INSIDE THE

NEWS + ADVICE

DoD Contracts: Qinetiq, Jacobs Technology, CACI, AFS, Booz Allen Hamilton, Week of 7-29-24 to 8-2-24

Posted by Ashley Jones

7/29

ARMY

EA-Baker Partners JV, Hunt Valley, Maryland, was awarded a $249,000,000 firm-fixed-price contract for architect-engineer services. 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 July 25, 2029. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-D-0019).

Massman Construction Co., Overland Park, Kansas, was awarded a $40,000,000 firm-fixed-price contract for construction services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 28, 2029. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0010).

Hatalom Corp.,* Orlando, Florida, was awarded a $38,922,716 firm-fixed-price contract for training and operational services. Bids were solicited via the internet with 15 received. Work will be performed in Orlando, Florida, with an estimated completion date of March 28, 2029. Fiscal 2023 operation and maintenance, Army funds in the amount of $4,475,478 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0029).

Peter Vander Werff Construction Inc.,* El Cajon, California, was awarded a $9,036,000 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with three received. Work will be performed at Peterson Space Force Base, Colorado, with an estimated completion date of July 14, 2026. Fiscal 2022 military construction, Air Force Reserve funds and fiscal 2024 operation and maintenance, Air Force Reserve funds in the amount of $9,036,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-F-0206).

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $120,265,023, firm-fixed-price modification (P00001) to a previously awarded contract (N0001924C0009). This modification adds scope to procure additional long-lead time materials to support 21 full rate production, Lot Nine, CH-53K King Stallion aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in March 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $120,265,023 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.

Oshkosh Defense LLC, Oshkosh, Wisconsin, is awarded a $39,473,753 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multiple engineering change proposal (ECP) kits to support the Marine Corps medium and heavy tactical vehicles (MHTV). The contract provides for the procurement of Government approved multiple ECP kits, parts, and hardware components for the medium and heavy fleet of vehicles. MHTV’s fleet of vehicles include Medium Tactical Vehicle Replacement Family of Vehicles (FoV), Logistics Vehicle System Replacement FoV, and P19-Replacement vehicle including Automatic Fire Extinguisher System. These ECP kits, parts, and hardware components are required to support recurring installations that enhance the survivability and capability for the vehicles. Work will be performed in Wisconsin, with an expected completion date of July 2029. The maximum dollar value including all ordering years is $39,473,753. No funds will be obligated at time of award. Funds will be obligated on individual delivery orders as they are issued. Fiscal 2022, 2023, and 2024 procurement (Marine Corps) funds in the amount of $2,100,000 are being obligated at the delivery order level. Contract funds in the amount of $1,600,000 will expire at the end of the current fiscal year and $500,000 will not expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to Federal Acquisition Regulation 6.302-1(a)(2)(iii). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-D-0082).

Acciona CMS Philippines LLC, Maumee, Ohio, is awarded a $32,967,075 firm-fixed-price contract for construction at Basa Air Base. The work to be performed provides for construction of a parking apron, shoulders, and taxiway. Work will be performed in the Republic of the Philippines and is expected to be completed by July 2026. Fiscal 2021 military construction (MILCON) (Air Force) funds in the amount of $3,564,336; and fiscal 2024 MILCON (Air Force) funds in the amount of $29,402,739, 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 sam.gov website, with five proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1304).

The Boeing Co., St. Louis, Missouri, is awarded a $12,617,552 firm-fixed-price order (N6134024F0097) against a previously issued basic ordering agreement (N6134019G0002). This order procures long lead components for the operational flight trainer (OFT), weapons tactics trainer, and part task trainer, to include the OFT systems integration kit, aircraft common operating equipment, classroom requirements, and spares in support of the P-8A Poseidon Training Suite for the government of Germany. Work will be performed in St. Louis, Missouri and is expected to be completed in August 2027. Foreign Military Sales customer funds in the amount of $12,617,552 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

The University of Hawaii System – Honolulu Community College, Honolulu, Hawaii, is awarded a $9,950,952 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to act as the accredited educational institution and provide the formalized training and degree program required for apprentices participating in the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility Apprentice Program. This contract will have a five year ordering period. Fiscal 2024 operations and maintenance (Navy) funds in the total amount of $583,104 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by July 2029. This contract was competitively procured via the System for Award Management website, with one offer received. Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility, Pearl Harbor, Hawaii is the contracting activity (N32253-24-D-0002).

Seaward Services Inc., New Albany, Indiana (N3220524C4128P00001), is awarded a $7,514,330 modification under a previously awarded firm-fixed-price contract (N3220524C4128) for the operation and maintenance of USNS Guam High Speed Transport (HST-1). Work will be performed outside of the U.S. and outlying areas in support of the III Marine Expeditionary Force, and is expected to be completed by Dec. 31, 2025. This contract includes a six-month base period, three two-month option periods, and a six-month option under Federal Acquisition Regulation (FAR) 52.217-8, which, if exercised, would bring the cumulative value of this contract to $11,840,369. Working capital funds (Navy) in the amount $3,918,256 are currently obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was not competitively procured. The contract was prepared under the authority of 41 U.S. Code 3304(a)(1) as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The United States Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

AIR FORCE

Starrag USA, Hebron, Kentucky; Gage Machine Tool Inc., Lenexa, Kansas; Chaparral Machinery, Grand Prairie, Texas; Machine Tool Specialists, Tulsa, Oklahoma; Tuckahoe Trading Inc., Doylestown, Pennsylvania; and Additive Innovators, New Iberia, Louisiana, have been awarded a firm-fixed-price, blanket purchase agreement (BPA) with a $99,000,000 ceiling for the Computer Numerical Control (CNC) equipment and Flexible Manufacturing System. This contract provides for purchasing approximately two flexible manufacturing systems (incrementally) and approximately 17 pieces of CNC equipment to support the manufacturing, maintenance, repair, and overhaul of aerospace structural components and turbine engine related parts for the C-17, F-16, E-3, B-52, B-1B, KC-135, and KC-46. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by July 28, 2030. This contract had nine sole source contract line-item numbers for the original equipment manufacturer, Starrag, and 42 competitive acquisitions for all other BPA holders and seven offers were received. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8132-24-A-0002).

