INSIDE THE

NEWS + ADVICE

DoD Contracts: Riverside Research, CAE, GDIT, Boeing, Lockheed Martin, Week of 9-23-24 to 9-27-24

Posted by Ashley Jones

9/23

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $319,267,437 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide F/A-18 automated maintenance environment system sustainment to include sustainment engineering, engineering investigations, system safety analysis, structural appraisal of fatigue effects support, technical integration support, trade studies, and aerodynamic simulation and modeling support, as well as maintenance planning product data support, configuration management support, and peculiar support equipment (PSE) management to include analysis of aircraft changes for PSE impact. Additionally, this contract provides failure reporting and corrective action system maintenance, software upgrades and training to support fleet maintenance activities; ensuring interactive electronic technical manuals are up-to-date and released to the fleet; and logistics support to provide on-site assistance to operators and organizational/intermediate level maintainers in support of maintaining a network of Hornet Support Centers required for the Navy, Marine Corps, and Foreign Military Sales customers’ F/A-18 and EA-18G aircraft. Work will be performed in St. Louis, Missouri (76%); El Segundo, California (18%); Vandalia, Ohio (2%); Oceana, Virginia (1%); Miramar, California (1%); and various locations within the continental U.S. (2%), and is expected to be completed in December 2028. 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 (N0001924D0128). 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $127,559,450 modification (P000018) to a previously awarded fixed-price incentive (firm-target) contract (N0001922C0042). This modification adds scope to procure weapon replaceable assemblies hardware to include: 292 advanced threat warning sensors (218 for the Navy and 74 for the Air Force); 54 control indicator unit replaceable replacements (23 for the Navy, 20 for the Army and 11 for the Air Force); 92 Department of the Navy (DON) Large Aircraft Infrared Countermeasure (LAIRCM) processor units (80 for the Navy and 12 for the Air Force); 62 Guardian laser transmitter assemblies for the Navy; 53 high capacity cards (20 for the Navy and 33 for the Air Force); 45 smart connector assemblies (32 for the Navy and 13 for the Air Force); and 42 battery kits for the Navy; as well as associated systems engineering, technical support, analysis and studies in support of integration of the DON LAIRCM system onto various aircraft for the Navy, Marine Corps, Army, and the Air Force Special Operations Command. Work will be performed in Rolling Meadows, Illinois (24%); Goleta, California (22%); Longmont, Colorado (13%); Blacksburg, Virginia (9%); Apopka, Florida (8%); Verona, Wisconsin (8%); Westminster, Colorado (6%); Carlsbad, California (4%); Ashburn, Virginia (3%); Salt Lake City, Utah (2%); and Tripp City, Ohio (1%), and is expected to be completed in January 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $100,351,053; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $14,756,765; fiscal 2024 procurement (Army) funds in the amount of $1,074,514; fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,666,984; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $40,000; fiscal 2022 aircraft procurement (Navy) funds in the amount of $2,788,714; and fiscal 2022 aircraft procurement (Air Force) funds in the amount of $2,881,421, will be obligated at the time of award, $5,670,135 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $60,076,459 cost-plus-fixed-fee, firm-fixed-price contract. This contract provides for the production, integration, testing, inspection, fleet introduction, and fielding of four operational test program sets (OTPS), as well as associated non-recurring engineering, program management, logistics, and engineering development models to support the AN/APY-9 radar avionics line replaceable modules (LRM), as well as the risk management framework, authority to operate or assess only, and cyber test requirements for the E-2D Radar OTPSs to be used at the depot-level to provide test and repair capabilities for the LRMs using the electronic Consolidated Automated Support System (eCASS), eCASS Power Augmentation Test Set, and specialized test equipment. Work will be performed in Liverpool, New York (67%); Baltimore, Maryland (23%); and El Segundo, California (10%), and is expected to be completed in August 2029. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $643,420; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $59,433,039, will be obligated at the time of award, of which $59,433,039 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524C0262).

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $39,655,406 modification (P00058) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, and fixed-price incentive (firm-target) undefinitized contract (N0001921C0011). This modification definitizes the contract and extends the period of performance to provide continued F135 propulsion system annual sustainment including recurring sustainment support, program management, financial and administrative activities, propulsion integration, replenishment spare part buys, engineering support, material management, configuration management, product management support, software sustainment, security management, joint technical data updates, support equipment management, depot level maintenance and repair for all fielded propulsion systems at the F-35 production sites and operational locations, as well as training. These efforts are in support of the F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (40%); Oklahoma City, Oklahoma (21%); Indianapolis, Indiana (12%); Windsor Locks, Connecticut (6%); West Palm Beach, Florida (6%); Brekstad, Norway (4%); Leeuwarden, Netherlands (3%); Iwakuni, Japan (3%); Williamtown, Australia (2%); Cameri, Italy (1%); Marham, United Kingdom (1%); and Fort Worth, Texas (1%), and is expected to be completed in November 2024. Fiscal 2024 operations and maintenance (Air Force) funds in the amount of $14,261,362; fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $10,389,953; fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,565,946; non-U.S. DOD participant funds in the amount of $8,404,939; and FMS funds in the amount of $4,033,206, will be obligated at time of award, $27,217,261 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

BAE Systems Information & Electronic Systems Inc., Nashua, New Hampshire, is awarded a not-to-exceed $34,300,000 stand-alone contract for the procurement of six multifunctional module mast (MMM) tactical modules and MMM payload modules. All work will be performed in Nashua, New Hampshire. Work is expected to be completed by June 2028. Working capital (Navy) funds in the amount of $16,807,000 will be obligated at time of award as an undefinitized contract action, 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-NA67).

Alliant Techsystems Operations LLC, a wholly-owned subsidiary of Northrop Grumman Defense Systems, Northridge, California, is awarded a $33,273,000 firm-fixed-price contract for the advanced acquisition, fiscal 2025 low-rate initial production of the AGM-88G Advanced Anti-Radiation Guided Missile – Extended Range (AARGM-ER) to procure long-lead time components, materials, parts, and associated efforts required to maintain the AARGM-ER planned production schedule. Work will be performed in Rocket Center, West Virginia (32%); San Diego, California (22%); Lewisburg, Tennessee (15%); Andover, Massachusetts (14%); Plymouth, Maine (9%); Nampa, Indiana (3%); Huntsville, Alabama (2%); Northridge, California (1%); and various locations outside of the continental U.S. (2%), and is expected to be completed in March 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $33,273,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0062).

Raytheon Co., Largo, Florida is awarded a $24,800,621 firm fixed price modification to previously awarded contract (N00024-20-C-5203) to exercise options for Planar Array Antenna Assembly production requirements to support the Cooperative Engagement Capability program. This contract combines purchases for the U.S. government (89%); and the country of Japan, under the Foreign Military Sales program. Work will be performed in Largo, Florida (59%); McKinney, Texas (35%); St. Petersburg, Florida (3%); and Andover, Massachusetts (3%), and is expected to be completed by May 2025. Fiscal 2024 shipbuilding and conversion (Navy) $13,833,114 (55%); fiscal 2023 shipbuilding and conversion (Navy) $8,205,267 (33%); Foreign Military Sales (Japan) in the amount of $2,735,089 (11%); and fiscal 2018 shipbuilding and conversion (Navy) $27,151 (1%) funding, will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.  

BAE Systems – San Diego Ship Repair, San Diego, California, is awarded a $8,649,653 firm-fixed-price undefinitized contract modification to a previously awarded undefinitized contract action (N00024-24-C-4423) to exercise options for the repair, maintenance, and modernization of the USS Halsey (DDG 97), a Chief of Naval Operations Fiscal Year 2024 Depot Modernization Period (FY24 DMP). The scope of this procurement includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the USS Halsey (DDG 97) FY24 DMP. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $225,596,313. Work will be performed in San Diego, California, and is expected to be completed by April 2026. Fiscal 2024 operations and maintenance, Navy funds in the amount of $6,077,327 (85.8%); fiscal 2024 other procurement, Navy funds in the amount of $954,274 (13.5%); and fiscal 2024 working capital fund, Navy funds in the amount of $51,150 (.7%), will be obligated at the time of award, of which $6,077,327 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204 (a) (3) (Industrial Mobilization). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4423).

