U.S. Department of Defense

04/30/2021 | Press release | Distributed by Public on 04/30/2021 15:08

Contracts For April 30, 2021

AIR FORCE

ABBA Construction Inc., Jacksonville, Florida (FA2521-21-D-0004); Alen Construction Group, Davie, Florida (FA2521-21-D-0005); APC Construction, Harvey, Louisiana (FA2521-21-D-0006); CORE Engineering & Construction Inc., Winter Park, Florida (FA2521-21-D-0007); Doyon Management Services LLC, Federal Way, Washington (FA2521-21-D-0008); General Mechanical Corp (Oneida), Daytona Beach, Florida (FA2521-21-D-0009); Healtheon Inc., New Orleans, Louisiana (FA2521-21-D-0010); Ivey's Construction Inc., Merritt Island, Florida (FA2521-21-D-0011); Justin J. Reeves LLC, Houma, Louisiana (FA2521-21-D-0012); and Klutina Rivers Construction/AHTNA-CDM JV, Irvine, California (FA2521-21-D-0013), have each been awarded a ceiling $750,000,000 indefinite-delivery/indefinite-quantity contract for installation infrastructure repair and/or construction. These contracts provide for a full range of design, construction and engineering activities necessary to meet Space Force and other customer requirements. Work will be performed at Patrick Space Force Base (SFB), Florida; Cape Canaveral Space Force Station, Florida; Kennedy Space Center, Florida; and other 45th Space Wing units geographically separated throughout Florida. Work is expected to be completed May 2, 2031. This award is the result of a competitive acquisition and 59 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $1,000 per contract are being obligated at the time of award. The 45th Contracting Squadron, Patrick SFB, Florida, is the contracting activity.

Raytheon Intelligence and Space, Aurora, Colorado, has been awarded a $234,012,036 cost-plus-incentive-fee/award-fee contract for Next Generation Operational Control System Block III follow-on. This contract will provide updates to the Next Generation Operational Control System (OCX) Block 1 and 2 ground system to incorporate Global Positioning System Block III Follow-on (GPS IIIF) satellite capabilities. Work will be performed in Aurora, Colorado, and is expected to be completed by Aug. 30, 2025. Fiscal 2021 research, development, test and evaluation funds in the amount of $20,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8807-21-C-0002).

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $212,701,232 fixed-price-incentive-firm contract for StormBreaker® (SDBII, GBU-53/B) production Lot 7. This contract provides for all up rounds and containers. Work will be performed in Tucson, Arizona, and is expected to be completed Feb. 28, 2025. This contract involves classified Foreign Military Sales (FMS) and is the result of a sole-source acquisition. Fiscal 2021 Air Force missile procurement funds in the amount of $129,698,826; fiscal 2021 Navy weapons procurement funds in the amount of $43,508,956; and FMS funding in the amount of $39,493,450 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8672-21-C-0005).

Systima Technologies Inc., Kirkland, Washington, has been awarded a $45,000,000 cost-plus-fixed-fee contract for Standoff Precision Guided Munitions and Precision Strike Capability products and support. This contract provides for Precision Strike Capability products and services in support of integration, test, training, and operational efforts for the U.S. Special Operations Command (USSOCOM), Army, Marine, Navy, and Air Force units through USSOCOM Detachment-1. Work will be performed in Kirkland, Washington, and is expected to be completed April 30, 2026. This award is the result of a sole-source acquisition. Fiscal 2021 research, development, test and evaluation funds in the amount of $841,981 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-21-D-0001).

Palantir USG Inc., Palo Alto, California, has been awarded a $32,500,000 firm-fixed-price contract that provides data-as-a-service platform for two separate mission areas. The first is the Project Brown Heron effort that has the Palantir Gotham platform configured to automatically ingest data from across the Department of the Air Force (DAF) that continually push personnel, equipment, planning, health, and other readiness data sources into their common data foundation. This readiness information is a critical component to DAF-wide COVID-19 analysis and decision making. The second is to provide mission-critical space situational awareness and command and control capabilities to operational users at the National Space Defense Center and the Combined Space Operations Center. Work will be performed in Palo Alto, California, and is expected to be completed Nov. 30, 2021. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $12,857,144; and fiscal 2021 research, development, test and evaluation funds in the amount of $4,000,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-21-C-0010).

Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for professional technical services. This contract provides for systems test and evaluation; information and technology research, development, and assessment; simulation, modeling, operations and analysis; mission-related research and development. Work will be performed in Laurel, Maryland, and is expected to be completed by May 4, 2026. This award is the result of a sole-source acquisition. Fiscal 2021 research, development, test and evaluation funds in the amount of $2,157,517 are being obligated at the time of award on the first task order (FA8735-21-F-0003). Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts, is the contracting activity for (FA8735-21-D-0003).

Akima Support Operations LLC, Herndon, Virginia, has been awarded a $14,961,234 option for civil engineer services. The contractor will provide non‐personal services for continued operational support and civil engineer services to include engineering, environmental, operations, maintenance and emergency management. Work will be performed at MacDill Air Force Base, Florida, and is expected to be completed April 30, 2022. Fiscal 2021 operation and maintenance funds in the full amount are being obligated at the time of award. The 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity (FA4814‐17‐C‐0002).

ARMY

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $959,104,178 firm-fixed-price contract for production of common infrared countermeasures. 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 29, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0028).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, was awarded a $663,728,183 modification (P00062) to contract W31P4Q-18-C-0130 for Hellfire II missile production. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2024. Fiscal 2020 missile procurement, Army funds; and fiscal 2019, 2020 and 2021 other procurement, Army funds in the amount of $663,728,183 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The Lane Construction Corp., Cheshire, Connecticut, was awarded a $218,844,500 firm-fixed-price contract to raise levees. 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 April 30, 2026. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-21-C-1027).

M.A. Mortenson Co., Minneapolis, Minnesota, was awarded a $63,845,130 firm-fixed-price contract to construct a secure operations administration facility. Bids were solicited via the internet with two received. Work will be performed in Charlottesville, Virginia, with an estimated completion date of June 24, 2024. Fiscal 2020 military construction, Army funds in the amount of $63,845,130 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-21-C-2024).

The Boeing Co., Mesa, Arizona, was awarded a $60,722,039 modification (P00078) to contract W58RGZ-16-C-0023 for remanufactured and new-build aircraft. Work will be performed in Mesa, Arizona, with an estimated completion date of Jan. 24, 2024. Fiscal 2021 aircraft procurement, Army funds in the amount of $60,722,039 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $56,500,000 modification (P00002) to contract W31P4Q-21-F-0147 for anti-spoofing module GPS application-specific integrated circuit chips. Work will be performed in Grand Prairie, Texas, with an estimated completion date of April 29, 2027. Fiscal 2021 other procurement, Army funds in the amount of $56,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

J Kokolakis Contracting Inc., Tarpon Springs, Florida, was awarded a $44,612,000 firm-fixed-price contract to replace the existing gun tube heat treat furnace at Watervliet Arsenal, New York. 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 May 31, 2023. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-21-C-0006).

Global Gases Group FZE, Dubai, United Arab Emirates, was awarded a $34,569,899 firm-fixed-price contract for bulk gaseous helium, high-pressure cylinder assembly, containers and container repair. 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 May 2, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-21-D-5004).

Aecom Technical Services Inc., Los Angeles, California (W91278-21-D-0048); HDR Engineering Inc., Colorado Springs, Colorado (W91278-21-D-0049); and WSP USA Solutions Inc., Washington, D.C. (W91278-21-D-0050), will compete for each order of the $9,999,999 firm-fixed-price contract for architect and engineering 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 April 29, 2026. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

