This is a one-year contract with no option periods. This was a small business set-aside acquisition with six offers received. Location of performance is Pennsylvania, with an Oct. 16, 2018, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-17-C-0015).

AIR FORCE Pratt & Whitney, East Hartford, Connecticut, has been awarded an $8,672,257 requirements contract for engineering and technical services for F-15/F-16 aircraft engines. Engineering and technical services will be provided by the original manufacturer to elevate the technical expertise of maintainers. Work will be performed in Tucson, Arizona; Toledo, Ohio; New Orleans, Louisiana; and in seven countries, Egypt, Iraq, Jordan, Morocco, Taiwan, South Korea, and Indonesia. Work is expected to be completed by Sept. 15, 2019. This contract involves foreign military sales. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance; and foreign military sales funds in the amount of $4,327,851 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-17-D-8005). *Small business **Small disadvantaged business

CONTRACTS ARMY ABM Government Services LLC, Hopkinsville, Kentucky (W912DY-17-D-0021); AECOM Technical Services, Morrisville, North Carolina (W912DY-17-D-0022); Global Engineering and Construction LLC,* Renton Washington (W912DY-17-D-0023); Herman Construction Group Inc.,* Escondido, California (W912DY-17-D-0024); United Excel, Merriam, Kansas (W912DY- 17-D-0030); J&J Worldwide Services, Austin, Texas (W912DY-17-D-0026); Mortenson Construction, Minneapolis, Minnesota (W912DY-17-D-0028); and Synergy-Kirlin JV,* El Paso, Texas (W912DY-17-D-0029), will share in a $180,000,000 firm-fixed-price contract to provide design-build, construction, and medical repair and renewal services for medical facilities, systems, and equipment at government medical facilities located throughout the U.S., Alaska, Hawaii, and U.S. Territories. Bids were solicited via the Internet with 32 received. Work


Department of Defense Contracts Awarded September 2017 locations and funding will be determined with each order, with an estimated completion date of Sept. 11, 2022. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity. URS Federal Services Inc., Germantown, Maryland, has been awarded a $49,157,150 cost-plus-fixedfee contract for rotary-wing flight instructor support services at Fort Rucker, Alabama. Bids were solicited via the Internet with three received. Work will be performed in Daleville, Maryland, with an estimated completion date of Sept. 30, 2023. Fiscal 2018 operations and maintenance, Army funds in the amount of $1 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Joint Base Langley-Eustis, Virginia is the contracting activity (W9124G-17C-0005). Cape Henry Associates Inc.,* Virginia Beach, Virginia, has been awarded a $49,128,462 hybrid contract (cost-plus-fixed-fee and firm-fixed-price) to mature an advanced HSE Lighthouse framework and discrete functional modules. 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. 11, 2020. U.S. Army Contracting Command, Research Triangle Park, North Carolina, is the contracting activity (W911NF-17-D-0021). Washington Office Interiors LLC,* Quantico, Virginia, has been awarded a $19,900,000 firm-fixed-price contract for furniture disassembly, delivery, installation and trash removal. 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 Sept. 11, 2022. U.S. Army Mission and Installation Contracting Command, Fort Knox, Kentucky, is the contracting activity (W9124D17-D-0071). Okland-Geneva JV, Salt Lake City, Utah, has been awarded a $19,055,009 firm-fixed- price contract for construction of F-35 apron airfield pavements at Nellis Air Force Base, Nevada. Bids were solicited via the Internet with seven received. Work will be performed in Las Vegas, Nevada, with an estimated completion date of Sept. 2, 2019. Fiscal 2016 military construction funds in the amount of $19,055,009 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-C-0026).

NAVY Huntington Ingalls Inc. – Ingalls Shipbuilding, Pascagoula, Mississippi, is being awarded a $72,992,210 cost-plus-award-fee modification to a previously awarded contract (N00024-12-C-4323) for the continuation of integrated planning yard support for CG 47 and DD 963 class ships. Ingalls Shipbuilding will provide planning yard support including but not limited to Navy modernization program planning, ship change planning

Department of Defense Contracts Awarded September 2017


development and installation, operating cycle integration program management, type commander support, mobile assist teams, rotatable equipment pools, ship configuration and logistics support, provisioned items orders and other material support, surface ship life cycle management support, hull mechanical and electrical engineering standardization efforts, and diminishing manufacturing sources and material shortages identification, tracking, and resolution support. This modification includes options which, if exercised, would bring the cumulative value of this modification to $150,817,600. Work will be performed in Pascagoula, Mississippi, and is expected to complete by September, 2018. Fiscal 2017 other procurement (Navy) funding in the amount of $11,804,908 will be obligated at time of award and will not expire at the end of the current fiscal year; and fiscal 2017 operations and maintenance (Navy) funding in the amount of $9,323,833 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. CFM International, Chester, Ohio, is being awarded a $46,999,658 firm-fixed-price contract for the procurement of one CFM56-7B24EG04 engine for the C-40A aircraft and three CFM56-7B27AE engines for the P-8 Poseidon aircraft. Work will be performed in Villaroche, France (55 percent); and Durham, North Carolina (45 percent), and is expected to be completed in September 2018. Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $46,999,658 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-C-0064). The Boeing Co., St. Louis, Missouri, is being awarded $42,030,000 for modification P00001 to a previously awarded indefinite-delivery/indefinite-quantity contract (N00019- 17-D-0004) to provide additional funding for the Service Life Assessment Program (SLAP) and Service Life Extension Program (SLEP), Phase C for the F/A-18E/F aircraft. The SLAP and SLEP programs facilitate the extension of the service life of the F/A-18E/F beyond the original design of the 6,000 flight hours. Work will be performed in St. Louis, Missouri (50 percent); and El Segundo, California (50 percent), and is expected to be completed in April 2021. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Hamilton Sundstrand Corp., Rockford, Illinois, is being awarded $38,223,326 for firm-fixed- price delivery order 7015 under a previously awarded long-term contract (N00383-12-D-011N) for the repair of the constant frequency generator used on the V-22 aircraft in support of both MV-22 (Marines) and CV-22 (Air Force). Work will be performed in Rockford, Illinois, and work is expected to be completed by September 2018. Fiscal 2017 working capital (Navy) funds in the amount of $38,223,326 will be obligated at time of award, none of which will expire at the end of the current fiscal year.

Department of Defense Contracts Awarded September 2017 This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304(C)(1). The


requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Engility LLC, Chantilly, Virginia, is being awarded a $29,862,080 indefinite- delivery/indefinite-quantity, cost-plus-fixed-fee contract for the procurement of engineering and technical services in support of the Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey’s Support Equipment and Aircraft Launch and Recover Equipment Department. Engineering and technical services includes the development of operational requirements and the translation of requirements into configured systems through a systematic approach to an integrated design using standard processes. Work will be performed at Lakehurst, New Jersey, and is expected to be completed in September 2022. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $189,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity (N68335-17-D-0018). NDI Engineering Co.,* Thorofare, New Jersey, is being awarded a $29,568,716 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the procurement of engineering and technical services in support of the Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey’s Support Equipment and Aircraft Launch and Recover Equipment Department. Engineering and technical services includes the development of operational requirements and the translation of requirements into configured systems through a systematic approach to an integrated design using standard processes. Work will be performed at Lakehurst, New Jersey and is expected to be completed in September 2022. Fiscal 2017 other procurement (Navy) funds in the amount of $179,019 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity (N68335-17-D-0012). Raytheon Missile Systems, Tucson, Arizona, is being awarded a $21,231,420 firm- fixed-price contract modification to a previously awarded contract (N00024-16-C-5400) for Navy Rolling Airframe Missile (RAM) Block 2 guided missile round pack (GMRP) requirements. The RAM guided missile weapon system is co-developed and co- produced under an International Cooperative Program between the U.S. and Federal Republic of Germany’s governments. RAM is a missile system designed to provide anti-ship missile defense for multiple ship platforms. Work will be performed in Tucson, Arizona (49 percent); Ottobrunn, Germany (41 percent); Rocket Center, West Virginia (9 percent); and Andover, Massachusetts (1 percent), and is expected to be completed by December 2019. Fiscal 2017 weapons procurement (Navy) funding in the amount of $21,231,420 will be obligated at time of award and will not expire at the end of the

Department of Defense Contracts Awarded September 2017 current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Huntington Ingalls Inc., Pascagoula, Mississippi, is being awarded a cost-plus-


award- fee contract modification in the amount of $10,673,401 to a previously awarded contract (N00024-12-C-4323), to provide long lead-time material procurement, and management services. The contract is for planning yard services for CG-47-class cruisers and DD 963-class destroyers. Huntington Ingalls provides necessary engineering, technical, planning, ship configuration, data, and logistics efforts for CG-47-class cruisers and DD 963-class destroyers for lifetime support of both maintenance and modernization. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2018. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $10,011,961; and fiscal 2017 other procurement (Navy) funds in the amount of $661,440 will be obligated at the time of award. Contract funds in the amount of $10,673,401 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi is the contracting activity.

MISSILE DEFENSE AGENCY General Atomics Electromagnetic Systems, Poway, California, is being awarded a sole-source $30,349,667 cost-plus fixed fee contract, for a 12 month period of performance, to continue to demonstrate passive Missile Defense Agency’s configured Reapers (MQ-9 unmanned aerial vehicle) in two Ballistic Missile Defense System (BMDS) tests and five continental U.S. tests. The work will be performed in Albuquerque, New Mexico; Huntsville, Alabama; and Tucson, Arizona. Fiscal 2017 research, development, test and engineering funds in the amount of $7,000,000 are being obligated at the time of award. The Missile Defense Agency, Albuquerque, New Mexico, is the contracting activity (HQ0277-17-C-0001).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY Alliant Techsystems Operations LLC (Orbital ATK), Elkton, Maryland, has been awarded a $21,441,308 cost-plus-fixed-fee contract for a research project under the Advanced Full Range Engine (AFRE) program. Fiscal 2017 research and development funds totaling $1,000,000 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-17-C-0100).

AIR FORCE Odyssey Systems Consulting Group Ltd., Wakefield, Massachusetts, has been awarded an $8,159,916 modification (30) to award option year two on previously awarded contract for professional acquisition support services. Contractor will provide program management, financial management, administrative and other related support utilizing established government, contractor, and industry practices for the foreign military sales division. This modification provides for the exercise of an option for an additional year of services being provided under the basic contract. This contract involves foreign


Department of Defense Contracts Awarded September 2017 military sales to Australia, United Arab Emirates, North Atlantic Treaty Organization, Qatar, Turkey, United Kingdom, Egypt, Greece, Indonesia, Iraq, Jordan, South Korea, Morocco, Oman, Poland, Singapore, Thailand, Taiwan, Saudi Arabia, France, India, Norway, Belgium, Japan, Denmark, Netherlands, and Portugal. Work will be performed at Hanscom Air Force Base, Massachusetts; and Eglin Air Force Base, Florida, and is expected to be completed by Sept. 17, 2018. Fiscal 2017 other procurement funds in the amount of $603,614; and Fiscal 2017 research, development, test, and evaluation funds in the amount of $1,810,857 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA872113-D-0002-0005). FGS LLC, La Plata, Maryland, has been awarded a $7,328,166 increase due to an exercise of option period 1 (000205) to a previously awarded contract for weapon systems and command, control, communications, computers and intelligence systems information technology services. This modification provides for the exercise of an option for an additional year of labor and travel to perform the above referenced services. Work will be performed at Air Force intelligence, surveillance and reconnaissance organizations and associated units located both in the continental U.S. and outside the continental U.S. The work under this option period is expected to be completed by Oct. 2, 2018. Fiscal 2018 operations and maintenance funds are being obligated if/when Fiscal 2018 funds are available. Acquisition Management and Integration Center, Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-16-D-0005-0002).

DEFENSE HEALTH AGENCY CORRECTION: Modification P00004 to contract HT0011-16-C-0027, awarded to Cherokee Nation Technology Solutions LLC, doing business as CNTS, Catoosa, Oklahoma, incorrectly announced the award on Sept. 6, 2017, for a $7,506,707 firm- fixed-price award amount, bringing the total cumulative fact value of the contract to $24,547,369. The announcement should have read that the award was made on Sept. 12, 2017, for an $8,182,490 firm-fixed-price award amount, bringing the total cumulative fact value of the contract to $25,223,151. All other information in the announcement was accurate.

CONTRACTS NAVY The Boeing Co., St. Louis, Missouri, is being awarded $676,575,190 for modification P00004 to a previously awarded fixed-price-incentive contract (N00019-17-C-0003). This modification provides for the full-rate production and delivery of six Lot 41 F/A-18E and eight F/A-18F aircraft. Work will be performed in El Segundo, California (46 percent); St. 

Department of Defense Contracts Awarded September 2017


Louis, Missouri (30 percent); Fort Worth, Texas (3 percent); Mesa, Arizona (2 percent); Torrance, California (1 percent); Ontario, Canada (1 percent); Vandalia, Ohio (1 percent); Irvine, California (1 percent); Bohemia, New York (1 percent); Greenlawn, New York (1 percent); and Santa Clarita, California (1 percent), and various locations within the U.S. (12 percent), and is expected to be completed in February 2019. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $676,575,190 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Pinnacle Construction and Development Group Inc.,* Independence, Ohio, is being awarded $12,202,490 for firm-fixed-price task order N4008017F4183 under a previously awarded multiple award construction contract (N40080-17-D-0011) for renovation of an office building at Naval Support Facility, Dahlgren. The work to be performed provides for the complete interior renovation of Buildings 218 and 111 to be performed in three phases to include temporary chiller and hookups, window replacement, drainage repair, and furniture, fixtures, and equipment. Work will be performed in Dahlgren, Virginia, and is expected to be completed by September 2019. Fiscal 2017 working capital fund (Navy) contract funds in the amount of $12,202,490 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 

Department of Defense Contracts Awarded September 2017

Engineering Command, Washington, Public Works Department, South Potomac, Dahlgren,Virginia, is the contracting activity. Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded an $11,026,388 firm fixed price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-15-D-5208) to exercise a one-year option for production and associated provisioned items of the Navy’s WSN-7 navigation system. The AN/WSN-7(V) ring laser gyro navigation (RLGN) system is a self-contained inertial navigator designed for Navy surface ships. The AN/WSN-7B(V) RLG is a self-contained gyrocompass system utilizing ring laser gyroscope technology. The RLG is a replacement for the gyrocompasses installed onboard Navy surface ships (AN/WSN2) and submarines (AN/WSN-2A). Work will be performed in Charlottesville, Virginia, and is expected to be completed by April 2019. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $9,315,756; and fiscal 2017 other procurement (Navy) funding in the amount of $1,710,632 will be obligated at the 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. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $8,769,892 for modification P00048 to a previously awarded fixed-price-incentive

Department of Defense Contracts Awarded September 2017

firm contract (N00019-15-C-0114) for recurring logistics services of F-35 Lightning II Joint Strike Fighter in support of the Air Force, Navy, Marine Corps, non-Department of Defense participants, and foreign military sales (FMS) customers. Support to be provided includes delivery of material (26,171 items) for depot stand-up and activation. The material delivered supports the Electro-Opti-


cal Targeting System for the F-35. Work will be performed in Fort Worth, Texas, and is expected to be completed in in September 2019. Fiscal 2015 aircraft procurement (Air Force, Navy and Marine Corps); non-DoD participant, and FMS funds in the amount of $8,769,892 will be obligated at time of award, $7,178,619 of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($3,958,754; 45 percent); Marine Corps ($2,120,399; 24 percent); Navy ($1,099,466; 13 percent); non-DoD participants ($1,186,827; 14 percent); and FMS customers ($404,446; 4 percent) under the Foreign Military Sales Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE Boeing Co., Seattle, Washington, has been awarded a $599,999,999 cost-plus-award-fee contract modification (P00011) to previously awarded contract for new preliminary design activity requirements on the Presidential Aircraft Recapitalization (PAR) Program. This contract modification supplements work already taking place under the PAR contract, including risk reduction activities and the acquisition of two commercial Boeing 747-8 aircraft. The modification will allow Boeing to complete preliminary design work for the modification of two 747-8 aircraft to replace the two aging VC-25A, Boeing 747-200, presidential support aircraft. The resulting modification to the aircraft, to be negotiated in a future contract modification, will include incorporating a mission communications system, electrical power upgrades, a medical facility, an executive interior, a self-defense system, and autonomous ground operations capabilities. Work will be performed in Seattle, Washington, and is expected to be completed by Dec. 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2017 research and development funds in the amount of $102,189,578 are being obligated at time of award. Air

Department of Defense Contracts Awarded September 2017 Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-16-C-6599). Awarded Sept. 12, 201 L3 Technologies Inc., Link Simulation and Training Division, Arlington, Texas, has been awarded a $7,943,687 firm-fixed-price contract modification (P00162) to a previously awarded contract for the F-16 Mission Training Center technology refresh. The contract modification is for an update of obsolete F-16 MTC software and hardware, to include implementation of Microsoft Windows 10, as well as quiet cabinets for the brief/debrief rooms. The location of performance is Arlington, Texas. The work is expected to be completed by Dec. 28, 2018. Fiscal 2017 operations and maintenance funds in the amount of $7,943,687 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-09-C-6292).

ARMY JE Dunn Construction, Kansas City, Missouri, has been awarded a $67,486,618 firm-fixed-price contract for medical and dental clinic replacement at Sheppard Air Force Base, Texas.


Bids were solicited via the Internet with six received. Work will be performed in Wichita Falls, Texas, with an estimated completion date of Dec. 31, 2020. Fiscal 2017 military construction funds in the amount of $67,486,618 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-17-C-0014). Science Applications International Corp., McLean, Virginia, has been awarded a $25,535,970 modification (000193) to contract W31P4Q15-A-0024 for systems and computer resources support for the Aviation and Missile Research, Development, and Engineering Center's Software Engineering Directorate. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 11, 2018. Fiscal 2016 and 2017 operations and maintenance (Army); and research, development, test and evaluation funds in 

Department of Defense Contracts Awarded September 2017

the combined amount of $25,535,970 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MISSILE DEFENSE AGENCY COLSA Corp., Huntsville, Alabama, is being awarded a $41,146,000 modification to indefinite- delivery/indefinite-quantity contract HQ0147-07-D-0002 and extend the ordering period for one year. The ceiling of the contract is increased from $422,997,725 to $464,143,725. Under this modification, COLSA Corp. will continue to provide design, operation, and support to the Advanced Research Center (ARC). The ARC is a major simulation facility supporting the Missile Defense Agency and an important asset in assisting the joint warfighter through analysis, experimentation and exercises. The work will be performed in Huntsville, Alabama. The ordering period for this extension is Sept. 17, 2017 through Sept.16, 2018. Research, development, test and evaluation funds will be used to fund task orders under this contract. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity. *Small business

ARMY SNA International LLC,* Alexandria, Virginia, has been awarded a $110,000,000 hybrid contract (cost-plus-fixed-fee and firm-fixed-price) for scientific, technical, administrative, and logistical support services for the Armed Forces Medical Examiner System. 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 Sept. 14, 2022. U.S. Army Medical Command, U.S. Medical Research Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-17-D-0034). Flexible Concepts,* Elkhart, Indiana (W52P1J-17-D-0080); and Gayston Corp.,* Miamisburg, Ohio (W52P1J-17-D-0082), will share in a $56,761,490 firm-fixed-price contract for 60mm and 81mm (M24, M27, and M28) mortar tail fins. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 28, 2022. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.


Kord Technologies Inc.,* Huntsville, Alabama, has been awarded a $44,824,528 cost- plus-fixed-fee contract for target system hardware support. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each

Department of Defense Contracts Awarded September 2017 order, with an estimated completion date of Sept. 13, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-17-D- 0044). Navistar Defense LLC, Lisle, Illinois, has been awarded a $29,574,588 modification (P00007) to contract W56HZV-15-D-0037 for procurement of system technical support and system sustainment technical support services for the in-production and out-of- production Mine Resistant Ambush Protected MaxxPro family of vehicles. Work locations and funding will be determined with each order; with an estimated completion date of March 31, 2019. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. North Carolina Business Enterprise Program, Raleigh, North Carolina, has been awarded a $21,854,600 modification (P00002) to contract W91247-13-D-0010 for all personnel, supervision, non-personal services, and all necessary non-issued government-furnished equipment required to perform full food services at specified dining facilities located on Fort Bragg, North Carolina. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2018. U.S. Army Mission and Installation Contracting Command, Fort Bragg, North Carolina, is the contracting activity. General Dynamics Ordnance and Tactical Systems, Garland, Texas, has been awarded a $20,615,139 modification (0005) to foreign military sales (Australia, Bahrain, and Saudi Arabia) contract W52P1J13-D-0050 for MK82-6 bomb bodies (10,933), MK84-4 bomb bodies (866), and MK84-10 bomb bodies (1,365) in support of Air Force, Navy and foreign military sales requirements. Work will be performed in Garland, Texas, with an estimated completion date of Dec. 31, 2018. Fiscal 2015, 2016 and 2017 aircraft procurement (Army) funds in the amount of $20,615,139 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Lambert Engineering and Construction Services,* Laramie, Wisconsin, has been awarded a $8,466,078 firm-fixed-price contract for scour hole repair, lock and dam No. 2 on the Cape Fear River in Bladen County, North Carolina. Bids were solicited via the Internet with two received. Work will be performed in Elizabethtown, North Carolina, with an estimated completion date of Sept. 30, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,466,078 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W9129M-17-C-0014).