Applied Physical Sciences Corp., Groton, Connecticut, is awarded a $7,999,919 modification (P00018) to a previously awarded cost-plus fixed-fee contract (HR001120C0100) for refurbishment of three existing KRAKEN prototype units, provision of engineering services for system improvements, command and control integration, and system autonomy upgrades. The effort will also include participation in one fleet exercise, including system deployment and recovery. Fiscal 2024 research, development, test, and evaluation (Navy) funds are being used to fund this modification. Work will be performed in Groton, Connecticut, and is expected to be completed in November 2025. The Naval Information Warfare Systems Command, San Diego, California, awarded the contract on behalf of the Navy Program Executive Office for Undersea Warfare Systems, Maritime Surveillance Systems Program Office. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

ARMY

AECOM Technical Services Inc., Omaha, Nebraska (W9128F-24-D-0014); Arcadis, Highlands Ranch, Colorado (W9128F-24-D-0015); CDM Federal Programs Corp., Kansas City, Missouri (W9128F-24-D-0016); Jacobs Government Services Co., Arlington, Virginia (W9128F-24-D-0017); and Tetra Tech Inc., Boise, Idaho (W9128F-24-D-0018), will compete for each order of the $249,000,000 firm-fixed-price contract for professional architect-engineer services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2031. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.   

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $238,407,362 firm-fixed-price contract to design and build an airmen training complex. Bids were solicited via the internet with one received. Work will be performed at Lackland Air Force Base, Texas, with an estimated completion date of April 3, 2028. Fiscal 2020, 2021, 2022 and 2023 military construction, defense-wide funds in the amount of $238,407,362 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0023).   

Raytheon, Tucson, Arizona, was awarded a $103,172,444 modification (P00004) to contract W31P4Q-23-C-0026 for production of Tube-Launched Optically Tracked Wireless-Guided. Work will be performed in Tucson, Arizona, with an estimated completion date of June 30, 2028. Fiscal 2023 missile procurement, Army funds in the amount of $103,172,444 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Omega Foundation Services,* Slaughter, Louisiana, was awarded a $71,685,417 firm-fixed-price contract for construction and electrical work. Bids were solicited via the internet with three received. Work will be performed in Edgard, Louisiana, with an estimated completion date of June 5, 2028. Fiscal 2024 civil construction funds in the amount of $71,685,417 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0037). 

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded a $67,270,205 firm-fixed-price contract for a fish passage improvement project. Bids were solicited via the internet with two received. Work will be performed in New London, Missouri, with an estimated completion date of Nov. 23, 2026. Fiscal 2024 civil construction funds in the amount of $67,270,205 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-24-C-0026).  

Conti Federal Services LLC, Orlando, Florida, was awarded a $59,274,008 firm-fixed-price contract for repair and renovation of a building. Bids were solicited via the internet with four received. Work will be performed in Mainz Kastel, Germany, with an estimated completion date of March 29, 2028. Fiscal 2010 operation and maintenance, Army funds in the amount of $59,274,008 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-24-C-0030). 

Knight Construction & Supply, Deer Park, Washington, was awarded a $56,839,500 firm-fixed-price contract to manufacture and install dam parts. Bids were solicited via the internet with three received. Work will be performed in Pomeroy, Washington; Starbuck, Washington; Kahlotus, Washington; and Burbank, Washington, with an estimated completion date of Nov. 21, 2029. Fiscal 2023 civil operation and maintenance funds; and fiscal 2024 Bipartisan Infrastructure Law funda in the amount of $56,839,500, were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-24-C-0012).   

Knights Armament Co., Titusville, Florida, was awarded a $30,783,139 firm-fixed-price contract for the procurement of night vision equipment and training services. Bids were solicited via the internet with one received. Work will be performed in Titusville, Florida, with an estimated completion date of Dec. 31, 2026. Fiscal 2024 Foreign Military Sales (Sweden) funds in the amount of $30,783,139 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5042). 

The Logistics Co. Inc.,* Fayetteville, North Carolina, was awarded a $28,938,538 hybrid (cost-no-fee and firm-fixed-price) contract for base support services. Bids were solicited via the internet with seven received. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of Sept. 22, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $3,046,987 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-24-F-0140). 

Recsolu Inc., Chicago, Illinois, was awarded a $20,818,236 firm-fixed-price contract for utilization of Yello products and 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 Sept. 22, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W58P05-24-D-0005). 

Matthews Group Inc., Purcellville, Virginia, was awarded a $20,768,642 firm-fixed-price contract for a commercial vehicle inspection facility and memorial restroom facility. Bids were solicited via the internet with two received. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 19, 2024. Fiscal 2020, 2021, 2022, and 2023 military construction, defense-wide funds in the amount of $20,768,642 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0034). 

Barrett Firearms Manufacturing Inc.,* Christiana, Tennessee, was awarded a $14,999,500 firm-fixed-price contract for the procurement of M107 Long Range Sniper Rifle variants, spare parts, accessories and training. 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 Sept. 22, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0029).   

U.S. Ordnance,* Sparks, Nevada, was awarded a $14,960,325 firm-fixed-price contract for M60E4 and M60E6 machine guns, spare parts and accessories, conversion kits and training. 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 Sept. 21, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0051). 

Red Eagle JV,* Coweta, Oklahoma, was awarded a $12,932,311 firm-fixed-price contract for the construction of a fire station to support William Beaumont Army Medical Center. Bids were solicited via the internet with four received. Work will be performed at Fort Bliss, Texas, with an estimated completion date of April 20, 2026. Fiscal 2023 military construction, Army funds in the amount of $12,932,311 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0030). 

Richard E Pierson Construction Co. Inc., Pilesgrove, New Jersey, was awarded a $12,909,895 firm-fixed-price contract to expand a dredged material placement facility. Bids were solicited via the internet with nine received. Work will be performed in Logan Township, New Jersey, with an estimated completion date of May 4, 2026. Fiscal 2024 civil construction funds in the amount of $12,909,895 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0036). 

Applied Technologies Group Inc.,* Huntsville, Alabama, was awarded an $11,041,114 modification (P00025) to contract W31P4Q-23-F-E001 for logistics support for the Utility Helicopters Project Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of Oct. 12, 2025. Fiscal 2010 Foreign Military Sales (Albania, Australia, Austria, Bahrain, Croatia, Jordan, Latvia, Lithuania, Mexico, Slovenia, South Korea, Sweden, Thailand, and Turkey) and 2024 other procurement, Army funds in the amount of $11,041,114 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.    

Teledyne Flir Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $10,324,479 firm-fixed-price contract for the Man Transportable Robotic System Increment II. Bids were solicited via the internet with five received. Work will be performed in Elkridge, Oklahoma, with an estimated completion date of April 25, 2025. Fiscal 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $10,324,479 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-F-0299). 

Towill Inc., Concord, California, was awarded a $9,900,000 firm-fixed-price contract for architect engineering services for surveys, photography and mapping. 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 Sept. 22, 2029. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-24-D-0002). 

IDS International LLC, Arlington, Virginia, was awarded an $8,575,534 hybrid (cost-no-fee and firm-fixed-price) contract to support tactical training. Bids were solicited via the internet with one received. Work will be performed in Camp Taji, Iraq, with an estimated completion date of Sept. 28, 2025. Fiscal 2024 Foreign Military Sales (Iraq) funds in the amount of $8,575,534 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0036). 

CORRECTION: The $11,000,000 contract (W911QX-24-C-0030) announced on Sept. 19, 2024, for Vector Atomic Inc., Pleasanton, California, to provide scaling manufacturing and affordability of resilient timing systems was actually awarded on Sept. 20, 2024. 

DEFENSE LOGISTICS AGENCY

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $66,765,417 modification (P00004) exercising the second one-year option period of a one-year base contract (SPE2D1-22-D-0013) with four one-year option periods for dual-aeromedical certified ventilators and accessories. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 27, 2025. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Health Affairs. Type of appropriation is fiscal 2024 through 2025 war stopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

GE Aviation Systems LLC, Grand Rapids, Michigan, has been awarded a maximum $63,458,654 firm-fixed-price, long-term contract for KC-135 aircraft integrated data acquisition recorder systems. 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 contract with no option periods. The performance completion date is Sept. 22, 2029. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-24-D-0999).

AIR FORCE

Securboration Inc. was awarded a $45,750,000 maximum ordering amount indefinite-delivery/indefinite-quantity contract for research and development. This contract provides for research, design, development, demonstration, test, integration, and delivery the MIC2 software system. Work will be performed in Melbourne, Florida, and is expected to be complete by Sept. 22, 2029. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $249,985 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-D-B002).

ViaSat Inc., Carlsbad, California, was awarded a $33,638,691 cost-plus-fixed-fee contract for the Defense Experimentation Using Commercial Space Internet program. This contract seeks multi-band, satellite communications antennas capable of use on military aircraft. Work will be performed in Tempe, Arizona, and is expected to be completed by April 24, 2028. This contract was a competitive acquisition, and 15 offers were received. Fiscal 2024 (Space Force) research, development, test, and evaluation funds in the amount of $5,500,000; fiscal 2024 (Air Force) research, development, test, and evaluation funds in the amount of $4,000,000; and fiscal 2023 (Air Force) research, development, test, and evaluation funds in the amount of $1,188,000, are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-C-B038).

