INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Northrop Grumman, BAE Systems, Raytheon Technologies, Week of 9-3-24 to 9-6-24

Posted by Ashley Jones

9/3

NAVY

Northrop Grumman Defense Systems, Rocket Center, West Virginia, is awarded a $197,516,776 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the full rate production of 56,000 FMU-139D/B Bomb Tactical Electronic Fuze systems. Additionally, this contract procures 500 FMU-139D/B Fuze, accessory kits; 50 FMU-139D(D-1)/B Fuze system inserts; 2,000 FMU-139D(D-2)/B inert load crew training Fuze systems; 50 FMU-139D(D-5)/B inert cut away Fuzes; 100 FZU-48A/B bomb initiators; 100 power cables; and 100 closure rings; as well as associated non-recurring engineering, data and first article testing in support of the Joint Direct Attack Mission family of weapons for the Navy, Air Force, and Foreign Military Sales customers. Work will be performed in Rocket Center, West Virginia (91.09%); Plymouth, Minnesota (7.54%); and Camden, Arkansas (1.37%), and is expected to be completed in December 2029. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code. 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0104). Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $66,633,889 cost-plus-incentive-fee, cost-plus-award-fee, and cost-only contract option for the previously awarded (N00024-15-C-5151) contract for ship integration and test of the Aegis Weapon System. Work will be performed in Moorestown, New Jersey (44%); San Diego, California (19%); Norfolk, Virginia (18%); Bath, Maine (10%); and Pascagoula, Mississippi (9%), and is expected to be completed by September 2025. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $5,849,285 (32%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $4,663,236 (25%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $4,491,704 (24%); fiscal 2024 other procurement (Navy) funds in the amount of $2,691,469 (14%); fiscal 2022 other procurement (Navy) funds in the amount of $392,606 (2%); fiscal 2024 defense-wide procurement funds in the amount of $238,535 (1%); fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $94,905 (1%); fiscal 2023 other procurement (Navy) funds in the amount of $83,486 (1%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $66,328 (1%), will be obligated at time of award, of which $4,884,310 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington D.C., is the contracting activity.

Skookum Educational Programs, Bremerton, Washington, is awarded a $41,686,550 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N62742-23-D-3602) for base operation support services. This award brings the total cumulative face value of the contract to $366,340,387. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility, including Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), North Dakota (1%), Oregon (1%), South Dakota (1%), and Wyoming (1%), with an expected completion date of September 2025. No funds will be obligated at time of award. Fiscal 2025 Navy operation and maintenance funds shall be issued on individual task orders to support option period one performance. NAVFAC Northwest, Kitsap, Washington, is the contracting activity. Skookum Educational Programs, Bremerton, Washington, is awarded a $21,830,368 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N44255-18-D-5009) for regional facilities services. This award brings the total cumulative face value of the contract to $267,112,004. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility, including Washington (96%), Idaho (1%), Minnesota (1%), Montana (1%), and Oregon (1%), with an expected completion date of March 2025. No funds will be obligated at time of award. Fiscal 2025 Navy operation and maintenance funds shall be issued on individual task orders to support option period six performance. NAVFAC Northwest, Kitsap, Washington, is the contracting activity.

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, was awarded a $13,820,527 cost-plus-award-fee contract for the accomplishment of a post shakedown availability (PSA) as well as procurement of additional materials in support of PSA. The PSA is for one Arleigh Burke Class Guided Missile Destroyer (DDG 122). This contract includes options which, if exercised, would bring the cumulative value of this contract to $27,870,357. Work will be performed in Mayport, Florida (100%), and is expected to be completed by October 2025. If all options are exercised, work will continue through May 2026. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $8,395,299 (65%); and fiscal 2015 shipbuilding and conversion (Navy) in the amount of $4,545,770 (35%), was obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with two offers received. Naval Sea Systems Command, Washington D.C., was the contracting activity (N00024-24-C-2321). (Awarded Aug. 30, 2024.)