Cherokee Nation Strategic Programs LLC, Tulsa, Oklahoma, was awarded an estimated $49,111,861 firm-fixed-price task order under the General Services Administration One Acquisition Solution for Integrated Services Governmentwide Acquisition Contract for Training Intelligence Plans and Exercise Support Cyber Readiness Operations Weapons & Tactics Network Defensive Operations II (TRIPLECROWN II). Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by July 14, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,247,298 are being obligated at the time of award. The Acquisition Management and Integration Center, Detachment 2, JBSA-Lackland, Texas, is the contracting activity (FA8773-24-F-0110).

Booz Allen Hamilton, McLean, Virginia, has been awarded a $14,465,153, in-scope, add-work modification (P00012) to previously awarded contract FA8650-23-C-1054 for continued research and development. The modification brings the total cumulative face value of the contract from $14,705,256 to $29,170,409. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Feb. 18, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $2,770,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

UPDATE: The Dec. 5, 2023, task order originally awarded to EMESEC Inc., Reston, Virginia, for $83,088,429, is now awarded to Centuria Corp., Reston, Virginia. Centuria Corp. was awarded an estimated $83,184,747 firm-fixed-price task order under the General Services Administration Veterans Technology Services 2 Governmentwide Acquisition Contract (47QTCH-18-D-0008) for defensive cyber realization, integration, and operational support II services. Work will be performed at Joint Base San Antonio-Lackland, Texas, and Scott Air Force Base, Illinois, and is expected to be completed by July 8, 2029. This contract was a competitive acquisition, and 10 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,136,630 are being obligated at the time of award. The Acquisition Management and Integration Center, Detachment, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8773-24-F-0095).

*Small business

7/30

AIR FORCE

Gauss Management Research and Engineering Inc., Ogden, Utah (FA8003-24-D-0015); Luna Labs USA LLC, Charlottesville, Virginia (FA8003-24-D-0016); TransTecs Corp., Wichita, Kansas (FA8003-24-D-0017); Frontier Technology Inc., Beavercreek, Ohio (FA8003-24-D-0018); SelectTech Services Corp., Dayton, Ohio (FA8003-24-D-0019); Boston Engineering Corp., Waltham, Massachusetts (FA8003-24-D-0020); SynapseMX Inc., Newnan, Georgia (FA8003-24-D-0021); Redshred LLC, Catonsville, Maryland (FA8003-24-D-0022); Expansia Group LLC, Nashua, New Hampshire (FA8003-24-D-0023); Design Interactive Inc., Orlando, Florida (FA8003-24-D-0024); Aging Aircraft Consulting, Warner Robins, Georgia (FA8003-24-D-0025); The University of Dayton Research Institute, Dayton, Ohio (FA8003-24-D-0026); Kennon Products Inc., Sheridan, Wyoming (FA8003-24-D-0027); Brighton Technologies LLC, Cincinnati, Ohio (FA8003-24-D-0028); Raytheon Co., Sterling, Virginia (FA8003-24-D-0029); D’Angelo Technologies LLC, Beavercreek, Ohio (FA8003-24-D-0030); Essentium Inc., Pflugerville, Texas (FA8003-24-D-0031); Kaiva Field LLC, Ivins, Utah (FA8003-24-D-0032); Authentise Inc., Philadelphia, Pennsylvania (FA8003-24-D-0033); MEC Energy Services LLC, New Town, North Dakota, (FA8003-24-D-0034); Ripple Two LLC, Charleston, South Carolina, (FA8003-24-D-0035); Phillips Corp., Hanover, Maryland (FA8003-24-D-0036); Lockheed Martin Corp., Fort Worth, Texas (FA8003-24-D-0037); Crow King Studios LLC, Baton Rouge, Louisiana(FA8003-24-D-0038); C5Mi Insight LLC, Neptune Beach, Florida (FA8003-24- D-0039); Aviation Resources and Consulting Services LLC, Cookeville, Tennessee (FA8003-24-D[1]0040); Gamma Alloys Inc., Santa Clarita, California (FA8003-24-D-0041); Modern Technology Solutions Inc., Alexandria, Virginia (FA8003-24-D-0042); Shift5 Inc., Arlington, Virginia (FA8003-24- D-0043); Electric Power Systems Inc., North Logan, Utah (FA8003-24-D-0044); Trac9 LLC, Huntsville, Alabama (FA8003-24-D-0045); Dynepic Inc., Reno, Nevada (FA8003-24-D-0046); CarahSoft Technology Corp., Reston, Virginia (FA8003-24-D-0047); Mercer Engineering Research Center, Warner Robins, Georgia (FA8003-24-D-0048); KUOG Corp., Huntsville, Alabama (FA8003-24- D-0049); Engineering and Software System Solutions Inc., Midwest City, Oklahoma (FA8003-24-D[1]0050); Bunker Supply Co. LLC, Goleta, California (FA8003-24-D-0051); Spee3d Inc., Wilmington, Delaware (FA8003-24-D-0052); Stone Solutions and Research Collective LLC, Phoenix, Arizona (FA8003-24-D-0053); Taqtile Inc., Seattle, Washington (FA8003-24-D-0054); Game Plan Tech LLC, Great Falls, Virginia (FA8003-24-D-0055); National Center for Defense Manufacturing and Machining, Johnstown, Pennsylvania (FA8003-24-D-0056); Solutions Through Innovative Technologies Inc., Fairborn, Ohio (FA8003-24-D-0057); RedHorse Corp., Arlington, Virginia (FA8003-24-D-0058); South Dakota School of Mines and Technology, Rapid City, South Dakota (FA8003-24-D-0059); Vana Solutions LLC, Beavercreek, Ohio (FA8003-24-D-0060); Easy Aerial Inc., Brooklyn, New York (FA8003-24-D-0061); Sparkcognition Government Systems Inc., Austin, Texas (FA8003-24-D-0062); Pvilion Inc., Brooklyn, New York (FA8003-24-D-0063); Northrop Grumman Systems Corp., McLean, Virginia (FA8003-24-D-0064); CourtAvenue LLC, San Diego, California (FA8003-24-D-0065); ARCTOS Technology Solutions LLC, Beavercreek, Ohio (FA8003-24-D-0066); 540.co LLC, Arlington, Virginia (FA8003-24-D-0067); Renaissance Services Inc., Beavercreek, Ohio (FA8003-24-D-0068); RJ Lee Group Inc., Monroeville, Pennsylvania (FA8003-24-D-0069); Quidient LLC, Easton, Maryland (FA8003-24-D-0070); VS Merlot LLC, Ruston, Louisiana (FA8003-24-D-0071); Wichita State University, Wichita, Kansas (FA8003-24-D-0072); Southwest Research Institute, San Antonio, Texas (FA8003-24-D-0073); Virtualitics Inc., Pasadena, California (FA8003-24-D-0074); IBC Materials & Technologies LLC, Lebanon, Indiana (FA8003-24-D-0075); BetaFLIX Inc., Ruston, Louisiana (FA8003- 24-D-0076); MELD Manufacturing Corp., Christiansburg, Virginia (FA8003-24-D-0077); 3D Systems Inc., Rock Hill, South Carolina (FA8003-24-D-0078); MetroStar Systems LLC, Reston, Virginia (FA8003-24-D-0079); JSToogood LLC, Southlake, Texas (FA8003-24-D-0080); and JuliaHub Inc., Cambridge, Massachusetts (FA8003-24-D-0081), have been awarded a combined, not-to-exceed $975,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Air Force Rapid Sustainment Office. This contract enables the Air Force to optimize the operational readiness and lifecycle sustainment costs of its fielded weapon systems by rapidly identifying, integrating, prototyping, testing, qualifying, demonstrating, and scaling emerging technology applications in advanced manufacturing, automation and robotics, advanced composites, corrosion prevention and control, artificial intelligence and machine learning, and several other high-impact technical focus areas spanning the aircraft logistics and sustainment enterprise. Work will be performed worldwide and is expected to be completed by July 29, 2033. These awards are the result of a competitive acquisition initiated under Request for Proposal FA8003-24-R-0002 and 68 offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $67,000 ($1,000 per awardee) are being obligated at time of award. The 771st Enterprise Sourcing Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $49,999,999 ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for F-16 System Program Office Foreign Military Sales support. This contract provides for the repair and return of F-16 radar (AN/APG-68 version 9) components for 11 foreign military sales countries. Work will be performed at Linthicum Heights, Maryland, and is expected to be completed by July 30, 2030. This contract involves foreign military sales to Chile, Iraq, Egypt, Greece, Morocco, Pakistan, Türkiye, Indonesia, Oman, Thailand, and Poland. This contract was a sole source acquisition. Indonesia Foreign Military Sales funds authorized by Letter of Offer and Acceptance Case ID-D-QAX in the amount of $278,400 are being obligated at the time of award. The Air Force Lifecycle Management Center, F-16 Foreign Military Sales Contracting, Hill Air Force Base, Utah, is the contracting activity (FA8232-24-D-0002).