Concurrent Technologies Corp., Johnstown, Pennsylvania, was awarded a $22,000,000 cost-plus fixed-fee, not-to-exceed contract for flightline charging infrastructure demonstration. This contract provides for the design, fabrication, and installation of flightline charging infrastructure. Work will be performed at Holloman Air Force Base, New Mexico; Robins AFB, Georgia; and Johnstown, Pennsylvania, and is expected to be completed by Sept. 30, 2027. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $4,999,188 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA2394-24-C-B051).

The Boeing Co., St. Louis, Missouri, was awarded a $19,309,802 cost-plus-fixed-fee contract for distributed metadata manager service software prototype and reports and network modeling portal software prototype and reports. This contract provides for the design and development of a resilient data management protocol capable of routing data across multiple security domains and optimizing the performance of end-to-end traffic flows. Work will be performed in St. Louis, Missouri; Huntington Beach, California; El Segundo, California; and Bridewater, New Jersey, and is expected to be completed by Nov. 22, 2027. This contract was a competitive acquisition, and 14 offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $574,821 are being obligated at time of award. The Air Force Research Laboratory, Rome New York, is the contracting activity (FA8750-24-C-B111).

Maher & Associates LLC, Forest Hill, Maryland, was awarded at $17,351,831 cost-plus-fixed-fee contract for low cost, rapid, aerospace fabrication technology. This contract provides for the development and demonstration of a digitally transformed and automated press-based resin infusion process for manufacturing small composite structures. Work will be performed at Forest Hill, Maryland, and is expected to be completed by June 26, 2028.  This contract was a sole source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,694,351 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2391-24-C-B037).

University of Dayton Research Institute, Dayton, Ohio, was awarded a $16,097,284 cost-plus-fixed fee contract for small expendable turbine phase two risk reduction experimentation. This contract provides assessing advanced manufacturing techniques and designs for technical feasibility and cost effectiveness when applied to small turbojet engines. Work will be performed in Dayton, Ohio, and is expected to be completed by Sept. 17, 2026. This contract was a sole source acquisition. Fiscal 2023 research and development funds in the amount of $12,978,268; and fiscal 2023 procurement funds in the amount of $1,840,253 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8684-24-C-B026). (Awarded Sept. 19, 2024)

BAE Systems Information and Electro, Fort Wayne, Indiana, was awarded a $16,011,898, firm-fixed-price contract for B-2 low noise amplifier/diplexer and the radar frequency switch unit. This contract provides for the repair of the low noise amplifier/diplexer and the radar frequency switch unit. Work will be performed in Fort Wayne, Indiana, and is expected to be completed by Sept. 20, 2024. This contract was a sole source acquisition.  No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma is the contracting activity. (FA8119-24-D-0011) (This contract was awarded on Sept. 20, 2024)

Sierra Space Corp., Broomfield, Colorado, was awarded a $15,997,234 face value contract for maturation of the VR35K-A advanced upper stage engine. This contract provides for further development testing of the VR35K-A prototype engine and vehicle integration maturation. Work will be performed in Madison, Wisconsin, and is expected to be completed by Dec. 25, 2026. This contract was a sole source acquisition. Fiscal 2023 Congressional Interest Item research and development funds in the amount of $15,997,234 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-R-6008).

RTX BBN Technologies Inc., Cambridge, Massachusetts, was awarded a $10,469,650 cost-plus-fixed-fee contract for XQN software and hardware prototype and reports. This contract provides for the design, development, test, evaluation, and mature red/black networking and cross domain solution broker service technologies; the creation of digital models and analysis of effectiveness and efficiency; and establishes relevance through demonstrations. Work will be performed in Cambridge, Massachusetts, and is expected to be completed by Nov. 23, 2027. This contract was a competitive acquisition, and 14 offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $467,920 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-C-B112).

Lockheed Martin, Littleton, Colorado, has been awarded a $10,211,283 modification (P00775) to a previously awarded contract (FA8807‐08‐C‐0010) for GPS III Mission 9 launch and on-orbit checkout. The modification brings the total cumulative face value of the contract to $5,555,641,146 from $5,545,429,901. Work will be performed at Littleton, Colorado, and is expected to be completed by April 30, 2026. Fiscal 2023 procurement funds in the amount of $10,211,245 are being obligated at time of award. The Space Systems Command, Los Angeles, California, is the contracting activity.

*Small business

9/24

NAVY

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $5,798,767,376 fixed-price incentive (firm-target) contract for detail, design, and construction (DD&C) of three amphibious transport dock ships (LPD) Flight II (LPD 33, LPD 34, and LPD 35). Work will be performed in Pascagoula, Mississippi (79%); Crozet, Virginia (4%); Beloit, Wisconsin (2%); Menomonee Falls, Wisconsin (1%); Gulfport, Mississippi (1%); Peoria, Illinois (1%); Ayer, Massachusetts (1%)7; and other locations less than 1% (11%), and is expected to be completed by September 2035. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $449,000,000 (99%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,000,000 (1%), 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 2304(c)(1) and 10 U.S. Code 3204(a)(1) (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 (N00024-24-C-2473).  

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $3,673,365,244 fixed-price incentive (firm-target) modification to previously awarded contract (N00024-24-C-2467) to definitize the advance procurement of long lead time material procurement and procure the detail design and construction and special studies in support of one amphibious assault ship (general purpose) replacement America class Flight 1 ship. This contract modification includes options which, if exercised, would bring the cumulative value of this contract to $3,894,958,311. Work will be performed in Pascagoula, Mississippi (80%), Menomonee Falls, Wisconsin (3%), Brunswick, Georgia (2%); Beloit, Wisconsin (2%); Philadelphia, Pennsylvania (1%); King of Prussia, Pennsylvania (1%); Cincinnati, Ohio (1%); and other locations less than 1% (10%), and is expected to be completed by September 2033. If all options are exercised, work will continue through March 2035. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $115,000,000 (99%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $203,039 (1%), 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.

Envisioneering Inc.,* Alexandria, Virginia, is awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for research and development support for high power electromagnetic systems development, application, and testing. The contract does not include options and has a cumulative value of $99,000,000. A $7,178,932 cost-plus-fixed-fee task order was issued concurrently. This task order includes options and has a cumulative value of $21,840,049. Work for the initial task order will be performed at the U.S. Naval Research Laboratory (NRL), Washington, D.C., and is expected to be completed by September 2025. Fiscal 2024 working capital funds (Defense) in the amount of $73,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with two offers received via Contract Opportunities on SAM.gov. The NRL, Washington, D.C., is the contracting activity (N0017324D2009, N0017324F2400).

DRS Laurel Technologies, Largo, Florida, was awarded a $66,239,490 firm-fixed-price contract for the production, fabrication, assembly, inspection, testing, and delivery of AN/SPQ-9B Anti-Ship Missile Defense Radar Systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $235,983,500. This contract combines purchases for the Navy (77%); and the government of Japan (23%), under the Foreign Military Sales (FMS) program. Work will be performed in Largo, Florida (95%); and Johnstown, Pennsylvania (5%), and is expected to be completed by May 2027. If all options are exercised, work will continue through July 2030. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $32,549,268 (50%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $16,045,402 (23%); FMS (Japan) funds in the amount of $16,045,402 (23%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $720,231 (1%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $449,812 (1%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $299,586 (1%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $129,789 (1%), 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 two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-5539). (Awarded Sept. 20, 2024)

Makai Ocean Engineering Inc.,* Waimanalo, Hawaii (N39430-24-D-2001); and Marine Ventures International Inc.,* Stuart, Florida (N39430-24-D-2002), are awarded a combined $45,000,000 indefinite-delivery/indefinite-quantity multiple award contract for the Advanced Ocean Technology Program at the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC). The work to be performed provides for research and development of ocean engineering and naval architecture solutions in support of design, installation, operation, and maintenance of both fixed ocean systems and towed systems. Each awardee will be awarded $10,000 (minimum contract guarantee per award) at contract award. The maximum dollar value, including the base period and one option for this contract is $45,000,000. The term of this contract is not to exceed 60 months with a six-month option. Work will be performed in Port Hueneme, California, as well as at contractor and other government locations, and is expected to be completed by March 2030. Fiscal 2024 Navy working capital funds in the amount of $20,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Funding for this requirement will be primarily funded by research, development, test and evaluation funds. Based on specific task order requirements, some requirements may also be funded with operation and maintenance (Navy), or other procurement funds. These two contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC EXWC, Port Hueneme, California, is the contracting activity.