Department of Defense Contracts Awarded September 2017 Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a $7,826,358 modification (0024) to contract W56HZV-15-D-0031 for Family of Heavy Tactical Vehicles recapitalized Heavy Expand-


ed Mobility Tactical Trucks M984A4 wreckers (17). Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2018. Fiscal 2016 other procurement (Army) funds in the amount of $7,826,358 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY Hutchinson Industries Inc., Trenton, New Jersey, has been awarded a maximum $63,834,180 firmfixed-price, requirements contract for pneumatic tires and wheels. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is New Jersey, with a Sept. 13, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-D-0128). Cutter Lumber Products, Livermore, California, (SPE8EF-17-D-0002); Treen Box & Pallet Inc., Bensalem, Pennsylvania, (SPE8EF-17-D-0003); and Berry Industrial Group Inc., Nyack, New York (SPE8EF-17-D-0004), are sharing a maximum $45,000,000 fixed-price with economic- price-adjustment contract for wood pallets. These are two-year base contracts with three one- year option periods. This was a competitive acquisition with eight responses received. Locations of performance are Idaho, Arkansas, California, Pennsylvania, Washington, Alabama, North Carolina, Virginia, and Georgia, with a Sept. 13, 2019, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Bethel Industries Inc.,* Jersey City, New Jersey, has been awarded a maximum $30,087,750 firmfixed-price, indefinite-delivery/indefinite-quantity contract for combat utility uniform trousers. This is an 18-month base contract with one 18-month and two one-year option periods. This was a competitive acquisition with eight responses received. Location of performance is New Jersey, with a Sept. 13, 2022, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D-1092).

NAVY BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is being awarded $63,627,650 for cost-plus-incentive-fee, cost-plus-fixed-fee contract modification P00008 to a previously awarded contract (N00030-17-C-0001) to provide services for the U.S. and United Kingdom Trident II D5 strategic weapon system programs, U.S. SSGN attack weapon systems, nuclear weapon surety, and future concepts. Work will be performed at Rockville, Maryland (70.3 percent); Washington,

Department of Defense Contracts Awarded September 2017


District of Columbia (14.33 percent); Kings Bay, Georgia (5.1 percent); Silverdale, Washington (2.7 percent); Norfolk, Virginia (1.5 percent); San Diego, California (1.5 percent); Alexandria, Virginia (1.1 percent); Barrow, United Kingdom (1.1 percent); Ocala, Florida (0.20 percent); Ball Ground, Georgia (0.20 percent); Saint Mary’s, Georgia (0.2 percent); Pittsfield, Massachusetts (0.17 percent); Montgomery Village, Maryland (0.15 percent); Thurmont, Maryland (0.15 percent); Buffalo, New York (0.15 percent); New Lebanon, New York (0.15 percent); New Paris, Ohio (0.15percent); Downington, Pennsylvania (0.15 percent); Wexford, Pennsylvania (0.15 percent); Alton, Virginia (0.15 percent); Springfield, Virginia (0.15 percent); Vienna, Virginia (0.15 percent); and Baltimore, Maryland (0.10 percent). Work is expected to be completed Sept. 30, 2018. Subject to the availability of funding, fiscal 2018 operations and maintenance(Navy) contract funds in the amount of $40,795,307; United Kingdom funds in the amount of $12,513,012; and fiscal 2018 research development test and evaluation (Navy) contract funds in the amount of $10,319,331 will be obligated on this award. No contract funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) an (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N00030-17-C-0001). Verizon Federal Inc., Ashburn, Virginia, is being awarded a $23,080,816 a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for integrated, switched voice and data telecommunications services, maintenance, and service responsibilities in support of Naval Computer and Telecommunications Area Master Station Atlantic. The contract will include a 60-month ordering period. Work will be performed in Philadelphia, Pennsylvania (67 percent); and Mechanicsburg, Pennsylvania (33 percent), and the ordering period of the contract is expected to be completed by September 2022. Fiscal 2018 operations and maintenance funds (Navy) in the amount of $25,000 will be obligated at the time of award, subject to the availability of funds, to fund the contract’s minimum amount, and funds will expire at the end of the current fiscal year. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website, with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office, Pennsylvania, is the contracting activity (N00189-17-D-Z049). Behlman Electronics Inc.,* Hauppauge, New York, is being awarded a $21,709,300 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to 180 Common Aircraft Armament Test Sets (CAATS) and 100 Pure Air Generator System Adapter Sets (PAGS PAS) for the Navy and the governments Spain, Italy, Finland, and Kuwait. These CAATS and PAGS PAS will be used to test various Navy and Marine Corps bomb racks, missile launchers, pylons and rocket launchers at the intermediate maintenance level. Work will be performed in Hauppauge, New York (53 percent); and Indianapolis, Indiana (47 percent), and is expected to be completed in September 2020. Fiscal 2016 and 2017 aircraft procurement (Navy) funds in the amount of $11,648,070 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small-business set-aside; three offers were received. This contract combines purchase for the Navy ($18,452,905; 85

Department of Defense Contracts Awarded September 2017


percent); and the governments of Spain ($868,372; 4 percent); Italy ($868,372; 4 percent); Finland ($868,372; 4 percent); and Kuwait ($651,279; 3 percent) under the Foreign Military Sales Program. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity (N68335-17-D-0039). Systems Application and Technologies Inc.,* Largo, Maryland, is being awarded $20,455,624 for modification P00031 to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0036) to exercise an option for continued support services to the Naval Air Systems Command’s Air Vehicle Modification and Instrumentation Department. Services include support for the designing, developing, procuring, building, installing, testing and evaluating, calibrating, modifying, operating and maintaining instrumentation on aircraft and engines for the Navy and other government and commercial customers. Work will be performed at Naval Air Station Patuxent River, Maryland (95 percent); China Lake, California (2.5 percent) and Point Mugu, California (2.5 percent); and is expected to be completed in September 2018. Fiscal 2017 working capital funds (Navy) in the amount of $503,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Dills Architects,* Virginia Beach, Virginia, is being awarded a maximum amount $10,000,000 firmfixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for multiple-discipline architect-engineering services in the Naval Facilities Engineering Command (NAVFAC) Atlantic area of responsibility (AOR), located primarily at Norfolk Naval Shipyard; Naval Weapons Station Yorktown; and Naval Medical Center Portsmouth. The work to be performed provides for architect- engineering and engineering services including plans, specifications, preparation of requests for proposals for design/build and design/bid/build projects, cost estimates, hazardous material identification, analysis of environmental constraints, energy computation, facilities planning, life safety code studies, interior space planning/design, sustainable engineering design practices, anti-terrorism/ force protection analysis, and construction inspection and engineering consultation services during construction. Work may also include engineering services for the study and design of new construction, renovation, repair, replacement, demolition, alteration and improvement for civil projects (site work, paving, landscaping, communications, fire protection, energy conservation systems, and utilities). Work will be performed in Portsmouth, Virginia (30 percent); Yorktown, Virginia (25 percent); Norfolk, Virginia (20 percent); Virginia Beach, Virginia (20 percent); and other facilities within the NAVFAC Atlantic AOR (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2022. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with 27 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-0347). ￟￟

Department of Defense Contracts Awarded September 2017


Insitu Inc., Bingen, Washington, is being awarded a $9,830,523 firm-fixed-price contract to provide unmanned aircraft systems intelligence, surveillance, reconnaissance services in support of maritime operations, including operations and maintenance of the ScanEagle unmanned aircraft systems and real-time electro-optical imagery and infrared imagery. Work will be performed in the Pacific theater and is expected to be completed in March 2021. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $9,830,523 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-C-0087). Electric Boat Corp., Groton, Connecticut, is being awarded a $7,999,909 cost-plus-fixed-fee modification under contract line item number 0004 of previously awarded contract (N00024-15-C-4300) for the execution of maintenance, repair, alterations, testing and routine work onboard USS Montpelier (SSN 765) during its scheduled interim dry docking. Work will be performed in Groton, Connecticut, and is expected to be completed by March 2018. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $7,999,909 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

AIR FORCE Lockheed Martin Corp., Marietta, Georgia, has been awarded a $61,902,003 fixed-price- incentive-fee modification (P00030) to exercise an option on a previously awarded contract for Coast Guard C-130J multi-year production aircraft. The work will be performed at Lockheed Martin Corp., Marietta, Georgia, and is expected to be completed by April 30, 2020. Fiscal 2017 Coast Guard aircraft procurement funds in the amount of $61,920,003 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8625-14-C-6450). Invincea Labs LLC, Arlington, Virginia, has been awarded a $20,517,535 cost-plus-fixed-fee completion modification to previously awarded contract for software and hardware. This contract modification is to include additional tasks to expand and tailor the capabilities of the Plan X platform to meet specific defensive cyber operations capabilities for the Army. Work will be performed in Arlington, Virginia, and is expected to be completed by Dec. 21, 2018. Fiscal 2017 research, development, test, and evaluation funds are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-13-0198). Harris Corp., Colorado Springs, Colorado, has been awarded an $11,277,688 modification (P00766) to previously awarded contract for Eglin Beam Steer Sustainment Project Beam Steering Calibrate and Monitor Console Replacement project. Contractor will improve the sustainment posture of the project for the Eglin Army and Navy fixed position ground radar search AN/FPS-85 radar, which includes the design, procurement, fabrication, integration, installation, and testing to ensure supportability through 2030 and the development and installation of a temporary Y Switch. Work will be performed at Eglin Air Force Base, Florida,


Department of Defense Contracts Awarded September 2017 and Peterson Air Force Base, Colorado, and is expected to be completed by Sept. 13, 2019. Fiscal 2017 operations and maintenance funds in the amount of $1 1,277,688 are being obligated at time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity (F19628-02-C-0010).

CONTRACTS ARMY M1 Support Services, Denton, Texas, has been awarded a $387,037,012 hybrid contract (cost, costplus-fixed-fee, fixed-price-award-fee and fixed-price-incentive) for maintenance services supporting the Army entry level and advanced as well as Air Force Advanced Rotary Aviation Training mission at Fort Rucker, Alabama. Bids were solicited via the Internet with four received. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Sept. 30, 2027. Fiscal 2018 operations and maintenance funds in the amount of $387,037,012 were obligated at the time of the award. U.S. Army Mission and Installation Contracting Command, Joint Base San Antonio, Texas, is the contracting activity (W9124G-17-C-0104). Raytheon Missile Systems, Tucson, Arizona, has been awarded a $127,095,916 modification (P00078) to contract W15QKN-08-C-0530 for Excalibur 155mm projectiles. Work will be performed in Tucson, Arizona; East Camden, Arizona; Healdsburg, California; Cincinnati, Ohio; Cedar Rapids, Iowa; Joplin, Missouri; Lansdale, Pennsylvania; Karlskoga, Sweden; Southway, Plymouth, United Kingdom; Glenrothes, United Kingdom; Gilbert, Arizona; Salt Lake City, Utah; and a variety of other locations, with an estimated completion date of April 30, 2019. Fiscal 2015 and 2017 other procurement (Army) funds in the amount of $127,095,916 were obligated at the time of the award. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey is the contracting activity. Trace Systems Inc., Vienna, Virginia, has been awarded a $49,392,866 firm-fixed-price foreign military sales (Iraq) contract to support Iraq's Very Small Aperture Terminal Network. 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. 14, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-17-D-5005). AT&T Corp., Oakton, Virginia, has been awarded a $35,796,074 firm-fixed-price contract to provide integrated voice, video, instant messaging/chat, presence, and screen sharing. Bids were solicited via the Internet with seven received. Work will be performed in Oakton, Virginia, with an estimated completion date of Sept. 14, 2022. Fiscal 2017 operations and maintenance (Army) funds in the amount of $35,796,074 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-17-C- 0041). Raytheon Missile Systems, Tucson, Arizona, has been awarded a $31,485,233 modification (P00066) to domestic and foreign military sales (Saudi Arabia, and Lebanon) contract W31P4Q- 12-C-0265 for tube-launched optically-tracked wireless-guided (TOW) missiles. Work will be performed in Tucson,


Arizona; and Farmington, Arizona, with an estimated completion date of Dec. 31, 2018. Fiscal 2010 foreign military sales funds in the amount of $31,485,233 were obligated at the time of the award. Army is the contracting activity. General Dynamics-Ots Inc., Williston, Vermont, has been awarded a $24,075,990 modification (P00069) to contract W31P4Q-14-C-0154 for Hydra rockets: M274 10,224; M257 - 1,690;

Department of Defense Contracts Awarded September 2017 M278 - 4,916; M229 - 195; M151 - 8,832; and Mk66 – 7,068. Work will be performed in Williston, Vermont, with an estimated completion date of Nov. 30, 2017. Fiscal 2010, 2015, 2016 and 2017 other procurement (Army); aircraft procurement (Army); foreign military sales; and other funds in the combined amount of $24,075,990 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Strata Corp., Grand Forks, North Dakota, has been awarded a $23,893,500 firm-fixed-price contract to repair the parallel taxiway north un-bonded overlay at Grand Forks Air Force Base, North Dakota. Bids were solicited via the Internet with two received. Work will be performed in Grand Forks, North Dakota, with an estimated completion date of Sept. 14, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $23,893,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-17-C-0030). Boeing Aerospace Operations Inc., St. Louis, Missouri, has been awarded an $18,903,268 cost- plusfixed-fee contract for field service representatives for the CH-47 cargo helicopter platform and avionics. 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 Sept. 14, 2020. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ- 17-D-0113). Kingery Construction Co.,* Lincoln, Nebraska, has been awarded a $16,103,000 firm-fixed-price contract to repair Bldg. 600, a maintenance hangar at the 155th Aerial Refueling Wing, Lincoln, Nebraska. Bids were solicited via the Internet with four received. Work will be performed in Lincoln, Nebraska, with an estimated completion date of Oct. 1, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $16,103,000 were obligated at the time of the award. U.S. Army National Guard, Lincoln, Nebraska, is the contracting activity (W91243-17-C- 0002). Four Tribes Construction Services,* Gaithersburg, Maryland, was awarded a $12,500,000 firm- fixedprice contract for road repairs to Ord and Weitzel Drive. Bids were solicited via the Internet with one received. Work will be performed in Arlington, Virginia, with an estimated completion date of March 29, 2019. Fiscal 2017 military construction funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-17-C-0019). Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a $9,987,145 firm- fixedprice contract for r repair and sustainment services of the AM-7651/A Dual Stabilator Controller, and the CP-1446/A Advanced Flight Control Computer. 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. 14, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-17-D-0025). MJBV, Boise, Idaho, has been awarded a $9,500,000 firm-fixed-price contract for multi-discipline engineering and design services. Bids were solicited via the Internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2022. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF17-D-0006). Leidos, Reston, Virginia, has been awarded an $8,811,831 modification (P00018) to contract W909MY-15-C-0031 for operations and maintenance of the Aerial Optical Change Detection system. Work will be performed in Bridgewater, Virginia; and Bagram, Afghanistan, with an estimated completion date of Jan. 25, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,811,831 were obligated at the time of the award. U.S. Army Contracting Command, Fort Belvoir, Virginia, is the contracting activity.

Department of Defense Contracts Awarded September 2017 DEFENSE LOGISTICS AGENCY Allison Transmission, Indianapolis, Indiana, has been awarded a $37,944,853 firm-fixed-price contract for transmission overhaul kits. This is a 15-month contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Indiana, with a Dec. 31, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-17-C-0202). Carter Enterprises LLC, doing business as Mil-Spec Enterprises, Brooklyn, New York, has been awarded a maximum $37,060,938 modification (P000015) exercising the first one-year option period of a one-year base contract (SPE1C1-16-D-1071) with three one-year option periods for generation IV improved outer tactical vests. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is New York, with a Sept. 15, 2018, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Bethel Industries Inc.,* Jersey City, New Jersey, has been awarded a maximum $22,572,000 firmfixed-price contract for various types of field jackets. This is a two-year contract with no option periods. This was the small business set-aside lot 0002 portion of a solicitation containing two lots. This was a competitive acquisition with six responses received. Location of performance is New Jersey, with a Sept. 14, 2019, performance completion date. This is a foreign military sales procurement. Us-


ing customers are Afghan Border Police, Afghan Uniform Police, Afghan National Army and Afghan National Army Special Operations. Type of appropriation is fiscal 2017 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-17-D- 1094). Veyance Technologies Inc., Fairlawn, Ohio, has been awarded a maximum $16,742,775 modification (P00001) exercising the one-year option period of a one-year base contract (SPRDL1-17-C-0219) with a one-year option period for M60 track assemblies. This is a firm- fixed-price contract. Location of performance is Ohio, with a May 3, 2019, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

DEFENSE INFORMATION SYSTEMS AGENCY Vetegrity LLC, Annapolis, Maryland, is awarded a competitive single award, indefinite- delivery/ indefinite-quantity contract for computer aided drafting and engineering support. The face value of this action is $26,975,678 (contract ceiling). The minimum guarantee of $500,000 will be satisfied through the issuance of subsequent task orders. Performance will be at Defense Information Systems Agency (DISA) Headquarters; and Denver locations with incidental performance at other DISA locations worldwide. Proposals were solicited through the Federal Business Opportunities website and two proposals were received. The ordering period for the contract includes a base year of Sept. 15, 2017 – Sept. 14, 2018, and four option years that

Department of Defense Contracts Awarded September 2017 follow consecutively through Sept. 14, 2022. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-17-D-0007).

AIR FORCE Leidos, Inc., Reston, Virginia, has been awarded a $23,541,635 cost-plus-fixed-fee contract for research and development. The threat warning and integrated survivability technology contract will provide for applied and advanced research and development to develop and demonstrate prototype advanced integrated threat warning systems while advancing electro-optical test and developmental risk reduction methodologies. The location of performance is Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 16, 2022. This award is the result of a competitive acquisition and one offer was received. Fiscal 2017 research and development funds in the amount of $1,027,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-1039). Awarded Sept. 14, 2017 Northrop Grumman Systems Corp. Information Systems, Chantilly, Virginia; and Redondo Beach, California, has been awarded a $22,646,425 cost-plus-incentive-fee modification (P00058) to previously awarded contract for the re-baseline of interim contract support for the enhanced polar system


control and planning segment. The contract modification is in support of system level testing leading to an initial operational capability and includes test support, cybersecurity enhancements, information assurance support, and security technical implementation guide updates. Work will be performed in Redondo Beach, California, and is expected to be completed by Dec. 15, 2018. Fiscal 2017 research, development, test, and evaluation funds in the amount of $10,100,000 were previously obligated. Space and Missile Systems Center, Military Satellite Communications Directorate, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8808-13-C-0001). Boeing Co. Defense, Space & Security, St. Louis, Missouri, has been awarded a $7,691,070 modification (P00011) to previously awarded contract for F-15C and F-15E mission training centers (MTC). The contract modification is for implementation of obsolescence updates into F- 15C and F-15E MTCs to upgrade the training systems with the hardware and software necessary to conduct aircrew training to ensure high fidelity simulation for the F-15 MTCs and a high fidelity simulation of the real world aircraft and environment. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home Air Force Base, Idaho; Langley Air Force Base, Virginia; Kadena Air Base, Japan; and Royal Air Force Lakenheath, England, and work is expected to be completed by Oct. 31, 2018. Fiscal 2017 funds in the amount of $7,691,070 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA862116-C-6397). Awarded Sept. 14, 2017

DEFENSE INTELLIGENCE AGENCY New Age Protection, Springfield, Virginia, was awarded a labor hour contract with a maximum ceiling value of $23,507,236 to provide access control program management support services to Defense Intelligence Agency (DIA). The contract will ensure accountability measures are established for vehicle, personnel and property entering and departing DIA facilities. Work is to be performed in the national capital region with an expected completion date of Jan. 31, 2021.