DEFENSE HEALTH AGENCY

Wisconsin Physicians Service Insurance Corp., Madison, Wisconsin, has been awarded a firm-fixed-price contract (HT9402-21-C-0005) for TRICARE Medicare Eligible Program (TMEP) services. Total estimated value of the contract, including the base, six one-year option periods, and the potential six-month extension is $383,248,709. The contract was solicited with no set-asides under HT9402-19-R-0003. The purpose of the TMEP contract is to provide claims processing and associated customer support services for claims submitted by, and on behalf of, the Military Health System (MHS) beneficiaries who are eligible for both Medicare and TRICARE benefits for services received in the U.S., Puerto Rico, Guam, the U.S. Virgin Islands, America Samoa and the Northern Mariana Islands. . Performance of this contract will be accomplished at the contractor's and its teammate's facilities. The contract base (transition-in) period of performance is May 1, 2021, through April 30, 2022. There are six one-year option periods continuing through April 30, 2028, and the potential for a six-month extension pursuant to Federal Acquisition Regulation 52.217-8, Option to Extend Services. The Defense Health Agency, Aurora, Colorado, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

National Industries for the Blind, Alexandria, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract (HQ0034-21-D-0011) with a maximum amount of $111,000,000 to provide support for contract closeout activities. Services provided shall encompass non-inherently governmental functions in support of closeout, and post-award administrative services in support of contract completion and closeout. These services include auto-closeout actions, digital imaging of contracts and acquisition related documentation, and document destruction. The work will be performed in Fayetteville, North Carolina; Kansas City, Missouri; New View, Oklahoma; Philadelphia, Pennsylvania; Quantico, Virginia; Richmond, Virginia; and San Antonio, Texas. No funds will be obligated at the award of the contract. The work is expected to be completed on April 29, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

Manson Construction Co., Seattle, Washington, is awarded a $101,430,000 firm-fixed-price task order (N6247321F4668) under previously-awarded multiple-award construction contract N62473-21-D-1406 for the replacement of Pier 6 at Naval Base San Diego, California. The task order contains three unexercised options which, if exercised, would increase the cumulative task order value to $105,650,000. Work will be performed in San Diego, California, and is expected to be completed by September 2023. Fiscal 2021 military construction (Navy) funds in the amount of $55,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is being awarded a $99,756,120 firm-fixed-price modification P00009 under a previously awarded performance-based logistics requirements contract (N00383-17-D-BG01) for the logistics and repair support of 17 F414 engine components for the F/A-18 aircraft. The original contract included a three-year base period and a one one-year optional period. Adding this four-month option will bring the total contract value to $1,096,361,312. Work will be performed in Lynn, Massachusetts (99%); and Jacksonville, Florida (1%). Work is expected to be completed by August 2021. Fiscal 2021 working capital funds (Navy) in the full amount of $99,756,120 will be issued for delivery order N00383-21-F-0BG2 that will be awarded concurrently with the modification. Funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

TNT Constructors JV, Bremerton, Washington, is awarded a $58,566,450 firm-fixed-price task order (N6247821F4087) under previously awarded multiple-award construction contract N62478-20-D-4015 for wharf improvements at Joint Base Pearl Harbor-Hickam, Hawaii. Work will be performed in Honolulu, Hawaii, and is expected to be completed by August 2023. Fiscal 2021 military construction (Navy) funds in the amount of $58,566,450 will be obligated at time of award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command Hawaii, Pearl Harbor, Hawaii, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $57,364,337 modification to a previously awarded cost-plus-incentive-fee contract (N0001919C0010). This modification adds scope to provide for the integration, testing and initial certification of the Norwegian Joint Strike Missile on the F-35A aircraft. Additionally, this modification provides early software development efforts to implement universal armament interface revision-five architecture in support of the United Kingdom's Select Precision Effects At-Range Capability Three on the F-35B aircraft. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2024. Non-U.S. Department of Defense participant funds in the amount of $57,364,337 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.

Dignitas Technologies,* Orlando, Florida, is awarded a $49,450,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides curriculum analysis, revision, design, format conversion, new curriculum development, and curriculum update of Level I and Level II instructor-lead training, and Level I and Level II interactive multimedia instruction in support of Surface Navy Training Curriculum Modernization. Work will be performed Orlando, Florida, and is expected to be completed in April 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a woman-owned small business set-aside; 16 offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134021D0015).