Boeing Co., St. Louis, Missouri, is being awarded $44,746,000 for a ceiling-priced delivery order (N00383-24-F-YY2X) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of 31 cylinder and piston (nose landing gear strut) spares in support of the F/A-18 E/F aircrafts. The delivery order does not include an option period. Work will be performed in Ajax, Ontario, Canada (57%); and St. Louis, Missouri (43%). Work is expected to be completed by March 2029. Annual working capital (Navy) funds in the amount of $21,925,540 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 being awarded $35,254,563 for a firm-fixed-price delivery order (N00383-24-F-X93L), under a previously awarded contract (N00383-20-G-X901), for the procurement of 57 actuator assemblies, 50 shut-off valves, six isolation valves, 57 pressure switches, seven thermal resistors, 28 prime pumps, 29 forward fairings, 13 aircraft skins, 15 fairings, 14 deicer boots, 10 bypass doors, 45 engines, 15 electrical harnesses, 10 center units, eight lowers, five exhaust blowers, six flow control valves, 50 mechanical actuators, 95 spring holders, eight centrifugal fans, and 28 particle separators 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 (Navy) funds in the amount of $17,274,736 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.

Raytheon Co., Indianapolis, Indiana, is awarded a $20,763,286 cost-plus-fixed-fee delivery order (N0001924F2603) against a previously issued basic ordering agreement (N0001920G0007). This order provides engineering, management, technical, and acquisition support for the development of software corrections to address the capability defect packages for the V-22 avionics and flight control systems. Work will be performed in Indianapolis, Indiana, and is expected to be completed by December 2026. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $9,599,158; fiscal 2024 operations and maintenance (Air Force) in the amount of $3,690,617; fiscal 2024 research, development, test, and evaluation (Navy) in the amount of $357,433; fiscal 2024 aircraft procurement (Navy) $4,379,856; and fiscal 2024 aircraft procurement (Air Force) in the amount of $2,736,210 will be obligated at the time of award, $13,286,775 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Marlborough, Massachusetts, is being awarded $17,996,000 for a firm-fixed-price contract for the procurement of 870 transmit/receive integrated multichannel modules utilized in the SPY-6 air and missile defense radar system. This contract has no options. All work will be performed in Andover, Massachusetts, and is expected to be completed by May 2027. Working capital (Navy) funds in the full amount of $17,996,000 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 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-DA29).

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $17,217,111 for a firm-fixed-price delivery order (N00383-24-F-X93K), under a previously awarded contract (N00383-20-G-X901), for the procurement of 50 fluid filter heads, nine circuit card assemblies, 14 rake heat shields, 28 valve-brake controls, 180 oil filter elements, 52 temperature sensors, 29 oil filter assemblies, 26 oil bypass valves, 25 bypass valves, nine oil filter assemblies, 121 sensors, six rotor brake discs, 10 vaneaxial fans, five impeller units, 11 windshield motors, 82 fluid filter elements, eight lube elements, 23 parking brake valves, five disc brake rotors, six centrifugal fans, six video signal processors, five ignition distribution rotors, six air heat exchangers, 12 radiator cores, and 22 digital computer systems 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 (Navy) funds in the amount of $8,436,384 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.

General Atomics, San Diego, California, is being awarded $15,238,684 for firm-fixed-price delivery order (N00383-24-F-SX0C) under previously awarded basic ordering agreement (N00383-23-G-SX01) for the procurement of 13 different spare items in support of the electromagnetic aircraft launch system and advanced arresting gear system. The delivery order does not include an option period. All work will be performed in Tupelo, Mississippi. Work is expected to be completed by August 2027. Annual working capital (Navy) funds in the full amount of $15,238,684 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 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Bollinger Shipyards Lockport LLC, Lockport, Louisiana, is awarded a $14,288,123 firm-fixed-price modification to a previously awarded contract (N00024-22-C-6305) for engineering change proposals associated with Mine Countermeasures Unmanned Surface Vehicle production. Work will be performed in Portsmouth, Virginia (85%); and Lockport, Louisiana (15%), and is expected to be completed by May 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $4,762,708 (33%); and fiscal 2024 other procurement (Navy) funds in the amount of $9,525,415 (67%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Atomics, San Diego, California, is being awarded $12,585,655 for firm-fixed-price delivery order (N00383-24-F-SX0D) under a previously awarded basic ordering agreement (N00383-23-G-SX01) for the procurement of four different spare items in support of the electromagnetic aircraft launch system and advanced arresting gear system. The delivery order does not include an option period. All work will be performed in Tupelo, Mississippi. Work is expected to be completed by August 2027. Annual working capital (Navy) funds in the full amount of $12,585,655 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 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Dynamics Ordnance and Tactical Systems, Williston, Vermont, has been awarded a minimum $191,191,996 firm-fixed-price, one-time-buy contract for Iron Fist Protection System B-kits. 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 delivery order completion date is July 31, 2027. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 Ukraine payback funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-24-C-0029).

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $39,685,883 firm-fixed-price, one-time-buy delivery order (SPRRA1-24-F-0151) against a five-year basic ordering agreement (SPE4A1-22-G-0005) for mechanical transmissions. 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 four-year contract with no option periods. The performance completion date is June 30, 2027. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

ARMY

Clarivate Analytics LLC, Ann Arbor, Michigan (W51701-24-D-0001); and Wellspring Worldwide Inc., Chicago, Illinois (W51701-24-D-0002), will compete for each order of the $64,376,027 firm-fixed-price contract to procure and implement a cloud-based, enterprise-wide, commercial-off-the-shelf-based intellectual property and technology transfer data-management system. 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 Sept. 23, 2029. U.S. Army Small Business Innovation Research Catalyst Program is the contracting activity.

Garco Construction Inc., Spokane, Washington, was awarded a $48,400,000 firm-fixed-price contract to construct a consolidated total force integration base operations facility. Bids were solicited via the internet with two received. Work will be performed at Fairchild Air Force Base, Washington, with an estimated completion date of Oct. 5, 2026. Fiscal 2022, 2023 and 2024 military construction, defense-wide funds in the amount of $48,400,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-C-0021).

Lockheed Martin Corp., Orlando, Florida, was awarded a $42,028,845 modification (P00036) to contract W31P4Q-23-C-0005 for Hellfire II Missiles and Joint Air-to-Ground Missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2027. Fiscal 2023 and 2024 procurement of ammunition, Army funds; and fiscal 2022, 2023 and 2024 procurement, defense-wide funds in the amount of $42,028,845 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

OCCI Inc.,* Fulton, Missouri, was awarded a $23,998,832 firm-fixed-price contract for fabrication of miter gates, miter gate machinery, culvert valves, and other components. Bids were solicited via the internet with two received. Work will be performed in Versailles, Illinois, with an estimated completion date of July 17, 2029. Fiscal 2024 civil construction funds in the amount of $23,998,832 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-24-C-0033).

Pratt & Miller Engineering & Fabrication LLC, New Hudson, Michigan, was awarded a $22,532,193 firm-fixed-price contract for full-rate production and fielding of Trackless Moving Targets Family of Products. Bids were solicited via the internet with one received. Work will be performed in New Hudson, Michigan, with an estimated completion date of Sept. 23, 2029. Fiscal 2022 other procurement, Army funds in the amount of $22,532,193 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0042).

Raytheon Missiles Defense, Tucson, Arizona, was awarded a $15,103,553 modification (PZ0001) to contract W31P4Q-23-F-0014 for the Stinger Air to Air Launcher system. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lineport Excavating LLC,* Bumpus Mills, Tennessee, was awarded a $15,000,000 firm-fixed-price contract for delivery of limestone and gravel sand. 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 Sept. 23, 2029. U.S. Army 418th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-24-D-1001).

Muddy Water Dredging LP,* Orange, Texas, was awarded a $14,942,650 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with six received. Work will be performed in Orange, Texas, with an estimated completion date of July 22, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $14,942,650 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0013).

Omega Foundation Services Inc.,* Slaughter, Louisiana, was awarded a $10,154,701 firm-fixed-price contract for Broward County Water Preserve Area project. Bids were solicited via the internet with six received. Work will be performed in Weston, Florida, with an estimated completion date of Dec. 11, 2025. Fiscal 2024 civil construction funds in the amount of $10,154,701 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0022).

Three Oaks Construction Inc.,* North Sioux City, South Dakota, was awarded a $9,797,712 firm-fixed-price contract for the construction of an island above Lock and Dam 2 near Hastings, Minnesota. Bids were solicited via the internet with three received. Work will be performed in Hastings, Minnesota, with an estimated completion date of Nov. 30, 2027. Fiscal 2024 civil construction funds in the amount of $9,797,712 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-24-C-0019).