C. Martin Co. Inc., North Las Vegas, Nevada, was awarded a $13,849,630 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for civil engineering facility and equipment support services. This contract provides for all personnel, tools, supervision, and other items and services to perform civil engineering support of government equipment and facilities for multiple customers located at Wright-Patterson Air Force Base, Ohio, to include the 88th Air Base Wing, 711th Human Performance Wing, the Air Force Petroleum Lab, the Air Force Research Labs, and the National Air and Space Intelligence Center. Work will be performed at Wright Patterson AFB, Ohio, and is expected to be completed by Jan. 31, 2026. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-24-D-0010).

L-3 Communication Integrated Systems L.P., Greenville, Texas, was awarded a $10,371,583 cost-plus-fixed-fee and firm-fixed-price contract action for the procurement of engineering, procurement, and fabrication and subsequent modification effort of one Gulfstream GV-SP (G550) aircraft. Work will be performed at Greenville, Texas, and is expected be completed by Nov. 30, 2026. This contract involves 100% Foreign Military Sales. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $10,371,583 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-23-F-4868).

ChemTrack Alaska Inc., Anchorage, Alaska (FA5000-24-D-0005); Alaska Abatement Corp., Anchorage, Alaska (FA5000-24-D-0006); Central Environmental Inc., Anchorage, Alaska (FA5000-24-D-0007); Far North Services LLC., Wasilla, Alaska (FA5000-24-D-0008); and Satori Group Inc., Anchorage, Alaska (FA5000-24-D-0009), were awarded a $9,999,999 ceiling indefinite-delivery/indefinite-quantity contract for hazardous material abatement construction contract on Joint Base Elmendorf-Richardson, Alaska. These contracts provide for hazardous material sampling, testing, abatement, and remediation requirements needs for facilities on JBER. Work will be performed at JBER and is expected to be completed by to July 30, 2029. This contract is the result of a competitive small business set-aside, and five offers were received. Fiscal 2024 operation and maintenance funds in the amount of $27,000 are being obligated at the time of award. The 673rd Contracting Squadron, JBER, Alaska, is the contracting activity.

CACI Inc.-FEDERAL, Chantilly, Virginia, has been awarded a $9,529,158 modification (P00010) to previously awarded contract FA8821-24-B-0001 for the Satellite Control Network. The modification brings the total cumulative face value of the contract to $336,103,036. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by June 21, 2026. Fiscal 2022 and 2024 procurement funding in the amount of $9,529,158 is being obligated at the time of award. The Space Systems Command, Peterson Space Force Base, Colorado is the contracting activity.

PDO-HGC JV LLC, Milwaukee, Wisconsin, was awarded a $9,518,318 firm-fixed-price contract for construction services to demolish the contingency dormitory Building 3117 at Eielson Air Force Base, Alaska. This contract provides for a thorough investigation to identify and assess the extent of the hazardous materials and other wastes at the facility and handling of material during demolition along with utility connection terminations. Work will be performed at Eielson Air Force Base, Alaska, and is expected to be completed by February 10, 2026. This award contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $9,518,318 are being obligated at the time of award. The 354th Contracting Squadron, Eielson Air Force Base, Alaska, is the contracting activity (FA5004-24-C-0006).

DEFENSE LOGISTICS AGENCY

SRI International, Menlo Park, California, has been awarded a maximum $125,641,325 long term, indefinite-delivery, hybrid cost-plus-fixed-fee and firm-fixed-price, requirements type contract for generalized emulation of microcircuits production program. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one six-month option period. Location of performance is New Jersey, with a July 31, 2029, performance completion date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2029 operation and maintenance and defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-24-D-0030).

AM General LLC, South Bend, Indiana, has been awarded a maximum $41,563,407 firm-fixed-price, requirements contract for diesel engines with containers. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is July 29, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0056).

