INSIDE THE

NEWS + ADVICE

DoD Contracts: Lockheed Martin, Systems Planning & Analysis, Hexagon US Federal, General Dynamics Electric Boat, Week of 7-15-24 to 7-19-24

Posted by Ashley Jones

7/15

U.S. TRANSPORTATION COMMAND

Alaska Marine Lines Inc., Seattle, Washington (HTC71124DW001); American President Lines LLC, Arlington, Virginia (HTC71124DW002); American Roll-On Roll-Off Carrier LLC, Ponte Vedra Beach, Florida (HTC71124DW003); Crowley Government Services Inc., Jacksonville, Florida (HTC71124DW004); Farrell Lines Inc., Norfolk, Virginia (HTC71124DW005); Federated Maritime LLC, Boca Raton, Florida (HTC71124DW006); Foss International Inc., Seattle, Washington (HTC71124DW007); Hapag-Lloyd USA LLC, Atlanta, Georgia (HTC71124DW008); Liberty Global Logistics LLC, Lake Success, New York (HTC71124DW009); Maersk Line Limited, Norfolk, Virginia (HTC71124DW010); Matson Navigation Co. Inc., Oakland, California (HTC71124DW011); National Shipping of America LLC, San Francisco, California (HTC71124DW012); Northcliffe Ocean Shipping & Trading Co. Inc., St. Simons Island, Georgia (HTC71124DW013); Pasha Hawaii Holdings LLC, Honolulu, Hawaii (HTC71124DW014); Patriot Contract Services LLC, Concord, California (HTC71124DW015); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW016); Sealift Inc. of Delaware, Oyster Bay, New York (HTC71124DW017); SeaTac Marine Services LLC, Seattle, Washington (HTC71124DW018); Superior Maritime Services Inc., Weston, Florida (HTC71124DW019); Tote Maritime Alaska LLC, Tacoma, Washington (HTC71124DW020); Tote Maritime Puerto Rico LLC, Jacksonville, Florida (HTC71124DW021); Trailer Bridge Inc., Jacksonville, Florida (HTC71124DW022); US Ocean LLC, New Orleans, Louisiana (HTC71124DW023); Waterman Transport Inc., Mobile, Alabama (HTC71124DW024); and Young Brothers LTD, Honolulu, Hawaii (HTC71124DW025), have been awarded an indefinite-delivery/indefinite-quantity, fixed-price contract with economic-price-adjustment, with an estimated cumulative face value of $750,000,000. This contract is to obtain commercial port operations and related transportation services in locations outside the continental U.S. The contract provides international ocean transportation and intermodal, time definite, port-to-port and door-to-door transportation service using ocean common, or contract carriers offering regularly scheduled commercial service, including shipment of both containerized and breakbulk cargo. The period of performance is from Sept. 1, 2024, to Aug. 31, 2025. Fiscal 2024-2029 working capital funds (Transportation) will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

Crowley Government Services Inc., Jacksonville, Florida (HTC71117DR003), is awarded a contract modification (P00023) with a face value of $ 239,500,000 for continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada under the Defense Freight Transportation Services program to the Defense Logistics Agency, Defense Contract Management Agency, and Fleet Logistics Center Norfolk. This brings the cumulative value of the contract to an estimated $2,225,320,199. This is an indefinite-delivery/indefinite-quantity, fixed-priced contract with economic-price-adjustment. The period of performance is from Aug. 1, 2024, to Jan. 31, 2024. Fiscal 2024 and 2025 Department of Defense agencies funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

UPDATE: ABX Air Inc., Wilmington, Ohio (HTC71124DCC24), has been added as the 23rd awardee in a multiple award, indefinite-delivery/indefinite-quantity, fixed-price contract with an estimated combined value of $873,000,000. This contract provides air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary. Performance of services shall take place within the continental U.S., Alaska, Hawaii, Puerto Rico, U.S. Virgin Islands, Mexico, or Canada, as specified in the individual solicitation or delivery order. The base period of performance is from July 15, 2024, to Sept. 30, 2028. Fiscal 2024-2028 working Capital Funds (Transportation) will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Q-Techn LLC, Beavercreek Township, Ohio, was awarded an indefinite-delivery/indefinite-quantity contract in the total maximum dollar value of $81,300,000 for the Air Force National Capital Region (AFNCR) system engineering and technical assistance support. This contract provides for sustainment of infrastructure communications systems and equipment located within the AFNCR. Work will be performed at Joint Base Andrews, Maryland; and Joint Base Anacostia-Bolling, Washington, D.C., and is expected to be completed by Feb. 21, 2030. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $3,000,000 are being obligated at time of award. The Air Force District of Washington Enterprise Support Division, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-D-0008).

Bismark Construction Corp., Newark, New Jersey, was awarded a $40,397,627 fixed-price contract with a base year plus four, one-year options for maintenance and repair services. This contract provides for all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials, and perform all work necessary to construct and repair, asbestos abatement removal, lead and lead-based paint abatement and removal, masonry, electrical, painting, and carpet laying at Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Feb. 14, 2030. This contract was a competitive acquisition, and two offers were received. No funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity (FA4484-24-D-0010).