EVCO National Inc.,* Wood River, Illinois, was awarded a $9,000,000 firm-fixed-price contract for exterior painting. 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 Sept. 23, 2029. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-D-4004).

Dubuque Barge and Fleeting Service Co.,* Dubuque, Iowa, was awarded a $7,623,812 firm-fixed-price contract for locks and dams mooring cell construction. Bids were solicited via the internet with five received. Work will be performed in Canton, Missouri, with an estimated completion date of Sept. 22, 2025. Fiscal 2024 civil construction funds in the amount of $7,623,812 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-24-C-0035).

AIR FORCE

3M Company, 3M Center, Saint Paul, Minnesota, was awarded a $45,874,948 cost-plus-fixed-fee contract for research within the aerospace films for increased power density and operational range of reconnaissance platforms program. This contract provides for research that includes increasing the operational capabilities of reconnaissance platforms. Work will be performed in Saint Paul, Minnesota, and is expected to be complete by Sept. 20, 2028. This contract was a competitive acquisition through a two-step open broad agency announcement. Fiscal 2023 research and development funds in the amount of $5,995,783 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-24-C-B047).

Loadpath LLC, Albuquerque, New Mexico, was awarded a $45,469,600 cost-plus-fixed-fee contract for design, development, and testing prototype software and hardware for critical technology elements. This contract provides for thermal control, deployable structures, robotics, digital infrastructure, and nuclear applications for in-space and terrestrial applications. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by December 31, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal year 2024 (Space Force) research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X039).

IAN Corp., Barrigada, Guam, was awarded a $35,836,338 firm-fixed-price contract for airfield construction. This contract will provide for repairs to Thunder Landing Zone, Northwest Field, Andersen Air Force Base, Guam. Work will be performed at Northwest Field, Andersen AFB, Guam, and is expected to be completed by June 29, 2026. This contract was a competitive acquisition, and four offers were received. Fiscal 2024 operations and maintenance funds in the amount of $35,836,338 are being obligated at the time of award. The 36th Contracting Squadron, Andersen Air Force Base, Guam, is the contracting activity (FA5240-24-C-0008).

Riverside Research Institute, Fairfax, Virginia, was awarded a $27,579,082 cost-plus-fixed-fee contract for intelligent collection with artificial intelligence. This contract is to design, develop, integrate, test, and deploy an intelligence driven collection enterprise that increases speed of information and provide awareness of new activities, behaviors, and patterns important to protecting critical assets and operations. Work will be performed in Fairfax, Virginia, and is expected to be completed by Dec. 23, 2027. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $40,000 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-C-B104).

ARCTEC SOLUTIONS LLC, Sterling, Virginia, was awarded a $27,342,730 cost-plus-fixed-fee completion contract for defensive effects in unfavorable cyberspace environments software and hardware prototype and reports. This contract provides for the development of hardware components and systems, software components and systems, network components and systems, supporting frameworks, analysis, models and libraries, autonomous interfaces, human-machine interfaces, packaging and tooling, radio frequency and software-defined radio technology. The work will be performed at Sterling, Virginia, is expected to be completed by Nov. 23, 2029. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $137,884 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-C-B108).

Rx Bandz Inc., Austin, Texas, was awarded a $12,334,570 cost-plus-fixed-fee contract for tactical injection kit development. This contract provides for the development of an FDA-approved auto-injector device that can deliver a pre-measured dose of ketamine for mild sedation at point of injury in austere environments and/or during patient transport. Work will be performed in Fairfield, New Jersey, and is expected to be completed by Oct. 1, 2029.  This award was a sole source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $1,991,908 are being obligated at time of award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2384-24-C-B013).

Potawatomi Training LLC, Oklahoma City, Oklahoma, was awarded a ceiling $9,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flight training operational support services. This contract provides for administrative support, including scheduling, training, standards and evaluation, and innovation and sustainment for the 80th Flying Training Wing. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2029. This contract was a sole source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $1,956,908 will be obligated on Oct. 1, 2024. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-24-D-0016).

UES Inc., Dayton, Ohio, was awarded a $8,999,940 cost-plus-fixed-fee modification (P00051) to a previously awarded contract (FA8650-19-F-2906) for power, energy, thermal, integration, and controls research technologies for advanced military aircraft applications. Work will be performed at Dayton, Ohio, and is expected to be completed by May 12, 2026. Fiscal 2024 research and development funds in the amount $410,031are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

*Small business

9/25

NAVY

Mercury Mission Systems,* Torrance, California, is awarded a $131,333,480 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the production and delivery of Advanced Data Transfers System components. This contract is in support of Small Business Innovation Research Phase III topic N102-129 titled “Advanced Solid State Memory Conversion with Advance On-board Test Capability in support of the Navy and Foreign Military Sales customers. Work will be performed in Torrance, California, 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 15 U.S. Code 638(r)(4). Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0011).

Etolin Strait Associates LLC,* Norfolk, Virginia, is awarded a $100,000,000 firm-fixed price, indefinite-delivery/indefinite quantity contract for general minor construction, repairs, and alterations in the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). The work to be performed provides for, but is not limited to, minor construction, repair, and alterations to government shore facilities and utilities the NAVFAC Washington AO. The maximum dollar value, including the base period and one option period, is $100,000,000. Work will be performed in Maryland (35%), Virginia (35%), and Washington, D.C. (30%), and is expected to be complete by September 2029. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued and will primarily consist of operation and maintenance, Navy funds. This contract was procured on a competitive basis as an 8(a) Small Business set-aside via the sam.gov website with 21 offers received. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-24-D-0016).

Etolin Strait Associates LLC,* Norfolk, Virginia, is awarded a $100,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for general minor construction, repairs, and alterations in the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations (AO). The work to be performed provides for, but is not limited to, minor construction, repair, and alterations to government shore facilities and utilities the NAVFAC Washington AO. The maximum dollar value, including the base period and one option period, is $100,000,000. Work will be performed in Maryland (60%), Virginia (30%), and Washington, District of Columbia (D.C.) (10%), and is expected to be completed by September 2029. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued and will primarily consist of operation and maintenance, Navy funds. This contract was procured on a competitive basis as an 8(a) Small Business set-aside via the sam.gov website with 21 offers received. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-24-D-0015).

Cherokee Nation Government Solutions LLC, Tulsa, Oklahoma, is being awarded a ceiling price $99,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for to fulfill a variety of support services in support of Marine Corps Logistics Base, Albany, Georgia. Work will be performed solely in Albany, Georgia. This contract includes a five-year ordering period. Fiscal 2024 Navy working capital funds in the amount of $4,389,138 are being obligated at time of award to fund the minimum guarantee and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Defense Federal Acquisition Regulations 219.808-1(a). The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-24-D-0003/M67004-24-F-5073).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $91,789,218 firm-fixed-price, fixed-price with economic price adjustment, cost-plus-fixed-fee completion and term, and cost no fee definite quantity contract for Virginia Class submarine (VCS) propulsor forward subassemblies. Additionally, this acquisition provides material required to manufacture all four Forward Subassemblies, associated engineering services, sparing and other manufacturing and support services. Work will be performed in Louisville, Kentucky, and is expected to be completed by September 2030. Fiscal 2025 advanced procurement shipbuilding and conversion (Navy) funds in the amount of $25,253,265 (100%) will be obligated at time of award. This contract was not competitively procured under the authority of 10 U.S. Code 2304(c)(1), as implemented by Federal Acquisition Regulation 6.302-1. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland is the contracting activity (N00167-24-D-0004).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded $39,520,000 for a firm-fixed-priced delivery order (N00383-24-F-X936), under previously awarded contract N00383-20-G-X901, for the procurement of 220 bolts, 91 retainer nuts, 28 aircraft levers, five integral couplings, 10 flange-couplings, five anti-flail devices, 15 flexible shaft assemblies, 11 shouldered shafts, 11 shaft coupling halves, 11 section one drive shafts, 11 hose coupling assemblies, 107 bearing supports, five drive shafts, 38 bevel gear shafts, six straight shaft assemblies, five shouldered shafts, and five grooved coupling clamps 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 (Navy) funds in the amount of $29,640,000 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. (Awarded Sept. 24, 2024)

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $16,216,005 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2103 for engineering and technical design to support research and development concept formulation for current and future submarine platforms. Work will be performed in Annapolis, Maryland (11%); Syracuse, New York (10%); Lodi, New Jersey (9%); Chesapeake, Virginia (9%); Groton, Connecticut (8%); Peoria, Illinois (8%); Beloit, Wisconsin (8%); Bethlehem, Pennsylvania (6%); York, Pennsylvania (5%); Sparks, Nevada (5%); Warren, Massachusetts (5%); Monroe, North Carolina (5%); Florence, New Jersey (3%); Louisville, Kentucky (3%); Batavia, New York (3%); and Hatfield, Pennsylvania (2%), and is expected to be completed by September 2026. Fiscal 2024 research, development, test and evaluation (Navy) funding 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. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Apogee Research LLC,* Arlington, Virginia, is receiving a $13,536,847 modification (P00004) to a previously awarded cost-plus-fixed-fee contract (N6523623C8005). This modification is for an engineering change for the Defense Advanced Research Projects Agency Oversight Program and brings the total cumulative value of the contract, including options, to $22,768,132. Work will be performed in Arlington, Virginia, with an expected completion date of September 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $5,081,910 will be obligated at time of modification award. Contract funds will not expire at the end of the current fiscal year. Naval Information Warfare Center, Atlantic, Charleston, South Carolina, is the contracting activity.

