Dec 29, 2017

Department of Defense Contracts—Dec. 29, 2017

Here are United States Department of Defense Contracts for Dec. 29, 2017.

Contracts valued at $7 million or more are announced each business day at 5 p.m., eastern, at the U.S. Department of Defense.

From the U.S. Department of Defense, Contracts

Release No: CR-251-17
Dec. 29, 2017

CONTRACTS

AIR FORCE

Raytheon Co., Woburn, Massachusetts, has been awarded a $333,355,700 firm-fixed-price, cost-plus-fixed-fee contract for a Surveillance Radar program operations and maintenance follow-on sustainment package that includes contractor logistics support (sustainment); engineering services and technical updates to address equipment obsolescence; transportation and material costs associated with contractor repair and return services; spare and repair parts; support and test equipment; publications and technical documentation personnel training and training equipment; government and contractor engineering; technical and logistics support services; and other related elements of logistical and program support. This award is 100 percent foreign military sales. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-18-C-0002).

Lockheed Martin Corp., Colorado Springs, Colorado, has been awarded a not-to-exceed $33,694,111 cost-plus-fixed-fee and firm-fixed-price undefinitized contract action for support of the Korea Peace Krypton prime mission equipment, RC-800 aircraft and technical manuals. This is a sole-source award and involves 100 percent foreign military sales to the Republic of Korea. Work will be performed in Colorado Springs, Colorado; and the Republic of Korea, with an expected completion date of Dec. 31, 2019. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-C-3012).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an estimated $17,533,501 for a firm-fixed-price and cost-plus-fixed-fee contract option (P00009) to a previously awarded contract (FA8105-16-D-0002) for C/KC-135 engineering sustainment support. The contract modification is to establish negotiated prices for option II for the contractor to provide sustaining engineering services for the KC-135 weapon system, including airframe and airframe components, mechanical and electrical systems, subsystems and their components. Work will be performed in Oklahoma City, Oklahoma, along with subsidiaries in Huntsville, Alabama; and San Antonio, Texas, with an expected completion date of Sept. 13, 2019. Fiscal 2018 operations and maintenance funds are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Kratos Technology & Training Solutions Inc., has been awarded a $13,947,528 contract modification (P00096) to a previously awarded contract (FA8808-13-C-0008) for control system consolidated production and sustainment.  These services are required to sustain and provide post-production development for the current Command and Control System Consolidated for telemetry, tracking and commanding of current and future military satellite communications satellites.  This contract modification exercises an option period for mission activity and maneuver planning, telemetry processing, commanding, orbit and attitude management, resource management, space vehicle and ground system simulation, security, support planning and execution, training and testing.  Satellite state-of-health operations include launch, early orbit, on-orbit, anomaly resolution, disposal, and backup operations.  Work will be performed in Colorado Springs, Colorado; and at Vandenberg Air Force Base, California, with an expected completion date of Sept. 30, 2018. Fiscal 2018 operations and maintenance funds in the amount of $3,913,000.00 are being obligated at the time of modification award. Military Satellite Communication Systems Directorate, Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

U.S. TRANSPORTATION COMMAND

ABX Air Inc., Wilmington, Ohio (HTC711-18-D-C002); American Airlines, Fort Worth, Texas (HTC711-18-D-C003); Air Transportation International, Irving, Texas (HTC711-18-D-C004); Atlas Air, Purchase, New York (HTC711-18-D-C005); Delta Air Lines Inc., Atlanta, Georgia (HTC711-18-D-C006); FedEx, Washington, District of Columbia (HTC711-18-D-C007); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC711-18-D-C008); JetBlue Airways, Long Island City, New York (HTC711-18-D-C009); Miami Air International, Miami, Florida (HTC711-18-D-C010); National Air Cargo Inc., Orlando, Florida (HTC711-18-D-C011); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC711-18-D-C012); United Parcel Service Co., Louisville, Kentucky (HTC711-18-D-C013); USA Jet Airlines, Belleville, Michigan (HTC711-18-D-C014); Western Global Airlines, Estero, Florida (HTC711-18-D-C015), are 14 Category A offerors that have been awarded an indefinite–delivery/indefinite–quantity and fixed-price contract. This program has an overall five-year maximum ceiling value of $227,925,866 with a contract guaranteed minimum award amount of $2,500 per awardee. This contract is for international commercial scheduled air cargo transportation services. Services encompass time-definite, door-to-door pickup and delivery, transportation, intransit visibility, government-approved third party payment system participation, and expedited customs processing and clearance of less than full planeloads for the movement of regular and recurring hazardous, refrigerated/cold chain (perishable), life and death, narcotics, and other regular recurring cargo shipments. Work will be performed worldwide. The performance period for the base period is Feb. 1, 2018, to Jan. 31, 2019, with four one-year option periods from Feb. 1, 2019, to Jan. 31, 2023. This contract was a competitive acquisition and 14 proposals were received. Funding for this contract is decentralized. The contracting activity is U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois.

ARMY

ICF Inc. LLC, Fairfax, Virginia (W911QX-18-D-0002); and Parsons Government Services Inc., Pasadena, California (W911QX-18-D-0001), will share in a $175,000,000 cost-plus-fixed-fee contract to provide the Army Research Laboratory’s Computational and Information Sciences Directorate with the research, development, and technology services to support its mission. Bids were solicited via the Internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 28, 2025. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

URS Federal Services Inc., Germantown, Maryland, was awarded an $114,541,892 modification (000316) to contract W52P1J-12-G-0028 for maintenance, supply and transportation logistics support services. Work will be performed in Camp Arifjan, Kuwait; and Doha, Qatar, with an estimated completion date of Jan. 2, 2019. Fiscal 2018 operations and maintenance (Army) funds in the amount of $4,838,834 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

CRW and Associates LLC,* Bowie, Maryland, was awarded a $66,845,460 firm-fixed-price contract for remote medical record coding services for outpatient medical records. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2022. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity (W81K04-18-D-0005).

Mindseeker,* Ashburn, Virginia, was awarded a $52,632,100 firm-fixed-price contract for remote medical record coding services for outpatient medical records. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2022. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity (W81K04-18-D-0002).

Mindseeker,* Ashburn, Virginia, was awarded a $38,066,600 firm-fixed-price contract for remote medical record coding services for outpatient medical records. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2022. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity (W81K04-18-D-0003).

Lockheed Martin Corp., Orlando, Florida, was awarded a $25,207,324 modification (000502) to foreign military sales (Egypt) contract W52P1J-17-D-0043 for Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor System kits and spares for the Apache Attack Helicopter. Work will be performed in Orlando, Florida, with an estimated completion date of April 30, 2020. Fiscal 2017 foreign military sales funds in the amount of $25,207,324 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DynCorp International LLC, Fort Worth, Texas, was awarded a $17,389,735 modification (P00175) to domestic and foreign military sales (Netherlands) contract W58RGZ-13-C-0040 for aviation field maintenance services in support of the U.S. Army Aviation and Missile Command, Aviation Field Maintenance Division outside the continental U.S. operations. Work will be performed in Kosovo, Afghanistan, Iraq, Germany, Honduras and Egypt, with an estimated completion date of Dec. 31, 2018. Fiscal 2010 and 2018 foreign military sales; and operations maintenance (Army) funds in the combined amount of $17,389,735 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $12,473,773 modification (P00030) to contract W15QKN-14-C-0032 for the continuation of system engineering and technical assistance support services in support of Program Executive Office Enterprise Information Systems’ Project Management Office Integrated Personnel and Pay System-Army. Work will be performed in Arlington, Virginia, with an estimated completion date of June 30, 2018. Fiscal 2018 research, development, test and evaluation funds in the amount of $7,000,000 were obligated at the time of the award. U.S. Army Contracting Command, New Jersey, is the contracting activity.