SOPAKCO Inc.,* Mullins, South Carolina (SPE3S1-24-D-Z105, $20,115,000); and Wornick, doing business as Baxter’s North America, Blue Ash, Ohio (SPE3S1-24-D-Z104, $19,358,400), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE3S1-24-R0007 for tailored operational training meals. This was a competitive acquisition with three responses received. These are five-year contracts with no option periods. The ordering period end date is July 27, 2029. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Design Partners, Inc., Honolulu, Hawaii, is awarded $80,000,000 for firm-fixed price indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N62478-19-D-5029). This modification provides for design and engineering services for architectural projects within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations. Work will be performed in Hawaii (95%); and other South Pacific Islands (5%). Work is expected to be completed in August 2024. This award brings the total cumulative face value of the contract to $130,000,000. No task orders are being issued at this time. No funds will be obligated at time of award. Task orders will be primarily funded by operation and maintenance, Navy, and military construction funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity.

KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $59,070,550 cost-plus-fix-fee, level-of-effort, indefinite-delivery/indefinite-quantity contract. This contract provides engineering services for procurement specification development, technical contract administration, quality assurance, data link in-service engineering, installation engineering, fleet support, intermediate and depot-level repairs, equipment reproductions and overhauls, design engineering and implementation services for data link stimulators/simulators, and specialized test equipment for troubleshooting, repair, and performance/quality evaluation of data links in support of the Light Airborne Multipurpose System MK III and similar data links for the Navy and other government projects. Work will be performed in St. Inigoes, Maryland (95%); and Patuxent River, Maryland (5%), and is expected to be completed June 2030. No funds will be obligated at the time of the award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. Naval Air Warfare Center, Patuxent River Maryland, is the contracting activity (N0042124D0024).

General Electric Co., Lynn, Massachusetts, is awarded a $21,022,611 modification (P00011) to a previously awarded, firm-fixed-price, contract (N0001923C0013). This modification adds scope to procure six T408 variation in quantity spare engines and six paper logbooks, as well as provides system engineering and program management support for two engines in support of the CH-53K. Work will be performed in Lynn, Massachusetts (a labor surplus area), and is expected to be completed in July 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $21,022,611 will be obligated at the time if 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.

Phase Sensitive Innovations Inc.,* Newark, Delaware, is awarded an $8,919,150 cost-plus-fixed-fee order (N6833524F0193) against a previously issued basic ordering agreement (N6833522G0039). This order provides for research of methods to reduce the size, weight and power (SWaP) of components, as well as investigation of subsystems to ensure a reliably replicable, ruggedized High Channel Count 1K3 Imager system capable of deployment in an operational environment. Additionally, this order provides for exploration and improvement upon previous system architecture in support of a user-friendly interface for the warfighter. These efforts are in support of building on previously designed systems to reduce the SWaP in a highly innovative, high-reward development effort to build a scalable, field-deployable millimeter wave imaging system for the Navy. This contract is in support of Small Business Innovation Research Phase III topic A18-040 titled “High Channel Count 1K3 Imager”. Work will be performed in Newark, Delaware, and is expected to be completed in July 2028. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $8,919,150 will be obligated at time of award, all of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

ARMY

Global Connections to Employment Inc., Pensacola, Florida, was awarded a $25,000,000 firm-fixed-price contract for custodial services. 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 31, 2029. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-24-D-2008).

Science Applications International Corp., Reston, Virginia, was awarded a $11,825,485 modification (P00003) to contract W911SF-24-F-0009 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2028. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

Dinamec Systems LLC,* Acworth, Georgia, was awarded a $10,950,000 firm-fixed-price contract for manufacturing services. Bids were solicited via the internet with one received. Work will be performed in Texarkana, Texas, with an estimated completion date of July 29, 2026. Fiscal 2024 other procurement, Army funds in the amount of $10,950,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911RQ-24-C-0009).

Transystems Corp., Boston, Massachusetts, was awarded an $8,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of July 29, 2029. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-24-D-0006).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Four Points Technology*, Herndon, Virginia, was awarded an $11,199,000 firm-fixed-price delivery order, excluding unexercised options, for cloud computing services. Work will be performed in Arlington, Virginia, with an expected completion date of July 2025. Fiscal 2023 and 2024 research and development funds in the amount of $2,799,750 are being obligated at the time of award. The solicitation was competed on NASA Solutions for Enterprise-Wide Procurement Group B as a Service-Disabled Veteran Owned Small Business set-aside and received one quote. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001124F0459).

*Small business

7/31

ARMY

Raytheon Missiles and Defense, Andover, Massachusetts, was awarded a $2,089,200,000 fixed-price-incentive contract for low-rate initial production of Lower Tier Air and Missile Defense System. Bids were solicited via the internet with one received. Work will be performed in Andover, Massachusetts, with an estimated completion date of Nov. 30, 2028. Fiscal 2024 Foreign Military Sales (Poland) and research, development, test, and evaluation, Army funds in the amount of $815,875,200 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0024).

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $274,426,742 modification (PZ0186) to contract W56HZV-17-C-0001 for production and delivery of M109A7 Self-Propelled Howitzer and M992A3 Carrier, Ammunition, tracked vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of July 31, 2026. Fiscal 2023 procurement of weapons and tracked combat vehicles, Army funds in the amount of $274,426,742 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $174,470,943 cost-plus-fixed fee contract for retrofit and repair to support Stryker family of vehicles. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0011).

Northrop Grumman Systems Corp., Minneapolis, Minnesota, was awarded a $99,218,332 firm-fixed-price contract for ammunition cannisters and training cannisters. Bids were solicited via the internet with one received. Work will be performed in Minneapolis, Minnesota, with an estimated completion date of Dec. 31, 2026. Fiscal 2024 Foreign Military Sales and procurement of ammunition, Army funds in the amount of $47,040,057 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-C-0041).

Collins Aerospace, Cedar Rapids, Iowa, was awarded a $96,833,769 firm-fixed-price contract for mounted position, navigation and timing system procurement. 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 26, 2026. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-24-F-0033).

Chimes District of Columbia, Baltimore, Maryland, was awarded a $47,638,213 firm-fixed-price contract for custodial services. 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, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56ZTN-24-D-0009).