Raytheon Co., Tucson, Arizona, was awarded a $14,455,937 indefinite-delivery/indefinite-quantity contract for the Advanced Medium Range Air-to-Air Missile (AMRAAM) development lab management and maintenance program. This contract provides for the development branch of the Air Intercept Missile-120 AMRAAM that will manage the design, development, integration, and testing of hardware and software improvements to the AMRAAM. Work will be performed at Tucson, Arizona, and is expected to be completed by Feb. 28, 2026. This contract was a sole source acquisition. Fiscal 2024 missile procurement funds in the amount of $981,300 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8675-21-D-0030).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $70,057,935 cost-plus-fixed-fee modification (P00003) to an order (N0001922F0001) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to provide a redesign of the synchronous dynamic random-access memory for the Technical Refresh Three integrated core processor and panoramic cockpit display in support of the F-35 aircraft diminishing manufacturing sources and material shortages for the Navy, Air Force, Marine Corps, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2029. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $28,705,755; fiscal 2024 aircraft procurement (Navy) funds in the amount of $28,705,756; and non-U.S. DOD participant funds in the amount of $12,646,424, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Electric Boat Corp., Groton, Connecticut, is awarded a cost-plus-fixed-fee $45,803,073 contract (N00030-24-C-6028) for engineering and technical support services for weapon systems and subsystems for the ballistic missile submarine and guided missile submarine for the U.S. and the United Kingdom. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Groton, Connecticut (60%); Kings Bay, Georgia (15%); Bremerton, Washington (15%); Quonset Point, Rhode Island (5%); and Cape Canaveral, Florida (5%). Work is expected to be completed on April 30, 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $4,469,277; fiscal 2024 other procurement (Navy) funds in the amount of $390,984; and United Kingdom funding in the amount of $2,113,844, will be obligated on this award. Funds in the amount of $4,469,277 will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S. Code 3204(a)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Ultra Electronics Advanced Tactical Systems Inc., Austin, Texas, is awarded a $39,072,000 firm-fixed price and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the sustainment and upgrade of the Common Aviation Command and Control System Virtual Air Defense System Integrator. The program is managed within the portfolio of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Austin, Texas, and is expected to be completed by July 29, 2029. The ordering period of the contract will be for five years and will begin on July 30, 2024. No funding will be obligated on the. Funds will be obligated on individual delivery and task orders as they are issued. The first delivery order will be obligated immediately following contract award for $3,076,896, with fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $1,992,682; and fiscal 2024 research, development, test and evaluation (Marine Corps) funds in the amount of $1,084,214. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-24-D-0029).

ARMY

Gannett Fleming Inc.,* Camp Hill, Pennsylvania (W912P5-24-D-0002); HDR Engineering Inc., Lexington, Kentucky (W912P5-24-D-0003); Research Triangle Institute, doing business as RTI International LLC, Durham, North Carolina (W912P5-24-D-0004); Stantec Consulting Services Inc., Denver, Colorado (W912P5-24-D-0005); and WSP USA Environment & Infrastructure Inc., Blue Bell, Pennsylvania (W912P5-24-D-0006), will compete for each order of the $25,000,000 firm-fixed-price contract for architect/engineer services. 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 July 10, 2029. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $9,931,174 modification (P00004) to contract W56HZV-23-C-0078 for M88A2 Heavy Equipment Recovery Combat Utility Lift and Evacuation System vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Feb. 28, 2026. Fiscal 2023 weapons and tracked combat vehicle procurement, Army funds in the amount of $9,931,174 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Rolls-Royce Solutions America Inc., Novi, Michigan, was awarded a $7,925,722 modification (P00009) to contract W56HZV-21-C-0087 for power packs for armored personnel carriers. Work will be performed in Novi, Michigan, with an estimated completion date of Dec. 31, 2026. Fiscal 2024 Foreign Military Sales funds in the amount of $7,925,722 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. (Awarded July 11, 2024)

WASHINGTON HEADQUARTERS SERVICES

The Trustees of the Stevens Institute of Technology, Hoboken, New Jersey, is awarded a cost-plus-fixed-fee modification (P00002) valued at $7,900,000 on a task order (HQ003423F0237) off an indefinite-delivery/indefinite-quantity (HQ003419D0003) contract. Fiscal 2024-2025 research, development, test and evaluation funds in the amount of $2,300,000; and fiscal 2024 Defense Acquisition Workforce Development Fund funds in the amount of $4,985,000, are being obligated at the time of award. The cumulative total of the task order is $32,399,997. The total if all options are exercised is $7,900,000. This modification to the task order will continue to refine and finalize research for the Defense Civilian Training Corps program development, piloting and instrumentation. This program is to establish a pilot, develop curricula, assess the Department of Defense civilian workforce needs, and create approaches for student engagement. This research was congressionally mandated under the Fiscal 2023 National Defense Authorization Act, Section 833, Modification to Defense Civilian Training Corps. The work will be performed in Hoboken, New Jersey; Greensboro, North Carolina; Lafayette, Indiana; Tucson, Arizona; and Blacksburg, Virginia. The estimated completion date is July 31, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