Mindseeker,* Ashburn, Virginia, was awarded a $10,169,960 firm-fixed-price contract for remote medical record coding services for outpatient medical records. Bids were solicited via the Internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2022. U.S. Army Health Contracting Activity, Joint Base San Antonio, Texas, is the contracting activity (W81K04-18-D-0004).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,605,331 firm-fixed-price contract for 33 variants of Stryker deployment kits. Bids were solicited via the Internet with one received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 31, 2019. Fiscal 2016 other procurement (Army) funds in the amount of $9,605,331 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity (W56HZV-16-G-0003).

Tetra Tech - Maytag Aircraft Corp. JV, Pasadena, California, was awarded a $7,711,282 firm-fixed-price contract for recurring maintenance and minor repair (to include emergencies) of Defense Logistics Agency capitalized petroleum systems. Bids were solicited via the Internet with two received. Work will be performed in Yuma, Arizona; Bridgeport, California; Twentynine Palms, California; Barstow, California; San Nicholas Island, California; Naval Air Station Point Mugu, California; San Clemente Island, California; Oceanside, California; El Centro, California; Coronado, California; San Diego, California; Fallon, Nevada; Arlington, Washington; Everett, Washington; Oak Harbor, Washington; Bremerton, Washington; and Port Orchard, Washington, with an estimated completion date of Dec. 30, 2018. Fiscal 2018 defense working capital funds in the amount of $7,711,282 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-18-F-0056).

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, is being awarded a maximum $39,756,805 modification number P00012 to exercise option year one to previously awarded labor-hour contract HQ0423-17-F-0010 for fiscal 2018 financial statement audit services of the Army general fund and working capital fund. The modification brings the total cumulative face value of the contract to $66,504,293 from $26,747,488. Work will be performed in McLean, Virginia, with an expected completion date of Dec. 31, 2018. Fiscal 2018 Army operations and maintenance funds in the amount of $39,756,805 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity (HQ0423-17-F-0010).

DEFENSE HEALTH AGENCY

Leidos Inc., Reston, Virginia, is scheduled to be awarded a zero dollar blanket purchase agreement (BPA) as a result of General Services Administration eBuy request  for quotation 1225543, for the Armed Forces Health Longitudinal Technology Application - Composite Health Care System enhancements and sustainment services.  Following the award of the BPA, task order 0001 will be awarded; a $25,040,336 fixed price task order will follow with a performance start date of March 1, 2018.  The award is a result of a full and open-competition GSA eBuy request for quotation issued on Aug. 11, 2017, which was a re-competed sourced acquisition under GSA’s Information Technology Schedule 70.  Fiscal 2018 operations and maintenance funds in the amount of $25,040,336 will be obligated at time of award for the task order. The contractor will ensure all operational readiness objectives and requirements are met for the sustainment of the current Department of Defense Electronic Health Record suite of outpatient and inpatient information technology (IT) applications and systems. The Defense Health Agency, Contract Operations – Health Information Technology San Antonio, Texas, is the contracting activity (HT0015-18-A-0001).

*Small Business

Dec 28, 2017

Wisconsin Supreme Court Case on Vested Property Rights and Zoning Powers Set for Oral Argument, Jan. 11

Proposed Golden Sands factory farm in central
Wisconsin could turn rural paradise into an
industrial wasteland. Don Ystad of Adams County
Wisconsin
who has been promoting tourism
and recreation
for years writes:
"Take a step back from the politics of this
situation and ask yourself, 'what is best
for the state of Wisconsin? Another CAFO sited, or the
preservation and growth of an existing, vibrant area,
poised to be the 'golf mecca of the Midwest?'
Unfortunately, the Wysocki CAFO has the
political support of local State Rep. Scott Krug,
(R-Nekoosa, Wisconsin) and State Sen.
Patrick
Testin, (R-Stevens Point). These pols
have already chosen Big Ag over everything else,
including a new Sand Valley Golf Resort,
multi-generational families and entire communities.
The Wisconsin Republican Party's attempt to transform the legal scope of property rights on behalf of major financial donors is behind a case that could prevent the operation of a massive factory farm, sited in the town of Saratoga in central Wisconsin.

The case is Golden Sands Dairy LLC v. Town of Saratoga. The high court will hear oral arguments on Jan 11, 2018. [Note: For legal updates on the case before the Wisconsin Supreme Court, enter 15ap1258 in the Appeal Number field, leave the rest of fields blank and hit search at bottom-left of the linked Wisconsin Supreme Court page.]

The Wisconsin Supreme Court no longer functions as an independent judicial body as its members have become corrupted and beholden to the Republican-linked special interests that fund some of the Court members' campaigns. Judicial ethics are decided by Republican justices who rejected proposed rules that would mandate justices recuse from cases involving their mega-donors to their campaigns, (Beck, Wisconsin State Journal, Mal Contends, The New Yorker).

Communities and private citizens want an April 2017 state appellate decision to stand because the ruling restricts a massive factory farm from beginning operations, as Republicans and Big Ag work to impose onto Wisconsin a radical, new conception of corporate vested property rights.

The predictable consequences of operation of the proposed Golden Sands factory farm are the pollution and depletion of water and air, devastating parts of four counties in this region.

The April 2017 Golden Sands Dairy LLC appellate ruling effectively kills the operation of the massive factory farm by disallowing use of a 4,660-acre manure dumping field on which millions of gallons of liquid cow waste would be vectored every year. The unanimous appellate ruling recognizes the town of Saratoga used its zoning power in accordance with state law and decades of legal precedent.

Concludes an amicus brief in part filed on behalf of local businesses in December 2017:

Over 1.7 million Wisconsin citizens more than 30% of the state’s population reside in towns like the Town of Saratoga. In this case, the Town reasonably evaluated local conditions and zoned its land to prevent harm to property values and businesses, drinking water quality, and local character. By seeking a 6,000-acre exception to this rule, GSD [Golden Sands Dairy] cannot credibly state that expanding the vested rights doctrine does 'no violence' to the Town’s ability to regulate land use. (GSD Br. at 26.)

The Court should affirm the court of appeals’ decision upholding the Town’s lawful exercise of its zoning authority in this case, and reject GSD’s requested expansion of the vested rights doctrine. 

Bottom line: Will the Wisconsin Supreme Court issue yet another corrupt decision on behalf of Republican interests? There is hope.

Two citizen groups, Protect Wood County (Wisconsin) and Its Neighbors and Concerned Rome (Wisconsin) Citizens are urging central Wisconsin residents to await the decision from the Court expected sometime in the Spring 2018.

From Protect Wood County:

Friends and Neighbors,

The date is set, January 11th, 2018, at which time our case against Wysocki will be heard in front of the Wisconsin Supreme Court.  Although this news broke quite a while back, there was the chance for extension requests and/or other delays, therefore, we kept silent on the news until we were positive the date would stick.  It officially appears that January 11th will be our day in court.

Cases in front of the Supreme Court follow a very formal and structured format.  Due to this, Saratoga’s legal team has asked that citizen supporters NOT attend the oral argument proceedings.  We ask all our followers please adhere to the legal teams request and continue to wait patiently for the outcome and judgment decision to be handed down later this spring.  Most likely we will not hear a deciding judgment until March or April of this year. Once again, we have more waiting ahead.

It is important to clarify the basis of the Supreme Court case as we continue to hear many residents misunderstanding what our current case is about.  The case before the Supreme Court is about vested rights to the thousands of acres of land Wysocki purchased in Saratoga.  In a very simplistic nutshell, the court will be deciding if Wysocki can clear-cut and crop the thousands of acres of land he purchased after Saratoga’s zoning was in place.  The court is not determining if Wysocki has the right to build the buildings and/or the CAFO, simply if he has the right to use the land for his identified purpose which is in conflict with Saratoga's zoning.  This battle has been a very complicated web of twist and turns, surely one for the record books.  

We will keep everyone informed as we continue through the next few months.

Department of Defense Contracts—Dec. 28, 2017

Here are United States Department of Defense Contracts for Dec. 28, 2017.

Contracts valued at $7 million or more are announced each business day at 5 p.m., eastern, at the U.S. Department of Defense.