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a cost-plus fixed fee not-to-exceed $10,601,959 undefinitized order to previously awarded contract (N00024-22-C-2319) for the computer aided design product lifecycle management proof of concept Phase Two in support of the DDG(X) Guided Missile Destroyer Design. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by February 2026. Funding in the amount of $7,951,469 was obligated at the time of award and will not expire at the end of the current fiscal year. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington D.C., is the contracting activity (N00024-22-C-2319).

ARMY

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $63,206,673 firm-fixed-price contract to replace a failing sheet pile wall at an Environmental Protection Agency (EPA) superfund remedial site. Bids were solicited via the internet with three received. Work will be performed in Bainbridge Island, Washington, with an estimated completion date of Oct. 21, 2027. Fiscal 2024 EPA funds in the amount of $63,206,673 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-C-0014).

Pragmatics Inc., Reston, Virginia, was awarded an $8,072,526 modification (P00003) to contract W519TC-23-F-0555 to complete the development and integration of the Enterprise Interment Services System at Arlington National Cemetery. Work will be performed in Reston, Virginia, with an estimated completion date of March 22, 2029. Fiscal 2023 and 2024 National Military Cemeteries Concession, Army funds in the amount of $8,072,526 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AIR FORCE

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a $50,493,249 firm-fixed-price, requirements modification (P00005) to previously awarded (FA8524-20-D-0012) for repairs, spares, and engineering services. The modification brings the total cumulative face value of the contract to $111,466,799 from $66,973,553. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Sept. 9, 2028. No funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

DCS Corp., Alexandria, Virginia, was awarded an $11,355,061 cost-plus-fixed-fee contract for the Science of Human Augmentation, Resiliency and Cognition program. This contract provides for research and development in the objective areas of aerospace physiology and human performance including aircrew protection, biodynamics, injury susceptibility and oxygen systems related technologies. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 3, 2027. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $54,758 will be obligated at the time of award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson AFB, Ohio, is the contracting activity (FA2384-24-C-B003)

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc.,*** San Marcos, California, is being awarded a delivery order to contract 47QTCA19D00ML for Dell computer equipment with a delivery of 60 days after the date of the order. This is a firm-fixed-price order from a blanket purchase agreement with a value of $16,702,966 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.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, was awarded a $10,867,095 modification (P00017) to cost-plus-fixed-fee contract HR001121C0068 for an engineering change modification for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $37,365,196 from $26,498,101. Work will be performed in Nashua, New Hampshire (46%); Cambridge, Massachusetts (38%); Linthicum Heights, Maryland (4%); Atlanta, Georgia (3%); Bedford, New Hampshire (3%); Burlington, Massachusetts (3%); and Durham, North Carolina (3%), with an expected completion date of February 2025. Fiscal 2024 research and development funds in the amount of $7,000,000 are being obligated at time of award. DARPA, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Alliant Enterprises LLC,** Grand Rapids, Michigan (SPE2DE-24-D-0024, $49,500,000), has been added as an awardee to the multiple award contract for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0017 and awarded Sept. 28, 2023.

*Small business
**Service-disabled veteran-owned small business
*** Woman-Owned Small Business

9/4

DEFENSE LOGISTICS AGENCY

Val-Pro Inc.,* doing business as Valley Fruit & Produce Co., Los Angeles, California, has been awarded a maximum $955,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. The ordering period end date is Sept. 1, 2029. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-P427).

C.E. Niehoff & Co., Evanston, Illinois, has been awarded a maximum $9,807,039 firm-fixed-price delivery order (SPRDL1-24-F-0233) against a five-year long-term indefinite-delivery/indefinite-quantity contract (SPRDL1-20-D-0084) with no option periods for generator engines. This was sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The ordering period end date is April 1, 2025. Using military service is Army. Type of appropriation is fiscal 2020 through 2025 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