7/16

NAVY

Laurel Technologies Partnership, doing business as DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a maximum $417,221,175 fixed-price-incentive-fee, cost-plus-incentive-fee, cost-plus-fixed-fee, and cost reimbursable, indefinite-delivery/indefinite-quantity contract for development, integration, and production of hardware solutions. This contract combines purchases for the Navy (85.6%); the Foreign Military Sales program (8%); and the Royal Australian Navy (6.4%). Work will be performed in Johnstown, Pennsylvania (82%); Burnsville, Minnesota (17%); and Largo, Florida (1%), and has an ordering period through July 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $250,000 (100%) will be obligated at time of issuing the first task order, shortly after contract award. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Undersea Warfare Center Division, Keyport, Washington, is the contracting activity (N00253-24-D-5001).

Alpha Marine Services LLC, Cut Off, Louisiana, is awarded a $15,411,030 firm-fixed-price, with reimbursable elements, contract (N3220524C4114) for time charter of one Jones Act-compliant U.S. flag vessel to support general purpose ocean towing, salvage, and rescue operations in coastal and deep ocean areas, including navy unique deep submergence rescue operations. This contract includes a 12-month base period with two one-year option periods which, if exercised, would bring the cumulative value of this contract to $47,634,325. The contract will be performed in Virginia Beach, Virginia, with expectation of additional worldwide possibilities, and it is expected to be completed, if all options are exercised, by July 2027. Fiscal 2024 working capital funds (Navy) in the amount of $15,411,030 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4114).

Everett Ship Repair LLC, Everett, Washington, is awarded a $10,473,626 firm-fixed-price contract for the maintenance, repair and preservation of Bangor Caisson One Spare. Work will be performed in Everett, Washington, and is expected to be completed by January 2025. Fiscal 2024 operation and maintenance (Navy) funding in the amount of $10,473,626 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured, solicited via System Award Management website with two offers received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility Bremerton, Washington, is the contracting activity (N4523A-24-C-1060).

ARMY

M1 Support Services LP, Denton, Texas, was awarded a $26,904,287 modification (P00173) to contract W9124G-17-C-0104 for aviation maintenance. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Jan. 15, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $26,904,287 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a $19,037,475 firm-fixed-price contract for New York and New Jersey harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Hudson, New Jersey, with an estimated completion date of Oct. 31, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $19,037,475 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0018).

Manson Construction Co., Seattle, Washington, was awarded a $9,285,000 firm-fixed-price contract for Coos Bay maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Coos Bay, Oregon, with an estimated completion date of Oct. 31, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $9,285,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-24-C-0011).

DEFENSE LOGISTICS AGENCY

Greenberg Fruit Co.,* Omaha, Nebraska, has been awarded a maximum $49,089,300 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. The ordering period end date is July 15, 2028. Using customers are Nebraska schools and reservations. Type of appropriation is fiscal 2024 through 2028 working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-S773).

UPDATE: Henry Schein Inc., Melville, New York (SPE2DE-24-D-0026, $234,300,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021.

AIR FORCE

Capella Space Corp., San Francisco, California, was awarded a $14,993,358 firm-fixed-price contract to provide Synthetic Aperture RADAR satellite system capabilities and integrate them into Air Force Research Laboratory’s Global Unification Environment. Work will be performed at Kirkland Air Force Base, New Mexico, and is expected to be completed by Dec. 1, 2026. This acquisition is the result of a competitive selection for a Small Business Innovation Research Sequential Phase II Strategic Funding Increase contract award. Fiscal 2024 research and development funds in the amount of $9,998,448 are being obligated at time of award. The Air Force Research Lab, Kirkland AFB, New Mexico, is the contracting activity (FA945324CX020).

Hamilton Sundstrand (a business unit of Collins Aerospace), Windsor Locks, Connecticut, was awarded an $8,092,906 cost-plus-fixed-fee contract for an enhanced power and cooling system. This contract provides for the maturation of cooling capacity technologies. Work will be performed at Windsor Locks, Connecticut, and is expected to be completed by Jan. 15, 2026. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research, development, test and evaluation funds in the amount of $8,092,906 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2391-24-CB045).