General Atomics, San Diego, California, is awarded a $36,426,662 firm-fixed-price modification (P00062) to a previously awarded contract (N0001914C0037). This modification procures 18 Advanced Arresting Gear Water Twister (WT) Mod-II shipsets for the Navy Gerald R. Ford-class aircraft carriers 78, 79, and 80. Additionally, this modification provides for the development of logistics support products and the execution of engineering change proposals related to WT Mod-II as approved by the Aircraft Launch and Recovery Equipment Program Decentralized Change Control Board. Work will be performed in Tupelo, Mississippi (55.8%); San Diego, California (26.1%); Chicago, Illinois (3.6%); Cleveland, Ohio (2.8%); Dayton, Ohio (2.2%); Spring Gove, Illinois (2.1%); Placentia, California (1.3%); Malvern, Pennsylvania (1.3%); Birmingham, Alabama (1%); and various locations within the continental U.S. (3.8%), and is expected to be completed in August 2024. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $14,470,000; fiscal 2021 other procurement (Navy) funds in the amount of $10,696,726; and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,952,732 will be obligated at time of award, $1,952,732 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ACE Engineering Inc.,* Ontario, California, is awarded a maximum-value $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for paving projects located within the Naval Facilities Engineering Systems Command Southeast area of operations. An initial task order is being awarded at $59,631 for repairs to Davis Road at Naval Air Station Pensacola, Florida. Work for this task order is expected to be completed by June 2021. All work on this contract will be performed in Pensacola, Florida (50%); Milton, Florida (20%); naval operational support centers and naval outlying landing fields located in Florida and Alabama (20%); and Panama City, Florida (10%), and is expected to be completed by April 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $59,631 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 beta.sam.gov website, with two proposals received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-21-D-0028).

General Dynamics Mission Systems, Fairfax, Virginia, is awarded an $18,925,861 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-6407 for the procurement of Navy software development and system engineering services. Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2027. No funding will be obligated at the time of award. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $17,108,907 modification (P00035) to a previously awarded, cost-plus-fixed-fee, firm-fixed-price contract (N6134017C0014). This modification procures aircrew Delta Software System Configuration Number 4 tactical baseline updates, integration, associated technical data and proposal preparation for the in-plant E-2D Hawkeye Tactics, Flight, and Distributed Readiness Trainer System Integration Lab trainers. Work will be performed in Sterling, Virginia (80%); and Norfolk, Virginia (20%), and is expected to be completed in November 2021. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $13,929,932; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $3,178,975 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Pacific Shipyards International LLC,* Honolulu, Hawaii, was awarded a $16,097,526 cost-plus-award-fee contract for the accomplishment of post shakedown availability (PSA) for USS Daniel Inouye (DDG 118), with options for the accomplishment of PSAs for USS Carl M. Levin (DDG 120) and Frank E. Petersen (DDG 121). This contract includes options, which if exercised, would bring the cumulative value of this contract to $49,674,440. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by April 2022. If all options are exercised, work will continue through April 2023. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $11,506,688 (71%); and fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $4,590,838 (29%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured as a total small business set-aside via the beta.sam.gov website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-2310). (Awarded April 29, 2021)

Raytheon BBN Technologies Corp., Arlington, Virginia, is awarded a $15,773,090 18-month modification to exercise Option One to a previously awarded cost-plus-fixed-fee contract (N66001-20-C-4006) to develop systems and conduct testing for a heterogeneous underwater network to include dynamically reconfigurable architectures that leverage advances in undersea communications and autonomous ocean systems and demonstrate utility at sea with advanced prototypes. Work will be performed at contractor facilities in Cambridge, Massachusetts (75%); Arlington, Virginia (10%); La Jolla, California (5%); Portsmouth, Rhode Island (5%); and at potential government test facilities (5%). The period of performance of option one is from May 27, 2021, through Nov. 26, 2022. Fiscal 2021 research, development, test and evaluation (Department of Defense) funds in the amount of $2,317,846 will be obligated at the time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency (DARPA) broad agency announcement solicitation published on the beta.sam.gov and DARPA websites. Seven proposals were received and three were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-4006).