Crawford Consulting Services Inc.,* East Pittsburgh, Pennsylvania, was awarded a $45,000,000 firm-fixed-price contract for quality assurance 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 30, 2029. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-D-0001).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $36,057,868 cost-plus-fixed-fee contract for Common Avionics Architecture System updates. 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 Aug. 2, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-F-0222).

AICI-Archirodon JV, Mclean, Virginia, was awarded a $31,888,000 firm-fixed-price contract to build facilities overseas. Bids were solicited via the internet with three received. Work will be performed in Dammam, Saudi Arabia, with an estimated completion date of June 22, 2026. Fiscal 2024 Foreign Military Sales funds in the amount of $31,888,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-24-C-0006).

ECA Federal LLC, Fairfax, Virginia, was awarded a $23,999,837 firm-fixed-price contract for a commercial item solution to meet information collection management requirements. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-24-D-0006).

Sealing Technologies LLC, Columbia, Maryland, was awarded a $9,588,231 firm-fixed-price contract for Deployable Defensive Cyber Operations System support. Bids were solicited via the internet with one received. Work will be performed in Fort Eisenhower, Georgia; and Fort Belvoir, Virginia, with an estimated completion date of July 30, 2027. Fiscal 2024 research, development, test, and evaluation, Army funds in the amount of $9,588,231 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-C-0026).

NAVY

C.E.R. Inc.,* Severna Park, Maryland (N40080-24-D-0006); CJW Contractors Inc.,* Herndon, Virginia (N40080-24-D-0007); Edifice Services JV LLC,* Gaithersburg, Maryland (N40080-24-D-0008); ENCON Desbuild JV3 LLC,* Hyattsville, Maryland (N40080-24-D-0009); EVCON-CWC JV LLC,* Washington, D.C. (N40080-24-D-0010); Fastbreak General Contractors LLC,* Hampton, Virginia (N40080-24-D-0011); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40080-24-D-0012); and Ritz Construction,* Frederick, Maryland (N40080-24-D-0013), are awarded a combined $750,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for small general construction projects located primarily in the Naval Facilities Engineering Systems Command (NAVFAC)

Washington area of operations. Each awardee will be awarded $5,000 (minimum guarantee per awardee) at contract award. The maximum dollar value, including the two-year base period and two, three-year option periods for all eight contracts combined, is not-to-exceed $750,000,000. Work will be performed primarily in Washington, D.C., and is expected to be completed by July 2032. Fiscal 2024 defense working capital funds in the amount of $40,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, (Navy), and military construction funding. This contract was competitively procured via the Contract Opportunities (Sam.gov) website with 26 proposals received. These eight contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, Washington, D.C., is the contracting activity.

Lockheed Martin, Moorestown, New Jersey, is awarded a $84,990,855 cost-plus-fixed-fee, firm-fixed-price, and cost-only modification to previously awarded contract N00024-18-C-2300 to exercise options for Littoral Combat Ship class design support and integrated data and product model environment support. Work will be performed in Hampton, Virginia (31%); Washington, D.C. (30%); Marinette, Wisconsin (23%); and Moorestown, New Jersey (16%), and is expected to be completed by August 2025. Fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $4,000,000 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.

Austal USA, Mobile, Alabama, is awarded a $54,997,317 fixed-priced incentive (firm-target) contract modification to previously awarded contract N00024-22-C-2463 to exercise the options for the construction of two landing craft, Utility 1700 class craft. Work will be performed in Mobile, Alabama (60%); Harahan, Louisiana (8%); Shoreline, Washington (5%); Semmes, Alabama (5%); Peoria, Illinois (3%); Houma, Louisiana (3%); Mandeville, Louisiana (3%); Morgan City, Louisiana (1%); Chesapeake, Virginia (1%); Worcester, Massachusetts (1%); and other locations below 1% (collectively totaling 10%), and is expected to be completed by March 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $54,997,317 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.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $47,000,000 cost-plus-incentive-fee order under Basic Ordering Agreement N00024-23-G-5305 to procure two MK 45 Mod 2 to Mod 4 upgrades. Work will be performed in Louisville, Kentucky, and is expected to be completed by March 2028. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $23,500,000 (50%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $23,500,000 (50%), 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 in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington Navy Yard, DC. is the contracting activity (N00024-24-F-5322).

Triumvirate Environmental Inc., Somerville, Massachusetts, is awarded a $43,917,192 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hazardous waste transportation and disposal at Portsmouth Naval Shipyard. The work to be performed provides for, but is not limited to, all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary for hazardous waste transportation and disposal services. The maximum dollar value, including the base period and four option periods, is $43,917,192. Work will be performed in Kittery, Maine, and is expected to be completed by July 2029. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $7,945,397 for recurring and non-recurring work will be obligated on individual task orders issued during the base period. This contract was procured as an unrestricted full and open requirement. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-D-0075).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $26,329,545 modification to previously awarded contract N00024-20-C-5300 for the procurement of three additional MK110 Mod 0 gun mounts, ammunition hoists, and associated hardware. Work will be performed in Karlskoga, Sweden (77%); and Louisville, Kentucky (23%), and is expected to be completed by May 2027. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $17,527,146 (67%); fiscal 2024 other procurement (Navy) funding in the amount of $8,187,130 (31%); and fiscal 2023 other procurement (Navy) funding in the amount of $615,269 (2%), 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.

Brunswick and Topsham Water District, Topsham, Maine, is awarded $18,500,000 for modification to a previous environmental services cooperative agreement (ESCA). This modification provides for the construction of a drinking water treatment system. Work will be performed in Topsham, Maine, and is expected to be completed by September 2028. Fiscal 2024 base realignment and closure funds in the amount of $18,500,000 are obligated on this award.

The ESCA modification was executed directly to Brunswick Topsham Water District under the authority of 10 U.S. Code 2701(d) (Defense Environmental Restoration Program). The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-23-2-0004).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $11,717,322 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2100 to procure additional support for pre-advanced planning for Nimitz (CVN 68) class aircraft carrier defueling and inactivation. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $11,717,322 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.

DEFENSE LOGISTICS AGENCY

New York Embroidery Studio Inc.,** New York, New York, has been awarded a maximum $48,329,544 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats, trousers, and maternity slacks. This was a competitive acquisition with nine responses received. This is a five-year contract with no option periods. The ordering period end date is July 29, 2029. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0061).