From the U.S. Department of Defense, Contracts

Release No: CR-250-17
Dec. 28, 2017

CONTRACTS

AIR FORCE

Raytheon Missile Co., Tucson, Arizona, has been awarded a $634,204,347 fixed-price-incentive-firm-target contract for Advanced Medium-Range Air-to-Air Missile (AMRAAM) production Lot 31.  The contract is for the production of the AMRAAM missile and other AMRAAM system items. The AMRAAM system includes the missile, spares and telemetry kits.  Work will be performed at Tucson, Arizona, with an expected completion date of Jan. 31, 2020.  This contract involves foreign military sales (FMS) to Japan, Korea, Morocco, Poland, Indonesia, Romania, Spain, Turkey, Bahrain and Qatar.  Fiscal 2017 production funds in the amount of $409,939,707; fiscal 2017 research and development funds in the amount of $2,955,178; and fiscal operations and maintenance funds of $1,744,172 are being obligated at the time of award, all remaining funding ($219,565,290) is from FMS sources.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8675-18-C-0003).

Raytheon Missile Co., Tucson, Arizona, has been awarded a $25,766,768 firm-fixed-price modification to a previously awarded contract (FA8675-15-C-0022) for special tooling and test equipment, for the Advanced Medium Range Air-to-Air Missile Lots 28-30 production. Work will be performed in Tucson, Arizona, with an expected completion date of Dec. 31, 2020. This contract involves foreign military sales to Norway, Japan, Korea, Morocco, Australia, the United Kingdom, Poland, Indonesia, Romania, Spain, Turkey and Qatar. Fiscal 2017 production funds in the amount of $16,691,712 are being obligated at the time of award, and the remaining $9,075,056 is from foreign military sales sources. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Northrop Grumman, Rolling Meadows, Illinois, has been awarded a $15,928,974 firm-fixed-price contract for large aircraft infrared countermeasures. Work will be performed in Rolling Meadows, Illinois, with an estimated completion date of April 1, 2024.  This contract involves 100 percent foreign military sales (FMS) and was a sole-source acquisition. FMS funds in the amount of $15,928,974 were obligated at the time of the award.  The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-C-4000).

L3 Technologies Inc., Binghamton, New York, has been awarded a $15,480,000 modification (P00210) to a previously awarded contract (FA8621-09-C-6250) for B-2 training systems. The contract modification is for a 12-month extension and option for defensive management system-modernization phase II.  Work will be performed in Binghamton, New York; and at Whiteman Air Force Base, Missouri, with an expected completion date of Dec. 31, 2018.  Fiscal 2018 operations and maintenance funds are being obligated at the time of award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Technologies, Greenville, Texas, has been awarded a $9,575,188 firm-fixed-price, cost-plus-fixed-fee and cost-reimbursable contract action for management services.  Work will be performed in Greenville, Texas, with an estimated completion date of Dec. 31, 2018.  This contract involves 100 percent foreign military sales (FMS) and was a sole-source acquisition. FMS funds in the amount of $9,575,188 were obligated at the time of the award.  The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-F-4816).

ARMY

General Electric Co. GE-Aviation, Cincinnati, Ohio, has been awarded a $380,000,000 firm-fixed-price contract to provide technical, engineering, logistical services and supplies to support Corpus Christi Army Depot overhaul, recapitalization, conversion, and repair activities for the T700 turbine engine, modules, and identified components. 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 Dec. 31, 2022. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-18-D-0023).

Environmental Chemical Corp., Burlingame, California, has been awarded a $174,364,732 firm-fixed-price contract for Northern California wildfire debris clean up. Eight bids were solicited with five bids received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2018. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-D-0002).

Longbow LLC, Orlando, Florida, was awarded a $103,056,024 firm-fixed-price, foreign military sales (United Kingdom) contract for Fire Control Radar Mast Mounted Assembly Refurbishment program for the United Kingdom in support of the International Apache Attack Helicopter Project Office at Redstone Arsenal, Alabama. One bid was solicited with one bid received. Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2023. Fiscal 2010 foreign military sales funds in the amount of $45,931,284 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-18-C-0010).

Composite Engineering Inc., Roseville, California, was awarded a $93,000,000 firm-fixed-price contract to procure Advanced Subscale Aerial Platform systems, an unmanned target aircraft with launchers and associated ground equipment and spares. 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 Dec. 17, 2022. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-18-D-0010).

CERES Environmental Services, Brooklyn Park, Minnesota, was awarded a $26,501,627 firm-fixed-price contract for Northern California wildfire debris clean up. Eight bids were solicited with four bids received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2018. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-D-0003).

Jacobs/EwingCole JV, Arlington, Virginia, was awarded an $11,759,073 firm-fixed-price contract for design services for an engineering center and parking structure, at the U.S. Military Academy, West Point, New York. One bid was solicited with one bid received. Work will be performed in Pasadena, California, with an estimated completion date of Oct. 15, 2022. Fiscal 2017 operations and maintenance (Army) funds in the amount of $11,759,073 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-18-F-0016).

URS Federal Services Inc., Germantown, Maryland, was awarded an $8,484,849 modification (P00100) to contract W58RGZ-16-C-0001 for reset of aircraft to fully mission capable condition, aircraft modifications under maintenance work orders, and support of combat aviation brigades and various units. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of June 29, 2019. Fiscal 2016, 2017 and 2018 operations and maintenance (Army); and other procurement (Army) funds in the combined amount of $8,484,849 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Northrop Grumman Systems Corp., San Diego, California, is being awarded $255,309,325 for fixed-price-incentive modification P00003 to a previously awarded advanced acquisition contract (N00019-17-C-0018) for the Lot 3 low-rate initial production of three MQ-4C Triton unmanned aircraft, trade studies and tooling in support of the Persistent Maritime Unmanned Aircraft Systems Program Office.  Work will be performed in San Diego, California (30.4 percent); Baltimore, Maryland (13.5 percent); Red Oak, Texas (13.4 percent); Palmdale, California (10.5 percent); Salt Lake City, Utah (6.1 percent); Bridgeport, West Virginia (5.3 percent); Moss Point, Mississippi (4.2 percent); Indianapolis, Indiana (3.9 percent); Newton, North Dakota (1percent); Quebec, Canada (.9 percent); and various locations within the continental U.S. (10.8 percent), and is expected to be completed in December 2021.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $255,309,325 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.

The Boeing Co., Jacksonville, Florida, is being awarded $148,548,978 for modification P00027 to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N00019-14-D-0001) to exercise an option for depot level maintenance support and sustainment for the F/A-18 A/B/C/D aircraft.  This includes the performance of high flight hour (HFH) inspections, HFH recurring inspections, additional inspections, modifications and liaison engineering, and F/A-18E/F/G modifications and inspections required to correct deficiencies to achieve current design life limits.  Work will be performed in Jacksonville, Florida, and is expected to be completed in December 2018.  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.

Raytheon Co., Integrated Defense Systems, San Diego, California, is being awarded a $87,729,156 cost-plus-incentive-fee contract modification to a previously awarded contract (N00024-14-C-5128) for an additional ceiling increase and an 18 month extension to calendar year 2019 and 2020 for continued platform systems engineering agent support of the Ship Self Defense System MK 2.  Work will be performed in San Diego, California (94 percent); Washington, District of Columbia (2 percent); Portsmouth, Rhode Island (2 percent); and Tucson, Arizona (2 percent), and is expected to be completed by June 2020.  Fiscal 2017 research, development, test, and evaluation (Navy); fiscal 2016 other procurement (Navy); and fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of 2,858,684 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.

RQ Construction LLC, Carlsbad, California, is being awarded a $70,474,000 firm-fixed-price contract for construction of a Marine battalion complex and combat services support facility at Marine Corps Base, Camp Lejeune.  The work to be performed provides for the construction of a Marine battalion complex to include, a Marine battalion headquarters and battalion supply; company headquarters and team facilities; company storage buildings; battalion aide station modifications; gate canopy and visitors center; operations buildings; with miscellaneous supporting structures, utilities, parking, roadways, and site work.  A combat service support facility to include, a combat service support building, warehouse, communication buildings; ancillary building; with miscellaneous supporting structures, utilities, parking, roadways, and site work.  The contract also contains five unexercised options and 12 unexercised planned modifications, which if exercised would increase cumulative contract value to $85,776,383.  Work will be performed in Jacksonville, North Carolina, and is expected to be completed by January 2020.  Fiscal 2016 military construction, (defense-wide) contract funds in the amount of $70,474,000 are obligated on this award, of which $1,229,896 will expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with five proposals received.  The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-C-0614).