*Small business

7/17

NAVY

Charles Stark Draper Laboratories Inc., Cambridge, Massachusetts, is awarded a $111,015,771 fixed-price-incentive-fee and cost-plus-incentive-fee modification (P00003) under contract N0003023C6008 to exercise optional line items for design analysis, testing, procurement, and manufacturing of Interferometric fiber optic gyros repairs and associated material. This modification also benefits a foreign military sale to the United Kingdom. Work will be performed in Cambridge, Massachusetts (15%); Pittsfield, Massachusetts (65%); East Aurora, New York (10%); and Clearwater, Florida (10%). Work is expected to be completed Feb. 28, 2029. These options will be incrementally funded. Fiscal 2024 weapons procurement, Navy funds in the amount of $108,320,771 will be obligated upon award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $38,205,098 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-4307) to exercise options for continued Nuclear Regional Maintenance Department support at Naval Submarine Base, New London, Connecticut. Work will be performed in Groton, Connecticut, and is expected to be completed by August 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $15,000,000 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Bath Iron Works, Bath, Maine (N00024-22-C-2318); and Huntington Ingalls Inc. (HII), Ingalls Shipbuilding, Pascagoula, Mississippi (N00024-22-C-2319); are each awarded a cost-plus-award-fee modification to previously awarded contracts to exercise options for the accomplishment of shipbuilder engineering and design analysis and products in support of the Guided Missile Destroyer (DDG(X)). The specific modification award amounts for these requirements are considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. Work will be performed in Bath, Maine (99%); and Washington, D.C. (1%), and is expected to be completed by July 2025. HII Ingalls work will be performed in Pascagoula, Mississippi (84%); Avondale, Louisiana (12%); and Newport News, Virginia (4%), and is expected to be completed by July 2025. If all options are exercised, work will continue through July 2028 for each contract. Fiscal 2024 research, development, test and evaluation funds will be obligated at time of award for each contract and will not expire at the end of the current fiscal year. These contracts were not competitively procured and were awarded without a full and open competition per 10 U.S. Code 2304(c)(3), Industrial Mobilization; Engineering, Development, or Research Capability; or Expert Services. Naval Sea Systems Command Headquarters, Washington, D.C., is the contracting activity.

ARMY

Vertex Modernization and Sustainment LLC, a V2X company, Indianapolis, Indiana, was awarded a $48,576,000 firm-fixed-price contract for Gateway Mission Routers. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 14, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0067).

Teledyne Flir Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $32,233,988 firm-fixed-price contract for to support the Robot Logistics Support Center. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0009).

R&R Janitorial, Painting & Building Services Inc., Washington, D.C., was awarded a $28,750,000 firm-fixed-price contract for custodial services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56ZTN-24-D-0008).

Hypori Inc.,* Reston, Virginia, was awarded a $16,220,000 firm-fixed-price contract for help desk support services. Bids were solicited via the internet with one received. Work will be performed in Reston, Virginia, with an estimated completion date of July 18, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $16,220,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-C-0028).

JE McAmis, Chico, California, was awarded a $9,295,000 firm-fixed-price contract for dredging. Bids were solicited via the internet with four received. Work will be performed in Unalaska, Alaska, with an estimated completion date of Sept. 30, 2025. Fiscal 2024 civil construction funds in the amount of $9,295,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0015).

Weston Solutions Inc., Albuquerque, New Mexico, was awarded a $7,768,031 modification (P00016) to contract W912DY-20-F-0475 for recurring maintenance and minor repair services for petroleum facilities. Work will be performed in Cape Canaveral, Florida; Jacksonville, Florida; Patrick Space Force Base, Florida; Brunswick, Georgia; Marietta, Georgia; Moody Air Force Base, Georgia; Robins Air Force Base, Georgia; Savannah, Georgia; Warner Robins, Georgia; Charlotte, Georgia; New London, North Carolina; Seymour Johnson AFB, North Carolina; Charleston, North Carolina; Charleston, North Carolina; Charleston, North Carolina; Eastover, North Carolina; and Shaw AFB, North Carolina, with an estimated completion date of Aug. 13, 2024. Fiscal 2024 revolving funds in the amount of $7,768,031 were obligated at the time of the award. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Justin J. Reeves LLC, Houma, Louisiana, was awarded a $7,624,289 firm-fixed-price contract for levee construction. Bids were solicited via the internet with 10 received. Work will be performed in Houma, Louisiana, with an estimated completion date of April 8, 2026. Fiscal 2024 Mississippi River and Tributaries funds in the amount of $7,624,289 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0017).

DEFENSE LOGISTICS AGENCY

(RC2) Pharma Connect LLC,* West Milford, New Jersey, has been awarded an estimated $20,487,645 fixed-price, indefinite-delivery/indefinite-quantity contract for Monomethyl Hydrazine supplies. This was a competitive acquisition with two responses received. Other contracts are expected to be awarded under this solicitation (SPE601-24-R-0304). This is a three-year contract with no option periods. The performance completion date is July 16, 2027. Using military service is Air Force. Type of appropriations is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Joint Base San Antonio, Texas (SPE601-24-D-1515).

UPDATE: Draeger Inc., Telford, Pennsylvania (SPE2D1-24-D-0009, $450,000,000), has been added as an awardee to the multiple award contract for patient monitoring system components and accessories for the Defense Logistics Agency Troop Support Patient Monitoring and Capital Equipment Program, issued against solicitation SPE2D1-17-R-0001 and awarded Dec. 14, 2018.