NAVY

Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a not-to-exceed $405,343,228 undefinitized contract modification (P00016) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001920D0013). This modification adds scope to procure spares for the production and delivery of the F135 propulsion system including spares depot and common for the F-35 global spares pool, and country unique spares in support of the Joint Strike Fighter program for the Air Force, Marine Corps, Navy, non-Department of Defense participants, F-35 Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (91%) (labor surplus area); North Berwick, Maine (4%); South Windsor, Connecticut (2%); Rockford, Illinois (1%) (labor surplus area); Santa Isabel, Puerto Rico (1%) (labor surplus area); and Phoenix, Arizona (1%), and is expected to be completed in December 2027. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $111,875,732 contract modification (P00032) to a previously awarded cost-plus-incentive-fee contract (N0001919C0007). This modification extends the period of performance for the Propulsion System Block Four Flight Test Program to December 2026 to provide continued technical engineering, flight test support, special tooling, test equipment repair, and flight test spare and repair parts for the F-35 Lightning II Propulsion System Block Four Flight Test Program for the Navy, Marine Corps, Air Force, and F-35 Cooperative Program Partners (non-U.S. Department of Defense (DOD)). Work will be performed in East Hartford, Connecticut (32%); Edwards Air Force Base, California (33%); and Patuxent River, Maryland (35%), and is expected to be completed in December 2026. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $11,077,874; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $10,517,721; and non-U.S. DOD participant funds in the amount of $4,685,005, will be obligated at 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.

Marinette Marine Corp., Marinette, Wisconsin, was awarded a $64,939,319 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-20-C-2300) to exercise an option for engineering and class support requirements in support of detail design and construction of the Constellation-class guided-missile frigate. Work will be performed in Arlington, Virginia (35%); Marinette, Wisconsin (30%); Camden, New Jersey (15%); Millersville, Maryland (13%); Columbus, Ohio (1%); Chicago, Illinois (1%); Mathews, Louisiana (1%); Evans, Georgia (1%); Hanrahan, Louisiana (1%); Chesapeake, Virginia (1%); and Arvonia, Virginia (1%); and is expected to be completed by August 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $380,157; and fiscal 2024 shipbuilding and conversion (Navy) in the amount of $37,500,000, 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. (Awarded Aug. 30, 2024.)

American Engineering Corp., Okinawa, Japan, is awarded a $22,097,851 firm-fixed-price indefinite-delivery/indefinite-quantity contract for roofing and exterior painting for various projects. This contract provides for labor, management, supervision, tools, materials, equipment, engineering, transportation, and except otherwise specified in specification, necessary to perform various roofing and exterior painting work to installations in U.S. Marine Corps Air Station, Iwakuni, Japan. Work will be performed at Iwakuni City, Yamaguchi Prefecture, Japan, and will be completed by August 2031. Fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $6,078 will be obligated at time of the award, and will expire at the end of the current fiscal year. This contract was procured via the sam.gov website using sealed bidding with one bid received. The Naval Facilities Engineering Systems Command, Far East, Facilities and Acquisition Division, Iwakuni, Japan, is the contracting activity (N40084-24-D-5500).

OnTime Networks LLC,* Latham, New York, is awarded an $18,990,710 firm-fixed-price indefinite-delivery, indefinite-quantity contract. This contract procures up to a maximum quantity of 470 Ethernet Expansion Devices in support of the V-22 aircraft for the Air Force, Navy and Marine Corps. Work will be performed in Latham, New York (34%); Oslo, Norway (53%); and Eden Prairie, Minnesota (13%), and is expected to be completed in September 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0118).

Hyliion Inc.,* Cedar Park, Texas, is awarded a cost-plus-fixed-fee contract for the High Efficiency/Low Maintenance 250-kW Power Source 60-day test profile and evaluation effort. The total cumulative value of this contract, including a 24-month base period with no options, is $15,973,055. This contract provides for building and demonstrating the 250 kW Stirling generator module and performing post-test disassembly and evaluation. The Stirling generator will consist of a production 12-cylinder six-shaft free piston Stirling Engine that was adapted to meet Office of Naval Research (ONR) requirements. The demonstration test will be conducted at a Hyliion test facility for a 60-day demonstration utilizing the test profile provided by ONR. Following the test, the 250-kW test module will be disassembled to evaluate the hardware for degradation and serviceability. Work will be performed in Cedar Park, Texas, and is expected to be completed in August 2026. Fiscal 2023 and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $9,653,528, and $4,260,358, respectively, are obligated at time of award. Funds in the amount of $9,653,528 will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) (N0001423SB001) entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology,” posted Sept. 30, 2022. Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. ONR, Arlington, Virginia, is the contracting activity (N0001424C1305).