MN & DPI JV LLC, Honolulu, Hawaii, is being awarded a maximum amount $40,000,000 indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer (AE) services for various structural and waterfront projects and other projects primarily under the cognizance of Naval Facilities Engineering Command (NAVFAC) Pacific area of responsibility (AOR).  The work to be performed provides for AE services for construction/repair/alteration of bridges and waterfront facilities such as piers and wharves; and buildings such as bachelor enlisted quarters, consolidated club (officer/enlisted), fire station, fitness center, dining facility, auditorium/theater, exchange/retail store, school, headquarters building, administration building, aircraft hangar, maintenance shop, distribution warehouse, and armory; in tropical environments similar to Hawaii and Guam. Work will be performed at various Navy and Marine Corps facilities; and other government facilities within the NAVFAC Pacific AOR including but not limited to Guam (60 percent); and Hawaii (40 percent). The term of this contract is not to exceed 60 months with an expected completion date of December 2022.  Fiscal 2017 military construction (planning and design) contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  No task orders are being awarded at this time.  Future task orders will be primarily funded by military construction funding.  This contract was competitively procured via the Navy Electronic Commerce Online website, with three proposals received.  The Naval Facilities Engineering Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-18-D-0001).

BAE Systems Technology Solutions & Services, Rockville, Maryland, is being awarded $26,740,679 for modification P00023 to a previously awarded cost-plus-fixed-fee contract (N00421-15-C-0008) to exercise an option for engineering and technical services in support of the Naval Air Warfare Center Aircraft Division’s Ship and Air Integration Warfare Division (AD-4.11.3).  Services to be provided include integrating communications and information systems radio communications into Navy ships.  Work will be performed at St. Inigoes, Maryland, and is expected to be completed in October 2023.  Fiscal 2018 working capital funds (Navy) in the amount of $4,800,000 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.

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $20,584,342 cost-plus-fixed fee, firm-fixed-price letter contract for AEGIS weapon system (AWS) integrated logistics support and sustainment services for advanced capability build 16/technical insertion 12 hybrid (ACB 16/TI12H) and legacy baselines and Baseline 9 lowest replaceable unit spares.  The contract will provide for logistics and sustainment support for the in-service AEGIS ship fleet in order to prevent delays in the delivery of the AWS upgrades and schedule and operational impacts to the effected ship availabilities.  This contract includes options which, if exercised, would bring the cumulative value to $27,052,723.  Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2018.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $2,760,869; fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $1,737,909; fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $640,451; and fiscal 2014 shipbuilding and conversion (Navy) funds in the amount of $300,000 will be obligated at contract award.  No contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured.  This contract was procured under the authority of 10 U.S. Code 2304 (c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-5109).

The Boeing Co., St. Louis, Missouri, is being awarded $19,109,372 for modification 05 to previously issued firm-fixed-price delivery order 0011 placed against basic ordering agreement N00019-16-G-0001 for the F/A-18E/F and EA-18G aircraft automated maintenance environment (AME) in support of the Navy and the government of Australia.  The AME is a suite of integrated software applications which provides unique automated maintenance management information and technical data via interactive electronic technical manuals (paper and digital) to optimize the maintenance of F/A-18 and E/A-18G aircraft.  Work will be performed in St. Louis, Missouri, and is expected to be completed in December 2018.  Fiscal 2018 aircraft procurement (Navy); and foreign military sales funds in the amount of $19,109,372 will be obligated at time of award, none of which will expire at the end of the fiscal year.  This contract combines purchases for the Navy ($16,850,104; 88 percent); and the government of Australia ($2,259,268; 12 percent), under the Foreign Military Sales program.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst & Young LLP, Washington District of Columbia, has been awarded a maximum $13,235,227 modification number P00020 to exercise option year 1 to previously awarded labor hour contract number GS-23F-8152H; HQ0423-16-F-0061 for financial statement audit services of the Defense Logistics Agency fiscal 2018. The modification brings the total cumulative face value of the contract to $32,200,838 from $18,965,611. Work will be performed in Washington District of Columbia, with an expected completion date of Dec. 31, 2018. Fiscal 2018 working capital funds in the amount of $13,235,227 will be obligated at time of award for the option period.  Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

Dec 27, 2017

Department of Defense Contracts—Dec. 27, 2017

Here are United States Department of Defense Contracts for Dec. 27, 2017.

Contracts valued at $7 million or more are announced each business day at 5 p.m., eastern, at the U.S. Department of Defense.

From the U.S. Department of Defense, Contracts

Release No: CR-249-17
Dec. 27, 2017

CONTRACTS

ARMY

Medico Industries Inc.,* Wilkes-Barre, Pennsylvania, was awarded a $191,000,000 firm-fixed-price contract to manufacture, produce and deliver 60mm and 81mm high fragmentation and non-high fragmentation mortar shell bodies . 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 Dec. 26, 2022. U.S. Army Contracting Command, New Jersey, is the contracting activity (W15QKN-18-D-0017).

McKellar Corp.,* Virginia Beach, Virginia, was awarded a $100,000,000 firm-fixed-price contract for training, support and program management assistance. Bids were solicited via the Internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 26, 2022. U.S. Property and Fiscal Officer, Indiana, is the contracting activity (W912L9-18-D-0001).

AECOM - Inquip JV, Greenwood Village, Colorado, was awarded a $30,716,241 firm-fixed-price contract for American River Common Features - Natomas Basin Reach H levee improvement construction project. Bids were solicited via the Internet with two received. Work will be performed in West Sacramento, California, with an estimated completion date of March 14, 2020. Fiscal 2017 and 2018 other construction; general; and other non-federal funds in the amount of $30,716,241 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-18-C-0005).

Northrop Grumman Systems Corp., Sierra Vista, Arizona, was awarded a $12,747,529 modification (P00012) to contract W58RGZ-17-C-0019 for incorporation of Hunter unmanned aircraft engineering change proposal for high definition payloads for the unmanned aerial vehicle. Work will be performed in Sierra Vista, Arizona, with an estimated completion date of Oct. 20, 2018. Fiscal 2017 Army procurement appropriation funds in the amount of $6,246,288 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE HEALTH AGENCY

Spectrum Healthcare Resources Inc., St. Louis, Missouri, has been awarded a $53,905,825 firm-fixed-price contract, HT0014-18-C-0004. This contract provides support to the Defense Health Agency’s national capital region for continuation of healthcare services at the Fort Belvoir Community Hospital Family Health Centers of Fairfax and Dumfries (outpatient clinics stemming from Fort Belvoir Community Hospital). The work includes all personnel and facilities to provide healthcare for approximately 51,000 Tricare prime beneficiaries.  Work will be performed in Virginia, with an estimated completion date of Dec. 31, 2018.  The contract includes a three-month base period and a nine-month option period. Fiscal 2018 operations and maintenance funds in the amount of $13,476,456 are obligated on this award. This was a sole-source acquisition.  The Defense Health Agency, Falls Church, Virginia is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst and Young, Washington, District of Columbia, is being awarded a $29,643,984 contract option to a previously awarded contract (HQ042317F0101) to provide financial statement audit services for the Navy. Work will be performed in Alexandria, Virginia, with an expected completion date of Dec. 31, 2018. The contract option has a 12-month option period with three individual one-year option periods remaining.  Fiscal 2018 operations and maintenance (Navy) funds are being obligated at the time of the award. The cumulative value of the contract, including the option is $40,444,504.  The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0101).