*Small business

7/18

U.S. SPECIAL OPERATIONS COMMAND

Ultimate Ammunition LLC, Las Vegas, Nevada; Canadian Commercial Corp., Ottawa, Canada; Blane International Group Inc., Cumming, Georgia; and Olin Winchester LLC, Oxford, Mississippi, is being awarded a multiple award, indefinite-delivery/indefinite-quantity contract (H9240323R00020001) with a maximum total ceiling of $750,000,000 and a separate $2,500 minimum ordering guarantee to each awardee to procure numerous types of ammunition for all U.S. Special Operations Command (USSOCOM) components. Fiscal 2024 procurement funds in the amount of $10,000 are being obligated at time of award on the first delivery orders. Operations and maintenance funds may also be used for this indefinite-delivery/indefinite-quantity to fund future delivery orders. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

MCP Computer Products Inc.,*** San Marcos, California, is being awarded a delivery order (H9241524F0079) to a contract (47QTCA19D00ML) for Dell laptops and associated equipment with a delivery of 60 days after the date of the order. This is a firm fixed price order from blanket purchase agreement 47QTCA22A000C with a value of $12,557,863 in support of U.S. Special Operations Command (USSOCOM). Fiscal 2024 operations and maintenance funds are being obligated at time of award. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity. (Awarded July 17, 2024)

NAVY

Textron Systems Corp., New Orleans, Louisiana, is awarded a $312,389,283 cost reimbursable, not-to-exceed modification to a previously awarded contract (N00024-23-C-2452) for the procurement of material and recurring and non-recurring activities for up to nine future ship to shore connector landing craft air cushion (100 class) craft. Work will be performed in New Orleans, Louisiana (35%); Camden, New Jersey (21%); Gloucester, United Kingdom (13%); Harahan, Louisiana (8%); Huntington Beach, California (8%); Cincinnati, Ohio (6%); Portsmouth, Virginia (3%); Riverdale, Iowa (2%); Gold Beach, Oregon, (2%); and Jupiter, Florida (2%), and is expected to be completed by October 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $163,538,958 (69%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $43,990,734 (18%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $30,554,948 (13%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Lane Construction Corp., Chantilly, Virginia, is awarded a $207,849,000 firm-fixed-price contract for repair to taxiway pavements at Naval Air Station Oceana. The base price and all options will be awarded in the amount of $207,849,000. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by January 2028. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $207,849,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the www.sam.gov website with two proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-C-0021).

Nixon & Nixon Inc.,* San Antonio, Texas (N4523A24D1301); SEW Inc.,* Washington, D.C. (N4523A24D1302); Madison Hospitality,* Leesburg, Virginia (N4523A24D1303); Stress Free Corporate Housing,* Weston, Florida (N4523A24D1304); and Lima Charlie Inc.,* Riverbank, California (N4523A24D1305), are awarded a combined $44,000,000 firm-fixed-price contract for long term lodging services in San Diego, California. Each awardee will be awarded $1,000 (minimum contract guarantee) at contract award. Work will be performed in San Diego, California, and is expected to be completed by July 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $8,716,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with 25 offers received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility Contracting Department, Bremerton, Washington, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a not-to-exceed $30,833,156 cost-plus-fixed-fee, level of effort, undefinitized contract to provide systems engineering, data configuration, quality management, cybersecurity, and site stand up support, as well as assessment of the current government equipment to determine what is adequate, needs repaired, upgraded, and/or replaced in support of Phase I of the Principal Enterprise Reprogramming Lab redesign for F-35 Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (98%); Baltimore, Maryland (1%); and Amherst, New York (1%), and is expected be completed in February 2026. FMS funds in the amount of $8,136,915 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(4). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0027).

L3Harris Technologies Communication Systems–West, Salt Lake City, Utah, is awarded a $12,100,926 cost-plus-fixed-fee and firm-fixed-price modification to a previously awarded contract (N00024-23-C-5206) to exercise options to develop, test, manufacture, deliver, manage, and support the AN/SRQ-4 radio terminal set common data link, Hawklink, on surface combatants. Work will be performed in Salt Lake City, Utah, and is expected to be completed by April 2025. Foreign Military Sales (Spain) case funding in the amount of $10,775,415 (87%); and fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $1,644,580 (13%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Systems Planning & Analysis Inc., Alexandria, Virginia, is awarded an $11,996,620 firm-fixed-price order to previously awarded contract (N00024-23-C-2103) for procurement of an Industrial Base study. Work will be performed in Alexandria, Virginia and is expected to be completed by July 2025. Foreign partner funds in the amount of $11,996,620 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured and is a sole-source award pursuant to 10 U.S. Code 3204(a)(1) and (4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