Labriute Meals,* Lakewood, New Jersey, has been awarded a maximum $20,539,483 fixed-price, indefinite-delivery/indefinite-quantity contract for meals, religious, ready-to-eat, kosher. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Aug. 8, 2029. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z106).

MP Mine Operations LLC, Mountain Pass, California, has been awarded a maximum $10,951,503 firm-fixed-price contract for magnet grade Neodymium Oxide and Praseodymium Oxide materials. This was a competitive acquisition with one response received. This is a one-year contract with no option periods. The performance completion date is July 31, 2025. Using military services are Army, Navy, Air Force, Marine Corps, and Space Command. Type of appropriation is fiscal 2024 transaction funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP8000-24-C-0007).

Industries of the Blind Inc.,*** Greensboro, North Carolina, has been awarded a maximum $8,137,440 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a two-year base contract with one two-year option period. The ordering period end date is July 30, 2026. Using military service is Army. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B024).

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary & Missions Systems is being awarded a $37,587,781 extension to the indefinite-delivery/indefinite-quantity contract HQ0147-19-D-0002. The total value of this contract is increased $320,362,916, from $282,775,135. No task orders are being issued at this time. The work will continue to be performed in Huntsville, Alabama. This contract was previously competitively awarded to provide the development and sustainment of the Missile Defense Agency’s (MDA) Objective Simulation Framework Modeling and Simulation System. The government is awarding this extension with only one source under the authority of 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1. This extension will ensure continuity of critical work to deliver required capability increments. This modification identifies the Option Two period of performance as April 16, 2025, through April 15, 2026. The extension will allow for the execution of MDA’s Integrated Master Test Plan that includes ground test, flight test, and warfighter training and combatant command exercise events. MDA, Huntsville, Alabama, is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, is being awarded a $19,161,388 modification (P00085) to a previously awarded contract (HQ0147-17-C-0032) for the acquisition of Terminal High Altitude Area Defense (THAAD) Configuration 3.1 Part A Ground Modernization equipment to support the U.S. government. The THAAD Configuration 3.1 Part A, and associated labor and equipment, will be procured under a firm-fixed-price contract line item. The value of this contract is increased from $8,333,902,562 to $8,353,063,950. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of Jan. 1, 2027. Fiscal 2023 and fiscal 2024 U.S. government procurement funds in the amount of $19,161,388 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

AIR FORCE

Meneses & McFadden, CARTOR, Vitor Hugo Carvalho, Lda., Azores, Portugal, was awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the simplified acquisition of base engineering requirements. This contract provides for a broad range of design and/or construction work for maintenance, repair, alteration, minor, and new construction work on various real property facilities. Work will be performed at Lajes Field, Portugal, and is expected to be completed by July 30, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,716 are being obligated at the time of award. The 765th Air Base Squadron, Contracting Flight, Lajes Field, Portugal, is the contracting activity (FA4486-24-D-0001).

XSITE LLC, San Diego, California, was awarded a $23,552,136, cost-plus-fixed-fee contract for operation and sustainment of the Modeling and Simulation Software Analysis Tool. This contract provides for supportability assessments of communications services to combatant command operations plans for the Mobile User Objective System. Work will be performed at and around Peterson Space Force Base, Colorado, and is expected to be completed by June 30, 2029. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $1,682,523 are being obligated at the time of award. Space Systems Command, Peterson SFB, Colorado, is the contracting activity (FA8823-24-C-B001).

Northrop Grumman Systems Corp., Boulder, Colorado, awarded a $9,323,188 contract for Australian Mission Processor 3 (AMP 3) contractor logistics support. This contract provides on-call contractor logistics support for system anomalies, implementation of deficiency report fixes, cybersecurity compliance, integration of capability enhancements, and obsolescence replacement of hardware and software components for AMP 3. Work will be performed at Azusa, California, is expected to be completed by March 31, 2029. This contract involves Foreign Military Sales (FMS)to the Government of Australia. This contract was a sole source acquisition. Government of Australia funds through the FMS Trust Fund in the amount of $9,323,188 are being obligated at the time of award. The Space Systems Command, Space Sensing Contracts, Los Angeles Air Force Base, California (FA8810-24-C-B002).

Leader Communications Inc., Oklahoma City, Oklahoma, has been awarded a task order on the General Services Administration One Acquisition Solution for Integrated Services contract with a ceiling $7,842,487, with a base year, four one-year options, and a six-month option to extend services, for Battle Control Systems-Fixed. This contract provides engineering service support for Battle Control Systems-Fixed augment the 309th Software Engineering Group with on-site Contractor support to work with civilian and military personnel in a team environment on depot software development and maintenance activities. Work will be performed at Hill Air Force Base, Utah, and is expected to be complete by Feb. 8, 2030 (including options). This award is the result of a competitive acquisition with two offers received. Working capital funds in the amount of $1,338,357 are being obligated at time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8222-24-F-B007).

*Small business
**Women-owned small business
***Mandatory source

8/1

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $447,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-24-C-2115 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania, and is expected to be completed by September 2033. Fiscal 2024 National Sea-Based Deterrence Funds in the amount of $447,000,000 will be obligated at time of award and funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

GHD SA JV 1, San Francisco, California, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-disciplinary architect-engineer (A-E) services at Navy Support Facility Diego Garcia. The work to be performed provides for the delivery of various A-E documents related to construction projects involving waterfront, oils and fuels, power plant, and airfield and aviation facilities, and housing. The maximum dollar value, including the 5-year base period and one 3-year option period, is $25,000,000. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by August 2032. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $10,000 (minimum contract guarantee) 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 sam.gov website, with four offers received. Naval Facilities Engineering Systems Command Far East, Yokosuka, Japan, is the contracting activity (N40084-24-D-0064).

The Entwistle Co.,* Hudson, Massachusetts, is being awarded $9,094,593 contract for the repair of trough covers used in the aircraft launch and recovery equipment. This contract will have no option periods, and work will be completed by August 2025. All work will be performed in Danville, Virginia. No funding will be obligated at the time of award. Working capital funds (Navy) will be used at time of delivery, and funds will not expire at the end of the current fiscal year. One firm 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 (N00383-24-C-C236).

Lockheed Martin Corp., Syracuse, New York, is awarded a $7,600,363 firm-fixed-price delivery order (N00024-24-F-6218) under previously awarded indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for production spares of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by August 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $7,600,363 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.