Department of Defense Contracts Awarded September 2017 This was a competitive small business (8a) acquisition, and five offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE Deloitte & Touche LLP, Alexandria, Virginia, has been awarded a not to exceed $9,099,881 modification, P00006 to previously awarded HQ0423-16-F-0038, for reconciliation and financial services support for the Defense Finance and Accounting Service. This modification exercises option year 2 with a period of performance of Oct. 1, 2017 through Sept. 30, 2018. The modification brings the total cumulative face value of the contract to $20,246,268 from $11,146,387. Work will be performed at DFAS sites in Indianapolis, Indiana; Cleveland, Ohio; and Columbus, Ohio, with an expected completion date of Sept. 30, 2018. Defense-wide working capital funds in the amount of $9,099,881 are being obligated at time of award, subject to the availability of Fiscal 2018 funds. The Defense Finance


and Accounting Service in Columbus, Ohio, is the contracting activity. *Small business

CONTRACTS U.S. SPECIAL OPERATIONS COMMAND Sierra Nevada Corp., Folsom, California, is being awarded a $205,000,000 maximum value solesource five-year indefinite-quantity/indefinite-delivery contract to support U.S. Special Operations Command’s Dismounted Counter Radio-Controlled Improvised Explosive Device Electronic Warfare systems. The work will be performed in Folsom, California; and Sparks, Nevada, and will have a fiveyear ordering period ending on Sept. 12, 2022. Fiscal 2017 research, development, test and evaluation in the amount of $838,704 is being obligated at he time of the award for the first delivery order. U.S. Special Operations Command contracting office, Tampa, Florida (H92222-17-D-0023).

ARMY Department of Defense Contracts Awarded September 2017 Flatiron/Dragados/Sukut JV, Benicia, California, has been awarded a $204,096,020 firm-fixed-price contract for modifications of the Isabella Dam and spillway which includes raising the main dam, auxiliary dam and main dam control tower and reconstructing the spillway. Bids were solicited via the Internet with six received. Work will be performed in Lake Isabella, California, with an estimated completion date of March 29, 2021. Fiscal 2017 civil works funds in the amount of $81,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-17-C-0025). Bowers and Kubota Consulting Inc.,* Waipahu, Hawaii, has been awarded a $9,900,000 firm-fixedprice contract for miscellaneous architect and engineer projects. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2022. U.S Army Corps of Engineers Honolulu, Hawaii, is the contracting activity (W9128A-17-D-0012). CH2M Hill Inc., Englewood, Colorado, was awarded a $9,500,000 firm-fixed-price contract for architect and engineer vertical design. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2022. U.S Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-17-D-0010). 

Department of Defense Contracts Awarded September 2017


Paul S. Akins Co. Inc.,* Statesboro, Georgia, was awarded a $7,461,440 firm-fixed-price contract for a Fort Stewart renovation project. Bids were solicited via the Internet with four received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of Sept. 16, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $7,461,440 were obligated at the time of the award. U.S. Army Mission Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity (W9124M-17-C-0003).

AIR FORCE BAE Systems, Totowa, New Jersey, has been awarded a $49,568,477 not-to-exceed, cost-plus fixedfee, undefinitized contract action for the upgrade of the Korean F-16C/D legacy radar warning receiver to a new configuration. Work is expected to be performed in Totowa, New Jersey, and is expected to be completed by July 31, 2020. This contract involves foreign military sales (FMS) to Korea and is the result of a sole-source acquisition. FMS funds in the amount of $9,669,732 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-17-C-0018). Boeing Co., St. Louis, Missouri, has been awarded a $30,000,000 modification (P00001) to previous awarded indefinite-quantity/indefinite-delivery contract. The modification increases the existing indefinite-delivery/indefinite-quantity contract's maximum ceiling value from $80,000,000 to $110,000,000. This contract modification is required to continue to provide life cycle support efforts, such as ancillary engineering and technical, test, production, logistical support for the Small Diameter Bomb I weapon system. Work will be performed in St. Louis, Missouri and is expected to be completed by June 19, 2019. No funding is being obligated at this time, as funding is obligated on individual task orders. Eglin Air Force Base, Florida, is the contracting activity (FA8672-14-D-0007). GSD&M Idea City LLC, Austin, Texas, has been awarded a $9,831,000 task order modification against a previously awarded requirements contract for national television advertising. The contractor will provide online and television media in support of the Air Force Recruiting Service television campaign for calendar year 2017. Work will be performed in Austin, Texas, and is expected to be completed May 31, 2018. Fiscal 2017 operations and maintenance funds in the amount of $9,831,000 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-08-D-0019).

Department of Defense Contracts Awarded September 2017 DEFENSE LOGISTICS AGENCY HILL-ROM, Batesville, Indiana, has been awarded a maximum $45,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This is a five- year contract with no


option periods. This was a competitive acquisition awarded against a standing solicitation (SPE2DH16-R-0002) with 27 responses received. Six contracts have been awarded to date. Location of performance is Indiana, with a Sept. 13, 2022, performance completion date. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-17-D-0026). Doyon Utilities LLC, Fairbanks, Alaska, has been awarded a maximum $8,668,962 modification (P00178) to a 50-year contract (SP0600-07-C-8263) obligating funds for a retroactive payment following an adjustment to the test year 2014 interim rate. This is a regulated tariff contract. Location of performance is Alaska, with an Aug. 14, 2058, performance completion date. Using military service is Army. Type of appropriation is fiscal 2016 through 2017 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY U.S. Marine Management Inc., Norfolk, Virginia, was awarded a $36,070,998 firm-fixed-price contract for the operation and maintenance of seven USNS Bob Hope class surge large, medium-speed roll-on/roll-off vessels. This contract includes a 12-month base period, four 12-month option periods and a six-month option, which, if exercised, would bring the cumulative value of this contract to $196,303,408. Work will be performed at sea worldwide and is expected to be completed September 2018. If all options are exercised, work will continue through March 2023. Working capital contract funds in the amount of $27,004,384 are obligated for fiscal 2018, and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3000). Awarded Sept. 15, 2017 

Department of Defense Contracts Awarded September 2017

ManTech Advanced Systems International Inc., Fairfax, Virginia, is being awarded a $27,220,973 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, award submarine command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems. Support includes development and implementation of training solutions, scheduling of fleet training, and technical training equipment design and installation. This is one of four multiple-award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This threeyear contract includes two one-year option periods which, if exercised, would bring the overall, potential value of this contract to $45,822,726. Work will be performed on ships and land sites worldwide, and work is expected to be completed September 2020. If options are exercised, work will continue through September 2022. No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via a request for


proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and four were selected for award. Space and Navy Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0216). multiple contract to provide training services for tactical afloat shipboard, ashore and 

Department of Defense Contracts Awarded September 2017

Del Rey Systems & Technology Inc., San Diego, California, is being awarded a $25,944,340 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award provide training services for tactical afloat shipboard, ashore and submarine command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems. Support includes development and implementation of training solutions, scheduling of fleet training, and technical training equipment design and installation. This is one of four multiple-award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the overall, potential value of this contract to $43,964,293. Work will be performed on ships and land sites worldwide, and work is expected to be completed September 2020. If options are exercised, work will continue through September 2022. No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. Contract funds will not expire at the end of the current fiscal year. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and four were selected for award. Space and Navy Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0215). contract to

Department of Defense Contracts Awarded September 2017 M&M Manufacturing,* Lajas, Puerto Rico, was awarded a $25,513,703, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Marine Corps pack systems and pack components. The Marine Corps pack system provides the Marine Corps with a load carriage system that fully integrates with the currently fielded body armor systems. It is a component of family of load bearing equipment and consists of main pack, suspension system (frame, shoulder harness, and hip belt), assault pack, various pouches, sub-belt, and a hydration system (carrier, bladder, tube and valve). Work will be performed in Lajas, Puerto Rico, and is expected to be complete by Sept. 30, 2022. Fiscal 2017 operations and maintenance (Navy and Marine Corps) funds in the amount of $4,936,866 will be obligated on the first delivery order and will expire at the end of the current fiscal year. This contract resulted from a total small business set-aside competition via the Federal Business Opportunities website, with two offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-17-D-1217). Awarded Sept. 15, 2017


Camber Corp., Huntsville, Alabama, is being awarded a $25,195,736 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award contract to provide training services for tactical afloat shipboard, ashore and submarine command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems. Support includes development and implementation of training solutions, scheduling of fleet training, and technical training equipment design and installation. This is one of four multiple-award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the overall, potential value of this contract to $42,836,537. Work will be performed on ships and land sites worldwide, and work is expected to be completed September 2020. If options are exercised, work will continue through September 2022. No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. Contract funds will not expire at the end of the 

Department of Defense Contracts Awarded September 2017

current fiscal year. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via a request for proposal published on the Federal Business Opportunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and four were selected for award. Space and Navy Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0214). Alion Science and Technology Corp., Burr Ridge, Illinois, is being awarded a $24,584,069 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award provide training services for tactical afloat shipboard, ashore and submarine command, control, communications, computers, intelligence, surveillance and reconnaissance (C4ISR) systems. Support includes development and implementation of training solutions, scheduling of fleet training, and technical training equipment design and installation. This is one of four multiple-award contracts; all awardees will have the opportunity to compete for task orders during the ordering period. This three-year contract includes two one-year option periods which, if exercised, would bring the overall, potential value of this contract to $41,414,883. Work will be performed on ships and land sites worldwide, and work is expected to be completed September 2020. If options are exercised, work will continue through September 2022. No funds will be obligated at the time of award. Funding will be obligated via task orders as they are issued. Contract funds will not expire at the end of the contract to 

Department of Defense Contracts Awarded September 2017

current fiscal year. The types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This contract was competitively procured via a request for proposal published on the Federal Business Oppor-


tunities website and the Space and Naval Warfare Systems Command e-Commerce Central website. Nine offers were received and four were selected for award. Space and Navy Warfare Systems Center Pacific, San Diego, California, is the contracting activity (N66001-17-D-0213). Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is being awarded a $23,607,682 cost-plus-incentive-fee modification to previously awarded contract (N00024-17-C-5353) to exercise options for engineering manufacturing and development for advanced off-board electronic warfare (AOEW). The AOEW program will provide an electronic warfare mission package to integrate with a flight vehicle. The AOEW program will provide MH-60 helicopters with enhanced electronic warfare surveillance and countermeasure capabilities against anti-ship missile threats. Work will be performed in Syracuse, New York (88 percent); Lansdale, Pennsylvania (10 percent); Stratford, Connecticut (1 percent) and Orlando, Florida (1 percent), and is expected to be completed by November 2018. Fiscal 2017 research, development, test and evaluation (Navy) funding in the amount of $1,500,000 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. 

Department of Defense Contracts Awarded September 2017

Vencore Inc., Chantilly, Virginia, was awarded a $22,819,701 cost-plus-fixed-fee completion contract for the research and development of ocean dynamics and prediction oceanography. Work will be performed at the contractor’s facility at Stennis Space Center, Mississippi. Work is expected to be completed Sept. 14, 2022. Working capital funds (Navy) in the amount of $741,951 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured under Naval Research Laboratory broad agency announcement N00173-17-S-BA01, topic number 73-17-01, Ocean Dynamics and Prediction Oceanography, for which numerous offers were received. The Naval Research Laboratory, Washington, District of Columbia, is the contracting activity (N00173-17-C-6011). Awarded Sept. 15, 2017. Booz Allen Hamilton Inc., McLean, Virginia (N00189-17-D-Z051); Altarum Institute, Ann Arbor, Michigan (N00189-17-D-Z052); Deloitte & Touche LLP, Arlington, Virginia (N00189- 17-D-Z053); and Kennell and Associates Inc., Falls Church, Virginia (N00189-17-D-Z054), was awarded a combined estimated $20,398,936 indefinite-delivery/indefinite-quantity, cost- plus-fixed-fee 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 data analytic services for the systematic examination of operational process efficiencies, populations health management strategies, and the quality of medical care and event outcomes with respect to near- and long- term resource consumption in support of the Navy, Bureau of Medicine and Surgery. Each contract will run concurrently and each will include a 60-month base ordering period and an optional six-month ordering period. If all options are exercised, the total estimated value of the contracts combined will be $22,588,606. Work will be performed at various contractor locations throughout the U.S. (90 percent); and government facilities in Falls Church, Virginia (10 percent). The ordering period of the contract is expected to be completed by Sept. 2022; if all options are exercised, ordering will be completed by March 2023. Fiscal 2017 operations and maintenance (defense health procurement) funds in the amount of $40,000 will be obligat-


ed ($10,000 on each of the four contracts to fund the contracts’ minimum amounts) and 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 posted to the Federal Business Opportunities website, with 12

Department of Defense Contracts Awarded September 2017 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity. Awarded Sept. 15, 2017 Helber Hastert and Fee Planners Inc. doing business as HHF Planners,* Honolulu, Hawaii, was awarded a maximum amount $20,000,000 indefinite-delivery/indefinite-quantity architect- engineering contract for the preparation of Navy and Marine Corps National Environmental Policy Act (NEPA) and related documents within the Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR). The work to be performed provides for environmental planning services including, but not limited to, preparing, updating, and reviewing documents in compliance with NEPA and Executive Order 12114. Other services include environmental studies, facilities and land use planning studies, project programming documents, and other technical services related to such documents as may be required by the Navy. Initial task order was awarded at $158,168 for an environmental assessment to address the proposed magazine consolidation at West Loch Annex, Joint Base Pearl Harbor-Hickam, Hawaii. Work for this task order is expected to be completed by March 2019. All work on this contract will be performed at various Navy and Marine Corps facilities; and other government facilities within the NAVFAC Pacific AOR including, but not limited to Hawaii (80 percent); Guam (15 percent); and other Department of Defense locations within the NAVFAC Pacific AOR (5 percent). The term of the contract is not to exceed 60 months with an expected completion date of September 2022. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $158,168 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance (Navy). This contract was competitively procured via the Federal Business Opportunities website, with three proposals received. The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor- Hickam, Hawaii, is the contracting activity (N6274217-D-1804). Awarded Sept. 15, 2017 L-3 Chesapeake Sciences Corp., Millersville, Maryland, was awarded a $17,206,215 modification to a previously awarded contract (N00024-16-C-6251) to exercise options for the production of TB-29X towed array assembly, towed array receiver units, test sets and engineering services. Work will be performed in Liverpool, New York (46 percent); Millersville, Maryland (35 percent); and Ashaway, Rhode Island (19 percent), and is expected to be complete by November 2019. Fiscal 2017 and 2016 other procurement (Navy) funding in the amounts of $14,087,525 and $287,500 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. University of California San Diego, San Diego, California, was awarded a $15,368,133 cost- plus– fixed-fee contract for the Mid-Frequency Environmental Acoustics program. Work will be performed


in San Diego, California. The work is expected to be complete March 28, 2022. Fiscal 2016 research, development, test and evaluation funds in the amount of $3,700,000 will be obligated at the time of award, will expire at the end of the current fiscal year. This contract was competitively procured under Office of Naval Research long range broad agency announcement (BAA) N00014-17-S-B001, dated Sept. 28, 2016. Proposals will be received throughout the year under the long range BAA, therefore, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Washington, District of Columbia, is the contracting activity. (N00014-17-C-7049) Awarded Sept. 15, 2017 

Department of Defense Contracts Awarded September 2017

CDM Constructors Inc., Maitland, Florida, was awarded a $15,184,548 firm-fixed-price contract for Fleet Readiness Center Southeast (FRCSE) Industrial Wastewater Treatment System repairs at Naval Air Station Jacksonville. The work to be performed provides for the replacement and upgrade of FRCSE Industrial Wastewater Treatment Systems for aircraft and component chemical stripping, cleaning, plating, conversion coating, and incidental related work. Project will provide upgrades to B780 and B799 and plating and cleaning operations in B101, B101s, B794 and B868. All systems will be provided with new instrumentation and controllers. Work will be performed in Jacksonville, Florida, and is expected to be completed by October 2018. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $15,184,548 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with one proposal received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-C-0906). Awarded Sept. 15, 2017 CDW Government, Vernon Hills, Illinois, was awarded $14,126,685 for firm-fixed-price delivery order M67854-17-F-4103 under a previously awarded contract (NNG15SC04B) for a quantity of 15,439 general purpose laptops to support the secure operational network infrastructure capability mandatory Windows 10 transition. Work will be performed at Vernon Hills, Illinois, and is expected to be completed by March 30, 2018. Fiscal 2015, 2016 and 2017 procurement (Marine Corps) funds in the amount of $14,126,685 will be obligated at time of award and will not expire at the end of the current fiscal year. The delivery order was competitively awarded via the National Aeronautics and Space Administration Solutions Enterprise Wide Procurement website with two offers received. The Marine Corps Systems Command, Quantico, Virginia is the contracting activity. Awarded Sept. 15, 2017 Raytheon Space and Airborne Systems, Marlborough, Massachusetts, is being awarded a $14,854,395 modification to a previously awarded firm-fixed-price contract (N00039-16-C-0050) to exercise an option and for an additional buy to produce, test and deliver fully integrated Navy multiband terminals (NMT). NMT is a multiband capable satellite communications terminal that provides protected and wideband communications. NMT supports extremely high frequency (EHF)/advanced EHF low data rate/medium data rate/extended data rate, super high frequency, military Ka and Global Broadcast Service receive-only communications. Work will be performed in Largo, Florida (54 percent);


South 

Department of Defense Contracts Awarded September 2017 Deerfield, Massachusetts (25 percent); Stow, Massachusetts (13 percent); Marlborough, Massachusetts (8 percent), and is expected to be completed by Feb. 28, 2019. Fiscal 2017 operating expenses (Coast Guard) funds in the amount of $12,394,070; and foreign military sales (Australia) funds in the amount of $2,460,325 will be obligated at the time of modification award. Contract funds in the amount of $12,394,070 will expire at the end of the current fiscal year. This sole-source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1). The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity. SRA International Inc., Fairfax, Virginia, was awarded a $12,989,768 bridge modification to task order EL01 under a previously awarded contract (N00178-05-D-4593) that provides critical command, control, communications, and computer systems (C4S) operations support services necessary to ensure operational availability of Military Sealift Command’s (MSC) C4S worldwide. This contract assists MSC N64 in maintaining and merging the physical, financial, contractual, and performance attributes of its information technology (IT) networks and radio frequency communications support investments enabling cost-efficient, timely business decisions. These services include, but are not limited to assisting in developing, documenting, implementing and maintaining IT governance processes relative to shipboard network support (unclassified/classified), afloat network operations center support (unclassified/classified), and backup network operations center support 

Department of Defense Contracts Awarded September 2017

(unclassified/classified). C4S afloat operations support services assists MSC N6 in providing technical support services for the various C4S, communications, navigations, electronic, networking computer and telecommunications systems aboard the MSC fleet of ships worldwide. The contract also provides subject matter experts in the areas of logistical support and training. Logistical support includes, but is not limited to positioning individuals around the globe to address MSC needs as they arise. Training support includes, but is not limited to providing expert training and just-in-time training to Civil Service Mariners assigned to MSC ships in the area of C4S. Work will be performed in and around Norfolk, Virginia, and work is expected to be completed by March 31, 2018. Subject to availability, fiscal 2018 operations and maintenance (Navy) funding in the amount of $12,989,768 will be obligated at the time of award. Funds will expire at the end of that fiscal year. The solicitation was competitively procured and posted to the Seaport-e Multiple Award Contract at the time of task order award. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. Awarded Sept. 15, 2017 Aeroforge Inc.,* Puyallup, Washington, is being awarded an $11,822,810 indefinite- delivery/indefinite-quantity, firm-fixed-price contract for the procurement of various types of commercial common support equipment to perform airframe maintenance, installation, and removal tasks at the organi-


zational and depot levels of maintenance for the P-8A aircraft. Work will be performed in Puyallup, Washington, and is expected to be completed in September 2022. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $3,773,337 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0035).

Department of Defense Contracts Awarded September 2017 Teletronics – A Curtiss-Wright Co., Newtown, Pennsylvania, is being awarded $11,487,731 for firmfixed-price order N0042117F0139 against a previously issued basic ordering agreement (N0042114-G-0009) for the procurement of services to develop, test and deliver Telemetry Network System components in direct support of research, development, test and evaluation of aircraft and aircraft systems for the Integrated Network Enhanced Telemetry Project Office. Work will be performed in Newtown, Pennsylvania, and is expected to be completed in January 2020. Fiscal 2017 research, development, test and evaluation funds in the amount of $2,248,712 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. Insitu Inc., Bingen, Washington, is being awarded $9,975,624 for firm-fixed-price order N0001917F1568 against a previously issued basic ordering agreement (N00019-17-G-0001) for the procurement of six ScanEagle unmanned aircraft systems, related support equipment and spares, training, site activation, technical services, and data for the government of the Philippines. Work will be performed in Bingen, Washington (75 percent); Hood River, Oregon (10 percent); and the Nueva Ecija, Philippines (15 percent), and is expected to be $9,975,624 are being obligated at the time of the award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Department of Defense Contracts Awarded September 2017

Triton Marine Construction Corp., Bremerton, Washington, was awarded a $7,790,000 firmfixed-price contract for Trident Wharf repair at Cape Canaveral Air Force Station. The work to be performed provides for repair to structural components/deteriorated concrete piling, precast/prestressed hollow core decking, superstructure, crane rail replacement, deck/appurtenances replacement, placement of concrete filled fiberglass reinforced plastic jackets with passive cathodic protection and repairs to existing mechanical/electrical systems. The contract also contains one unexercised option, which if exercised would increase cumulative contract value to $8,443,400. Work will be performed at Cape Canaveral, Florida, and is expected to be completed by February 2019. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $7,790,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-


17-C-0905). (Awarded Sept. 15, 2017) *Small business

ARMY ECS Federal LLC, Fairfax, Virginia, was awarded an $111,132,813 cost-plus-fixed-fee contract for management, development, enhancement, integration, testing, deployment, and maintenance of a secure unclassified network system. Nineteen bids were solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 202. U.S. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-17-D-0012).