R&I Construction,* Aiea, Hawaii (W912CN-24-D-0020); North Star Government Services,* San Diego, California (W912CN-24-D-0021); NC JV LLC,* Honolulu, Hawaii (W912CN-24-D-0022); Mashima Electric,* Kapolei, Hawaii (W912CN-24-D-0023); Landan Construction,* Kapolei, Hawaii (W912CN-24-D-0024); EPC Service Inc.,* Aiea, Hawaii (W912CN-24-D-0025); D&D Construction,* Waipuhu, Hawaii (W912CN-24-D-0026); Auli’i Construction Inc.,* Kaneohe, Hawaii (W912CN-24-D-0027); Amethyst Builders LLC,* Ewa Beach, Hawaii (W912CN-24-D-0028); and 2A LLC,* Aberdeen, Maryland (W912CN-24-D-0029), will compete for each order of the $137,500,000 firm-fixed-price contract for repair, maintenance, minor construction, demolition, and other work. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2029. 411th Contracting Support Brigade, Schofield Barracks, Hawaii, is the contracting activity.

Walsh Federal LLC, Chicago, Illinois, was awarded an $83,267,000 firm-fixed-price contract for an aviation complex. Bids were solicited via the internet with four received. Work will be performed in Fort Riley, Kansas, with an estimated completion date of July 21, 2026. Fiscal 2024 military construction, Army funds in the amount of $83,267,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-4007).

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $9,500,000 modification (P00016) to contract W912DY-21-F-0025 for maintenance and minor repair. Work will be performed in Anchorage, Alaska; Delta Junction, Alaska; Fairbanks, Alaska; King Salmon, Alaska; Amchitka, Alaska; Ewa Beach, Hawaii; Hilo, Hawaii; Kaneohe, Hawaii; Kekaha, Hawaii; Pearl Harbor, Hawaii; Wahiawa, Hawaii; Waimea, Hawaii; Waianae, Hawaii; and Peachtree Corners, Georgia, with an estimated completion date of Jan. 31, 2025. Fiscal 2024 revolving funds in the amount of $9,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Elbit Systems of America, Roanoke, Virginia, was awarded an $8,409,488 firm-fixed-price contract to test, inspect and repair monocular assemblies. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 18, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-24-D-0006).

AIR FORCE

The Boeing Co., Layton, Utah, has been awarded a $34,096,141 modification (P00247) to previously awarded contract FA8214-15-C-0001 for Flight Test Telemetry Termination development. Work will be performed at Layton, Utah, and is expected to be completed by Dec. 31, 2025. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.

Lockheed Martin Rotary & Mission Systems, Moorestown, New Jersey, has been awarded a $25,246,096 hybrid, firm-fixed-price and cost-plus-incentive-fee contract for the Space Fence operations, maintenance, and support. This contract provides for Space Fence mission system operation and maintenance requirements, contracted services including logistics, communications, environmental, civil engineering, occupational health, security, and knowledge operations support requirements, as well as support of system upgrades and modifications. Work will be performed on the Kwajalein Island, Republic of the Marshall Islands, and is expected to be complete by May 3, 2027. This award is the result of a sole source acquisition. Fiscal 2024 operations and maintenance funding in the amount of $7,957,922.00 are being obligated at the time of award. Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity (FA2518-24-C-0002).

Manta Group LLC, Purcellville, Virginia, has been awarded a $21,510,973 firm-fixed-price contract for Pacific Air Forces (PACAF) exercise planner. This contract provides for personnel, expertise in exercise planning support, budget analyst support, administrator support, supervision, and services necessary to support Headquarters PACAF exercise planning requirements. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii; and Osan Air Base, Republic of Korea, and is expected to be completed by Aug. 14, 2029. This contract was a competitive acquisition, and 13 offers were received. Fiscal 2024 operations and maintenance funds in the amount of $3,761,899 are being obligated at time of award. The 766th Enterprise Sourcing Squadron, Joint Base Pearl Harbor-Hickam, Honolulu, Hawaii, is the contracting activity (FA521524F0030).

Paragon Micro Inc., Lake Zurich, Illinois, was awarded a $8,499,300 firm-fixed-price contract action for Cyber Ops Network Tech Refresh. This contract provides for end-of-life network data center equipment including servers, switches, cables, thin clients, and software licenses that will be used across the developmental network, standalone network, and operational flight program developmental environment networks. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Oct. 15, 2024. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 working capital funds in the amount of $8,499,300 are being obligated at the time of award. Air Force Materiel Command, Hill AFB, Utah, is the contracting activity (FA8224-24-F-B004).

DEFENSE LOGISTICS AGENCY

Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $13,429,125 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular lightweight load-carrying equipment 4000 rucksacks. This is a three-year contract with no option periods. The ordering period end date is July 17, 2027. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B020).

UPDATE: The Akana Group, Houston, Texas (SPE8EC-24-D-0039, $248,000,000), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022.

WASHINGTON HEADQUARTERS SERVICES

CORRECTION: The $460,000,000 contract (HQ003424D0022) announced on July 9, 2024, for The Pennsylvania State University, State College, Pennsylvania, to utilize Pennsylvania State University Applied Research Laboratory as a University Affiliated Research Center to address high-interest problems affecting national security and to provide analytical assessments and solution recommendations to assist senior Department of Defense leaders in making informed decisions was actually awarded on July 18, 2024.