AIR FORCE

Dayton Power and Light Co., Dayton, Ohio, has been awarded a $27,831,559 firm-fixed-price contract for consolidated electrical services. This contract provides for the generation, transmission and distribution of electricity in support of the mission of the 88th Air Base Wing civil engineering directorate and their tenants. Work will be performed at Wright Patterson Air Force Base, Ohio, with an expected completion date of Dec. 31, 2020. This award is the result of a sole-source acquisition.  Fiscal 2018 operations and maintenance funds will be used for this award. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8601-18-C-0010).

UTAS, a division of Goodrich, Westford, Massachusetts, has been awarded an indefinite-delivery/indefinite-quantity contract with an initial ceiling of $22,899,665, predominately firm-fixed-price.  This contract is to provide foreign military sales (FMS) partner nations an ordering vehicle for the DB-110 Tactical Reconnaissance Pod program, including the following procurement of DB-110 reconnaissance pods, program infrastructure, airborne data link terminals, surface terminal equipment, fixed ground stations, transportable ground stations, and data and travel in support of orders. Work will be performed in Westford, Massachusetts. The ordering period is from contract award to Dec. 31, 2018, with the period of performance determined on each delivery order.  This award is the result of a sole-source acquisition and is 100 percent FMS funded. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-18-D-3014).

NAVY

Raytheon Co., Marlborough, Massachusetts, is being awarded a $25,800,000 modification to a previously awarded firm-fixed-price contract (N00039-15-C-0022) for six Submarine High Data Rate (SubHDR) antenna systems.  The SubHDR antenna system is used to provide submarines with high capacity communications in the extremely high frequency and super high frequency bands and enables reception of the global broadcast service.  This contract includes options which, if exercised, would bring the cumulative value of this contract to an estimated $114,707,975.  Work will be performed in Largo, Florida (35 percent); Marlborough, Massachusetts (20 percent); South Deerfield, Massachusetts (15 percent); Fairfield, New Jersey. (8 percent); Portsmouth, New Hampshire (6 percent); Stow, Massachusetts (3 percent); Woodland Hills, California (3 percent); Lititz, Pennsylvania (2 percent); Torrance, California (2 percent); and Carlsbad, California (1 percent), and is expected to be completed by Nov. 30, 2019.

Foreign military sales funds in the amount of $25,800,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year.  This contract combines purchases for the Navy (62 percent); and the governments of United Kingdom (16 percent); and Australia (22 percent), under the Foreign Military Sales program.  This sole-source contract acquisition was not competitively procured pursuant to the authority of 10 U.S. Code 2304(c)(1) - only one responsible source (Federal Acquisition Regulation subpart 6.302-1).  The Space and Naval Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Bell-Boeing JPO, Amarillo, Texas, is being awarded $20,596,160 for cost-plus-fixed-fee delivery order N0001917F1011 against a previously issued basic ordering agreement (N00019-17-G-0002) in support of the V-22.  This order provides for fleet software sustainment that includes engineering and technical support for the V-22 flight control system and on-aircraft avionics software; flight test planning and coordination of changed avionics and flight control configuration; upgrade planning of avionics and flight controls, including performance of qualification testing and integration testing on software products.  Work will be performed at Ridley Park, Pennsylvania (89 percent); and Fort Worth, Texas (11 percent), and is expected to be completed in December 2019.  Fiscal 2016 aircraft procurement (Navy); fiscal 2018 operations and maintenance (Air Force); and fiscal 2018 budget program (Air Force) funds in the amount of $20,596,160 will be obligated at time of award, $18,265,529 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alliance Specialty Motors, doing business as Louis Allis, Warrior, Alabama, is being awarded a $13,955,916 firm-fixed-price, indefinite-delivery/indefinite-quantity contract in support of the overhaul of AN/SPS-49 radar antenna systems’ direct current elevation drive motors.  Efforts include various overhaul categories, kits of repair parts, and data.  The following will be performed as part of the overhaul process inspect, evaluate, dismantle, replace components, repair mechanical and electrical issues, prime, paint, reassemble, and post assembly tests.  The AN/SPS-49 radar antenna system is a long range air search radar, and the direct current elevation drive motor is responsible for the on-demand control of the radar's elevation level.  The AN/SPS-49 is on carriers, cruisers, and LHA, LSD, and LHD ship classes.  Work will be performed in Warrior, Alabama, and is expected to be completed by December 2022.  Fiscal 2018 working capital fund (Navy) funding in the amount of $261,720 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 two offers received.  The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418DWP22).

Bell-Boeing JPO, Amarillo, Texas, is being awarded $12,797,722 for cost-plus- fixed-fee delivery order N0001917F1034 against a previously issued basic ordering agreement (N00019-17-G-0002) in support of the V-22.  This order procures mission management and flight control software updates to cockpit displays that will provide aircrews with more situational awareness and improved flight control during brown-out conditions.  This is one phase in a multi-phase effort to improve overall aircraft performance and crew situational awareness in a degraded visual environment.  Work will be performed in Ridley Park, Pennsylvania, and is expected to be completed in December 2019.  Fiscal 2016 and 2017 budget program (Air Force); and fiscal 2016 aircraft procurement (Navy) funds in the amount of $12,797,722 will be obligated at time of award, $11,912,722 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics, National Steel and Shipbuilding Co., San Diego, California, is being awarded an $11,210,669 modification to a previously awarded contract (N00024-16-C-2229) to exercise option item 7009 for cost reduction and implementation studies in support of the T-AO 205 class fleet replenishment oilers.  Work will be performed in San Diego, California, and is expected to complete by May 2022.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $200,000 will be obligated at time of award.  Contract 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.

Raytheon Missile Systems, Tucson, Arizona, is being awarded $10,202,224 for modification P00040 to a previously awarded fixed-price-incentive-fee contract (N00019-15-C-0092) for the incorporation of the Block II plus engineering change proposal into 100 AIM-9X missiles that were purchased under Lot 17.  Work will be performed in Tucson, Arizona.  Work is expected to be completed in September 2020.  Fiscal 2017 missile procurement (Air Force); and fiscal 2017 weapons procurement (Navy) funds in the amount of $10,202,224 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.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a $9,806,330 firm-fixed-price contract for observation windows. This is a one-year contract with a one-year option period that was exercised at time of award. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). Locations of performance are Michigan and Florida, with a Sept. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-18-C-0101).

*Small Business

Madison Mayor Paul Soglin Says He's in Wisconsin Gov Race—The Bernie Sanders Delegate Bets on Broad Reach

Madison, Wisc Mayor Paul Soglin

A Paul Soglin-Scott Walker race would be epic clash not seen since Feingold-Neumann, 1998


Updated - Madison, Wisconsin—Madison Mayor Paul Soglin says he'll enter the race for Wisconsin governor, making a formal announcement the second week of January, AP writer Scott Bauer reports, (Twitter).

Soglin's comments to Wisconsin media this week follow public statements made in June 2017 in which Soglin cited the success of Bernie Sanders' candidacy in Wisconsin's 2016 presidential primary as evidence independent candidates can win statewide office against the Democratic Party establishment.

Soglin was a Bernie Sanders delegate in 2016.

Sanders' performance with young, independent voters combined with appeal in the northern two-thirds of the state is cited by political observers as a formula for defeating the incumbent Scott Walker.

The right to vote is key in elections, a truism that escapes notice in much of Wisconsin's political culture.

Under Soglin's administration, Madison has recognized the right to vote, as Walker has worked to obstruct the right to vote.

This sets Soglin apart from the field where support for the right to vote is not a defining feature in stated policy objectives or campaign commitments thus far.

Candidates for the Democratic Party nomination are lining up fast as Walker is seen as a vulnerable incumbent.

Soglin will become the ninth major candidate declaring against Gov. Scott Walker, (R), who formally announced on Nov. 5.

"The other highest profile Democratic candidates for governor are: state Superintendent Tony Evers; state Sen. Kathleen Vinehout, of Alma; state Rep. Dana Wachs, of Eau Claire; former state Rep. Kelda Roys, of Madison; statewide firefighter union leader Mahlon Mitchell; former state party chairman Matt Flynn; Milwaukee businessman Andy Gronik; and political activist Mike McCabe," reports the Wisconsin State Journal.