Department of Defense Contracts Awarded September 2017 The Wesson Group LLC,* Johnstown, New York, was awarded a $55,907,370 firm- fixed-price contract for Poplar Island lateral expansion. Bids were solicited via the Internet with three received. Work will be performed in Tilghman, Maryland, with an estimated completion date of May 25, 2019. Fiscal 2017 civil construction appropriations funds in the amount of $55,907,370 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-17-C-0034). BAE Systems Land and Armaments LP, York, Pennsylvania, was awarded a $52,234,658 modification (P00001) to contract W56HZV-17-C-0001 to add additional parts and funding. Work will be performed in York, Pennsylvania, with an estimated completion date of July 18, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $26,150,323 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Raytheon Co., Aberdeen Proving Ground, Maryland, was awarded a $48,000,000 hybrid (cost, costplus-fixed-fee, and firm-fixed-price) contract to support the following systems and subassemblies: AN/UPR-3 – Cooperative Aviation Surveillance Sensor; Avenger/Stinger Man Portable Air Defense System; AN/TPX-57(V)1; AN/TPX-57(V)2; AN/TPX-58(V)1; AN/TPX-59; and ADI KIV-77. 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. 21, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-17-D-0018). J. Kokolakis Contracting Inc., Bohemia, New York, was awarded a $45,156,276 firm- fixed-price contract for the renovation of Eisenhower Barracks (Bldg. 745C). Bids were solicited via the Internet with two received. Work will be performed in West Point, New York, with an estimated completion date of July 6, 2019. Fiscal 2017 military construction funds in the amount of $45,156,276 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, is the contracting activity (W912DS17-C-0011). Jacobs Ewingcole A JV, Pasadena, California, was awarded a $45,000,000 firm-fixed- price contract


for general architect engineering services to primarily support the Cadet Barracks Upgrade program at the U.S. Military Academy, West Point, New York. Bids were solicited via the Internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2022. U.S. Army Corps of Engineers, New York, is the contracting activity (W912DS17-D-0007).

Department of Defense Contracts Awarded September 2017 JCB Inc., Pooler, Georgia, was awarded a $36,928,164 modification (P00006) to contract W56HZV14-D-0066 for up to 98 High Mobility Engineer Excavator Type-I vehicles. Work locations and funding will be determined with each order, with an estimated completion date of April 27, 2018. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Mission 1st Group Inc.,* Arlington Virginia, was awarded a $23,319,615 modification (P00012) to contract W52P1J-15-F-0039 for network and communication, engineering and installation support services for U.S. Army Central Command and the 335th Signal Command Theater Provisional in the Central Command area of responsibility. Work will be performed in Kuwait City, Kuwait; Bagram, Afghanistan; and Amman, Jordan; with an estimated completion date of Sept. 24, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $4,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Arsenal, Illinois, is the contracting activity. The Dutra Group, San Rafael, California, was awarded a $22,826,400 firm-fixed-price contract for Jacksonville Harbor, construction dredging 217-foot project. Bids were solicited via the Internet with six received. Work will be performed in Jacksonville, Florida, with an estimated completion date of May 18, 2019. Fiscal 2016 and 2017 non- federal; and operations and maintenance (Army) funds in the combined amount of $22,826,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-17-C-0039). Cox Construction Co.,* Vista, California, was awarded a $17,795,000 firm-fixed-price contract for transient training barracks at Camp Parks, California. Bids were solicited via the Internet with two received. Work will be performed in Dublin, California, with an estimated completion date of May 31, 2019. Fiscal 2017 military construction; and operations and maintenance (Army) funds in the combined amount of $17,795,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0035). L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $16,487,744 modification (P00005) to foreign military sales (Syria and Iraq) contract W15QKN-17-C-0024 for production quantities of 77,114 M783 point detonating/delay fuzes. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Sept. 30, 2019. Fiscal 2016 and 2017 other procurement (Army); and foreign military sales funds in the combined amount of $16,487,744 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Department of Defense Contracts


Awarded September 2017 Mike Hooks LLC, Westlake, Louisiana, was awarded a $14,146,000 firm-fixed-price contract for Calcasieu River and Pass, maintenance dredging. Bids were solicited via the Internet with seven received. Work will be performed in Glenmora, Louisiana, with an estimated completion date of June 7, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $14,146,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-17-C-0046).

DEFENSE LOGISTICS AGENCY Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $32,333,000 modification (P00156) exercising the fourth one-year option of a one-year base contract (SPM1C1-13-D-1073) with four one-year option periods for various types of trousers. The modification brings the maximum dollar value of the contract to $99,250,564 from $66,917,564. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico, Alabama, Mississippi, and North Carolina, with a Sept. 23, 2018, ordering period end date, and a March 23, 2019, estimated performance completion date. Using customers are Army, Coast Guard and Afghanistan government. Types of appropriation are fiscal 2017 through 2018 defense working capital; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Meggitt Polymers & Composites, Rockmart, Georgia, has been awarded a maximum $19,067,754 ceiling-priced delivery order (1056) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for F/A-18 fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Georgia, with a March 28, 2027, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Pentaq Manufacturing Corp.,* Sabana Grande, Puerto Rico, has been awarded a maximum $18,456,470 modification (P00140) exercising the fourth one-year option of a one-year base contract (SPM1C1-13-D-1074) with four one-year option periods for various types of trousers. The modification brings the maximum dollar value of the contract to $39,411,238 from $20,954,768. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Puerto Rico, Alabama, Mississippi, and North Carolina, with a Sept. 23, 2018, ordering period end date, and a March 23, 2019, estimated performance completion date. Using customers are Army and Afghanistan government. Types of appropriation are fiscal 2017 through 2018 defense working capital; and foreign military sales funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Pet Dairy, Johnson City, Tennessee, has been awarded a maximum $14,226,790 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh milk and other dairy products. This is a three-year contact with no option periods. This was a competitive acquisition


Department of Defense Contracts Awarded September 2017 with two responses received. Locations of performance are South Carolina, and Tennessee, with an Oct. 17, 2020, performance completion date. Using military services are Air Force and Army. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-V289). Pet Dairy, Johnson City, Tennessee, has been awarded a maximum $8,659,900 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for fresh milk and other dairy products. This is a three-year contact with no option periods. This was a competitive acquisition with two responses received. Locations of performance are South Carolina, and Tennessee, with an Oct 17, 2020, performance completion date. Using military services are Marine Corps, Coast Guard and Air Force. Type of appropriation is fiscal 2017 through 2020 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-17-D-V290). Robertson Fuel Systems LLC, Tempe, Arizona, has been awarded a maximum $7,427,425 firm- fixed-price, indefinite-delivery/indefinite-quantity contract for aircraft refueling tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2) from Federal Acquisition Regulation 6.302-1, which cites that only one responsible source and no other supplies or services will satisfy agency requirements. This is a three-year contract with no option periods. Location of performance is Arizona, with a Sept. 15, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2020 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-17-D-0268).

NAVY The Boeing Co., St. Louis, Missouri, is being awarded $22,045,816 for a modification to previously issued task order 0025 placed against basic ordering agreement N00019-16- G-0001. This modification provides for the procurement of engineering, logistics and program management support for the F/A-18A-D, E-F and G aircraft in support of reducing fleet out of reporting rates and maintenance planning. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2018. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $22,045,816 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Systems Corp., Annapolis, Maryland, is being awarded an $18,608,828 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N0002413-C-6412) to exercise option year four for the production of MK54 Mod 0 lightweight torpedo (LWT) array kits, production support material, and related engineering and hardware repair services for upgrade of Navy LWTs. This contract combines purchases for the Navy (84 percent); the governments of the United Kingdom (11 percent); and Thailand (5 percent), under the Foreign Military Sales (FMS) program. Work will be performed in Lititz, Pennsylvania (40 percent); Annapolis, Maryland (30 per-


cent); and Salt Lake City, Utah (30

Department of Defense Contracts Awarded September 2017 percent), and is expected to be completed by November 2020. Fiscal 2017 weapons procurement (Navy); and foreign military sales funding in the amount of $18,608,828 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. Booz Allen Hamilton, McLean, Virginia (N65236-15-D-4800/P00010); CENTRA Technology Inc., Burlington, Massachusetts (N65236-15-D-4801/P00025); ManTech SRS Technologies Inc., Arlington, Virginia (N65236-15-D-4802/P00012); and Schafer Corp., Chelmsford, Massachusetts (N6523615-D-4803/P00015), are each being awarded a combined $13,486,179 modification to a previously awarded indefinite- delivery/indefinite-quantity, cost-plus-fixed-fee, with provisions for firm-fixedprice task orders, performance based contract. This multiple award contract (MAC) is currently in its last option period with a contract expiration date of Nov. 24, 2017. These modifications increase the basic contract estimated ceiling by $13,486,179 and changes the cumulative estimated value of the contracts from $96,945,000 to $110,431,179, which will be split among the four current awardees. These modifications will also extend Federal Acquisition Regulation clause 52.216-22 period of performance end date from 180 days to Nov. 24, 2019. This MAC is for technical, programmatic, financial, and administrative support services for existing and future Defense Advanced Research Projects Agency Tactical Technology Office programs. Work will be performed in Arlington, Virginia, and is expected to be completed by November 2019. No funds are being obligated at the time of award. No funds will expire at the end of the current fiscal year. This MAC was previously procured competitively by full and open competition via the Space and Naval Warfare Systems Command e- commerce Central website and the Federal Business Opportunities website. Space and Naval Warfare Systems Center Atlantic, Charleston, South Carolina, is the contracting activity. Ocean Ships Inc.,* Houston, Texas, is being awarded a $13,275,200 firm-fixed-price contract for the operation and maintenance of four surge large, medium-speed roll- on/roll-off (LMSR) vessels. This contract includes a 12 month base period, four 12 month option periods and a six-month option under Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $76,045,545. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by March 31, 2022. Working capital contract funds in the amount of $6,216,683 are obligated for fiscal 2018, and will not expire at the end of the fiscal year. This contract will be awarded as a small business set aside. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-17-C-3001). Cape Environmental Management Inc., Norcross, Georgia, is being awarded an $8,783,275 firmfixed-price contract for construction of the hydrant fuel system at Joint Base Charleston. The work to be performed provides for the construction of an extension of the existing hydrant fueling system to the new hot cargo pads. The proposed new construction will consist of two new hydrant pits, the


placement of interior and exterior coated carbon steel pipe, concrete

Department of Defense Contracts Awarded September 2017 pavement, increasing the impeller size on five pumps, and adding minimum differential pilots and associated control valves to 35 existing valve pits. Work will be performed in Charleston, South Carolina, and is expected to be completed by April 2019. Fiscal 2017 military construction (Defense Logistics Agency) contract funds in the amount of $8,783,275 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 seven proposals received. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-C-1305).

AIR FORCE BAE Systems Inc., Burlington, Massachusetts, has been awarded a $9,186,782 contract for adaptive decision-making via iterative reasoning, association and learning software. The contract provides for advance automated indications and warning, and situational awareness capabilities in support of decision making for battle management command control and communication by researching and developing advanced learning, reasoning, and decision making analytics. Work will be performed in Burlington, Massachusetts, and is expected to be completed by Sept. 19, 2021. This award is the result of a competitive acquisition and two offers were received. Fiscal 2017 research, development, test and evaluation funds in the amount of $627,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-17-C-0206). CORRECTION: The contract announced on Sept. 18, 2017, to Boeing Co., St. Louis, Missouri, (FA8672-14-D-0007) was announced with an incorrect award date. The correct award date is Sept. 19, 2017. All other contract information was correct. *Small business

CONTRACTS ARMY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a $466,773,281 modification (P00060) to contract W56HZV-09-D-0159 for procurement of Family of Medium Tactical Vehicles variants based on the current A1P2 technical data package. Work locations and functions will be determined with each order, with an estimated completion date of Aug. 25, 2018. U.S. Army Contracting Command, Warren, Michigan is the contracting activity. General Atomics Aeronautical System Inc., Poway, California, has been awarded a $27,031,073 modification (P00096) to contract W58RGZ-13-C-0110 for service for the Grey Eagle program. Work will be performed in Poway, California, with an estimated completion date of March, 17, 2019. Fiscal 2017 aircraft procurement (Army); research, development, test and evaluation; and operations and maintenance (Army) funds in the combined amount of $27,031,073 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


Department of Defense Contracts Awarded September 2017 Kallidus Technologies Inc.,* Lowell, Massachusetts, has been awarded a $15,253,700 firm-fixed-price contract for alterations to Bldg. 150 aircraft maintenance hangar, install power and equipment at all aircraft spots. Bids were solicited via the Internet with three received. Work will be performed in South Burlington, Vermont, with an estimated completion date of March 31, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $15,253,700 were obligated at the time of the award. Vermont Army National Guard is the contracting activity (W912LN-17-C-1001). Lockheed Martin Corp., Orlando, Florida, has been awarded a $10,617,657 cost-plus- fixed-fee contract to design, build and integrate a Multi-modal Sensor Phase II technology demonstrator. Bids were solicited via the Internet with five received. Work will be performed in Orlando, Florida, with an estimated completion date of Oct. 20, 2020. Fiscal 2017 research, development, test and evaluation funds in the amount of $881,219 were obligated at the time of the award. U.S. Army Contracting Command, Fort Belvoir, Virginia, is the contracting activity (W909MY-17-C-0033). BAE Systems Land and Armaments LP, York, Pennsylvania, has been awarded a $10,509,400 modification (P00122) to contract W56HZV-09-C-0550 to revise the timeframe and location for the M109A7/M992A3. Work will be performed in York, Pennsylvania, with an estimated completion date of July 31, 2018. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $10,509,400 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. LHB, Duluth, Minnesota, has been awarded a $10,000,000 firm-fixed-price contract for non-personal architect and engineering services for the Minnesota National Guard. 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 Sept. 19, 2022. U.S. Property and Fiscal Office, Minnesota, is the contracting activity (W912LM-17-D-0004). L3 Technologies Inc., Salt Lake City, Utah, has been awarded a $9,499,951 hybrid (cost, cost-plusfixed-fee, cost-plus-incentive-fee, and firm-fixed-price) contract for sustainment of the AN/TSC-156D Phoenix Tactical Super High Frequency Satellite Terminal. 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 19, 2019. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-17-D-0019).

Department of Defense Contracts Awarded September 2017 Siemens Government Technologies Inc., Arlington, Virginia, has been awarded an $8,902,000 firm-fixed-price energy savings performance contract in support of U.S. Army Garrison Wiesbaden,


Germany. Two bids were solicited with two bids received. Work will be performed in Wiesbaden-Erbenheim, Germany, with an estimated completion date of Nov. 30, 2040. Fiscal 2017 operations and maintenance (Army) funds in the amount of $1 were obligated at the time of the award. U.S. Army Contracting Command, Huntsville, Alabama, is the contracting activity (W912DY-17-F- 0282). AECOM and Tetra Tech JV,* Boston, Massachusetts (W912DY-17-D-0051); CH2M Merrick JV, Englewood, Colorado (W912DY-17-D-0052); Black and Veatch Special Projects Corp., Overland Park, Kansas (W912DY-17-D-0053); and HDR Architecture Inc., Arlington, Virginia (W912DY-17-D-0054), will share in a $8,729,773 hybrid (cost- plus-fixed-fee and firm-fixed-price) contract for the Ballistic Missile Defense program. Bids were solicited via the Internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2022. U.S. Army Contracting Command, Huntsville, Alabama, is the contracting activity. Carapace Armor Technology,* North Andover, Massachusetts, has been awarded a $7,674,786 firmfixed-price contract for a total estimated quantity of 1,050 Modified StrykShield kits to support the Stryker family of vehicles. 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 April 30, 2021. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-17-D-0092). Matrix Providers Inc.,* Denver, Colorado, was awarded a $7,191,358 modification (0005) to contract W81K02-16-D-0001 for per diem nursing services to support the department of nursing at Tripler Army Medical Center, Hawaii. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2020. U.S. Army Medical Command, Fort Shafter, Hawaii, is the contracting activity.

AIR FORCE Newbegin Enterprises Inc., Johnson City, Tennessee, has been awarded a $90,500,000 single-award, indefinite-delivery/indefinite-quantity, fixed-price contract with cost-reimbursable line items, for an internet-based contractor-operated parts store for the U.S. Air Forces Central. The contractor shall furnish automotive and related vehicle parts, automotive chemicals, corrosion control materials, upholstery material, and accessories for approximately 5,500 - 6,500 vehicles and or equipment, located in the Central Command area of responsibility, which currently consists of Qatar, Jordan, Egypt, Iraq, Oman, United Arab Emirates, Kuwait, Uzbekistan, Afghanistan, Pakistan, Turkmenistan, Kyrgyzstan, Tajikistan, Kazakhstan, Iran, Saudi Arabia, Yemen, Bahrain, Sudan, Ethiopia, Kenya, Somalia, Djibouti, Syria, and Lebanon. The contract consists of a five-year ordering period and is expected to be completed by Sept. 30, 2022. This

Department of Defense Contracts Awarded September 2017 award is the result of a competitive acquisition and three offers were received. Fiscal 2018 operations and maintenance funds in the amount of $16,000,000 are being obligated Oct. 1, 2017. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-17-D-0002).


CAE USA Inc., Tampa, Florida, has been awarded a $45,389,500 modification (P00117) to previously awarded contract for the exercise of options on the KC-135 aircrew training system. The contract modification provides for the exercise of the eighth program year option supporting the system. Work will be performed at Altus Air Force Base, Oklahoma; Fairchild Air Force Base, Washington; Grissom Air Force Base, Indiana; MacDill Air Force Base, Florida; McConnell Air Force Base, Kansas; Scott Air Force Base, Illinois; Seymour Johnson Air Force Base, North Carolina; Joint Base Pearl Harbor-Hickam, Hawaii; Milwaukee Air National Guard, Wisconsin; Pittsburgh Air National Guard, Pennsylvania; Rickenbacker Air National Guard, Ohio; March Air Reserve Base, California; Kadena Air Base, Japan; Royal Air Force Mildenhall, United Kingdom, and is expected to be completed by July 22, 2019. No funds are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8223-10-C-0013). General Electric Aviation, Cincinnati, Ohio, has been awarded a $39,524,409 order for the purchase of 19 service life extension program engine kits for F110-100. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Sept. 31, 2018. This contract involves foreign military sales to Egypt. Fiscal 2017 foreign military sales funds in the amount of $39,524,409 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8122-17-F-0072). Boeing Co., Hill Air Force Base, Utah, has been awarded a $23,331,737 initial task order for operations and maintenance and technical data delivery to a single award, indefinite- delivery/indefinite-quantity service contract for operations and maintenance, testing and technical data delivery in support of the Minuteman III weapon system. Work will be performed at the Little Mountain Test Facility, Ogden, Utah, and is expected to be completed by Sept. 30, 2023. This award is the result of a sole-source acquisition. Fiscal 2017 operations and maintenance funds in the amount of $5,248,807 will be obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah will be the contracting activity (FA8207-17- F-0012). Raytheon BBN Technologies Corp., Cambridge, Massachusetts, has been awarded a $21,660,909, cost-plus-fixed-fee contract for foreign language automated information retrieval. This contract provides for developing high-performance cross-language information retrieval, machine translation, automatic speech recognition, and summarization for a surprise language and new domains. Work will be performed in Cambridge, Massachusetts, and is expected to be completed by Nov. 24, 2021. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2016 research and development funds in the amount of $3,960,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA865017-C-9118).