R Cubed Engineering LLC,* Palmetto, Florida, is awarded a $12,741,301 cost-plus-fixed-fee order (N6833524F0139) against a previously issued basic ordering agreement (N6833522G0041). This order provides design, development, test, certification, and delivery of 20 civil/Mark XIIB Identification Friend of Foe (IFF) transponder systems, labeled CXP 2.0, including associated test reports, incorporating both hardware and software components to serve as a seamless drop-in replacement within the existing Army aviation fleet in support of Small Business Innovation Research Phase III effort for Topic N142-102 entitled “Micro Identification Friend of Foe (IFF)”. The primary objective of this project is to meet the AH-64E Apache helicopter threshold performance requirements and meet enduring fleet sustainment requirements due to AN/APX-123A obsolescence. Work will be performed in Palmetto, Florida (40%); Bingen, Washington (40%); and Huntsville, Alabama (20%), and is expected to be completed in September 2025. Fiscal 2024 research, development, test, and evaluation (Defense Wide) funds in the amount of $500,000; and Special Defense Acquisition Funding (Army) in the amount of $4,860,000, 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $12,544,322 modification (P00003) to a previously awarded cost-plus-fixed-fee undefinitized contract (N0001924C0011). This modification definitizes contract line item numbers and adds scope to procure various special tooling and special test equipment in support of production and retrofit modifications for the Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-Department of Defense (DOD) participants. Work will be performed in Inglewood, California (25.99%); Irvine, California (47.53%); Huntsville, Alabama (4.86%); Anaheim, California (16.10%); and Kansas City, Missouri (5.52%), and is expected to be completed in June 2027. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $5,139,949; fiscal 2022 aircraft procurement (Navy) funds in the amount of $5,139,949; and non-DOD participants funds in the amount of $2,264,423, will be obligated at time of award, $10,279,899 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Raytheon Missile Defense, Tucson, Arizona, was awarded a $126,201,540 firm-fixed-price contract for Stinger missiles, ancillary equipment and 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 April 30, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-F-0259).  

Corvid Technologies LLC,* Mooresville, North Carolina, was awarded a $99,734,517 cost-plus-fixed-fee contract for digital engineering 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 Sept. 24, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-D-0011). 

Granite Construction Co., Watsonville, California, was awarded a $70,653,547 firm-fixed-price contract for railroad improvements. Bids were solicited via the internet with two received. Work will be performed at Fort Bliss, Texas, with an estimated completion date of March 26, 2027. Fiscal 2024 military construction, Army funds in the amount of $70,653,547 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0032).  

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $52,596,409 firm-fixed-price contract for maintenance and overhaul of UH-60 Black Hawk components. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0076). 

David Boland Inc.,* Titusville, Florida, was awarded a $42,578,405 firm-fixed-price contract for design-bid-build construction of the electric microgrid system. Bids were solicited via the internet with five received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of March 24, 2027. Fiscal 2022 military construction, defense-wide funds in the amount of $42,578,405 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-24-C-0011).  

Conti Federal Services LLC, Orlando, Florida, was awarded a $29,568,065 firm-fixed-price contract to construct a training building. Bids were solicited via the internet with two received. Work will be performed in Guaynabo, Puerto Rico, with an estimated completion date of Feb. 1, 2027. Fiscal 2023 military construction, Army Reserve funds in the amount of $29,568,065 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912QR-24-C-0031). 

4K Global – ACC JV LLC,* Augusta, Georgia, was awarded a $26,977,242 firm-fixed-price contract to repair a barracks building. Bids were solicited via the internet with five received. Work will be performed at Fort Moore, Georgia, with an estimated completion date of Oct. 31, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $26,977,242 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-4005). 

Chandler Construction Services Inc.,* Ninety Six, South Carolina, was awarded a $22,983,723 firm-fixed-price contract to furnish and install water main pipe. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of June 17, 2026. Fiscal 2024 civil operation and maintenance funds and sponsor-provided funds in the amount of $22,983,723 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-0008). 

Orion Marine Construction Inc., Tampa, Florida, was awarded a $22,437,650 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Aug. 24, 2025. Fiscal 2024 civil construction funds in the amount of $22,437,650 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0009). 

Raytheon Missile Defense, Tucson, Arizona, was awarded a $20,085,064 modification (P00013) to contract W31P4Q-22-F-0131 for Stinger Block I Missiles. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

Mike Hooks LLC, Westlake, Louisiana, was awarded a $16,180,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with six received. Work will be performed in Berwick, Louisiana, with an estimated completion date of Oct. 15, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $16,180,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0040). 

Cycle Construction Co. LLC,* Kenner, Louisiana, was awarded a $12,597,250 firm-fixed-price contract for floodwall and levee construction. Bids were solicited via the internet with nine received. Work will be performed in LaPlace, Louisiana, with an estimated completion date of Feb. 9, 2026. Fiscal 2024 civil construction funds in the amount of $12,597,250 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0041). 

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $10,330,721 modification (P00186) to contract W31P4Q-19-C-0038 for Javelin Weapon System engineering services. Work will be performed in Tucson, Arizona, with an estimated completion date of July 29, 2025. Fiscal 2024 other procurement, Army funds in the amount of $10,330,721 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Regents of the University of Minnesota, Minneapolis, Minnesota, was awarded a $10,232,265 cost-plus-fixed-fee contract to develop tools to enhance hypersonic modeling and simulation. 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 Sept. 23, 2027. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0041). 

Callahan Construction Co.,* North Pole, Alaska, was awarded a $10,065,000 firm-fixed-price contract to replace an aqueous film-forming foam fire suppression system with a water-only sprinkler system. Bids were solicited via the internet with five received. Work will be performed at Eielson Air Force Base, Alaska, with an estimated completion date of March 20, 2026. Fiscal 2024 operation and maintenance, Army National Guard funds in the amount of $10,065,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Alaska, is the contracting activity (W50S6K-24-C-0002). 

FPM Remediations Inc.,* Oneida, New York, was awarded an $8,931,448 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with one received. Work will be performed in Trenton, New Jersey; Lakehurst, New Jersey; and Pemberton, New Jersey, with an estimated completion date of Sept. 24, 2034. Fiscal 2024 Air Force Installation Restoration Program funds; and Air Force Military Munitions Response Program funds in the amount of $8,931,448, were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0033). 

Deloitte Consulting LLP, Arlington, Virginia, was awarded an $8,355,700 modification (P00013) to contract W519TC-23-F-0385 to support and maintain the Army Talent Management Career Mapping software tool. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 26, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $3,992,103 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Propper International Inc., Cabo Rojo, Puerto Rico, was awarded a maximum $77,227,290 modification (P00096) exercising the fourth one-year option period of a one-year base contract (SPE1C1-20-D-1351) with four one-year option periods for the 3 Season Sleep System and components. This is a firm-fixed price, indefinite-delivery/definite-quantity contract. Locations of performance are Nevada and Washington, with a Sept. 27, 2025, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $49,215,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dual-aero medically certified suction apparatuses. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The ordering period end date is Sept. 24, 2025. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-24-D-0018).

BAE Information and Electronic Systems Integration Inc., Totowa, New Jersey, has been awarded an estimated $41,862,415 modification (P00032) against a 10-year subsumable contract (SPE4AX-15-D-9441) for ALR-56M radar warning receiver line replaceable units and shop replaceable units. This is a firm-fixed-price requirements contract. Location of performance is New York, with a Sept. 30, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio.

Dirac Solutions Inc., Pleasanton, California, has been awarded a maximum $15,999,988 firm-fixed-price level of effort contract for wireless inventory automations. This was a competitive acquisition with one response received. This is an 18-month contract with no option periods. The performance completion date is March 26, 2026. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contract Services Office, Philadelphia, Pennsylvania (SP4701-24-C-0065).