ARMY

Aecom International Inc., Neu-Isenburg, Germany (W912GB-24-D-0038); Atkins-UC JV,* Alexandria, Virginia (W912GB-24-D-0039); HDR-Stanley JV, Colorado Springs, Colorado (W912GB-24-D-0040); Jacobs Government Services Co., Arlington, Virginia (W912GB-24-D-0041); Michael Baker-Cardno JV, Coraopolis, Pennsylvania (W912GB-24-D-0042); Parsons Government Services Inc., San Antonio, Texas (W912GB-24-D-0043); Woolpert-Black & Veatch Europe Planning,* Beavercreek, Ohio (W912GB-24-D-0044); and WSP USA Solutions Inc., Washington, D.C. (W912GB-24-D-0045), will compete for each order of the $94,500,000 firm-fixed-price contract for architect-engineer planning services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 3, 2029. U.S. Army Corps of Engineers, European District, is the contracting activity.

DEFENSE HEALTH AGENCY

MicroHealth LLC, Vienna, Virginia, is awarded $12,963,219 for a firm-fixed-price modification to a previously awarded task order (HT001123F0047) for Uniformed Services Family Health Plan data integration support services. The Uniformed Services Family Health Plan Data integration support services task order provides information technology, data warehouse, and data processing support services to the Department of Defense for the designated provider health care delivery system in support of the Military Health System. Additionally, services are provided to collect designated provider submitted data monthly, interface with Defense Enrollment and Eligibility Reporting System for the purpose of collecting enrollment and eligibility data and to send enrollment fee and catastrophic capitation information on designated provider beneficiaries, report monthly results for enrollment and capitation, maintain a database of all enrollment demographics for the designated provider population, perform audits and reviews, and report results of the data collection and comparison. Fiscal 2024 operation and maintenance funds are obligated for task order modification HT001123F0047-P00005 to exercise and fully fund Option One contract line items 1001-1007 for 12 months from Sept. 27, 2024, through Sept. 26, 2025. The place of performance is Aurora, Colorado. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

9/5

NAVY

J.F. Taylor Inc, Great Mills, Maryland, is awarded a $563,189,472 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides continued design, development, documentation, coding and/or fabrication, integration and delivery of simulation systems supporting research, development, test and evaluation (RDT&E) and acquisition program activities as well as fleet operator training. This requirement also includes associated services for the upgrade, maintenance, and sustainment of simulation systems and the operational support of those systems associated with RDT&E activities for the Navy. Work will be performed in Patuxent River, Maryland (55%); and Great Mills, Maryland (45%), and is expected to be completed in September 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offeror was received. Naval Air Warfare Center, Patuxent River, Maryland, is the contracting activity (N0042124D0021).

Federal Connect LLC,* Gaithersburg, Maryland, is awarded an estimated $72,098,863 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions to provide research and surveillance support services required to conduct medical research, development, testing infectious disease samples, evaluation, and surveillance to enhance deployment readiness of Department of Defense personnel worldwide in support of Naval Health Research Center Operation Infectious Diseases department. The contract will include a five-year ordering period with an additional six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8 which, if exercised, will bring the total estimated value of the contract to $80,040,214. Work will be completed by September 2029; if the option is exercised, work will be completed by March 2030. Work will be performed in San Diego, California (80%); and various locations inside and outside of the contiguous U.S. that cannot be determined at this time (20%). Fiscal 2024 research, development, test and evaluation (Navy) (RDT&E) funds in the contract’s minimum amount of $1,000 will be obligated at time of award and funds will expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year operations and maintenance (Navy) or RDT&E (Navy) funds. The requirement was competitively procured on Navy Electronic Commerce Online and sam.gov websites under a small business set-aside with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-D-Z047).