Department of Defense Contracts Awarded September 2017 General Atomics Aeronautical Systems Inc., Poway, California, has been awarded $9,758,999 modification (P00028) to a previously awarded contract for research and development. This new work


is a direct result of the success of the initial research and development accomplished by the basic award and previous add-work. The new work includes a phased approach to evaluate, select, procure, modify, integrate, install, and test Air Force Research Laboratory developed sensor exploitation technologies and communications into the MQ9 and associated ground control stations and squadron operations centers. Work will be performed at Wright-Patterson Air Force Base, Ohio; and Poway, California, and is expected to be completed by Feb. 18, 2019. This award is the result of a sole-source acquisition. Fiscal 2015 Air National Guard funds in the amount of $9,758,999 are being obligated at time of award. Air Force Research Labratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-13-C-1543). Chromalloy Component Services Inc., San Antonio, Texas, has been awarded a $7,795,547 firfixed-price contract with three option periods for F108 Module 14 engines. This contract provides for the repair and/or overhaul of the F108 low-pressure turbine assembly. Work will be performed in San Antonio, Texas, and is expected to be completed by Sept. 19, 2021. This award is the result of a competitive acquisition. Funds in the amount of $499,025 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA812217-D-0010).

NAVY A-VET/MGC II A JV LLC, Warner Robins, Georgia, is being awarded a maximum amount $37,508,244 indefinite-delivery/indefinite-quantity contract for construction maintenance for roofing repair and replacement for federal activities in the Hampton Roads, Virginia, area. The work to be performed provides for locating and isolating roof leakage points and water infiltration, removal, repair and replacement of polyvinyl chloride and ethylene propylene diene monomer single-ply roofing systems, two-ply, modified bitumen roofing, asphalt shingles, standing seam metal roofing, transite roof panels and other asbestos containing roofing materials, and rolled roofing. No task orders are being issued at this time. Work will be performed in Virginia Beach, Virginia (30 percent); Norfolk, Virginia (30 percent); Portsmouth, Virginia (25 percent); and Yorktown, Virginia (15 percent), and is expected to be completed by September 2022. Fiscal 2017 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D- 0319). Raytheon Integrated Defense Systems, Portsmouth, Rhode Island, is being awarded a $35,013,290 firm-fixed-price, cost-plus-fixed-fee modification to a previously awarded contract (N0002416-C-6423) to exercise option year one for the procurement of Mk 54 lightweight torpedo common parts kits; Mk 54 Mod 0 lightweight torpedo kits; and Mk 54 exercise fuel tanks, spares, production support material and related engineering and

Department of Defense Contracts


Awarded September 2017 hardware repair services for the torpedo kits. The Mk 54 lightweight torpedo common parts kits consists of the control group assembly, an inertial measurement unit, associated cables, a warshot fuel tank and afterbody upgrade items. A Mk 54 Mod 0 processor group assembly and W4 cable are being procured for the Mk 54 Mod 0 lightweight torpedo. This contract combines purchases for the Navy (85 percent); the governments of the United Kingdom (10 percent); and Thailand (5 percent) under the Foreign Military Sales program. Work will be performed in Keyport, Washington (70 percent); Portsmouth, Rhode Island (25 percent); and Tewksbury, Massachusetts (5 percent), and is expected to be completed by November 2020. Fiscal 2016 and 2017 weapons procurement (Navy); and foreign military sales funding in the amount of $35,013,290 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. Huntington Ingalls Inc., Newport News, Virginia, is being awarded a $27,498,253 cost- plus-fixed-fee modification to apreviously awarded contract (N00024-15-C-2121) to exercise options for engineering, technical, design agent, and Hull Planning Yard services in support of the Navy’s aircraft carrier fleet. This modification will exercise options in support of Gerald R. Ford (CVN 78) class and propulsion plant related efforts for Nimitz (CVN 68) class aircraft carriers. The scope of this effort includes technical and engineering support for nuclear powered aircraft carriers and aircraft carrier support facilities; design, development, conversion, testing, studies, operational support, and support services for operational nuclear powered aircraft carriers; modernization and procurement of material, equipment, spares, repair parts, and test equipment for operational nuclear powered aircraft carriers; design agent, planning yard support and equipment obsolescence support of operational nuclear powered aircraft carriers; and engineering/logistics studies in support of modernization efforts, repairs, ship alterations, ship change documents, and command, control, communications, computers, intelligence, surveillance and reconnaissance upgrades. Work will be performed in Newport News, Virginia, and is expected to complete by September 2018. Fiscal 2016 and 2017 other procurement (Navy); fiscal 2016 shipbuilding and conversion (Navy); fiscal 2017 aircraft procurement (Navy); and fiscal 2017 weapons procurement (Navy) funding in the amount of $700,334 will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2015 other procurement (Navy) funding in the amount of $9,876; and fiscal 2017 operations and maintenance (Navy) funding in the amount of $6,660,709 will be obligated at the time of award and expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Rolls-Royce Corp., Indianapolis, Indiana, is being awarded $19,622,323 for firm-fixed- price modification P00007 to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001915-D-0033) to exercise an option for the procurement of up to three engine assemblies; four power section modules; and two reduction gearbox modules for the E-2D aircraft. Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2018. No funds will be obligated at time of award. Funds will

Department of Defense Contracts


Awarded September 2017 be obligated on individual delivery orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Aircraft Readiness Alliance LLC.,* Anchorage, Alaska, is being awarded an $18,794,529 cost-plusfixed-fee contract for depot level maintenance support services in support of Fleet Readiness Center, Southwest. Work will be performed in San Diego, California (79.5 percent); Lemoore, California (8.5 percent); Camp Pendleton, California (3.4 percent); Yuma, Arizona (2.4 percent); Miramar, California (2.2 percent); Whidbey Island, Washington (1.7 percent); Nellis, Nevada (1 percent); Kaneohe Bay, Hawaii (1 percent); and Fallon, California (0.3 percent), and is expected to be completed in October 2018. Fiscal 2017 working capital funds (Navy) in the amount of $18,794,529 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals, five offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-17-C-0081). Cianbro Corp., Pittsfield, Maine, is being awarded a $17,079,136 modification under a previously awarded firm-fixed-price contract (N40085-17-C-5003) to exercise option one through three and five through 20 which provide for structural repairs to berth 11 at Portsmouth Naval Shipyard. The work to be performed provides for repair/modernization of pile supported open wharf structures with the intent of restoring the load carrying capacity of the portal crane rail system along the waterfront and providing corrosion protection of the wharf to allow for continued optimal usage of the facility. After award of these options, the total cumulative contract value will be $45,939,379. Work will be performed in Kittery, Maine, and is expected to be completed by July 2020. Fiscal 2017 operations and maintenance (Navy) contract funds in the amount of $17,079,136 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. PrimeTech International Inc.,* North Kansas City, Missouri, is being awarded a $16,013,419 firmfixed price, time and material task order in support of logistics services to manage, support, and operate the Marine Corps Consolidated Storage program warehouse network. The task order includes one nine-month option period, which, if exercised, could bring the cumulative value of this contract to $33,776,159. Work will be performed in the following locations Barstow, California (23 percent); Camp Lejeune, North Carolina (18 percent); Camp Pendleton, California (13 percent); Okinawa, Japan (10 Percent); Miramar, California (9 percent); Camp Geiger, North Carolina (7 percent); Twenty-nine Palms, California (4 percent); Cherry Point, North Carolina (4 percent); Kaneohe Bay, Hawaii (3 percent); Yuma, Arizona (2 percent); Beaufort, South Carolina (2 percent); Iwakuni, Japan (2 percent); New River, North Carolina (2 percent); and Bridgeport, California (1 percent). Work is expected to be completed June 21, 2018. If all options are exercised, work will continue through April 21, 2019. Fiscal 2017 operations and maintenance (Marine Corps) funds in the amount of $34,750 will be obligated at the time of award and will expire at the end of the current fiscal year. This task order was competitively solicited. Proposals were solicited via Marine Corps

Department of Defense Contracts


Awarded September 2017 Logistics Support Services, multiple award contracts unrestricted suite - task area 6, with two proposals received. The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-17-F-2046). QED Systems Inc., Virginia Beach, Virginia, is being awarded a $10,157,566 cost-plus-fixed- fee modification to a previously awarded contract (N39040-16-D-0001) for non-nuclear touch labor support at the Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine, and is expected to be completed by September 2018. No contract funds are awarded at this time. Fiscal 2018 operations and maintenance (Navy) funding will be obligated as delivery orders are issued. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

DEFENSE INTELLIGENCE AGENCY Vexterra Group LLC, McLean, Virginia, was awarded a time and materials and cost reimbursable contract with a maximum ceiling value of $16,062,717 to provide services and operational laboratory support to Defense Intelligence Agency’s National Media Exploitation Center (NMEC). The contract will support services such as digital forensics, content processing and analysis to NMEC’s Science and Technology Integration Lab. Work is to be performed in the national Capital region with an expected completion date of Sep. 14, 2022. Fiscal 2017 operations and maintenance; and research, development, test and evaluation funds in the amount of $3,082,388 are being obligated at time of award. This was a competitive small business (8a) acquisition, and seven offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity.

DEFENSE LOGISTICS AGENCY Spacelabs Inc., Snoqualmie, Washington, has been awarded a maximum $13,460,681 modification (P00111) exercising the eighth one-year option period of a one-year base contract (SPM2D1-09-D-8351) with nine one-year option periods for patient monitoring systems, subsystems, accessories, consumables and training. This is a fixed-price with economic-price- adjustment contract. Location of performance is Washington, with an Oct. 7, 2018, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Coachys & Associates LLC,** Canton, Georgia, has been awarded a maximum $12,499,907 modification (P00004) exercising the first oneyear option period of a one-year base contract (SPE1C1-16-D-1087) with two one-year option periods for camouflage parkas. This is a firm- fixed-price contract. Locations of performance are Georgia and Tennessee, with a Sept. 27, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.


CONTRACTS Department of Defense Contracts Awarded September 2017 NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $5,071,534,074 costplus-incentive-fee with special incentives contract for the Integrated Product and Process Development design completion for the Columbia-class ballistic missile submarines (SSBNs). The contract also includes component and technology development, missile tube module and reactor compartment bulkhead prototyping and manufacturing efforts, and United Kingdom Strategic Weapon Support System kit manufacturing for the Columbia class ballistic missile submarines. This contract includes foreign military sales to the United Kingdom (14 percent). Work will be performed in Groton, Connecticut (77.4 percent); Newport News, Virginia (12.7 percent); and Quonset, Rhode Island (9.9 percent), and is expected to be completed by December 2031. Fiscal 2017 shipbuilding and conversion (Navy); fiscal 2017 research, design, test and evaluation (Navy); and United Kingdom funding in the amount of $175,101,310 will be obligated at the 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 General Dynamics Electric Boat currently possesses the entirety of the nuclear ballistic missile submarine design/engineering workforce and data environment to support completion of the highly specialized submarine design products and integration efforts required to meet all of the contemplated technical and schedule contract requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-2117). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded a $124,737,813 fixedprice-incentive-firm contract to provide engineering, management and logistics support to fabricate, assemble, test and deliver 127 D(V)2 processors, 462 D(V)2 antenna detectors, 290 D(V)2 radar receivers, 121 D(V)2 low band arrays, 168 D(V)2 battery handle assemblies, 20 D(V)2 circuit card assemblies, 40 C(V)2 processors, 63 C(V)2 antenna detectors, 131 C(V)2 radar receivers, 19 C(V)2 upgrade kits, and two test stations which increases production capacity to meet necessary fielding requirements in support of the AN/APR-39 program. These services are in support of the Navy, Army, and the governments of Japan, Austria, and Canada. Work will be performed in Rolling Meadows, Illinois (53 percent); Woburn, Massachusetts (12 percent); Landsdale, Pennsylvania (9 percent); Longmont, Colorado (6 percent); Menlo Park, California (6 percent); and various locations in the continental U.S. (14 percent), and is expected to be completed in February 2020. Fiscal 2015, 2016 and 2017 aircraft procurement (Navy); fiscal 2016 and 2017 aircraft procurement (Army); and foreign military sales funds in the amount of $124,737,813 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This award combines purchases for the Navy ($78,695,032; 63 percent); Army ($39,603,084; 32 percent); government of Japan ($4,412,169; 3.5 percent); government of Austria ($1,366,462; 1 percent); and government of Canada ($661,066; .5 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the


contracting activity (N00019-17-C-0037). Rolls-Royce Corp., Indianapolis, Indiana, is being awarded a $115,083,696 firm-fixed-price contract for the procurement of production and spare AE1107C engines in support of the V-22 Osprey. This contract provides for the procurement of 56 V-22 AE1107C engines, including 36

Department of Defense Contracts Awarded September 2017 production engines for the Marine Corps, and 16 production and 4 spare engines for the government of Japan. Work will be performed in Indianapolis, Indiana, and is expected to be completed in November 2018. Fiscal 2017 aircraft procurement (Navy); and foreign military sales funds in the amount of $115,083,696 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract combines purchase for the Navy ($71,727,084; 62.3 percent); and the government of Japan ($43,356,612; 37.7 percent) under the Foreign Military Sales program. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-C-0081). DRS Laurel Technologies, Johnstown, Pennsylvania, is being awarded a $90,182,569 modification under fixed-price-incentive, cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite- delivery/indefinite-quantity contract (N00253-14-D-0004) for the development, integration, and production of technology insertion hardware (TIH). TIH is the latest generation of display, processor, and network requirements for combat control and sonar systems for naval submarines. Equipment to be obtained under the contract is used in mission-critical/essential systems on board submarines. Components consist of commercial, off-the-shelf equipment that is uniquely configured for the particular platform and system to satisfy workstation, processor, file server or other network requirements. This modification brings the cumulative value of the contract to an estimated $474,523,328. The contract combines purchases for the Navy (92 percent); and the governments of Australia (5 percent) and the United Kingdom (3 percent) under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania (92 percent); Burnsville, Minnesota (7 percent); and Manassas, Virginia (1 percent), and is expected to be completed by September 2021. No funding will be obligated at time of award. Funds will be obligated as individual task and delivery orders are issue. The Naval Undersea Warfare Center Keyport Division, Keyport, Washington, is the contracting activity. Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded a not-to-exceed $40,000,000 for modification P00002 to a previously awarded firm-fixed-price contract (N00019-17-C-0015) for the procurement of long-lead components associated with the manufacture and delivery of four fiscal year 2018 Lot 22 MV-22 Osprey tilt-rotor aircraft for the government of Japan. Work will be performed in Ridley Park, Pennsylvania (50 percent); Fort Worth, Texas (25 percent); and Amarillo, Texas (25 percent), and is expected to be completed in September 2018. Foreign military sales funds in the amount of $40,000,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Fluor Federal Solutions LLC, Greenville, South Carolina, is being awarded a $38,327,985 cost-


plus-award-fee contract with award options for base operating support services at Joint Region Marianas, Guam. The work to be performed provides for facility support and base operating support for the following services: management and administration, port operations, ordnance, material management, facility management, facility investment, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental. The maximum dollar value including the base period, four option periods, three award option periods and a six-month services extension is $494,519,656. Work will be performed in various locations on the island of Guam and is expected to be completed by September 2025. Fiscal 2014, 2016 and 2017 working

Department of Defense Contracts Awarded September 2017 capital funds (Navy); fiscal 2014 and 2016 transportation working capital funds (Air Force); fiscal 2014, 2016, 2017 and 2018 operation and maintenance (Navy); fiscal 2014 family housing operation and maintenance (Navy); fiscal 2014, 2016 and 2017 operation and maintenance (Army National Guard); fiscal 2014 operation and maintenance (Air National Guard); fiscal 2014, 2016 and fiscal 2017 operation and maintenance (Defense); fiscal 2014 and 2017 health program funds (Defense); fiscal 2014, 2016 and 2017 working capital funds (Defense); and fiscal 2014 commissary agency (Defense) contract funds in the amount of $38,327,985 will be obligated at time of award ($35,606,200) or subject to the availability of funds ($2,721,785) for the next fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website with eight proposals received. This contract action is a re-award as a ffresult of corrective action taken due to Government Accountability Office protest. The Naval Facilities Engineering Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-17-C-1190). The Haskell Co., Jacksonville, Florida, is being awarded a $19,080,569 firm-fixed-price contract for construction of a Joint Reserve Center. The work to be performed provides for the design and construction of a Joint Reserve Center facility for joint use with the Navy and Marine Reserves. The Joint Reserve Center joint use areas include an assembly hall, classrooms, medical exam rooms, conference room, storage, crew's lounge, administrative areas, recruiting office, locker rooms, janitorial space, and mechanical equipment spaces. The Marine Corps exclusive-use areas include active duty administrative offices, unit conference space, administrative space, supply and storage areas, recruiting space, armory, shops for communications equipment maintenance, multi-media control center, equipment room, firearm training simulator, training aids storage, exercise and double locker room area. The Naval Reserve exclusive-use areas include active duty administrative offices, unit conference space, administrative space, supply and storage areas, and recruiting space. The Reserve Center will include a reserve training building, fitness training shelter, and a wash rack. This project will also construct a vehicle maintenance facility and outdoor covered martial arts training area. The contract also contains one planned modification, which if issued would increase cumulative contract value to $19,129,519. Work will be performed in Des Moines, Iowa, and is expected to be completed by April 2019. Fiscal 2013 military construction (Navy Reserve); and fiscal 2017 operations and maintenance (Marine Corps Reserve) contract funds in the amount of $19,080,569 are obligated on this award; of which $18,410,814 will expire at the end of the current fiscal year. This contract was competitively procured


via the Navy Electronic Commerce Online website, with 10 proposals received. The Naval Facilities Engineering Command, Mid- Atlantic, Norfolk, Virginia, is the contracting activity (N4008517-C-8331). Bell-Boeing Joint Project Office, Amarillo, Texas, is being awarded $17,578,247 for cost-plus-fixed-fee modification P00015 to previously issued delivery order 0090 placed against basic ordering agreement N00019-12-G-0006. This order provides for non-recurring engineering associated with Phase II of the development of the V-22 cockpit engine health indicator. Work will be performed at Ridley Park, Pennsylvania (46 percent); Fort Worth, Texas (43 percent); Indianapolis, Indiana (7 percent); Huntsville, Alabama (2 percent); and Albuquerque, New Mexico (2 percent), and is expected to be completed in August 2019. Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $10,000,000 will be obligated at

Department of Defense Contracts Awarded September 2017 time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. The Boeing Co., Seattle, Washington, is being awarded $16,305,394 for cost-plus-fixed-fee task order N0001917F0383 against a previously issued basic ordering agreement (N00019-16-G- 0001). This task order includes the development of an airworthy design to integrate a Wideband Satellite Communications Radome and supporting infrastructure on the P-8A aircraft from a preliminary design review level of maturity to a critical design review level of maturity. Work will be performed in Seattle, Washington, and is expected to be completed in October 2018. Fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $5,300,000, will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. CH2M Hill Constructors Inc., Englewood, Colorado, has been awarded $14,691,250 cost-plus- awardfee task order N6945017F0076 under a global contingency multiple award construction contract (N62470-13-D-6019) for stabilization and repairs to multiple buildings damaged due to Hurricane Harvey at Naval Air Station Corpus Christi. The work to be performed provides for removal of carpet, walls, windows and other unsalvageable items due to water penetration, clean- up of roofing materials and tarping of rooftops to mitigate further water intrusion. Repairs include roof replacement, roof decking, and sealing roof penetrations. The repairs also include correction of architectural, structural, plumbing, heating, ventilation and air conditioning, fire protection, electrical deficiencies and any other incidental related work as found due to the hurricane. The contractor shall provide all labor, supervision, engineering, materials, equipment, tools, parts, supplies and transportation to perform all work described in the request for proposal. Work will be performed in Corpus Christi, Texas, and is expected to be completed by September 2019. Fiscal 2017 operation and maintenance (Navy) contract funds in the amount of $14,691,250 were obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 18, 2017)


Aviall Services Inc., Dallas, Texas, is being awarded $11,506,479 for firm-fixed-price delivery order 0001 awarded under long-term contract N00383-17-D-003C for the procurement of three P-8A whole engines. The contract includes a one-year base period and a one-year option period which if exercised, the total value of this contract will be $15,341,972. Work will be performed in Seattle, Washington, and work is expected to be completed by September 2018; if the option is exercised, work will be completed by September 2019. Fiscal 2016 and 2017 aircraft procurement - 6 (Navy) funds in the amount of $11,506,479 will be obligated at time of award, and will expire at the end of the current fiscal year. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. AMEC Foster Wheeler Environmental Infrastructure, Blue Bell, Pennsylvania, is being awarded $10,415,384 for firm-fixed-price task order N6247317F4527 under a previously

Department of Defense Contracts Awarded September 2017 awarded environmental multiple award contract (N62473-17-D-0009) for remedial design and remedial action work plan at Site 32 Alameda Point. The work to be performed provides for the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) documentation prepared for the design and implementation of the remedial action (RA) and to implement the RA according to the remedial action objectives outlined in alternative 3 of the draft revised remedial investigation/feasibility study for Installation Restoration Site 32 at Alameda Point. CERCLA documentation includes the remedial design/remedial action work plan, remedial action completion report, operations and mitigation areas, update to the most recent wetland delineation report, and associated supporting documents. Work will be performed in Alameda, California, and is expected to be completed by May 2021. Fiscal 2017 base realignment and closure environmental (Navy) contract funds in the amount of $10,415,384 will be obligated on this award and will not expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity. Ultra 3 Phoenix Inc.,* Chantilly, Virginia, is being awarded an $8,170,469 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-13-C-6264 to exercise options for continuing engineering services to support software development, procurement of commercial off-theshelf products, and hardware/software integration required to provide improved technology for Navy Open Architecture and Network Centric Operations and Warfare systems in support of Navy Virginia-class submarines and other submarine/surface ship systems. Work will be performed in Chantilly, Virginia (60 percent); Wake Forest, North Carolina (20 percent); and Hanover, Maryland (20 percent), and is expected to be completed by August 2018. Fiscal 2014 shipbuilding and conversion (Navy); and fiscal 2017 research, development test and evaluation (Navy) in the amount of $83,410 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 Navy Yard, District of Columbia, is the contracting activity.