Northrop Grumman Global Mission Readiness & Operations, Clearfield, Utah, has been awarded a maximum $9,294,794 firm-fixed-price, fixed-quantity delivery order (SPRTA1-24-F-0353) to a five-year basic ordering agreement (SPE4A1-22-G-0002) with no option periods for T-38 servo cylinders. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a three-year contract with no option periods. Location of performance is New York, with a Sept. 1, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma.

Marvin Land Systems Inc.,* Inglewood, California, has been awarded a maximum $8,812,500 firm-fixed-price delivery order (SPRDL1-24-F-0270) against a five-year long-term contract (SPRDL1-23-D-0045) for M1A2 Abrams tank auxiliary power units. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition 6.302-1. The ordering period end date is Sept. 19, 2028. 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. 

The Boeing Co., St. Louis, Missouri, has been awarded an estimated $8,441,695 modification (P000194) to a three-year base contract (SPRPA1-21-D-9001) with two one-year option periods for additional funding in support of the KC46 Commercial Common Consumables Program. This is a firm-fixed-price contract. The performance completion date is Oct. 7, 2024. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.  

AIR FORCE

Good Vocations Inc., Macon, Georgia, was awarded a maximum ceiling $48,000,000 firm-fixed-price requirements contract for custodial services. This contract provides for all required cleaning services. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Sept. 30, 2029.  This contract was a sole source acquisition. Fiscal 2025 operation and maintenance funds in the amount of $4,106,735; and fiscal 2025 consolidated sustainment activity group funds in the amount of $4,192,216, are being obligated on Oct. 1, 2024. The Air Force Sustainment Center, Warner Robins, Georgia, is the contracting activity (FA8501-24-D-0011).

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a maximum 16,206,220 cost-plus-fixed-fee contract for research and development work. This contract provides for research and development regarding a data bus with multi-level separation.  Work will be performed at Kirtland Air Force Base, New Mexico; and Scottsdale, Arizona, and is expected to be completed by Oct. 1, 2027. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 (Space Force) research and development funds in the amount of $12,208,380 are being obligated at time of award. The Air Force Research Laboratory, Space Vehicles Directorate, Integrated Experiments and Evaluation Contracting Branch, Kirtland AFB, New Mexico, is the contracting activity (FA9453-24-C-X052).

Clarity Innovations LLC, Clearwater, Florida, has been awarded a $9,186,232 firm-fixed-price modification (P00005) to a previously awarded contract (FA8730-23-C-B037) for sustainment and maintenance for continuous integration and continuous deployment. Work will be performed at the contractor’s designated facilities and is expected to be completed by Sept. 30, 2025. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $9,186,232 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-23-C-B037).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Linthicum, Maryland, has been awarded a $26,578,206 modification (P00008) to cost-plus-fixed-fee contract HR001123C0020 to award additional work for a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $43,559,854 from $16,981,648. Work will be performed in Linthicum, Maryland, with an estimated completion date of September 2026. Fiscal 2024 research and development funds in the amount of $15,000,000 are being obligated at the time of award. DARPA, Arlington, Virginia, is the contracting activity.

*Small business

9/26

DEFENSE INFORMATION SYSTEMS AGENCY

Dell Federal Systems L.P., Round Rock, Texas, was awarded a single award, indefinite-delivery/indefinite-quantity, ceiling $794,672,546 contract for Adobe Enterprise software licenses, associated upgrades and maintenance support on a subscription basis, and services for users across the Department of Defense. The period of performance is Sept. 30, 2024, though March 29, 2029, with a six-month base period and four, one year option periods, for a total contract life cycle of four and a half years. Proposals were solicited from the System for Award Management website and four proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-24-D-0003).

Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $35,000,000 non-competitive contract to provide Commander, Navy Installations Command (CNIC) enterprise land mobile radio (ELMR) sustainment for its global first responder community. This contract will effectively procure the equivalent of a full maintenance warranty for the CNIC ELMR system with associate equipment and software, including all hardware, firmware, and cabling or other signal and data transmission sub-systems necessary for the system to function as intended during operations. The total cumulative face value of the contract is $191,000,000. Fiscal 2024 operations and maintenance funds will be used. Performance will be at Navy locations worldwide. The period of performance includes a one-year base period from Sept. 28, 2024, Sept. 27, 2025, with four, one-year option periods for a total contract life cycle of five years, from Sept. 28, 2024, to Sept. 27, 2029. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC102824C0022).

ARMY

Trumbull Corp., and Brayman Construction Corp., a JV, Pittsburgh, Pennsylvania, was awarded a $769,926,260 firm-fixed-price contract for a new river chamber at Montgomery Locks and Dam. Bids were solicited via the internet with two received. Work will be performed in Monaca, Pennsylvania, with an estimated completion date of Sept. 5, 2030. Fiscal 2022 civil construction funds in the amount of $769,926,260 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-C-8011). 

Valiant Global Defense Services Inc., Herndon, Virginia, was awarded a $408,720,918 cost-plus-fixed-fee contract for mission support services. Bids were solicited via the internet with two received. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Sept. 26, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $1,900,000 were obligated at the time of the award. 418th Contracting Support Brigade, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-24-C-0004). 

ANAH LLC,* Warren, Michigan (W912DY-24-D-0028); Davenergy-VCI JV LLC,* Apex, North Carolina (W912DY-24-D-0029); Health Facility Solutions Co.,* San Antonio, Texas (W912DY-24-D-0030); LRS Hill JV LLC,* Severna Park, Maryland (W912DY-24-D-0031); Polu Kai Services-Tidewater JV II LLC,* Falls Church, Virginia (W912DY-24-D-0032); VW International Inc.,* Alexandria, Virginia (W912DY-24-D-0036); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-24-D-0034); and The Outfit Inc.,* New Braunfels, Texas (W912DY-24-D-0035), will compete for each order of the $289,851,652 firm-fixed-price contract for medically related project and program support services in support of the Defense Health Agency. 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 Nov. 6, 2030. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

NAR Medical Depot LLC, Greer, South Carolina (W81K04-24-F-0015); AvMedical,* Franklin, Tennessee (W81K04-24-F-0016); and The Lighthouse for the Blind, St. Louis, Missouri (W81K04-24-F-0017), will compete for each order of the $241,606,500 firm-fixed-price contract for the procurement of medical equipment. 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 Sept. 22, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity. 

Raytheon Co., El Segundo, California, was awarded a $196,719,957 cost-plus-fixed-fee contract for Coyote Interceptors. Bids were solicited via the internet with one received. Work will be performed in Dulles, Virginia, with an estimated completion date of Sept. 30, 2027. Fiscal 2024 aircraft procurement, Army funds in the amount of $196,719,957 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0018). 

BL Harbert International LLC, Birmingham, Alabama, was awarded a $159,644,808 firm-fixed-price contract for reception barracks construction. Bids were solicited via the internet with four received. Work will be performed at Fort Jackson, South Carolina, with an estimated completion date of Dec. 28, 2029. Fiscal 2020, 2022 and 2024 military construction, Army funds in the amount of $159,644,808 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-2000). 

Trideum Corp., Huntsville, Alabama, was awarded a $98,242,108 cost-plus-fixed-fee contract for cyber risk, analysis, modeling, simulation, evaluation and testing support 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 Sept. 26, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0025). 

Ahtna Global LLC,* Anchorage, Alaska (W9128A-24-D-0024); CF2 Construction,* Tulsa, Oklahoma (W9128A-24-D-0025); D7 LLC,* Honolulu, Hawaii (W9128A-24-D-0026); GSINA-Pacific JV II LLC,* Flemington, New Jersey (W9128A-24-D-0027); Mija Construction Services LLC,* Newbury Park, California (W9128A-24-D-0028); Pacific Federal Builders LLC,* Honolulu, Hawaii (W9128A-24-D-0029); TCG Construction Inc.,* Meridian, Idaho (W9128A-24-D-0030); and Tri Coast-Pac Tech JV LLLP,* Kelso, Washington (W9128A-24-D-0031), will compete for each order of the $95,000,000 firm-fixed-price contract for design-build and design-bid-build construction services for the state of Hawaii. 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. 26, 2031. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

Trideum Corp.,* Huntsville, Alabama, was awarded an $80,393,981 cost-plus-fixed-fee contract to develop, integrate and test functional capabilities to emulate future operating environments, provide NRT test monitoring and control, and support end-to-end data requirement. 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 Sept. 29, 2029. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-D-0031). 