*Small business
**Mandatory source
*** Woman-Owned Small Business

7/19

NAVY

Northrop Grumman Systems Corp. Aerospace Systems, Melbourne, Florida, is awarded a $1,456,019,386 modification (P00086) to a previously awarded fixed-priced-incentive-fee, cost-plus-fixed-fee, cost contract (N0001918C1037). This modification procures nine E-2D Advanced Hawkeye aircraft (four for the Navy and five for Japan), to include over and above support. Work will be performed in Saint Augustine, Florida (25.3%); Liverpool, New York (17.4%); Melbourne, Florida (7.6%); Indianapolis, Indiana (5.5%); Menlo Park, California (3.8%); Rolling Meadows, Illinois (3.6%); El Segundo, California (2.6%); Aire-sur-l’Adour, France (2.6%); Woodland Hills, California (2.0%); Edgewood, New York (1.7%); Greenlawn, New York (1.3%) Torrance, California (1.3%); Owego, New York (1.3%); Windsor Locks, Connecticut (1.0%); and various locations within the continental U.S. (23%), and is expected to be completed in March 2029. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $369,025,770; Fiscal 2023 aircraft procurement (Navy) funds in the amount of $320,350,102; and Foreign Military Sales customer funds in the amount of $766,643,514, will be obligated at the time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Klavon Tidewater JV,* Pittsburgh, Pennsylvania, is awarded a not-to-exceed $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations (AO). The work to be performed provides for professional planning and engineering services. Work will be performed at various locations within the NAVFAC Southeast AO and is expected to be completed by July 2029. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on sam.gov, with eight offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-D-0024).

American Rheinmetall Munition Inc., Stafford, Virginia, is awarded a $24,772,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of M1110 40MM Low Velocity Day/Night practice cartridges. Work will be performed in Camden, Arkansas, and is expected to be completed in July 2029. Fiscal 2023 procurement of ammunition (Marine Corps) funds in the amount of $3,061,565 will be obligated on the first delivery order following contract award and will expire end of Fiscal 2025. Fiscal 2024 procurement of ammunition (Marine Corps) funds in the amount of $9,290,984 will be obligated on the first delivery order following contract award and will expire end of Fiscal 2026. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-D-5203).

Hexagon US Federal Inc., Huntsville, Alabama, is awarded a $17,736,272 firm-fixed-price modification (P00008) to previously awarded firm-fixed-price contract (M67854-23-C-4902) for sustainment of the Consolidated Emergency Response System (CERS) to provide hardware, software, and services to sustain and maintain CERS at Marine Corps installations. The total cumulative face value of this contract is $34,732,868. The contract modification is to exercise option year one, second-six-month period for the sustainment of the existing CERS. Work will be performed at Iwakuni, Japan (8.8%); Cherry Point, North Carolina (7.6%); Quantico, Virginia (7.6%); Camp Butler, Okinawa, Japan (7.6%); Beaufort, South Carolina (7.6%); Parris Island, South Carolina (7.6%); Albany, Georgia (7.6%); Camp Pendleton, California (7.6%); Barstow, California (7.6%); Twentynine Palms, California (7.6%); Miramar, Florida (7.6%); Camp Lejeune, North Carolina (7.6%); and Yuma, Arizona (7.6%), with an expected completion date of March 31, 2027. Fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $4,251,020 are obligated at time of award. Contract funds in the amount of $4,251,020 will expire at the end of the current fiscal year. This procurement is a sole source award to a large business in accordance with Federal Acquisition Regulation 6.302-1, authorized or required by statue. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

AIR FORCE

United Launch Services LLC, Centennial, Colorado, has been awarded a $1,100,298,036 modification (P00015) to a previously awarded contract (FA8811-20-D-0001) for National Security Space (NSS) Launch Phase Two launch service procurements for NSS launch services from fiscal 2020 through fiscal 2024, for launches planned between fiscal 2022 through fiscal 2027. The modification brings the total estimated face value of the contract to $4,500,000,000 from $3,399,701,964. Work will be performed at Centennial, Colorado; Cape Canaveral Space Force Station, Florida; and Vandenberg Space Force Base, California, and is expected to be completed by March 31, 2028. The Contracting Division, Assured Access to Space, Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Space Exploration Technologies Corp., Hawthorne, California, has been awarded a $661,025,403 modification (P00018) to a previously awarded contract (FA8811-20-D-0002) for National Security Space (NSS) Launch Phase Two launch service procurements for NSS launch services from fiscal 2020 through fiscal 2024, for launches planned between fiscal 2022 through fiscal 2027. The modification brings the total estimated face value of the contract to $4,000,000,000 from $3,338,974,597. Work will be performed Hawthorne, California; Cape Canaveral Space Force Station, Florida; and Vandenberg Space Force Base, California, and is expected to be completed by March 31, 2028. The Contracting Division, Assured Access to Space, Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