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $38,934,272 for a firm-fixed-price delivery order (N00383-24-F-X93H) under a previously awarded contract (N00383-20-G-X901), for the procurement of six probes, 28 center cargo hooks, six different center cargo hooks, five other center cargo hooks, 36 load cells, seven hoist cargos, 10 additional center cargo hooks, 26 machine bolts, eight fluid valve stems, 29 machine bolts, six system one and two pumps, 79 plain plate nuts, 19 center cargo hooks, 24 hydraulics pumps, six emergency releases, five actuating cylinders, six switch module units, five mechanical actuators, 11 helicopter underslung sling hooks, 37 tail rotor actuator bolt locks, 12 electro-mechanical actuators, 32 air heat exchangers, five servo cylinders, 25 radio base stations, 23 electric control panels, 23 communication systems, 21 actuators, and five control motors in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by December 2028. Annual working capital funds (Navy) in the amount of $19,077,793 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $27,400,278 for a firm-fixed-price delivery order (N00383-24-F-X93J) under a previously awarded basic ordering agreement (N00383-20-G-X901) for the procurement of 31 junction boxes, 59 rotor positioners, five supplemental armors, 38 electromechanical rotary actuators, 42 aircraft seat frames, 16 standardized electronic modules, five aircraft seats, five different aircraft seats, and seven other aircraft seats in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by December 2028. Annual working capital funds (Navy) in the amount of $13,426,136 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the activity.

Pole/Zero Acquisitions Inc., West Chester, Ohio, is awarded a $24,659,697 modification (P00003) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N6833523D0001). This contract modification increases the ceiling to procure up to 160 additional antenna interface units and communications trays, to include 130 for the Navy and 30 for Foreign Military Sales customers, as well as required technical data, in support of the P-8A Poseidon communications suite. Work will be performed in West Chester, Ohio and is expected to be completed in October 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $20,075,821 for a firm-fixed-price delivery order (N00383-24-F-X937), under a previously awarded contract (N00383-20-G-X901), for the procurement of 10 accumulators, 20 valve selectors, 54 reserve systems, 78 metallic particle detectors, 29 other metallic particle detectors, 31 lower swivels, five manifold valve assemblies, 28 aircraft components modification kits, 25 aircraft mechanical actuators, 46 metallic particle detectors, 40 chip sensors, five accumulators, 12 mechanical actuators, five control module units, and 19 gate valves in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by September 2027. Annual working capital funds (Navy) in the amount of $15,056,866 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code. 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

CACI Technologies LLC, Chantilly, Virginia, is awarded a $8,417,291 cost-plus-fixed-fee definitized bridge contract action for scientific, engineering, technological and analytical services in support of the Naval Sea Systems Command, Industrial Operations Management Office. Work will be performed in Norfolk, Virginia (25.73%); Bremerton, Washington (22.69%); Kittery, Maine (11.35%); Pearl Harbor, Hawaii (12.85%); and Washington, D.C. (27.38%), and is expected to be completed by Jan. 15, 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $3,483,686 (100%) will be obligated at time of award, of which $3,483,686 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). The Naval Surface Warfare Center Corona Division, Corona, California, is the contracting activity (N6426724C0074).

ARMY

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $121,385,753 modification (P00012) to contract W56HZV-23-F-0395 produce M2A4 and M7A4 Bradley vehicles from various inducted legacy source variants. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Messer Construction Co., Cincinnati, Ohio, was awarded a $32,975,000 firm-fixed-price contract to construct a child development center. Bids were solicited via the internet with two received. Work will be performed at Fort Knox, Kentucky, with an estimated completion date of March 16, 2027. Fiscal 2022 military construction, Army funds in the amount of $32,975,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0030).