In the 2014 Democratic Party primary campaign, the state Democratic Party successfully discouraged candidates from running for office, a strategy that failed.

Today's AP report by Scott Bauer was augmented by the State Journal with silly facts.

Soglin is counting on social media to reach Wisconsin voters who care about public policy more than the fact Soglin has a mustache.

Writes Soglin this week:

Reports Abigail Becker in The Capital Times: "Soglin said Wednesday he will make an official announcement in the second week of January."

As noted in Mal Contends, a Paul Soglin-Scott Walker race would be an epic clash of cultures pitting an intellectual pragmatist with genuine vision in municipal policy, and roots in the Civil Rights Movement against a religious fundamentalist who is vindictive against swaths of the state opposing authoritarian rule, and has worked to transfer public resources of the Badger state to billionaires and special interests.

Soglin brings a large base of support to the 2018 race, critical to winning in a large field in the Primary.

In June, Republicans ridiculed Soglin's work for citizen action in the Civil Rights Movement, the environmental movement and anti-war movement as "left-wing."

Voter turn-out in the 2014 general election was some 57 percent.

Dec 26, 2017

Department of Defense Contracts—Dec. 26, 2017

Here are United States Department of Defense Contracts for Dec. 26, 2017.

Contracts valued at $7 million or more are announced each business day at 5 p.m., eastern, at the U.S. Department of Defense.

From the U.S. Department of Defense, Contracts

Release No: CR-248-17
Dec. 26, 2017

CONTRACTS

NAVY

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey is being awarded a $102,506,796 cost-plus-incentive-fee modification to a previously awarded contract (N00024-13-C-5116) to exercise an option for AEGIS Combat System Engineering Agent (CSEA) efforts for the design, development, integration, test, and delivery of computer program baselines and associated technology insertion hardware design support for the next/future advanced capability build.  Under this contract, the AEGIS CSEA shall develop, integrate, test, and deliver computer program baseline advanced capability builds (ACBs) and support technology insertions (TIs) - a replacement and/or upgrade of combat system computing hardware and associated middleware/firmware - design development, develop engineering products to support ship integration, support developmental test/operational test (DT/OT) events, develop training and logistics products, and provide field technical support for designated AEGIS baselines.  The systems engineering, development, and integration work under this contract shall begin with ACB 16 and TI 16, and continue with a future ACB/TI through the period of performance of the contract.  The specific option exercise in this modification provides for 2015 systems engineering, design, development, integration, test, and delivery of computer program baselines and associated technology insertion hardware design support for the next/future ACB.  Work will be performed in Moorestown, New Jersey (94 percent); Arlington, Virginia (5 percent); and Fairfax, Virginia (1 percent), and is expected to be completed by December 2018.  Fiscal 2018 research, development, test and evaluation (Navy) funding in the amount of $4,743,035 will be obligated at time of award and will not expire at the end of the current fiscal year.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

General Dynamics National Steel and Shipbuilding Co. (NASSCO) - Norfolk Ship Repair, Norfolk, Virginia, was awarded an $83,079,259 firm-fixed-price contract for the execution of USS Mesa Verde (LPD 19) fiscal 2018 docking phased maintenance availability.  This availability will include a combination of maintenance, modernization, and repair of USS Mesa Verde.  This is a long-term availability and was competed on a coast-wide (East coast) basis without limiting the place of performance to the vessel’s homeport. NASSCO will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $98,259,279.  Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2019.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $83,079,259 will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $77,554,908 will expire at the end of the current fiscal year.  This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with two offers received in response to solicitation number N00024-17-R-4429.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4429).  (Awarded on Dec. 22, 2017)

Raytheon Co., Tucson, Arizona, is being awarded an $80,043,448 cost-plus-fixed-fee modification under previously awarded contract (N00024-17-C-5405) to exercise an option for Design Agent Engineering and technical support services for the Phalanx Close-In Weapon System, SeaRAM, and Land-based Phalanx Weapon System.  Phalanx Close-In Weapon System (CIWS) is a fast-reaction terminal defense against low and high-flying, high-speed maneuvering anti-ship missile threats that have penetrated all other defenses.  CIWS is an integral element of the fleet defense in-depth concept and the Ship Self-Defense program.  Operating either autonomously or integrated with a combat system, it is an automatic terminal defense weapon system designed to detect, track, engage, and destroy anti-ship missile threats penetrating outer defense envelopes.  This contract involves foreign military sales to Saudi Arabia, Taiwan, Canada, United Kingdom, South Korea, Portugal, and Greece, under the Foreign Military Sales program.  Work will be performed in Tucson, Arizona (68 percent); El Segundo, California (18 percent); Louisville, Kentucky (5 percent); Camarillo, California (2 percent); Minneapolis, Minnesota (2 percent); Dallas, Texas (1 percent); Bohemia, New York (1 percent); Melbourne, Florida (1 percent), and various locations with less than 1 percent each (2 percent).  Work is expected to be completed by January 2019.  Fiscal 2018 weapons procurement (Navy) funding in the amount of $2,170,255 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.

BAE Systems San Diego Ship Repair, San Diego, California, was awarded a $47,867,733 firm-fixed-price contract for the execution of USS Howard (DDG 83) fiscal 2018 depot modernization period Chief of Naval Operations availability.  This availability will include a combination of maintenance, modernization, and repair of USS Howard.  This is a long-term availability and was competed on a coast-wide (west coast) basis without limiting the place of performance to the vessel’s homeport.  BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $66,593,338.  Work will be performed in San Diego, California, and is expected to be completed by May 2019.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $47,867,733 will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $34,860,388 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website, with one offer received in response to Solicitation No. N00024-17-R-4432.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4432).  (Awarded on Dec. 22, 2017)

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, was awarded a $41,654,174 firm-fixed-price contract for the execution of USS Oscar Austin (DDG 79) fiscal 2018 depot modernization period.  This availability will include a combination of maintenance, modernization, and repair of USS Oscar Austin.  This is a long-term availability and was competed on a coast-wide (East and Gulf coast) basis without limiting the place of performance to the vessel’s homeport.  BAE will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization.  This contract includes options which, if exercised, would bring the cumulative value of this contract to $117,186,557.  Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2019.  Fiscal 2018 other procurement (Navy); and fiscal 2018 operations and maintenance (Navy) funding in the amount of $41,654,174 will be obligated at time of award.  Fiscal 2018 operations and maintenance (Navy) funds in the amount of $14,020,836 will expire at the end of the current fiscal year.  This contract was competitively procured using full and open competition via the Federal Business Opportunities website with two offers were received in response to solicitation number N00024-17-R-4428.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-18-C-4428).  (Awarded on Dec. 22, 2017)

BAE Systems San Diego Ship Repair, San Diego, California, is being awarded an $11,539,890 cost-plus-award-fee, incentive-fee modification to a previously awarded contract (N00024-14-C-4220) for USS Champion fiscal 2018 dry-docking selected restricted availability (DSRA) homeported in San Diego, California.  A DSRA includes the planning and execution of depot-level maintenance, alterations, and modifications that will update and improve the ship's military and technical capabilities.  Work will be performed in San Diego, California, and is expected to be completed by August 2018.  Fiscal 2018 operations and maintenance (Navy); and fiscal 2018 other procurement (Navy) funding in the amount of $11,539,890 will be obligated at time of award and will not expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California is the contracting activity.

DEFENSE LOGISTICS AGENCY

SCI Technology Inc., Huntsville, Alabama, has been awarded a maximum $9,229,579 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for signal data processors. This was a sole-source acquisition using justification 10 U.S. Code 2304(c)(1) from Federal Acquisition Regulation 6.302-1 (a)(2), which states 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 Alabama, with a Dec. 30, 2020, performance completion date. Using military service is Army. Type of appropriation is fiscal 2018 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-18-D-0061).
#

Dec 25, 2017

Noam Chomsky on Paul Ryan and President* Trump

Noam Chomsky, speaking April 24, 2017 at the First Parish
Church in Cambridge, Massachusetts. His latest book and
now film is Requiem for the American Dream.