Assured Information Security Inc.,* Rome, New York, has been awarded a $54,713,653 indefinite-delivery/indefinite-quantity task order (FA8750-24-F-B002) for the effort titled “Stalwart”. Task Order Three provides for antifragility workstation for resiliency Small Business Innovation Research (SBIR) Phase III, which will extend anti-fragility techniques developed in previous phases and apply experience, tools, and techniques to improve emergent and operational cyber capabilities developed by the Air Force and partnering combatant commands. Work will be performed at Rome, New York, and is expected to be complete by July 19, 2029. Fiscal 2024 research, development, test and evaluation funds in the amount of $25,000; and fiscal 2024 operations and maintenance funds in the amount of $16,908, are being obligated at time of award. The total face value of Task Order Three will be $37,259,050 ($54,713,653 including unexercised options). This award is the result of a competitive acquisition under SBIR Phase I award, subsequent SBIR Phase II award, and subsequent SBIR Phase III award. Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-21-D-0001).

Contract Award ICR Inc. Aurora, Colorado, has been awarded a $31,307,935 cost-plus-fixed-fee completion contract with technical reports, software, and hardware. This contract provides for the design, development and delivery of low-cost sensors, analytical applications, mission integrated capabilities and affordable, impactful mission solutions. These technologies are critical to providing decision advantage U.S. forces and the intelligence community. Work will be performed at Aurora, Colorado, and is expected to be complete by July 18, 2028. Fiscal 2024 research and development funds in the amount of $569,559 are being obligated at the time of award. This award is the result of a competitive acquisition, offers were solicited electronically via an open Broad Agency Announcement and two offers were received. Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-24-C-B077).

AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $9,030,960 contract delivery order on contract FA8534-20-D-0003. This delivery order acquisition is for the production of 4,520 463L legacy cargo pallets. These pallets will provide the warfighter with the ability to effectively transport air cargo on specific compatible aircrafts. Work will be performed at Cadillac, Michigan, and is expected to be completed by Sept. 18, 2024. This award is the result of a sole source acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-24-F-0065).

Consolidated Enterprises Inc., Anchorage, Alaska, has been awarded an $8,500,220 firm-fixed-price order for project FSXB 23-2300, which involves the repair and replacement of the roof of Supply Warehouse B4251. Work will be performed on Joint Base Elmendorf-Richardson, Anchorage, Alaska, and is expected to be complete in October 2025. The order was awarded through a competitive acquisition process that utilized the existing multi-award roofing repair, replacement, and maintenance contract. Proposals were solicited via email to all Region Six Contractors. Three proposals were received in response to the solicitation. Fiscal 2024 operation and maintenance funds in the amount of $8,500,220 are being obligated at time of award. The 673d Contracting Squadron, JBER, Alaska, is the contracting activity (FA500024F0076).

ARMY

Cummins Inc., Columbus, Indiana, was awarded a $410,870,198 modification (P00001) to contract W56HZV-23-D-0048 to procure diesel engines. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 29, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

SERCO Inc., Herndon, Virginia, was awarded a $323,067,968 firm-fixed-price contract for facility repairs and upgrades. Bids were solicited via the internet with one received. Work will be performed in Greenland, with an estimated completion date of Sept. 30, 2028. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $323,067,968 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0022).

Department of Rehabilitation Services, Oklahoma City, Oklahoma, was awarded a $136,253,514 firm-fixed-price contract for food and dining facility attendant 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 July 19, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-D-0008).

Aptim Federal Services LLC, Baton Rouge, Louisiana, was awarded a $14,510,467 modification (P00009) to contract W912DY-22-F-0271 for regular and recurring maintenance. Work will be performed in Nagasaki, Japan; Camp Zama, Japan; Oogami, Japan; Camp Butler, Japan; Okinawa, Japan; Amori, Japan; Yamaguchi, Japan; Kanagawa, Japan; and Uruma, Japan, with an estimated completion date of Jan. 31, 2026. Fiscal 2024 revolving funds in the amount of $14,510,467 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hamilton Medical Inc., Reno, Nevada, has been awarded a maximum $86,535,044 modification (P00016) exercising the five-year option period of a five-year base contract (SPE2D1-19-D-0021) with one five-year option period for patient monitoring and capital equipment. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is July 21, 2029. Using customers are Army, Navy, Air Force, Marines Corps and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

U.S. SPECIAL OPERATIONS COMMAND

Progressive Expert Consulting Inc., Syracuse, New York, is being awarded a contract (H9241524C0009) for the Special Operations Forces Teletraining System with a period of performance of one year after the date of the contract. This is a firm-fixed-price, cost award with a value of $27,369,797 in support the U.S. Special Operations Command (USSOCOM) for one 12-month base year plus four 12-month option years. Fiscal 2024 operations and maintenance funds in the amount of $4,895,552 are being obligated at time of award. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

*Small business
This entry was posted on Tuesday, July 23, 2024 12:50 pm

Leave a Reply

Your email address will not be published. Required fields are marked *

Notify me of updates to this conversation