DEFENSE INFORMATION SYSTEMS AGENCY


Jacobs Technology Inc., Fort Walton Beach, Florida, is awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract for test, evaluation and certification support services. The face value of this action is $480,000,000 (contract ceiling). The minimum guarantee of $10,000 will be satisfied through the issuance of Task Order 0001, which will coincide with contract award and will be funded by fiscal 2017 research, development, test and evaluation appropriations. Primary performance will be at Defense Information Systems Agency (DISA) Joint Interoperability Test Command Headquarters, Fort Huachuca, Arizona; and DISA Headquarters, Ft. Meade, Maryland, with incidental performance at other locations worldwide. Proposals were solicited via FedBizOpps and three proposals were received. The period of performance for the base period is Sept. 21, 2017 – Sept. 20, 2019, with three one-year option periods and one six-month option period through March 20, 2023. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1028-17-D-0006). (This award was mistakenly announced here on Sept. 19, 2017. It is actually being awarded today, Sept. 21, 2017.)

ARMY Department of Defense Contracts Awarded September 2017 Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, has been awarded a $49,500,000 cost-plus-fixed-fee contract to research service member vulnerability in extreme environments. Bids were solicited via the Internet, with 999 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX17-D-0006). AM General LLC, South Bend, Indiana, has been awarded a $45,889,120 firm-fixed-price Foreign Military Sales (Afghanistan) contract for the procurement of 6,576 supplemental M1151A1B1 High Mobility Multipurpose Wheeled Vehicles, Expanded Capacity Vehicles, and capability expansion kits for the Afghan National Defense Security Forces. Bids were solicited via the Internet with one received. Work will be performed in South Bend, Indiana, with an estimated completion date of Aug. 31, 2018. Fiscal 2017 other funds in the amount of $45,889,120 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV17-C-0226). Nova Group Inc., Napa, California, has been awarded a $43,348,500 firm-fixed-price contract for repair and construction of a fuel hydrant system, concrete, and flexible pavement with apron lighting at the Pittsburgh Air Reserve Station, Pennsylvania. 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 July 30, 2019. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-D-0037). Carahsoft Technology Corp., Reston, Virginia, has been awarded a $37,766,744 modification (BA0116) to contract N00104-08-A-ZF43 for additional System Application and Products software products and software maintenance. Work will be performed in Fort Belvoir,


Virginia, with an estimated completion date of May 31, 2020. Fiscal 2017 operations and maintenance, Army; other procurement, Army; and Army working capital funds in the combined amount of $37,766,744 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Carothers Construction Inc.,* Oxford, Mississippi, has been awarded a $22,667,877 firm-fixed- price contract for renovation of three existing hangars at the Pittsburgh Air Reserve Station, Pennsylvania. Bids were solicited via the Internet with six received. Work will be performed in Coraopolis, Pennsylvania, with an estimated completion date of Sept. 30, 2108. Fiscal 2017 operations and maintenance, Army funds in the amount of $22,667,877 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C-0036). CPJ JV,* Pittsburgh, Pennsylvania, has been awarded a $22,657,000 firm-fixed-price contract to repair interiors of hangars at the 171st Air Refueling Wing. Bids were solicited via the Internet with three received. Work will be performed in Coraopolis, Pennsylvania, with an estimated completion date of Feb. 28, 2020. Fiscal 2017 operations and maintenance, Army funds in the amount of $22,657,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Pennsylvania, is the contracting activity (W912KC-17-C-0003).

Department of Defense Contracts Awarded September 2017 Okland Construction Co. Inc., Salt Lake City, Utah, has been awarded a $17,085,351 firm-fixed- price contract for construction of a sprinkler-equipped squadron operations facility. Bids were solicited via the Internet with two received. Work will be performed in Glendale, Arizona, with an estimated completion date of April, 22, 2019. Fiscal 2017 military construction funds in the amount of $17,085,351 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-17-C-0029). CACI-ISS Inc., Chantilly, Virginia, has been awarded a $14,019,389 modification (P00040) to contract W81K04-13-F-0013 for medical logistics non-personal services in support of Expeditionary and Contingency Medical Materiel Program. Work will be performed in Fayetteville, North Carolina; Langley, Virginia; Mary Ester, Florida; Riverside, Colorado; New Hanover Township, New Jersey; San Antonio, Texas; North Charleston, South Carolina; Frederick, Maryland; Belleville, Illinois; Valparaiso, Florida; Fairfield, California; Washington, District of Columbia; Biloxi, Mississippi; Dayton, Ohio; Topeka, Kansas; Willow Grove, Pennsylvania; Spokane, Washington; Goose Creek, South Carolina; and various other Department of Defense and Air National Guard installations, with an estimated completion date of July 31, 2018. Fiscal 2018 funds in the amount of $14,019,389 were obligated at the time of the award. U.S. Army Medical Command, Joint Base San Antonio, Texas, is the contracting activity. Ceradyne Inc., Irvine, California, has been awarded a $14,000,064 modification (P00022) to contract W91CRB-14-C-0005 for additional 52,000 Integrated Head Protection Systems units. Work will be performed in Irvine, California, with an estimated completion date of Nov. 20, 2018. Fiscal 2017


operations and maintenance, Army funds in the amount of $14,000,064 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Four Tribes Construction Services LLC,* Gaithersburg, Maryland, has been awarded a $13,146,123 firm-fixed-price contract for Marine Corps Reserve Center renovations. Bids were solicited via the Internet with one received. Work will be performed in Brooklyn, New York, with an estimated completion date of May 30, 3019. Fiscal 2017 operations and maintenance, Army funds in the amount of $13,146,123 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-17-C- 3000). Trace Systems Inc., Vienna, Virginia, has been awarded an $11,254,219 cost-plus-fixed-fee contract for administrative, information technology engineering and logistics support services to the 160th Signal Brigade and its subordinate units. Bids were solicited via the Internet with five received. Work will be performed in Camp Arifjan, Kuwait; Camp As Sayliyah, Qatar; and Bagram Airfield, Afghanistan, with an estimated completion date of Sept. 28, 0223. Fiscal 2017 operations and maintenance, Army funds in the amount of $11,254,219 were obligated at the time of the award. U.S. Army Contracting Command, Fort Huachuca, Arizona, is the contracting activity (W91RUS-17-C-0044).

Department of Defense Contracts Awarded September 2017 Palo Alto Veterans Institute for Research, Palo Alto, California, has been awarded an $8,265,060 cost contract for dissemination and implementation science to optimize select evidence-based post-traumatic stress disorder treatment. Bids were solicited via the Internet, with one received. Work will be performed in Fort Detrick, Maryland, with an estimated completion date of Sept. 20, 2021. Fiscal 2017 research, development, test and evaluation funds in the amount of $8,265,060 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-17-C-0236). Southwest Concrete Paving Co.,* Phoenix, Arizona, has been awarded a $7,647,500 firm-fixed- price contract for repairing a mass parking apron (Section II) at Minot Air Force Base, North Dakota. Bids were solicited via the Internet, with three received. Work will be performed in Minot, North Dakota, with an estimated completion date of Sept. 30, 2018. Fiscal 2017 operations and maintenance, Army funds in the amount of $7,647,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-17-C-0037).

AIR FORCE Textron Aviation Defense LLC, Wichita, Kansas, has been awarded a $30,000,000 indefinite- delivery/indefinite-quantity contract for Beechcraft King Air 350 maintenance training in support of the Iraqi Air Force. Work will be performed at Martyr Mohammed Ali Air Base, Iraq, and is expected to be completed by Sept. 20, 2020. This contract involves foreign military sales for the country of Iraq.


This award is the result of a country-directed sole-source acquisition. Foreign Military Sales funds in the amount of $9,067,514 will be obligated at time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-17-D-0011). Lockheed Martin, Fort Worth, Texas, has been awarded a $13,386,807 modification (P00718) to previously awarded contract for incorporate contract change proposal 0478 for the production of 28 Next Generation Polyalphaolefin Carts and technical manual sustainment. Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2018. Fiscal 2017 procurement funds in the amount of $13,386,807 are being obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611- 08-C-2897). Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $10,474,149 modification (P00052) to previously awarded contract for base maintenance and operations services in Turkey and Spain. The contract modification is to authorize three Turkish collective labor agreements wage increases for April 1, 2016, Oct. 1, 2016, and April 1, 2017; an increase in social rights payments; and one quality-of-life payment for 622 full-time equivalent Turkish national contract employees. Work will be performed at Incirlik Air Base, Izmir Air Station, Ankara Support Facility, and Office of Defense Cooperation in Turkey, and is expected to be completed by March 27, 2018. Fiscal 2016 operations and maintenance funds in the amount of $813,383; and fiscal 2017 operations and maintenance funds in the amount of $9,660,765 are being obligated at time of award. Air Force Installation Contracting Agency, Ramstein Air Base, Germany, is the contracting activity (FA5641-15-C-0001).

Department of Defense Contracts Awarded September 2017 DEFENSE LOGISTICS AGENCY Raytheon Co., Space and Airborne Systems, McKinney, Texas, has been awarded a $24,203,210 firmfixed-price delivery order (1082) against a five-year basic ordering agreement (SPRPA1- 14-G-001X) with no option periods for unmanned aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Texas, with a May 31, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 appropriated Navy funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. 3M Oral Care, St. Paul, Minnesota, has been awarded a maximum $15,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for general consumable dental supplies. This is a one-year base contract with four one-year option periods. Maximum dollar amount is for the life of the contract. This was a competitive acquisition with 21 offers received. Location of performance is Minnesota with a Sept. 20, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-17-D-0016).


Gentex Corp., Simpson, Pennsylvania, has been awarded an estimated $12,348,840 modification (P00008) exercising the third one-year option period of a one-year base contract (SPM1C1-14D-1078) with four one-year option periods for aircrew integrated helmet systems and components. This is a firm-fixed-price, requirements contract. Location of performance is Pennsylvania, with a Sept. 25, 2018, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Rogele Inc.,* Harrisburg, Pennsylvania (SP3300-17-D-0016); York Excavating Co. LLC,* York, Pennsylvania (SP3300-17-D-0017); and James T. O'Hara Inc.,* Covington Township, Pennsylvania (SP3300-17-D-0018), are sharing a $9,800,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract under solicitation SP3300-17-R-0008 for miscellaneous paving and utilities requirements. These are five-year contracts with no option periods. These were small business set-aside acquisitions with four offers received. Location of performance is Pennsylvania, with a Sept. 25, 2022, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2017 through fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania. Moog, Elma, New York, has been awarded a maximum $7,728,000 firm-fixed-price delivery order (THAT) against an existing contract (SPE4A2-16-G-0002) for V-22 swashplates. This is a stand-alone requirement with no options. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are California and New York, with a June 26, 2018, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Department of Defense Contracts Awarded September 2017 McRae Industries Inc.,* Mount Gilead, North Carolina, has been awarded a maximum $7,443,302 modification (P00111) exercising the fourth one-year option period of a one-year base contract (SPM1C1-13-D-1075) with four one-year option periods for hot-weather combat boots. This is a firmfixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Sept. 22, 2018, performance completion date. Using military service is Marine Corps. Type of appropriation is fiscal 2017 through fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

DEFENSE INTELLIGENCE AGENCY Engility Corp., Chantilly, Virginia, has been awarded a cost-plus-fixed-fee contract with a maximum ceiling value of $16,461,393 to provide audio and video forensics laboratory services to the Defense Iintelligence Agency’s National Media Exploitation Center. The contract will support digital forensics and in-depth exploitation of multimedia files. Work is to be performed in the National Capital Region


with a potential completion date of Sept. 20, 2022. Fiscal 2017 operations and maintenance funds in the amount of $2,949,179 are being obligated at time of award. Two offers were received. The Virginia Contracting Activity, Washington, District of Columbia, is the contracting activity. CONTRACTS AIR FORCE S&K Aerospace LLC, St. Ignatius, Montana, has been awarded a $559,011,645 fixed-price, incentive firm contract for the Royal Saudi Air Force (RSAF) supply services effort. This program is comprised of logistical in-Kingdom support, supply consumables for F-15 C/D/S/SA fleets, and operation and maintenance of print plant and print on demand facilities for the RSAF F-15 program. Work will be performed in the Kingdom of Saudi Arabia and is expected to be completed by March 31, 2023. This contract involves foreign military sales to the Kingdom of Saudi Arabia. The award is the result of a source selection effort and four offers were received. Foreign military sales funds in the amount of $248,797,940 will be obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia is the contacting activity (FA8505-17-D-0005). Lockheed Martin Corp., Fort Worth, Texas, has been awarded a $70,000,000 not-to-exceed modification (P00905) to previously awarded contract; this modification is to incorporate an unpriced change order for the acceleration and stabilization/restoration of the total not mission capable supply rate for F-22 sustainment. Work will be performed in Fort Worth, Texas, and is expected to be completed by Dec. 31, 2019. Fiscal 2017 operations and maintenance funds in the amount of $35,000,000 will be obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8611-08-C-2897).

Department of Defense Contracts Awarded September 2017 Choctaw Defense Services., Midwest City, Oklahoma, has been awarded a $41,550,496 firm- fixedprice, single award contract for the acquisition of base operations support services. Contractor will provide support for three functional areas, civil engineer operations, supply, and transportation for Laughlin Air Force Base, Del Rio, Texas. Work will be performed at Laughlin Air Force Base, Del Rio, Texas, and is expected to be completed Sept. 30, 2022. This award is the result of a competitive 8(a) source selection with eight offers received. No funds are being obligated at time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-17-C-0012). Raytheon Co. Space and Airborne Systems, El Segundo, California, has been awarded a $23,389,938, firm-fixed-price modification (P00003) to previously awarded contract for B-2 antenna supplemental work. The contract modification provides for the purchase of one B-2 antenna tool aid being produced under the basic contract. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 22, 2020. Fiscal 2015 aircraft procurement funds in the amount of $23,389,938 are being obligated on a subsequent order after award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-17-D-0015).


University of Southern California, Los Angeles, California, has been awarded a $17,079,713 contract for research in developing and integrating agile and robust automatic speech recognition, machine translation, cross-language information retrieval, and summarization technologies into functional end-to-end systems. This contract provides for description of the scope of work of the contract. Work will be performed in Marina del Rey, California, and is expected to be completed Aug. 22, 2021. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2016 research and development funds in the amount of $3,020,000 are being obligated at time of award. Air Force Research Laboratory, Wright- Patterson Air Force Base, Ohio, is the contracting activity (FA865017-C-9116). Raytheon Co., Colorado Springs, Colorado, has been awarded a $16,000,000 modification (P00002) to previously awarded contract to support in-scope requirements which are required to ensure the Cobra Dane radar maintains operational capability. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2019. No funds are being obligated at time of modification. Fiscal 2017 operations and maintenance funds will be obligated on orders within the ceiling of the indefinite-delivery/indefinite-quantity. Air Force Life Cycle Management Peterson Air Force Base, Colorado, is the contracting activity (FA8723- 16-D-0001). Columbia University, New York, New York, has been awarded a $14,884,945 contract for research in developing and integrating agile and robust automatic speech recognition, machine translation, cross-language information retrieval, and summarization technologies into functional end-to-end systems. This contract provides a description of the scope of work of the contract. Work will be performed in New York, New York, and is expected to be completed by Aug. 22, 2021. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2016 research and development funds in the amount of $2,570,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-9117).

Department of Defense Contracts Awarded September 2017 The State of California, Department of Rehabilitation, Sacramento, California, has been awarded a $10,200,000 firm-fixed-price requirements contract for full-food services. This contract provides for all personnel, supervision, and any items and services necessary to perform full- food services. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Sept. 21, 2022. This award is the result of a competitive acquisition and seven offers were received. Fiscal 2017 operations and maintenance funds in the amount of $1,961,136 are being obligated at time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA930117-D-0013). TelePrime LLC, Duluth, Georgia, has been awarded a $7,489,587, indefinite-delivery/indefinitequantity contract for the AN/ALE-47 countermeasures dispenser system. This contract provides for the fabrication, integration, testing and delivery of line replaceable units and shop replaceable units, consisting of multiple national stock numbers in accordance with the technical data package and


contract schedule. Work will be performed in Duluth, Georgia, and is expected to be completed by March 31, 2025. This contract involves foreign military sales to various countries, including, but not limited to France, Great Britain, United Arab Emirates, and Saudi Arabia. This award is the result of a competitive, small business set-aside acquisition and four offers were received. Fiscal 2016 aircraft procurement funds in the amount of $2,508,600 will be used for the first delivery order. Future production delivery orders will utilize various funds to include foreign military sales requirements. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-17-D-0007).

NAVY General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $341,161,778 costplus-fixed-fee modification to a previously awarded contract (N00024-14-C-2104) to exercise the option for design agent, planning yard, engineering and technical support for in- service nuclear submarines. The contract provides for drawings and related technical data; design change documentation; logistics technical data; configuration management; hull, mechanical and electrical engineering; submarine safety design review; non-propulsion plant electrical system engineering; propulsion plant engineering; maintenance engineering; refit/availability technical support; on-site support; configuration change program design and installation support; configuration change program material support; submarine technical trade support; training and facility support; research, research, development, test and evaluation program support; research and development submarine/submersibles support; miscellaneous special studies; temporary alteration support; modernization of submarine/submersible systems/subsystems; and affordability/cost reduction technical support. This contract involves foreign military sales to Spain. Work will be performed in Groton, Connecticut (73 percent); Bangor, Washington (9 percent); Norfolk, Virginia (6 percent); Newport, Rhode Island (4 percent); Quonset, Rhode Island (3 percent); Kings Bay, Georgia (3 percent); and Pearl Harbor, Hawaii (2 percent), and is expected to be completed by September 2018. Foreign military sales; and fiscal 2017 other procurement (Navy) funding in the amount of $6,500,000 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Department of Defense Contracts Awarded September 2017 Manu Kai LLC,* Honolulu, Hawaii, is being awarded $80,730,530 for modification P00066 under a previously awarded fixed-price-award-fee, indefinite-quantity provision and cost plus award fee, indefinite-quantity provision contract (N00604-09-D-0001) to exercises the ninth option period for range operations support and base operations support services. The contract included a ninemonth base period and nine 12 month option periods which bring the total value of this contract to $718,267,286. Work will be performed at the Pacific Missile Range Facility, Island of Kauai, Hawaii, and work is expected to be completed by September 2018. Subject to availability of funds, fiscal 2018 operations and maintenance (Navy) funds in the amount of $44,396,292 will be obligated at the time of award. Funds will not expire at the end of this current fiscal year. Funds in the amount


of $36,334,238 will be obligated as individual task orders are issued. This contract was competitively procured with the solicitation posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website as a 100 percent 8(a) set-aside requirement, with four offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity. Lockheed Martin Sippican Inc., Marion, Massachusetts, is being awarded a $52,963,189 modification to a previously awarded contract (N00024-16-C-6412) to exercise option year one for the production of Mk 48 Mod 7 guidance and control sections, Mk 48 Mod 7 Common Broadband Advanced Sonar System (CBASS) functional item replacement kits, factory test equipment, spares, production support material and related engineering services and hardware support for guidance and control sections and CBASS kits. This modification combines purchases for the Navy (65 percent); the Royal Australian Navy (RAN) via the PMS404 Joint Program Office’s (JPO) Armament Cooperation Program (ACP) (11 percent); and the governments of the Netherlands (23 percent); and Canada and Turkey (less than 1 percent), under the Foreign Military Sales (FMS) program. Work will be performed in Marion, Massachusetts (88 percent); Braintree, Massachusetts (8 percent); and Lemont Furnace, Pennsylvania (4 percent), and is expected to be completed by November 2020. Fiscal 2017 weapons procurement (Navy); foreign military sales ACP/JPO/RAN; and fiscal 2015and 2016 weapons procurement (Navy) funding in the amount of $52,963,189 will be obligated at the time of award, of which fiscal 2015 weapons procurement (Navy) funds in the amount of $246,570 will expire at the end the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Lockheed Martin Mission Systems and Training, Moorestown, New Jersey, is being awarded a $49,215,810 cost-plus-incentive-fee, cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-5111) to provide equipment upgrades and spares to the Aegis Weapon System baseline, systems engineering, and staging services in support of the Japanese Computer Program Test Site. Work will be performed in Moorestown, New Jersey (97.8 percent); Yokosuka, Japan (2.0 percent); and Clearwater, Florida (0.2 percent), and is expected to be completed by September 2020. Foreign military sales funding in the amount of $49,215,810 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304(c)(4), this contract was not competitively procured International Agreement. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Department of Defense Contracts Awarded September 2017 The Entwistle Co.,* Hudson, Massachusetts, is being awarded a $31,845,278 firm-fixed-price, indefinite-delivery/indefinite quantity contract for the procurement of up to 217 jet blast deflector side plate cooled panels and associated installation parts. This supports the deployment of the F-35 joint strike fighter aboard all U.S. aircraft carriers, as part of the aircraft launch and recovery equipment program. Work will be performed at Hudson, Massachusetts, and is expected to be completed September