Trump, Ryan seize white support while "kicking them in the face with abandon"


Insulated from the American public, President* Trump and Paul Ryan are likely taking a break from their project to direct the springs of cooperative wealth to a concentrated elite class.

Amy Goodman is running a conversation today with Noam Chomsky on Democracy Now.

Other aims of Republicans, a pathological "organization ... dedicated ... to the destruction of organized human life on Earth," in Chomsky's words, continue.

Social dominance; police-utilized infliction; and terror against fellows of disfavored color, history and ideas are objectives in themselves as well as proven means to appeal to the white working class.

For many American whites, to the extent public policy and endorsement of hate can be crafted to inflict injury against black, brown, and Muslim people, success has been achieved, assuming appropriate rhetoric directed against these less-than people for the emotive benefits generated from hearing a Trump, Ryan, or a Roy Moore put anti-Americans in their place.

Said Chomsky in part on Trump, Ryan and the Republican Party's descent into rhetorical and policy madness:

My sense is—this is just a guess—that this is a media strategy, that it’s the Bannon-Trump-Spicer strategy to try to keep attention focused on one or another form of lunacy, but not look at what’s actually happening. And what’s actually happening is that Paul Ryan and his associates behind the scenes are systematically and carefully dismantling every element of government that is of any benefit to people and that doesn’t maximize corporate power and profit.

I mean, the dedication of the Republican leadership, especially the Ryan-type leadership, their dedication to slavish servility to corporate power and wealth is just phenomenal. I mean, read this morning’s business pages. ...

I mean, the healthcare proposal was so shocking that, I mean, it was a proposal basically to cut taxes for the rich and to ensure that poor and middle-class people—the people who voted for Trump, in fact—don’t get medical aid. ...

And step by step, that’s what’s happening behind the façade of Trumpisms and, you know, Spicer antics before the press. And the press is pretty much falling for it. That’s what they focus on, not what’s being carried out. There is, of course, criticism—mild criticism—of outrageous lies, but I think that just plays the game. That’s what the lies are for. Then you can yell about the liberal press that is trying to undermine us. It’s all a kind of a desperate effort to keep a con game going. Trump does have a base, a voter base. He’s kicking them in the face with abandon. And the idea is: How do you hold onto them while you’re doing this? Not an easy trick. And this, I think, is part of the con. And there are people in the press who are pointing it out—Paul Krugman, for one—but nothing like it should be.

Republicans are lunatics, dangerous lunatics.

Dec 24, 2017

Merry Christmas, 2017

Milky Way Galaxy - "We can make the world significant by the courage of our questions and
by the depth of our answers." — Carl Sagan

Dec 22, 2017

Department of Defense Contracts—Dec. 22, 2017

Here are United States Department of Defense Contracts for Dec. 22, 2017.

Contracts valued at $7 million or more are announced each business day at 5 p.m., eastern, at the U.S. Department of Defense.

From the U.S. Department of Defense, Contracts

Release No: CR-247-17
Dec. 22, 2017

CONTRACTS

AIR FORCE

The Boeing Co., Defense, Space, & Security, St. Louis, Missouri, has been awarded a $6,173,500,000 undefinitized contract action contract for the F-15 Qatar program. This contract provides for the foreign military sales (FMS) requirement to procure 36 new F-15QA aircraft for the Qatar Emiri Air Force. Work will be performed in St. Louis, Missouri, with an expected completion date of Dec. 30, 2022. This contract involves FMS to the State of Qatar, and is the result of a sole-source acquisition. FMS funds in the amount of $3,019,750,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-18-C-2701).

ASRC Communications Ltd., Beltsville, Maryland, has been awarded a $395,000,000 indefinite-delivery/indefinite-quantity contract, for cape launch operations and infrastructure support. This contract provides for operations, maintenance and engineering support for facilities and systems. Work will be performed at Cape Canaveral Air Force Station, Florida, and annexes. This award is the result of a competitive acquisition, and four offers were received.  Fiscal 2018 operations and maintenance funds in the amount of $58,763 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521‐18‐D‐0001).

StandardAero San Antonio Inc., San Antonio, Texas, has been awarded a $379,953,385 firm-fixed-price contract for T56 series 3.0 and 3.5 engine depot overhaul and repair.  This contract provides depot-level overhaul and repair of the T56 engine and component parts. Work will be performed in San Antonio, Texas, with an expected completion date of Nov. 20, 2023.  This award is the result of a competitive acquisition, and one offer was received.  Fiscal 2018 operations and maintenance funds in the amount of $679,274 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA812418D0002).  (Awarded Dec. 21, 2017)

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $328,801,883 cost‐plus‐fixed‐fee contract for MQ‐1 Predator and MQ‐9 Reaper remotely piloted aircraft support and services. This contract provides for core management, logistics support, configuration management, technical manual and software maintenance, contractor field service representative support, inventory control point management, flight operations support, depot repair, and depot field maintenance. Work will be performed in Poway, California, with an expected completion date of Dec. 31, 2018. This award is the result of a sole-source acquisition. Fiscal 2018 operations and maintenance funds in the amount of $32,345,224 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8528‐18‐C‐0001).

The Boeing Co., Defense, Space & Security, Seattle, Washington, has been awarded a $288,681,573 firm-fixed-price contract for one KC-46A aircraft for Japan. The face value is not-to-exceed $19,786,279. This contract provides for non-recurring engineering, integrated logistics support and one KC-46A aircraft modified to the Japan foreign military sales (FMS) configuration.  Work will be performed in Seattle, Washington, with an expected completion date of Feb. 28, 2021.  This contract involves 100 percent FMS to Japan, and is the result of a sole-source acquisition. FMS funds in the amount of $278,590,571 are being obligated at the time of award. Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8609-18-G-0002/FA8609-18-F-0006).

PreTalen Ltd., Beavercreek, Ohio, has been awarded a $23,904,650 cost-plus-fixed-fee contract for research and development. This Small Business Innovation Research (SBIR) III effort will concentrate on extending the Position Navigation and Time Autonomous Negotiator Applying Cognitive Effects-Based Analysis (PANACEA) program developed under the SBIR Phase II contract (FA8650-13-C-1517), to include automated analysis of wireless communications systems. The PANACEA system's capabilities set will be modified to include a signals-based testing framework that assists research engineers in exposing vulnerabilities and defects across a wide range of wireless communications systems. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an expected completion date of March 30, 2023. This award is the result of a competitive acquisition. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-18-C-1655).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $23,657,671 contract for engineering support services for VC-25A G12/G13 chillers, including prototype design, manufacture/procurement, installation, and the testing of one prototype, consisting of both Group A and Group B equipment.  The Air Force requires that the current air chillers in the G12 and G13 galleys be modified with new cold food stowage to improve reliability and maintainability. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; and various other locations, with an expected completion date of Oct. 30, 2019. This award is the result of a sole-source acquisition. Fiscal 2017 procurement funds in the amount of $23,657,671 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-17-D-0002/FA8106-18-F-1002).

Boeing Defense, Space and Security, Oklahoma City, Oklahoma, has been awarded a $17,000,010 task order (FA8107-18-F-0006) on a previously awarded contract (FA8107-09-D-0001) to provide engineering design, engineering support, and technical services for the modernization and sustainment of laboratories for the B-52 aircraft. Work will be performed in Oklahoma City, Oklahoma, with an expected completion date of Dec. 31, 2018. Fiscal 2018 procurement funds in the amount of $17,000,010 are being obligated at the time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Broadway Minerva Cleaners LLC, doing business as Minerva Bunker Gear Cleaners, Bronx, New York, has been awarded an $11,002,686 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fire emergency services personal protective equipment (FSE PPE) care and maintenance services.  This contract provides for advanced inspection, advanced cleaning, specialized cleaning, repairs, alterations, retrofitting, and disposition of FES PPE equipment for Air Force firefighters, both within the contiguous U.S., and outside the contiguous U.S..  Work will be performed in Dayton, Ohio; Charlotte, North Carolina; Bronx, New York; Lakewood, Colorado; and Miami, Florida. Work is expected to be complete by June 21, 2023. Fiscal 2018 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award.  Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8003-18-D-0003).