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply Co., San Antonio, Texas, has been awarded a maximum $285,560,967 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JP5 aviation fuel via modification via current contract SPE602-24-D0471. This was a competitive acquisition with six offers received. The period of performance is Aug. 1, 2024, through March 31, 2025, plus a 30-day carryover. Location of performance is Texas, with an April 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-24-R-0710).

Gossner Foods Inc.,** Logan, Utah, has been awarded a maximum $30,526,437 fixed-priced with economic price adjustment, indefinite-delivery/indefinite-quantity contract for ultra-high temperature milk. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is July 31, 2029. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z205).

Petromax Refining Co.,* Houston, Texas, has been awarded a maximum $27,717,267 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JP5 aviation fuel via modification of current contract SPE602-24-D-0467. This was a competitive acquisition with six offers received. The period of performance is Aug. 1, 2024, through March 31, 2025, plus a 30-day carryover. Location of performance is Texas, with an April 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-24-R-0710).

ARMY

AECOM Technical Services Inc., Los Angeles, California (W912DQ-24-D-3010); ARCADIS U.S. Inc., Highlands Ranch, Colorado (W912DQ-24-D-3011); CDM Federal Programs Corporation, Kansas City, Missouri (W912DQ-24-D-3012); HDR-OBG a JV, Kansas City, Missouri (W912DQ-24-D-3013); Jacobs Government Services Co., Arlington, Virginia (W912DQ-24-D-3014); Parsons Government Services Inc., Centreville, Virginia (W912DQ-24-D-3015); Tetra Tech Inc., Kansas City, Missouri (W912DQ-24-D-3016); and WSP USA Solutions Inc., Washington D.C. (W912DQ-24-D-3017), will compete for each order of the $225,000,000 order-dependent contract for environmental architect-engineer support. Bids were solicited via the internet with eleven received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2029. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Dynetics Inc., Huntsville, Alabama, was awarded a $132,557,864 modification (P00019) to contract W9113M2-19-C-060 for hardware assets in support of the Army’s Integrated Air and Missile Defense architecture. Work will be performed in Huntsville, Alabama; Tucson, Arizona; Dallastown, Pennsylvania; and Chanhassen, Minnesota, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 research, development, test, and evaluation, Army funds in the amount of $64,953,353 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Jacobs Technology Inc., Tullahoma, Tennessee, was awarded an $85,000,000 modification (P00009) to contract W912P4-17-D-0001 for removal of radiological contaminated soils at the Shallow Land Disposal Area. Work locations and funding will be determined with each order, with an estimated completion date of April 26, 2028. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity.

Qinetiq Inc., Lorton, Virginia, was awarded a $49,457,500 cost-plus-fixed-fee contract for to modify, enhance, operate, maintain, and deploy a Data Collection Sensor System on vehicles/platforms. 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 31, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-D-0019).

AECOM Technical Services Inc., Arlington, Virginia (W921DY-24-D-0048); Black & Veatch Special Projects Corp., Overland Park, Kansas (W912DY-24-D-0049); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W912DY-24-D-0050); Dynotec-KZF JV LLC,* Columbus, Ohio (W912DY-24-D-0051); The Mason & Hanger Group Inc., Lexington, Kentucky (W912DY-24-D-0052); Michael Baker – Stanley JV, Moon Township, Pennsylvania (W912DY-24-D-0053); and Rogers, Lovelock & Fritz Inc., Orlando, Florida (W912DY-24-D-0054), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineering support. Bids were solicited via the internet with 30 received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2029. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Zodiac-Poettker HBZ JV III LLC,* St. Louis, Missouri, was awarded a $33,815,000 firm-fixed-price contract for design, build and construction services. Bids were solicited via the internet with three received. Work will be performed in Wright-Patterson Air Force Base, Ohio, with an estimated completion date of April 16, 2027. Fiscal 2024 military construction, Defense-wide funds in the amount of $33,815,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0022).

cBEYONData, Arlington, Virginia, was awarded a $29,084,525 time-and-materials Blanket Purchase Agreement for functional operations support. 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 Aug. 4, 2027. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-A-0001).

Bay West LLC, Saint Paul, Minnesota, was awarded a $10,000,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with ten received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-D-1000).

DEFENSE INFORMATION SYSTEMS AGENCY

Viasat Inc., Carlsbad, California, was awarded a $7,668,960 firm-fixed-price contract modification (P00021) to exercise a fourth option year for Naval Senior Leadership Communication – Aircraft satellite communications services. The total cumulative face value of the contract is $38,213,204. The face value of this action is funded by fiscal 2024 operation and maintenance funds. Performance will be at contractor’s facility in Carlsbad, California, with satellite communication services provided to aircraft traveling worldwide. The period of performance for Option Period Four is Sept. 10, 2024, through Sept. 9, 2025. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC101320C0005).

*Small business
**Small women-owned business

8/2

NAVY

Raytheon Co., Tucson, Arizona, was awarded a $159,900,991 firm-fixed-price contract for MK 15 Close-In Weapon System upgrades and conversions, system overhauls, MK 15 Mod 31 SeaRAM upgrade kits and conversions and associated hardware. Work will be performed in Louisville, Kentucky (27%); El Segundo, California (15%); Tucson, Arizona (14%); Williston, Vermont (6%); Tempe, Arizona (4%); Ottobrunn, Germany (3%); Mason, Ohio (3%); Andover, Massachusetts (2%); Joplin, Missouri (1%); Hauppauge, New York (1%); Miami, Florida (1%); Pomona, California (1%); Orchard Park, New York (1%); Radford, Virginia (1%); and various other locations each with less than 1% (20%), and is expected to be completed by October 2027. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $60,894,492 (41%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $59,997,163 (40%); fiscal 2024 capital working funds Naval Supply Systems spares (Navy) in the amount of $12,997,835 (9%); fiscal 2024 operations and maintenance Army funds in the amount of $6,582,846 (4%); fiscal 2023 weapons procurement (Navy) funds in the amount of $4,588,145 (3%); fiscal 2022 weapons procurement (Navy) funds in the amount of $3,461,511 (2%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $1,048,997 (1%), will be obligated at time of award, of which $83,936,684 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington Navy Yard, D.C. is the contracting activity (N00024-24-C-5406). (Awarded July 30, 2024)