2022. Fiscal 2015 other procurement (Navy); and fiscal 2016 shipbuilding conversion (Navy) funds in the amount of $3,300,584 are obligated at time of award, $1,650,292 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposals as a 100 percent small business set-aside, two offers were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0043). Science Applications International Corp., Reston, Virginia, is being awarded a $27,822,437 firm-fixed price, cost-plus-fixed-fee modification to a previously awarded contract (N00024-16-C- 6425) to exercise options for the production of Mk 48 Mod 7 heavyweight torpedo afterbody/tailcone sections, production support material, spares, engineering and hardware repair support to increase the quantity of the MK 48 Mod 7 ready-for-issue warshot inventory. Work will be performed in Bedford, Indiana (62 percent); Marion, Massachusetts (30 percent); Middletown, Rhode Island (6 percent); and Indianapolis, Indiana (2 percent), and is expected to be completed by July 2020. Fiscal 2017 weapons procurement (Navy); and armaments cooperative program (Royal Australian Navy) funding in the amount of $27,822,437 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. Gilbane Federal, Concord, California, is being awarded $25,774,000 for firm-fixed-price task order N3943017F4120 00 under a previously awarded multiple award construction contract (N3943015-D-1634) for cleaning, inspecting, and repairing seven fuel tanks, including the reconversion of six of the seven tanks, at Defense Fuel Supply Point Guam. The work to be performed provides for the cleaning, out of service inspection, and repair of seven storage tanks. Upon completion of the project, tanks U14, U15, and U16 will be converted from rapeseed oil methyl esters (RME) storage tanks to naval distillate fuel F-76 (F-76) storage tanks; while tanks U9, U10, and U11 will be converted from F-76 storage tanks to high flash point kerosene jet propellant JP-5 storage tanks. Tank U13 will remain as an RME storage tank. Work will be performed in the upper Sasa Valley fuel farm, Guam, and is expected to be completed by July 2020. Fiscal 2017 defense working capital (Defense Logistics Agency) contract funds in the amount of $25,774,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is being awarded a $23,494,071 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to 142 AN/APX-111 Mode 5 combined interrogators, up to 195 Mode 5 upgrade kits, up to 52 integrations of Mode 5 upgrade kits, up to 235 shop replaceable assemblies, and up to 6 test asset repairs to support the F/A-18 series aircraft. Work will be performed in Greenlawn, New York (84 percent); and Austin, Texas (16 percent), and is expected to be completed in

Department of Defense Contracts Awarded September 2017 December 2019. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-17-D-0007).


Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is being awarded a $19,531,602 cost-plus-incentive-fee modification to a previously awarded contract (N00024-16- C-6230) to exercise the second option for engineering and technical services for the integration of combat systems on new-construction and in-service submarines. The contract also includes other direct costs on a cost-only basis to support the effort. Work will be performed in Manassas, Virginia (69 percent); Waterford, Connecticut (11 percent); Groton, Connecticut (7 percent); Middletown, Rhode Island (7 percent); Virginia Beach, Virginia (5 percent); and Cape Canaveral, Florida (1 percent), and is expected to be completed by September 2018. Fiscal 2012 shipbuilding and conversion (Navy); and fiscal 2017 research, development, test and evaluation (Navy) funds in the amount of $11,294,511 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. Rolls-Royce Engine Services-Oakland Inc., Oakland, California, is being awarded $19,115,965 for firm-fixed-price modification P00004 to a previously awarded indefinite-delivery/indefinite quantity contract (N00019-13-D-0019) to exercise an option for the depot repair of T56-A-427 engines, power sections, torque meters, gearboxes, and accessories in support of the E-2 Advanced Hawkeye Aircraft. Work will be performed in Oakland, California (97 percent); Indianapolis, Indiana (2 percent); Jacksonville, Florida (0.34 percent); Rocky Mount, North Carolina (0.33 percent); and Mentor, Ohio (0.33 percent), and is expected to be completed in September 2018. No funds will be obligated at the time of award, funds will be obligated on individual task orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Saab Defense and Security USA LLC, East Syracuse, New York, is being awarded a $16,838,188 firm-fixed-price contract for Coast Guard Offshore Patrol Cutter multi-mode radar systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $118,529,109. Work will be performed in East Syracuse, New York (64 percent); and Gothenburg, Sweden (36 percent), and is expected to be completed by January 2019. Fiscal 2017 other procurement (Navy) funding in the amount of $16,838,188 will 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 three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-5381). Lockheed Martin Rotary and Mission Systems (LM RMS), Moorestown, New Jersey, is being awarded a $15,475,217 firm-fixed price modification to a previously awarded contract (N00024- 14-C-5114) to support the restoration of USS Fitzgerald (DDG 62). This procurement is to initiate restoration of USS Fitzgerald (DDG 62) leading to mission ready condition. The repair work will include the production, test, and delivery of one SPY-1D Array, one SPY water cooler, one C&D water cooler, and 11 high voltage power supply cables directly to the shipyard for repair, installation and testing. LM RMS shall also be responsible for related technical

Department of Defense Contracts Awarded September 2017


services to support element testing, shipyard installation, and other requirements, as required. Work will be performed in Moorestown, New Jersey (84 percent); Clearwater, Florida (13 percent); and Owego, New York (3 percent), and is expected to be completed by October 2019. Fiscal 2017 operations and maintenance (Navy) funding in the amount of $15,475,217 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. Northrop Grumman Systems Corp., Woodland Hills, California, is being awarded a $10,114,000 modification to previously issued firm-fixed-price delivery order 3000, placed against basic ordering agreement N00019-15-G-0026. This modification provides for the procurement of 52 technical refreshed mission computers for retrofit on the H-1 aircraft. Work will be performed in Baltimore, Maryland (42 percent); Salt Lake City, Utah (38 percent); and Woodland Hills, California (20 percent), and is expected to be completed in May 2020. Fiscal 2017 aircraft procurement (Navy) funds in the amount of $10,114,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Vista Outdoor Sales LLC – Federal Cartridge Co., Anoka, Minnesota, is being awarded a $10,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for a follow-on contract for .40 caliber frangible ammunition. This ammunition is in support of training requirements as part of the Coast Guard’s transition to the .40 caliber weapon system. The contract includes options which, if exercised, would bring the cumulative value of this contract to $20,000,000 and extend the ordering period to ten years. Work will be performed in Anoka, Minnesota, and is expected to be completed by September 2027. Fiscal 2017 working capital funds in the amount of $900,314 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N00164-17-D-JN53). Moog Inc., Elma, New York, is being awarded an $8,725,000 firm-fixed-price contract to design, develop, manufacture, install, calibrate and test a Swashplate Actuator Test system and a Flaperon and Elevator Actuator Test system for the V-22 program. Work will be performed in Elma, New York (95 percent); and Fleet Readiness Center East, Marine Corps Air Station, Cherry Point, North Carolina (5 percent), and is expected to be completed in September 2019. Fiscal 2015 aircraft procurement (Navy) funds in the amount of $8,725,000 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-17-C-0683). Detyens Shipyards Inc.,* Charleston, South Carolina, is being awarded an $8,115,494 firm-fixed-price contract for a 69-calendar day shipyard availability for the regular overhaul and dry docking of USNS Spearhead (T-EPF 1). Work will include clean and gas-free tanks, voids, cofferdams and spaces, clean heat exchangers, clean ship service switchboards and load center, perform annual stern ramp mainte-


nance, CBG fire protection panel and scupper repairs, bilge cleaning, reduction gear maintenance,

Department of Defense Contracts Awarded September 2017 self-contained breathing apparatus certification, heating, ventilation and air conditioning system annual maintenance, docking and undocking, perform annual stern ramp maintenance, marine evacuation system annual certification and waterjet hydraulics maintenance, five-year steering maintenance, inspect and repair tunnel underside coating, stern tube coating renewal, and flight deck repairs. The contract includes options which, if exercised, would bring the total contract value to $8,502,357. Work will be performed in Charleston, South Carolina, and is expected to be completed by Jan. 8, 2018. Fiscal 2018 maintenance and repair contract funds in the amount of $8,502,357 are obligated at the time of award. Contract funds will expire are the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website, with three offers received. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N32205-18-C- 4150). Science Applications International Corp., Reston, Virginia, is being awarded a $7,636,982 cost-plusfixed-fee modification to a previously awarded contract (N00024- 14-C-6301) to exercise an option for the Mine Warfare and Environmental Decision Aids Library program. This program provides mine warfare situational awareness, missionplanning, evaluation and asset management software to support existing and emerging mine warfare missions, usersand syst ems. Work will be performed in McLean, Virginia (88 percent); Charleston, South Carolina (3 percent); Corpus Christi, Texas (3 percent); San Diego, California (2 percent); Los Angeles, California (2 percent); Edmond, Oklahoma (1 percent); and Hampton, Virginia (1 percent), and is expected to be completed by September 2018. Fiscal 2017 other procurement (Navy); fiscal 2017 research, development, test and evaluation (Navy); and fiscal 2017 operations and maintenance (Navy) funding in the amount of $2,710,117 will be obligated at time of award, of which fiscal 2017 operations and maintenance (Navy) funds in the amount of $231,382 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARMY General Micro Systems Inc.,* Rancho Cucamonga, California, has been awarded an $88,624,864 firm-fixed-price contract for the procurement of an estimated quantity of 919 multifunctional video display kits, 305 auxiliary display kits, 57 brigade engineer battalion prescribed load list kits, 39 route clearance company kits, and 39 authorized stockage list kits for the Medium Mine Protection Vehicle Type II. 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 Sept. 21, 2022. U.S. Army Contracting Command Warren, Michigan, is the contracting activity (W56HZV-17-D-0108). EFW Inc., Fort Worth, Texas, has been awarded a $57,711,434 modification (P00003) to contract W58RGZ-16-D-0029 for the purchase of Heads Up Tracking System components and various parts


and quantities. Work locations and funding will be

Department of Defense Contracts Awarded September 2017 determined with each order, with an estimated completion date of March 20, 2020. U.S. Army Contracting Command Redstone Arsenal, Alabama, is the contracting activity. American Mechanical Inc.,* Fairbanks, Alaska (W911KB-17-D-0031); Brice Civil Constructors Inc.,* Anchorage, Alaska (W911KB-17-D-0032); Osborne Construction Co.,* Kirkland, Washington (W911KB-17-D-0033); and Patrick Mechanical LLC,* Fairbanks, Alaska (W911KB-17-D-0034) will share in a $ 48,000,000 firm-fixed-price contract for repair of utilidors and various other utilities at Eielson Air Force Base; various other military installations; and various other locations primarily in Alaska. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2022. U.S. Army Corps of Engineers, Joint Base Elmendorf-Richardson, Alaska, is the contracting activity. TSAY/Ferguson-Williams,* San Juan Pueblo, New Mexico, has been awarded a $ 34,990,024 modification (P00185) to contract W9124M-09-C-0002 for base operations, maintenance, and support services. Work will be performed in Fort Stewart, Georgia; and Hunter Army Airfield, Georgia, with an estimated completion date of Sept. 22, 2017. Fiscal 2018 operations and maintenance (Army) funds in the amount of $ 23,951,278 were obligated at the time of the award. U.S Army Mission and Installation Contracting Command, Fort Stewart, Georgia, is the contracting activity. BAE Systems Information and Electronic Systems International, Nashua, New Hampshire, has been awarded a $19,397,656 modification (P00015) to contract W15P7T-12-D-C851 for Common Missile Warning System AN/AAR-57 aviation kits and installation and engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2019. U.S Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. Thalle Construction Co. Inc., Hillsborough, North Carolina, has been awarded an $18,773,865 firmfixed-price contract for Herbert Hoover Dike rehabilitation structure replacements S-285 (HP-6) reconstruction. Bids were solicited via the Internet with 10 received. Work will be performed in Glades County, Florida, with an estimated completion date of Jan. 30, 2020. Fiscal 2017 operations and maintenance (Army) funds in the amount of $18,773,865 were obligated at the time of the award. U.S. Army Corps of Engineers Jacksonville, Florida, is the contracting activity (W912EP-17-C- 0044). BAE Systems Land and Armaments LP, York, Pennsylvania, has been awarded a $12,526,991 modification (P00012) to contract W56HZV-14-C-0238 for the procurement of 35 additional Paladin Fire Control System kits. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2019. Fiscal 2016 other

Department of Defense Contracts Awarded September 2017


procurement (Army) funds in the amount of $12,526,991 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. Kokosing Construction C/O O’Brien and Gere A JV, Fredericktown, Ohio, has been awarded an $11,381,259 modification (P00002) to contract W912P6-16-D-0004 to provide construction management services that include extensive water treatment management services and dredging material disposal and related services at the Indiana Harbor and Canal Confined Disposal Facility (federal navigational channel) in East Chicago, Indiana. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2018. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity J&J Maintenance Inc., Austin, Texas, has been awarded a $10,498,405 firm-fixed-price contract to repair by replacement the failed and failing conditions of the existing nurse call system at Brooke Army Medical Center, Fort Sam Houston, Texas. Bids were solicited via the Internet with five received. Work will be performed in Austin, Texas, with an estimated completion date of Nov. 28, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $10,498,405 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-17-F-0509). Progeny Systems Corporation,* Manassas, Virginia, has been awarded a $7,594,881 cost-plus-fixedfee contract to procure services for a research and development effort entitled “SMART Identity Resolution of Non-Cooperative Targets.” Bids were solicited via the Internet with one received. Work will be performed in Manassas, Virginia, with an estimated completion date of Sept. 21, 2022. Fiscal 2016 research, development, test, and evaluation funds in the amount of $698,787 were obligated at the time of the award. U.S Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-17-C-0002). GovSource Inc.,* Reston, Virginia, has been awarded a $7,594,141 firm-fixed-price, foreign military sales (Iraq) contract for training, material and life support functions for Iraqi Special Operations Forces trainees at the King Abdullah II Special Operations Training Center in Amman, Jordan. Bids were solicited via the Internet with one received. Work will be performed in Amman, Jordan, with an estimated completion date of Sept. 26, 2019. Fiscal 2017 foreign military sales funds in the amount of $7,594,141 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-17-C-0064).

DEFENSE LOGISTICS AGENCY Department of Defense Contracts Awarded September 2017 Contitech USA Inc., Fairlawn, Ohio, has been awarded a maximum $52,381,550 modification (P00005) exercising the one-year option period of a one-year base contract (SPRDL1-17-C- 0055) with a one-year option period for Abrams track assemblies. This is a firm-fixed-price contract. Location of performance is Ohio, with a June 3, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2017 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.


The Boeing Co., St. Louis, Missouri, has been awarded a $41,499,900 firm-fixed-price delivery order against a five-year basic ordering agreement (SPE4A1-16-G-0010) with no option periods for F/A-18 E/F aircraft spare parts. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c) (1). Location of performance is Missouri, with a Sept. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. DePuy Synthes Sales Inc., doing business as DePuy Synthes Trauma, West Chester, Pennsylvania, has been awarded a maximum $32,994,565 fixed-price with economic-price- adjustment, indefinite-delivery/indefinite-quantity contract for medical surgical products. This is a nine-month base contract with eight one-year, and one 15-month option periods. Maximum dollar amount is for the life of the contract. To date, this is the sixth contract awarded from standing solicitation SPM2D0-12-R-0004. Location of performance is Pennsylvania, with a Sept. 20, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2027 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-17-D-0005). Raytheon Co., Marlborough, Massachusetts, has been awarded a $15,400,173 firm-fixed-price, definite-quantity delivery order (1002) against a basic ordering agreement (SPRMM1-14-G- 1102) for the manufacture and supply of various components for the AEGIS combat system. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) from the Federal Acquisition Regulation 6.3021, only one responsible source and no other suppliers or services will satisfy agency requirements. Locations of performance are Massachusetts, and Virginia, with a Sept. 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania. QRS Calibrations Inc., Moreno Valley, California, has been awarded a maximum $9,254,621 firm-fixed-price with economic-price-adjustment contract for medical equipment, maintenance of medical equipment, and/or spare parts for medical equipment. This is a five-year contract with no option periods. This was a competitive acquisition with 57 responses received. Location of performance is California, with a Sept. 21, 2022 performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-17-D-0041).

Department of Defense Contracts Awarded September 2017 Hamilton Sundstrand Corp., Windsor Locks, Connecticut, has been awarded a maximum $7,438,821 firm-fixed-price delivery order (5192) against a five-year basic ordering agreement (SPRPA1-13-G001X) with no option periods for F/A-18 E/F/G aircraft primary bleed air regulator valves. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Connecticut, with a June 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 through 2019 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.


WASHINGTON HEADQUARTERS SERVICES Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, is being awarded a costplus fixed-fee contract for $8,353,720 to provide assessments and alternatives of offensive capabilities within the domains of air, land, sea, space and cyberspace, missions and warfare areas that asymmetrically mitigate threat effectiveness, impose cost, and/or create ambiguity in adversary decision-making. Work performance will take place in Arlington, Virginia; Alexandria, Virginia; and potentially other metropolitan Washington, District of Columbia locations. The expected completion date is March 24, 2019. Fiscal 2017 research, development, test and evaluation funds are being obligated at the time of the award. Washington Headquarters Services, Arlington, Virginia, is the contracting office (HQ0034-13-D-0003).

CONTRACTS NAVY Advanced Integrated Technologies LLC,* Norfolk, Virginia (N50054-17-D-0013); Auxiliary Systems Inc.,* Norfolk Virginia (N50054-17-D-0012); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N5005417-D-0011); Continental Tide Defense Systems Inc.,* Reading, Pennsylvania (N50054-17-D-0010); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N50054-17-D- 0009); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N50054-17-D-0008); LPI Technical Services Inc.,* Chesapeake, Virginia (N50054-17-D-0007); Lyon Shipyard Inc.,* Norfolk, Virginia (N50054-17-D-0006); Marine Hydraulics International LLC,* Norfolk, Virginia (N50054-17-D-0005); and Técnico Corp.,* Chesapeake, Virginia (N50054-17-D-0004), are each being awarded firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contracts for a combined $119,108,407 to provide non-complex emergent and continuous maintenance on surface combatant ships (DDG and CG) and amphibious (LSD, LPD, LHA, and LHD) ships homeported in or visiting Norfolk, Virginia. Each contractor shall furnish the facilities and human resources capable of completing non-complex emergent and continuous maintenance, repair, and modernization availabilities on surface ships. Each contractor will be awarded one contract to include both surface combatants class ships and amphibious class ships and subsequently compete for each delivery when a requirement is identified. These contracts include options which, if exercised, would bring the cumulative ceiling value to $644,050,296. These 10 small businesses will have the opportunity to provide offers for individual delivery orders. Work will be performed in Norfolk, Virginia; at Naval Station Norfolk; and/or other military and naval facilities within a 50-mile radius of Norfolk, Virginia. Work is expected to be completed September 2018. If all options are exercised, work will continue through September 2022. Fiscal 2017 operations and maintenance (Navy) funding

Department of Defense Contracts Awarded September 2017 in the amount of $50,000 ($5,000 minimum guarantee per contract) is obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the Federal Business Opportunities website, with 13 offers received. The Navy’s Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.


Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded a $60,000,000 modification to a previously awarded cost-plus-incentive fee contract (N00019- 17-C0001) for the identification and execution of cost savings projects to reduce the cost of the F-35 joint strike fighter air system. Work will be performed in Fort Worth, Texas (63 percent); El Segundo, California (34 percent); and Samlesbury, United Kingdom (3 percent), and is expected to be completed in July 2020. Fiscal 2017 aircraft procurement (Air Force, Navy and Marine Corps) funds in the amount of $60,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Raytheon Co., Marlborough, Massachusetts, is being awarded a not-to-exceed $45,418,499 firmfixed-price, indefinite-delivery/indefinite-quantity, non-commercial, undefinitized contract action for fully integrated replacement shelters for transmit array, transmit site monitors and receive site monitors for the Relocatable Over-the-Horizon Radar system. Work will be performed in Dallastown, Pennsylvania (50 percent); New Kent, Virginia (11 percent); Premont, Texas (11 percent); Vieques, Puerto Rico (11 percent); Chesapeake, Virginia (10 percent); Marlborough, Massachusetts (3 percent); Freer, Texas (2 percent); and Juana Diaz, Puerto Rico (2 percent), and work will be completed by Sept. 2022. Fiscal 2015 other procurement (Navy) funds in the amount of $1,815,624 will be obligated (to fund the contract’s minimum amount), and will expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and Federal Acquisition Regulation 6.302- 1. The requirement was posted to the Federal Business Opportunities website and the Navy Electronic Commerce Online website, with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-17-D-Z056). Omega Aerial Refueling Co.,* Alexandria, Virginia, is being awarded $43,062,416 for modification P00017 under a previously awarded indefinite-delivery/indefinite-quantity contract (N0001913-D-0010) to exercise an option for contractor-owned and -operated aircraft services in support of the Contracted Air Services (CAS) program. The CAS program provides aerial refueling services for Navy, other Department of Defense and government agencies, the Foreign Military Sales program and government contractors. Work will be performed at Norfolk, Virginia (45 percent); Victorville, California (35 percent); and at various locations outside the continental U.S. (20 percent). Work is expected to be completed by September 2018. Fiscal 2017 operations and maintenance (Navy) funds in the amount of $22,257,600 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Department of Defense Contracts Awarded September 2017 Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded $28,918,000 for cost-plus-fixed-fee, firm-fixed-price modification P00020 under a previously awarded contract (N00019-16-C-0033) for the procurement of non-recurring special tooling and special test equipment that are required to meet current and future F-35 production rates. Work will be performed in Fort Worth, Texas (34.03 percent); Orlando, Florida (20.01 percent); Marietta, Geor-


gia (8.09 percent); Baltimore, Maryland (7.41 percent); Avon, Massachusetts (7.21 percent); Papendrecht, Netherlands (5.37 percent); Rolling Meadows, Illinois (4.91 percent); Camden, New Jersey (3.50 percent); Kjeller, Norway (2.67 percent); Rome, Italy (1.99 percent); El Segundo, California (1.64 percent); Palmdale, California (0.88 percent); Rome, New York (0.88 percent); Cedar Rapids, Iowa (0.69 percent); Grand Rapids, Michigan (0.52 percent); Kongsberg, Norway (0.14 percent); and Tempe, Arizona (0.07 percent), and is expected to be completed in May 2021. Fiscal 2015 aircraft procurement (Air Force, Navy and Marine Corps); non-U.S. Department of Defense (Non-DoD) partners; and foreign military sales (FMS) funds in the amount of $17,109,000 are being obligated at the time of award, $11,582,241 of which will expire at the end of the current fiscal year. This contract combines purchases for the Air Force ($9,463,087; 32.72 percent); Navy ($4,731,545; 16.36 percent); Marine Corps ($4,731,545; 16.36 percent); and governments of United Kingdom ($1,069,047; 3.70 percent); Australia ($774,627; 2.68 percent); Turkey ($774,627; 2.68 percent); Italy ($697,236; 2.41 percent); Canada ($503,637; 1.74 percent); Norway ($402,816; 1.39 percent); Netherlands ($286,610; 0.99 percent); and Denmark ($232,412; 0.80 percent); and FMS ($5,250,811; 18.16 percent ), under the Foreign Military Sales program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Macro Industries,* Huntsville, Alabama, is being awarded a $28,242,728 fixed-price, indefinite- delivery/indefinite-quantity contract for a maximum of 200 sets of panels and hardware for a lightweight floor ballistic protection system for the V-22 aircraft. Work will be performed in Huntsville, Alabama, and is expected to be completed in December 2022. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders when they are issued. This contract was competitively procured via an electronic request for proposals; five offers were received. The Naval Air Warfare Center Aircraft, Lakehurst, New Jersey, is the contracting activity (N68335-17-D-0028). Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is being awarded $21,243,554 for modification P00004 under a previously awarded firm-fixed-price contract (N00019-16-C-0026) to procure seven 2103 signal processors; seven Large Aircraft Infrared Countermeasures (LAIRCM) Signal Processor Replacement (LSPR) assemblies; 82 0001 advanced threat warning (ATW) sensors; 30 0003 ATW sensors; and seven smart connector assemblies for LSPR in support of the LAIRCM program. Work will be performed in Rolling Meadows, Illinois (34 percent); Goleta, California (30 percent); Longmont, Colorado (11 percent); Columbia, Maryland (3 percent); various locations in the continental U.S. (19 percent) and various locations outside the continental U.S. (3 percent), and is expected to be completed in April 2019. Fiscal 2017 aircraft procurement (Navy); research, development, test and evaluation (Navy); and other defense agency funds in the amount of $21,243,554 will be obligated at time of award, none of which will expire at the end of the current fiscal

Department of Defense Contracts Awarded September 2017 year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is being awarded $15,240,542 for cost-plus-award-fee order N6278617F0065 against a previously awarded basic ordering agreement (N00024-15-G-2303) to provide engineering and management services for the future USS Sioux


City (LCS 11) post-shakedown availability. Lockheed Martin will provide the services in support of 60,000 man-hours level of effort and to provide the work specification, pre-fabrication and material. Work will be performed in Baltimore, Maryland (73 percent); New York, New York (25 percent); and Marinette, Wisconsin (2 percent), and is expected to be completed by November 2018. It is anticipated that this award will be incrementally funded. Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $11,541,530 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured. The Supervisor of Shipbuilding, Conversion and Repair, Bath, Maine, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is being awarded an $11,773,658 cost-plus-fixed-fee modification to a previously awarded F-35 Lightning II low-rate initial production Lot 11 advance acquisition contract (N00019-16- C-0033). This modification authorizes the procurement of diminishing manufacturing sources and material shortages management support for the F-35 air system. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2018. Fiscal 2015 aircraft procurement (Air Force); fiscal 2017 aircraft procurement (Navy and Marine Corps); and non-Department of Defense participants funds in the amount of $11,773,658 are being obligated on this award, $4,707,579 of which will expire at the end of the current fiscal year. This order combines purchases for the Air Force ($4,707,579; 39.98 percent); Navy ($2,353,790; 19.99 percent); Marine Corps ($2,353,790; 19.99 percent); the governments of the United Kingdom ($531,816; 4.52 percent); Turkey ($385,352; 3.27 percent); Italy ($385,352; 3.27 percent); Canada $346,852; 2.95 percent); Australia ($250,543; 2.13 percent); Norway ($200,388; 1.71 percent); the Netherlands ($142,579; 1.21 percent); and Denmark ($115,617; 0.98 percent). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Wyle Laboratories Inc., Huntsville, Alabama, is being awarded $9,575,000 for modification P00022 under a previously awarded cost-plus-fixed-fee, labor hour, cost reimbursable contract (N0042113-C-0032) to exercise an option for certified and qualified contractor support services aircrew to augment Naval Test Wing squadrons to ensure completion of mission essential testing and evaluation for all manned air vehicles for which the Naval Test Wing Atlantic has operational responsibility. Work will be performed in Patuxent River, Maryland (94 percent); Point Mugu, California (5 percent); and China Lake, California (1 percent), and is expected to be completed in September 2018. Fiscal 2017 working capital funds (Navy) in the amount of $9,575,000 are being obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Department of Defense Contracts Awarded September 2017 GrammaTech Inc.,* Ithaca, New York, is being awarded a $9,040,092 cost-plus-fixed- fee contract to perform research and development in support of the Office of Naval Research for late-stage software customization and complexity reduction, including developing, building, testing and delivering and processes GTx-Reducer, GTx- Hardener, GTx-Optimizer, Vertx and LiftBridge. Work will be performed in Ithaca, New York, and is expected to be completed in September 2020. Fiscal 2017


research, development, test and evaluation (Navy) funds in the amount of $50,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via a broad agency announcement; 58 proposals were received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833517-C-0700). Raytheon Co., Tucson, Arizona, is being awarded $9,033,042 for firm-fixed-price task order N0001917F0442 to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001915-D-0034) to repair 51 High-speed Anti-radiation Missile (HARM), AGM-88B/C, guidance sections in support of the Navy; 62 HARM, AGM-88B/C, guidance sections in support of the Air Force; 62 HARM, AGM-88B/C, control sections in support of the Air Force; and technical data in support of HARM, AGM-88B/C, guidance and control sections in support of the Navy and Air Force. Work will be performed in Tucson, Arizona, and is expected to be completed in September 2018. Fiscal 2017 operations and maintenance (Navy and Air Force) funds in the amount of $9,033,042 will be obligated at time of award; all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Northrop Grumman Corp. Aerospace Systems, Melbourne, Florida, is being awarded $8,891,877 for cost-plus-fixed-fee delivery order 0047 against a previously issued basic ordering agreement (N00019-15-G-0026) to develop mounting for the navigation warfare hardware on the E-2D Advanced Hawkeye and modify software for built-in test display and lever arm adjustment to be included in the Delta System software configuration 4. Work will be performed in Melbourne, Florida (95.5 percent); and Woodland Hills, California (4.5 percent), and is expected to be completed in September 2019. Fiscal 2017 research, test, development and evaluation (Navy) funds in the amount of $4,780,616 are being obligated on this award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY Jacob's Eye LLC,* Atlanta, Georgia, has been awarded an $112,000,000 firm-fixed- price contract for non-personal services to support Army National Guard recruiting and retention units. Bids were solicited via the Internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2020. National Guard Bureau is the contracting activity (W9133L-17-D-0004).

Department of Defense Contracts Awarded September 2017 Spalding Consulting Inc.,* Lexington Park, Maryland, has been awarded an $83,000,000 costplus-fixed-fee contract for consolidated information technology support for Navy and Department of Defense components through the entire acquisition life cycle. Bids were solicited via the Internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2022. U.S. Army Contracting Command, New Jersey, is the contracting


activity (W15QKN-17-D-1014). American International Contractors-Archirodon JV,* Arlington, Virginia, has been awarded a $48,148,000 firm-fixed-price contract for the Mina Salman Pier Replacement project which demolishes four steel jack-up barges and constructs 305 meters of pile supported steel pier at the end of the existing Mina Salman pier. Bids were solicited via the Internet with four received. Work will be performed in Manama, Bahrain, with an estimated completion date of Sept. 22, 2019. Fiscal 2013 and 2016 military construction funds in the amount of $48,148,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-17-C0014). Draken International Inc., Lakeland, Florida, has been awarded a $38,000,000 firm- fixedprice contract for Air National Guard Adversary Air Support sorties in order to facilitate Exercise Adversary Support. Bids were solicited via the Internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2020. National Guard Bureau is the contracting activity (W9133L-17-D-0003). Weeks Marine Inc., Covington, Louisiana, has been awarded a $34,297,525 firm-fixed- price contract for Long Beach Island Beachfill – Barnegat Inlet to Little Egg Inlet, Harvey Cedars, Surf City and Brant Beach. Bids were solicited via the Internet with four received. Work will be performed in Ocean County, New Jersey, with an estimated completion date of April 30, 2018. Fiscal 2017 operations and maintenance (Army) funds in the amount of $34,297,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-17C-0029). ￟ American International Contractors Inc., Arlington, Virginia, has been awarded a $19,963,000 contract for runway repairs, Muwaffaq Salti Air Base, Kingdom of Jordan. Bids were solicited via the Internet with 12 received. Work will be performed in Azraq, Zarqa Governorate, Jordan, with an estimated completion date of March 29, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $19,963,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Winchester, Virginia, is the contracting activity (W912ER-17-C-0015).

Department of Defense Contracts Awarded September 2017 Northrop Grumman Systems Corp., Boulder, Colorado, has been awarded a $17,296,116 modification (PZ0003) to contract W9113M-12-C-0055 for development and production of the Joint Tactical Ground Station. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 30, 2021. Fiscal 2016 and 2017 research, development, test and evaluation funds in the amount of $9,107,240 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Valkyrie Enterprises,* Virginia Beach, Virginia, has been awarded a $16,600,711 hybrid (cost, costplus-fixed-fee, and firm-fixed-price-level of effort) contract to support the Army watercraft systems. Bids were solicited via the Internet with seven received. Work locations and funding will be deter-


mined with each order, with an estimated completion date of Sept. 27, 2022. U.S Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-17-D-0014). Daniels and Daniels Construction Co. Inc.,* Goldsboro, North Carolina, has been awarded a $15,728,696 firm-fixed-price contract for the construction of a facility at the National Guard Readiness Center, Wilmington, North Carolina. Bids were solicited via the Internet with seven received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of July 27, 2019. Fiscal 2013 military construction funds in the amount of $15,728,696 were obligated at the time of the award. U.S. Property and Fiscal Officer, North Carolina, is the contracting activity (W9124217-C- 0005). BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, has been awarded an $11,517,707 modification (P00641) to contract DAAA09-98-E-0006 for modernization of a change house at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Nov. 30, 2020. Fiscal 2014 other procurement (Army) funds in the amount of $11,517,707 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Alabama, is the contracting activity. Tetra Tech Inc., Irvine, California, has been awarded a $9,800,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the Internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 20, 2023. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL17-D-0004). Southeast Cherokee Construction Inc.,* Montgomery, Alabama, has been awarded a $9,635,420 firm-fixed-price contract for construction of four KC-46A consolidated projects. Bids were solicited via the Internet with eight received. Work will be performed in Goldsboro, North Carolina, with an estimated completion date of April 30, 2019.

Department of Defense Contracts Awarded September 2017 Fiscal 2017 military construction; and operations and maintenance (Army) funds in the combined amount of $9,635,420 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-17-C- 0041). URS Group Inc., Omaha, Nebraska, has been awarded an $8,692,303 firm-fixed-price contract for constructing, documenting, and maintaining the landfill cap for the Municipal Solid Waste Landfill at Fort Bliss, Texas. Seven bids were solicited with three bids received. Work will be performed in Fort Bliss, Texas, with an estimated completion date of Nov. 20, 2019. Fiscal 2017 operations and maintenance (Army) funds in the amount of $8,692,303 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-17-F-0126).

AIR FORCE Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $77,000,000 ceiling for an indefinite-quantity/indefinite-delivery, firm-fixed-price with economic price adjustment


contract. This contract provides for supply of multiple national stock numbers for the B-1, B-52, and C-17 egress systems. Work will be performed in Hollister, California, and is expected to be completed by Sept. 24, 2022. This award is the result of a sole-source acquisition. This contract involves foreign military sales to Canada, Qatar, Hungary, United Kingdom, Kuwait, India, Australia, and the United Arab Emirates. Fiscal 2017 munitions funds in the amount of $7,477,827; and foreign military sales funds in the amount of $1,343,254 are being obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-17-D-0009). Johns Hopkins University, Baltimore, Maryland, has been awarded a $10,735,516 contract for Machine Translation for English Retrieval in Any Language program to investigate how machine translation and information retrieval methods can most efficiently be developed and employed to respond to domain-specific information needs against multilingual speech and text data. Work will be performed in Baltimore, Maryland, and is expected to be completed by Oct. 25, 2021. This award is the result of a competitive acquisition and eleven offers were received. Fiscal 2016 research and development funds in the amount of $1,950,000 are being obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-17-C-9115). M1 Support Services, Denton, Texas, has been awarded a $10,441,421 modification (A00023) for trainer maintenance services. This action is to exercise option period three. Work will be performed at Sheppard Air Force Base, Texas; and a satellite site at Naval Air Station Pensacola, Florida, and is expected to be completed by Sept. 30, 2018. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas is the contracting activity (FA3002-15C-0006). AAI Corp., Hunt Valley, Maryland, has been awarded a $9,999,999 indefinite- quantity/indefinite-delivery contract for radio frequency simulator hardware and sustainment.

Department of Defense Contracts Awarded September 2017 This contract provides for simulator units, hardware, and sustainment and technical support services for advanced architecture phase amplitude and time simulators and other simulators from the 68th Electronic Warfare Squadron, Eglin Air Force Base, Florida. Work will be performed in Hunt Valley, Maryland, This contract involves foreign military sales to multiple countries. This award is the result of a sole-source acquisition. Foreign military sales funds in the amount of $65,085 are being obligated at time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-17-D-0052). Lockheed Martin, Sunnyvale, California, has been awarded an $8,213,328 modification (P00046) to previously awarded contract for services required to support operations and sustainment for Advanced Extremely High Frequency System, Milstar, and Defense Satellite Communications System III. The contract modification is for the implementation of a Microsoft Windows upgrade of operational mission planning element platforms. Work will be performed in Sunnyvale, California; Peterson Air Force Base, Colorado; and Schriever Air Force Base, Colorado,


and is expected to be completed by Nov. 30, 2019. Fiscal 2017 procurement funds in the amount of $1,614,109 are being obligated at time of award. Space and Missile Systems Center, Military Satellite Communication Systems Directorate, Peterson Air Force Base Base, Colorado, is the contracting activity (FA8823-15-C-0001). Boeing Co., Seattle, Washington, has been awarded a $7,431,273 modification (P00111) to previously awarded contract for Phase III KC-46 tanker/receiver aerial refueling airplane simulator qualification data collection study. This effort allows for a study to collect and deliver data to assist with the building of the KC-46 simulator. Work will be performed in Seattle, Washington, and is expected to be completed by June 30, 2020. Fiscal 2017 research, development, test, and evaluation funds in the amount of $6,669,536; and fiscal 2016 RDT&E funds in the amount of $761,737 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-11-C-6600). Boeing Co., St. Louis, Missouri, has been awarded a $7,355,921 modification (P00037) to previously awarded contract for F-15 Combined APG-63 Version 3 Radar Improvement program and APG-82 Version 1 Radar Modernization program radar upgrades. The contract modification provides one Version 3, Group B radar kit and a Version 3 Group A component sub-set to be used as a testing and development asset. Work will be performed in St. Louis, Missouri, and is expected to be completed by Feb. 28, 2021. Fiscal 2016 research and development funds in the amount of $6,989,826 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-16-C-2653).

DEFENSE LOGISTICS AGENCY Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $42,439,634 firm- fixedprice, indefinite-quantity contract for various motor vehicle parts and accessories. This was a solesource acquisition using justification 10 U.S. Code 2304 (c)(1). This is a three-year base contract with two one-year option periods. Maximum dollar amount is for the life of the contract, including options. Location of performance is Wisconsin, with a Sept. 20, 2022, performance

Department of Defense Contracts Awarded September 2017 completion date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-17-D-0101). Triumph Gear Systems Inc., Park City, Utah, has been awarded a maximum $22,960,961 fixed- price, requirements contract for C-5 aircraft mechanical actuators. This is a two-year contract with no option periods. This was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1), implemented by Federal Acquisition Regulation 6.302-1, which states that only one responsible source and no other supplies or services will satisfy agency requirements. Location of performance is Utah, with a Sept. 24, 2019, completion date. Using military service is Air Force. Type of appropriation is fiscal


2017 through 2019 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-17-D-0016). Meggitt Polymers & Composites, Rockmart, Georgia, has been awarded a $12,903,540 ceiling- priced delivery order (1057) against a five-year basic ordering agreement (SPRPA1-15-G-003X) for F/A -18 aircraft fuel tanks. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Location of performance is Georgia, with a Nov. 30, 2019, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. Carter Industries,* Olive Hill, Kentucky, has been awarded a maximum $12,343,577 modification (P00023) exercising the second one-year option period of a one-year base contract (SPE1C115-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, 2018, performance completion date. Using military services are Air Force and Navy. Type of appropriation is fiscal 2017 through 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Maytag Aircraft Corp., Colorado Springs, Colorado, has been awarded a maximum $7,857,696 firmfixed-price contract for government-owned, contractor-operated fuels management services. This is a four-year base contract with one five-year option period. This was a competitive acquisition with seven offers received. Location of performance is Washington, with a Dec. 31, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2017 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE600-17-C-5032).

DEFENSE INFORMATION SYSTEMS AGENCY Sprint Federal Operations LLC, Reston, Virginia, is awarded a firm-fixed-price contract modification for exercising option-year three for continued operation and maintenance of telecommunications fiber in Europe. The face value of this action is $10,761,660, funded by fiscal 2018 defense working capital funds. The total cumulative face value of the contract is $215,700,000. Performance will be at various locations within Europe. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code

Department of Defense Contracts Awarded September 2017 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. The period of performance is Oct. 1, 2017, through Sept. 30, 2018. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1047-15-C-4000-P00017).


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.