Sonoran Technology and Professional Services LLC, Goodyear, Arizona, has been awarded a $9,081,171modification (P00019) to a previously awarded contract (FA4890-15-C-0010) for the E-3 Mission Crew Training program. The contract modification is to exercise the third option year for all personnel, equipment, tools, materials, supervision and all other items and services required for the full spectrum of Air Force directed E-3 mission crew training efforts.  These efforts include courseware development, academic instruction, aircrew training device instruction, simulator operator support, scenario development, mission crew ATD event scheduling, and support functions. Training services are to be provided to mission crew personnel, to include airborne warning and control system mission crew member personnel and foreign national students from other nations, as required by the government. Work will be performed at Tinker Air Force Base, Oklahoma. Headquarters Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (Awarded Dec. 21, 2017).

Northrop Grumman Systems Corp., Space Systems Division, Azusa, California, has been awarded a $7,345,562 contract option modification (P00024) to a previously awarded contract (FA8810-15-C-0001) for on-orbit satellite and anomaly resolution support.  This support provides root-cause analysis as a key component of the lifetime extension of defense support program orbital assets as well as mission exploitation and design reach-back.  Work will be performed in Azusa, California; and Colorado Springs, Colorado, with an expected completion date of Sept. 29, 2018.  Fiscal 2018 operations and maintenance funds in the amount of $7,345,562 are being obligated at the time of award. Space and Missile Systems Center, Peterson Air Force Base, Colorado, is the contracting activity.

CORRECTION:  The contract announced for JPATS Logistics Services LLC (FA8617-18-D-6213), Cape Canaveral, Florida, for $2,200,000,000 was announced with the incorrect funding type, obligated funds amount and award date.  The correct information is fiscal 2018 operations and maintenance; operations and maintenance (Navy); operations and maintenance (Army); and Navy research, development, test and evaluation funds in the amount of $10,510,417 are being obligated at the time of award. The correct award date is Dec.21, 2017.

DEFENSE LOGISTICS AGENCY

Oshkosh Airport Products LLC, Oshkosh, Wisconsin, has been awarded a maximum $687,085,219 fixed-price with economic-price-adjustment contract for commercial fire and emergency vehicles. This is a five-year contract with no option periods. This was a competitive acquisition with five responses received. Location of performance is Wisconsin, with a Dec. 21, 2022, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2018 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-18-D-0007).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $553,144,843 modification (P00007) to definitize a previously-awarded HQ0147-17-C-0032 undefinitized contract action.  The value of this contract is increased from $273,470,000 to $826,614,843.  This modification also includes a $459,230,468 option for additional Lot 10 interceptors and one-shot devices.  Under this modification, the contractor will produce Lot 9 and Lot 10 interceptors, one-shot devices, and provide associated production support efforts under fixed-price-incentive-firm target contract line item numbers.  The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Anniston, Alabama; Camden, Arkansas; and Troy, Alabama.  The performance period is from March 31, 2017 through Dec. 24, 2020.  Fiscal 2017 procurement funds in the amount of $127,516,307 have previously been obligated to the undefinitized contract action.  Fiscal 2017 procurement funds in the amount of $304,160,333; and Fiscal 2018 procurement funds in the amount of $394,938,203 are being obligated on this award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

ARMY

Bravura Information Technology Systems Inc.,* Aberdeen, Maryland, has been awarded a $233,334,787 modification (P00009) to contract W56KGY-16-D-0035 for engineering, logistics, operations, and program management support for the Persistent Surveillance Systems-Tethered (PSS-T). 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 31, 2020. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland is the contracting activity.

NES Associates LLC, Alexandria, Virginia, has been awarded a $92,996,676 firm-fixed-price contract to support the Army's modernization of the installation campus area networks and other enterprise modernization efforts worldwide. One bid was solicited with one bid received. Work will be performed in Alexandria, Virginia, with an estimated completion date of May 21, 2019. Fiscal 2017 other procurement (Army) funds in the amount of $3,002,078 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W52P1J-18-D-0027).

SEKRI, Corbin, Kentucky, has been awarded a $49,000,000 contract for the purchase of the individual first aid kit 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 Dec. 22, 2021. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-18-D-0202).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a $40,942,398 modification (0025) to contract W56HZV-15-D-0031 for Procured Recapitalized Heavy Expanded Mobility Tactical Truck wreckers and trucks on the Family of Heavy Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of May 31, 2019. Fiscal 2016 other procurement (Army) funds in the amount of $40,942,398 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, has been awarded a $38,134,822 modification (P00001) to contract W31P4Q-17-C-0194 for the procurement of Tube-launched Optically-tracked Wireless-guided missiles. Work will be performed in Tucson, Arizona; and Farmington, New Mexico, with an estimated completion date of Dec. 31, 2020. Fiscal 2017 and 2018 other procurement (Army) funds in the amount of $38,134,822 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

L-3 Communications Corp., Madison, Mississippi, has been awarded a $26,988,821 modification (P00240) to contract W58RGZ-10-C-0107 for a three-month period of performance for services, maintenance, repairs and support of 59 government-owned aircraft. Work will be performed in Madison, Mississippi, with an estimated completion date of March 31, 2018. Fiscal 2018 operations and maintenance (Army) funds in the amount of $26,988,821 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Affigent LLC, Herndon, Virginia, has been awarded an $18,333,825 modification (BA0403) to contract W91QUZ-09-A-0001 for software maintenance to support Army Material Command and Program Executive Office Enterprise Information Systems. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of May 24, 2020. Fiscal 2018 operations and maintenance (Army); and research, development, test and evaluation funds in the amount of $18,333,825 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Alessi-Keyes Construction Co., North Little Rock, Arkansas, has been awarded a $14,175,125 firm-fixed-price contract for 4000 SF Distributed Communications Ground System, Remote Piloted Aircraft Operations Center, Targeting Intelligence Production Squadron, Sensitive Compartmentalized Information Facility, Fort Smith, Arkansas. Bids were solicited via the Internet with seven received. Work will be performed in Fort Smith, Arkansas, with an estimated completion date of Jan. 31, 2020. Fiscal 2016 military construction funds in the amount of $14,175,125 were obligated at the time of the award. U.S. Property and Fiscal Office, Arizona, is the contracting activity (W912JF-18-C-0001).

Raytheon Co., Andover, Massachusetts, has been awarded an $11,505,804 modification (P00040) to contract W31P4Q-14-C-0062 for U.S. PATRIOT depot level diagnosis repair and return of secondary items of missiles and ground support equipment of the PATRIOT weapon system. Work will be performed in Andover, Massachusetts, with an estimated completion date of June 30, 2018. Fiscal 2018 Army working capital funds in the amount of $11,505,804 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin, Orlando, Florida, has been awarded an $8,938,897 contract for post-production support services for Apache Modernized Target Acquisition Designation Sight and Modernized Pilot Night Vision Sensor Sustainment Program on behalf of the Royal Netherlands Air Force. Bids were solicited via the Internet with one received. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2022. Fiscal 2018 foreign military sales funds in the amount of $8,938,897 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Koniag Information Security Services LLC, Chantilly, Virginia, has been awarded a $7,378,899 modification (P00025) to a previously awarded contract (HR0011-14-C-0048) for security support services. The modification brings the total cumulative face value of the contract to $35,880,659 from $28,501,760. Work will be performed in Arlington, Virginia, with an expected completion date of December 2018. Fiscal 2017 research and development funds in the amount of $3,490,244 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

CORRECTION:  The contract announced on Dec. 21, 2017, for ViaSat Inc., Carlsbad, California, for $350,000,000 was announced with an incorrect contract number. The correct contract number is H9222-18-D-0005. All other contract information was correct.

*Small Business