Ocean Ships Inc., Houston, Texas, is awarded a $15,135,203 modification (P00034) for the fixed-price portion of a previously awarded contract (N3220519C3003) to fund the operation and maintenance of expeditionary transfer dock vessels USNS Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). This modification exercises the second of four one-year option periods of this contract. The vessels will continue to support Military Sealift Command world-wide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by May 1, 2024. Working capital funds (Navy) in the amount of $6,302,879 are obligated for fiscal 2021. Working capital funds (Navy) in the amount of $8,832,324 will be obligated for fiscal 2022, before Sept. 30, 2021. The Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3003).

Metro Machine Corp., NASSCO Bremerton, Bremerton, Washington, is awarded a $12,602,743 cost-plus-incentive fee, cost-plus-award fee modification to a previously awarded undefinitized contract action N0002419D4310 N4523A21F0303, to definitize a $32,246,173 delivery order for aircraft carrier ship repair. Work will be performed in Bremerton, Washington, and is expected to be completed by November 2021. Fiscal 2021 other procurement (Navy) funds in the amount of $12,602,743 will be obligated at time of award and will not expire at the end of the current fiscal year. The base contract award for this delivery order was competitively procured via the FedBizOpps.gov website with three offers received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility /Northwest Regional Maintenance Center, Bremerton, Washington, is the contracting activity.

Avian LLC,* Lexington Park, Maryland, is awarded a $10,963,853 modification (P00089) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N0042117C0049). This modification exercises an option to provide full life cycle program testing and evaluation support to include design, execution, analysis, evaluation, and reporting of tests and experiments of aircraft, unmanned air systems, weapons, and weapons systems in support of the Systems Test and Experimentation Management Division, Services Integrated System Evaluation Experimentation and Test Department. Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2022. Fiscal 2021 research, development, test and evaluation (Navy) in the amount of $3,007,804; fiscal 2021 aircraft procurement (Navy) funds in the amount of $1,266,893; fiscal 2021 operation and maintenance (Navy) funds in the amount of $474,256; fiscal 2021 weapons procurement (Navy) funds in the amount of $182,211; fiscal 2020 other procurement (Navy) funds in the amount of $231,326; fiscal 2020 research, development, test and evaluation (Navy) in the amount of $166,605; fiscal 2019 aircraft procurement (Navy) funds in the amount of $41,358; and Foreign Military Sales funds in the amount of $199,574 will be obligated at time of award, $682,219 of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

ImSAR LLC,* Springville, Utah, is awarded a $7,635,961 modification (P00001) to a cost-plus-fixed-fee, firm-fixed-price order (N6833520F0625) against a previously issued basic ordering agreement (N6833518G0015). This modification exercises options to provide research, development, procurement, and sustainment of the ground surveillance radar product designated AN/DPY-2(v)1 and (v)2 Split Aces payload system in support of the RQ-21A Blackjack Unmanned Aerial System software. This modification continues efforts in support of system and simulation training capabilities improvements for system operators under small business innovation research topic AF112-144 titled, 'Advanced Radar Concepts for Small (Tier I/II) Remotely Piloted Aircraft'. Work will be performed in Springville, Utah (95%); and Patuxent River, Maryland (5%), and is expected to be completed in September 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,442,631; and fiscal 2021 operation and maintenance (Navy) funds in the amount of $193,330 will be obligated at time of award, $193,330 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Huntington Ingalls Inc., Newport News Shipbuilding, Newport News, Virginia, is awarded a $7,530,161 cost-plus-fixed-fee modification to previously-awarded contract N00024-13-C-2112 for continued storage of EX-USS Enterprise (EX-CVN 65) at Huntington Ingalls Inc., Newport News Shipbuilding. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2021. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $7,530,161 will be obligated at time of award and will expire at the end of the current fiscal year. The Supervisor of Shipbuilding-Newport News, Newport News, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

NuVasive Inc., San Diego, California, has been awarded a maximum $27,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for spinal orthopedic procedural packages. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is California, with an April 29, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0025).

CORRECTION: The contract announced on Feb. 26, 2021, for Arch Chemicals Inc., Alpharetta, Georgia (SPE601-21-D-1513), for $26,973,139, was announced with an incorrect dollar amount and an incorrect award date. The correct dollar amount is $36,565,820, and the correct award date is April 28, 2021.

* Small business