FFI Aerospace and Defense, doing business as Flight Fab,* Westminster, Maryland, was awarded a $20,547,756 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of pulper and shredder waste processing equipment for use on navy ships. Work will be performed at the contractor’s facility in Westminster, Maryland, and is expected to be completed by May 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $60,014 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was competitively procured via the SAM.gov website, with’ two offers received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4007). (Awarded May 23, 2024)

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $13,165,951 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-2114 to exercise fiscal 2025 options for reactor plant planning yard support for nuclear-powered submarines and support yard for the Navys moored training ships. Work will be performed in Groton, Connecticut. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $469,165 will be obligated at time of award and funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Methuen Construction Co. Inc., Plaistow, New Hampshire, is awarded $12,059,000 for a firm-fixed-price modification to previously awarded contract N40085-19-C-9261 for multiple design changes related to the installation of blast booths, ventilation, and dust collection equipment at the P293 Paint, Blast, and Rubber Consolidation Facility, Portsmouth Naval Shipyard (PNSY). This award brings the total cumulative face value of the contract to $110,424,250. Work will be performed at Kittery, Maine, and is expected to be completed December 2024. Fiscal 2016, 2017 and 2019 MILCON funds; and fiscal 2020 other procurement (Navy) funds, in the total amount of $12,059,000, will be obligated at time of award, and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Atlantic, Officer in Charge of Construction, PNSY, Kittery, Maine, is the contracting activity (N40085-19-C-9261).

Specpro Environmental Services LLC,* Knoxville, Tennessee, is awarded an $11,898,741firm-fixed-price contract for removal and replacement of bulk fuel tanks. Work will be performed at the Demolish Bulk Fuel Facility, Cutler, Maine, and will be completed by December 2025. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $11,898,741 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 www.sam.gov website with three price bids received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-C-0027).

RCT Systems Inc., Baltimore, Maryland, was awarded an $11,478,000 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-4109 for research and development activities associated with advancement and improvement in current and future shipboard electric power and energy systems. Work will be performed in Baltimore, Maryland (68%); Fayetteville, Arkansas (19%); Tuscaloosa, Alabama (10%); and Tallahassee, Florida (3%), and is expected to be completed by July 2026. Fiscal 2024 research, development test and evaluation (Navy) funds in the amount of $11,328,000 (99%); and fiscal 2023 research, development test, and evaluation (Navy) funds in the amount of $150,000 (1%), will be obligated at time of award. Funds in the amount of $150,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded July 31, 2024)

AIR FORCE

Abacus Technology Corp., Chevy Chase, Maryland, has been awarded a $123,736,733 contract for providing advisory and assistance services (A&AS) to Nuclear, Command, Control, and Communication (NC3) Directorate. This contract provides technical A&AS to support or improve organizational policy development; decision-making; management and administration; program and/or project management and administration. Support may also include the furnishing of professional advice or assistance rendered to improve the effectiveness of government management processes or procedures (including those of an engineering and technical nature). This award is the result of a competitive acquisition. One solicitation was mailed and resulted in receiving two offerors. Type of appropriation is fiscal 2024 operations and maintenance (Air Force); operations and maintenance (Space Force); procurement (Space Force); research, development, test and evaluation (Air Force); and other procurement (Air Force) funds, in the amount of $8,157,488, with $8,157,488 being obligated at time of award. The period of performance and/or delivery schedule for the basic effort is Aug. 17, 2024, to Aug. 16, 2025, with four 12-month option years. Work will be performed at Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts; Kirtland Air Force Base, New Mexico; Eglin AFB, Florida; Peterson Space Force Base, Colorado; Offutt AFB, Nebraska; and the Pentagon, Washington, D.C. This award is the result of a competitive action released under Federal Acquisition Regulation 16.5. NC3 Branch, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2041-24-F-B005).

Lockheed Martin Corp, Lockheed Martin Aeronautics Co., Marietta, Georgia, has been awarded a not-to-exceed $28,700,000 undefinitized contract action for sustaining engineering and technical support services. This contract provides for services including, but are not limited to, performing engineering investigations and analyses, formulating deficiency resolution concepts, and designing proof of concepts. Areas to receive engineering support within this performance work statement include, but are not limited to, the Aircraft Structural Integrity Program, the Functional Systems Integrity Program, the Corrosion Prevention and Control Program, technical data sustainment support, depot maintenance technical and engineering support, contractor aircrew support and modernization sustainment services. Modernization sustainment services includes support of contractor logistic support managed or contractor logistic support repaired systems, components and analyses in support of the C-5. work will be performed at Marietta, Georgia, and is expected to be completed by July 25, 2025. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $14,063,000 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8525-24-C-0002). (Contract awarded July 23, 2024)

ARMY

Accenture Federal Services LLC, Arlington, Virginia, was awarded a $37,994,500 modification (P00045) to contract W52P1J-21-C-0025 for the Enterprise Task Management Software Solution. Work will be performed in Fort Belvoir, Virginia, with an estimated completion date of Aug. 14, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $37,994,500 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Mike Hooks LLC, Westlake, Louisiana, was awarded a $35,000,000 firm-fixed-price contract for channel dredging. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 2, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-D-0038).

Dynamic Construction Group LLC,* Baton Rouge, Louisiana, was awarded a $15,023,429 modification (P00001) to contract W912P8-23-C-0046 for hurricane and storm damage risk reduction. Work will be performed in La Place, Louisiana, with an estimated completion date of Oct. 29, 2027. Fiscal 2018 and 2024 civil construction funds in the amount of $15,023,429 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Siga Technologies Inc., New York, New York, was awarded a $8,999,677 firm-fixed-price contract for smallpox vaccines and therapeutics. Bids were solicited via the internet with one received. Work will be performed in New York, New York, with an estimated completion date of Nov. 30, 2024. Fiscal 2024 research, development, test, and evaluation, Defense-wide funds in the amount of $8,999,677 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR24-C-0030).

DEFENSE LOGISTICS AGENCY

Honeywell International Inc., Tucson, Arizona, has been awarded a maximum $13,767,273 firm-fixed-price delivery order against a five-year long-term contract (SPRDL1-21-D-0008) for Howitzer 155MM, M109 generator. This was a sole-source contract. The ordering period end date is Aug. 24, 2026, performance location is Tucson, Arizona. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan. (SPRDL124F0204)

*Small business
This entry was posted on Tuesday, August 06, 2024 10:05 pm

Leave a Reply

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

Notify me of updates to this conversation