Navigator Development Group Inc., Enterprise, Alabama, was awarded an $8,596,685 modification (P00027) to contract W31P4Q-21-F-D001 for programmatic services support for Program Executive Office Aviation. Work will be performed in Enterprise, Alabama, with an estimated completion date of March 7, 2027. Fiscal 2024 operation and maintenance, Army funds; aircraft procurement, Army funds; and research, development, test and evaluation, Army funds in the amount of $8,596,685, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Axxeum Inc.,* Huntsville, Alabama, was awarded an $8,523,116 firm-fixed-price contract to overhaul landing gear. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 4, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0080).

VGS Infrastructure Services Inc., Greenville, South Carolina, was awarded a $7,971,753 firm-fixed-price contract for maintenance and repairs services for petroleum facilities. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2029. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0257).

AR6-Cram Roofing JV LLC, New Braunfels, Texas, was awarded a $7,884,400 firm-fixed-price contract to repair failed or failing roofs. Bids were solicited via the internet with four received. Work will be performed in Tafuna, American Samoa, with an estimated completion date of May 27, 2025. Fiscal 2024 operation and maintenance, Army Reserve funds in the amount of $7,884,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-F-0243).

AIR FORCE

Idaho Scientific LLC, Boise, Idaho, was awarded a $42,666,676 cost-plus-fixed-fee and firm-fixed-price contract for BitterCloud. This contract provides for the development and fabrication of a prototype defense-grade application specific integrated circuit (ASIC) to achieve a production-grade secure processor ASIC. Work will be performed in Boise, Idaho, and is expected to be completed by July 3, 2028. This contract was a sole acquisition. Fiscal 2024 research, development, test and evaluation (Army-OSD) funds in the amount of $9,125,000; and fiscal 2024 research, development, test and evaluation funds in the amount of $2,875,223 are being obligated at time of award. The Anti-Tamper Executive Agent Field Program Office, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8684-24-C-B013). (Awarded on Sept. 4, 2024)

DEFENSE LOGISTICS AGENCY

Southern Tire Mart, Columbia, Mississippi, has been awarded a maximum $20,702,490 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Arizona, with a Sept. 5, 2029, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0062).

*Small business

9/6

ARMY

Northrop Grumman, McLean, Virginia, was awarded an $83,233,096 modification (P00257) to contract W58RGZ-17-C-0014 for additional and continued lifecycle contractor services. Work will be performed in McLean, Virginia, with an estimated completion date of Aug. 31, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $81,822,522 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Luhr Crosby LLC, Columbia, Illinois, was awarded a $30,335,600 firm-fixed-price contract for flood control on the Mississippi River and tributaries. Bids were solicited via the internet with two received. Work will be performed in Vidalia, Louisiana, with an estimated completion date of Sept. 5, 2025. Fiscal 2024 civil construction funds in the amount of $30,335,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-24-C-0010). 

Baird-Stantec JV,* Fitchburg, Wisconsin (W912QR-24-D-0047); CDG/Bergmann JV LLP,* Saint Louis, Missouri (W912QR-24-D-0048); GEO/Stanley JV 2,* Kevil, Kentucky (W912QR-24-D-0049); OEI-Aecom JV,* Carrollton, Texas (W912QR-24-D-0050); and American Engineers Inc.,* Glasgow, Kentucky (W912QR-24-D-0051), will compete for each order of the $25,000,000 firm-fixed-price contract for architect and engineering services. 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 Sept. 5, 2029. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

Novel Construction LLC,* San Juan, Puerto Rico, was awarded a $14,726,956 firm-fixed-price contract for the Cano Martin Pena Ecosystem Restoration Project. Bids were solicited via the internet with five received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of Sept. 6, 2026. Fiscal 2024 other procurement, Army funds in the amount of $14,726,956 were obligated at the time of the award. U.S. Army Corps of Engineers, Task Force Virgin Islands/Puerto Rico District is the contracting activity (W51DQV-24-C-0006).

Luhr Crosby LLC, Columbia, Illinois, was awarded a $9,988,846 modification (P00001) to contract W912QR-24-F-0086 for dredging on the Ohio River. Work will be performed in Cairo, Illinois, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 civil operation and maintenance funds in the amount of $9,988,846 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity. 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded an $8,798,900 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with XX received. Work will be performed in Brownsville, Texas, with an estimated completion date of Dec. 12, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $8,798,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0008).

NAVY

Garco Construction Inc., Spokane, Washington, is awarded a $51,720,000 firm-fixed-price contract which provides for design-bid-build services for fuel storage tank construction. This contract provides for construction of two fuel storage tanks and pipeline connections. Work will be performed at Manchester Tank Farm, Naval Fuel Depot, Manchester, Washington, and will be completed by June 2027. Contract funds in the amount of $51,448,440 are obligated on this award, as follows: fiscal 2021 military construction funds in the amount of $5,539,906; fiscal 2024 military construction funds in the amount of $45,750,094; and fiscal 2021 Navy Working Capital funds in the amount of $158,440. Funding will not expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov with three offers received. The Naval Facilities Engineering Systems Command Northwest, Silverdale, Washington, is the contracting activity (N44255-23-R-1503).

Sargent Aerospace & Defense LLC, Tucson, Arizona, is awarded a not-to-exceed $15,271,984 undefinitized contract action for the procurement of 104 linear direct valves used on the Virginia-class submarines. This is a stand-alone contract with no options. All work will be performed in Tucson, Arizona, and is expected to be completed by June 2039. Working capital funds (Navy) in the amount of $11,453,988 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-NA47).

Etolin Strait Partners LLC, Norfolk, Virginia, is awarded $15,000,000 for indefinite-delivery/indefinite-quantity modification to a previously issued contract (N40080-10-D-0007). This modification provides for increasing the maximum dollar value of a multiple award contract for various construction, repair and alterations to shore facilities and utilities within Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. Work will be performed in Maryland (35%), Virginia (35%), and Washington, D.C. (30%). After award of this modification, the total cumulative contract value will be $165,000,000. The term of the contract shall not exceed September 2024. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. This contract was procured as a Small Business set-aside, in accordance with Federal Acquisition Regulation (FAR) Part 19, specifically an 8(a) competitive set-aside competitive procurement in accordance with FAR Part 15 Contracting by Negotiation. NAVFAC Washington, Washington, D.C., is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $9,956,656 for a firm-fixed-price delivery order (N00383-24-F-X93F) under a previously awarded contract (N00383-20-G-X901) for the procurement of 36 pilot controls and 27 cyclic inceptors in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by December 2028. Annual working capital funds (Navy) in the amount of $4,878,761 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

University of Michigan, Ann Arbor, Michigan, was awarded a maximum $34,989,500 cooperative agreement for development of advanced space power and propulsion technology. This contract provides development of technology for advanced space thruster technology and novel power approaches. Work will be performed in multiple locations and is expected to be completed by September 2029. This contract was a competitive acquisition, and 11 offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $7,000,000 are being obligated at time of award. The Air Force Research Laboratory, Albuquerque, New Mexico, is the contracting activity (FA9453-24-2-0007). (Awarded on Sept. 3, 2025)

Rochester Institute of Technology, Rochester, New York, was awarded a maximum $9,990,687 cooperative agreement for development of advanced space power and propulsion technology. This contract provides development of technology for next-generation, space-qualified solar cells. Work will be performed in multiple locations and is expected to be completed by September 2029. This contract was a competitive acquisition, and 11 offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $2,010,482 are being obligated at time of award. The Air Force Research Laboratory, Albuquerque, New Mexico, is the contracting activity (FA9453-24-2-0008). (Awarded on Sept. 5, 2025)

DEFENSE LOGISTICS AGENCY

Combat Medical Systems LLC, Harrisburg, North Carolina, has been awarded a maximum $30,690,016 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical and surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. The ordering period end date is Sept. 5, 2025. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-24-D-0003).

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a maximum $9,858,250 firm-fixed-price contract for Sensor Gimbal GS207. 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 one-year contract with no option periods. The delivery order completion date is March 3, 2027. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-C-0059).

*Small business
This entry was posted on Monday, September 09, 2024 1:10 pm

Leave a Reply

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

Notify me of updates to this conversation