AeroVironment Inc.,* Simi Valley, California, was awarded a $54,861,545 modification (PZ0048) to contract W31P4Q-20-C-0024 for Switchblade hardware production. Work will be performed in Simi Valley, California, with an estimated completion date of June 30, 2026. Fiscal 2023 missile procurement, Army funds; fiscal 2024 research, development, test and evaluation, Army funds; and fiscal 2024 Foreign Military Sales (Lithuania, Romania and Sweden) funds in the amount of $54,861,545, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Abhzeen ICC JV Inc.,* Marlboro, New Jersey, was awarded a $39,906,000 firm-fixed-price contract for building renovations. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of Jan. 26, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $39,906,000 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SD-24-C-0009). 

R. Stresau Laboratory Inc.,* Spooner, Wisconsin, was awarded a $49,900,000 firm-fixed-price contract for the procurement of blasting caps. 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 Sept. 30, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0019). 

Raytheon Co., Huntsville, Alabama, was awarded a $44,000,000 cost-plus-fixed-fee contract for engineering services and hardware in support of Radar Interfaced Units Adaptation Kits. 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 March 23, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-F-0299). 

MW Builders Inc.,* Pflugerville, Texas, was awarded a $36,777,000 firm-fixed-price contract to repair and renovate barracks. Bids were solicited via the internet with three received. Work will be performed at Fort Leonard Wood, Missouri, with an estimated completion date of May 18, 2026. Fiscal 2024 military construction, Army funds in the amount of $36,777,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-4032).   

Conti Federal Services LLC, Orlando, Florida, was awarded a $31,674,998 firm-fixed-price contract for design-bid-build construction of a fuel cell hangar. Bids were solicited via the internet with three received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Sept. 26, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $31,674,998 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0034). 

Commercial Contracting Corp., Auburn Hills, Michigan, was awarded a $24,648,000 firm-fixed-price contract for construction of a logistics readiness complex. Bids were solicited via the internet with three received. Work will be performed at Grissom Army Reserve Base, Indiana, with an estimated completion date of March 4, 2027. Fiscal 2024 military construction, Army Reserve funds in the amount of $24,648,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0039). 

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $24,012,000 modification (P00014) to contract W56HZV-23-F-0395 for Bradley production. 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. 

Yaeger Architecture Inc., Lenexa, Kansas, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer 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 Sept. 26, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-D-4002). 

Global Go,* Fort Lauderdale, Florida, was awarded a $19,365,305 firm-fixed-price contract to construct a training facility. Bids were solicited via the internet with one received. Work will be performed in Marietta, Georgia, with an estimated completion date of Dec. 16, 2026. Fiscal 2024 military construction, Army Reserve funds in the amount of $19,365,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0035). 

HCPA-GARCO JV1,* Allyn, Washington, was awarded a $19,129,000 firm-fixed-price contract for power plant construction. Bids were solicited via the internet with four received. Work will be performed in Cavalier, North Dakota, with an estimated completion date of Dec. 9, 2026. Fiscal 2024 military construction, Air Force funds in the amount of $19,129,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0027). 

ARSC Builders LLC,* Anchorage, Alaska, was awarded an $11,895,180 firm-fixed-price contract to provide electrical power redundancy. Bids were solicited via the internet with three received. Work will be performed at Fort Greely, Alaska, with an estimated completion date of July 31, 2026. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $11,895,180 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0021). 

Black Horse Bridge Construction Inc.,* Norton, Ohio, was awarded an $11,216,795 firm-fixed-price contract for materials, equipment, labor, layouts of work features and supervision needed to accomplish work for the levee dam safety modification for Magnolia Dam. Bids were solicited via the internet with three received. Work will be performed in Magnolia, Ohio, with an estimated completion date of Dec. 31, 2025. Fiscal 2024 civil construction funds in the amount of $11,216,795 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-24-C-0006). 

Tetra Tech Inc., San Diego, California, was awarded an $11,252,305 firm-fixed-price contract for petroleum facility maintenance and repair. Bids were solicited via the internet with five received. Work will be performed in Flanders, Connecticut; Bangor, Maine; Augusta, Maine; Concord, New Hampshire; Dover, New Jersey; Latham, New York; Fort Drum, New York; Rochester, New York; Ronkonkoma, New York; West Point, New York; Aberdeen Proving Ground, Maryland; Fort Meade, Maryland; New Cumberland, Pennsylvania; Annville, Pennsylvania; Chambersburg, Pennsylvania; Coolbaugh Township, Pennsylvania; Sandston, Virginia; Blackstone, Virginia; Fort Belvoir, Virginia; Fort Gregg-Adams, Virginia; Arlington, Virginia; Bowling Green, Virginia; Kingwood, Virginia; Red House, Virginia; Wheeling, West Virginia; and Williamstown, Virginia, with an estimated completion date of Sept. 30, 2030. Fiscal 2024 defense working capital funds in the amount of $11,252,305 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0371). 

ColdQuanta Inc.,* Boulder, Colorado, was awarded a $10,900,000 cost-plus-fixed-fee contract to develop a rack-integrated, mountable, rubidium optical clock. Bids were solicited via the internet with one received. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 26, 2024. Fiscal 2026 procurement, defense-wide funds in the amount of $10,900,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-C-0024). 

MSMM Engineering LLC, New Orleans, Louisiana, was awarded an $8,680,745 firm-fixed-price contract for construction of approximately 23,963 linear feet of levee. 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 Sept. 15, 2028. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-F-0153). 

Bear Brothers Inc.,* Montgomery, Alabama, was awarded a $7,919,500 firm-fixed-price contract to construct a new 9,941 square-foot facility. Bids were solicited via the internet with eight received. Work will be performed in Birmingham, Alabama, with an estimated completion date of Oct. 31, 2025. Fiscal 2024 military construction, Army National Guard funds in the amount of $7,919,500 were obligated at the time of the award. U.S. Property and Fiscal Office, Alabama, is the contracting activity (W50S6M-24-C-0002). 

DEFENSE LOGISTICS AGENCY

Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-24-D-0477, $747,200,995); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-24-D-0486, $520,800,240); Chevron U.S.A. Inc., San Ramon, California (SPE602-24-D-0479, $365,410,091); Phillips 66 Co., Houston, Texas (SPE602-24-D-0483, $290,561,947); Petro Star Inc.,* Anchorage, Alaska (SPE602-24-D-0482, $290,546,115); Par Hawaii Refining LLC, Houston, Texas (SPE602-24-D-0484, $233,587,197); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-24-D-0481, $107,206,899); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Houston, Texas (SPE602-24-D-0480, $63,363,068); and Avfuel Corp., Ann Arbor, Michigan (SPE602-24-D-0485, $41,346,187), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-24-R-0701 for various types of fuel. This was a competitive acquisition with 23 responses received. These are one-year contracts with a 30-day carryover. Locations of performance are Colorado, Idaho, Montana, New Mexico, Texas, Utah, Wyoming, Alaska, Arizona, California, Hawaii, Nevada, Oregon, and Washington, with an Oct. 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.

United Capital Investments Group Inc.,* Mclean, Virginia (SPE605-24-D-1254, $688,879,634); Associated Energy Group LLC,* Miami, Florida (SPE605-24-D-1253, $39,193,035); and Stonewin International LLC,* Dover, Delaware (SPE605-24-D-1252, $8,436,759), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-24-R-0205 for various types of fuel. This was a competitive acquisition with sixteen responses received. These are 36-month base contracts with one six-month option period. Location of performance is Africa, with an Oct. 30, 2027, performance completion date. Using customer is Defense Department. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a $134,103,346 delivery order (SPRTA1-24-F-0325) and modification (P00009) to a four-year subsumable base contract (SPRTA1-19-D-0001) with one five-year option period for additional pricing for manufacture and production of B-2 spare exhaust tailpipes. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is California, with an Oct. 31, 2028, performance completion. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

Burlington Industries LLC, Charlotte, North Carolina, has been awarded a maximum $53,835,939 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for khaki M-1 cloth. 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 Sept. 25, 2029. Using military service is 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 (SPE1C1-24-D-0072).

Burlington Industries LLC, Charlotte, North Carolina, has been awarded a maximum $51,944,058 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 100% wool serge cloth, blue shade 3346. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. The ordering period end date is Sept. 25, 2028. Using military service is Navy. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0074).

Lockheed Martin Rotary and Mission Systems, Owego, New York, has been awarded a minimum $48,346,488 firm-fixed-price, requirements contract for B-1B AN/ALQ-161 Band 8 radio frequency source and electronic preprocessor avionics control units. 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 subsumable base contract with two one-year ordering periods. The performance completion date is Sept. 30, 2025. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE4AX-24-D-9422).

Cash-Wa Distributing Co. of Kearney, Kearney, Nebraska, has been awarded a maximum $47,301,019 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Locations of performance are South Dakota, and North Dakota, with a Sept. 22, 2029, ordering period end date. Using customers are North Dakota, and South Dakota schools and reservations. Type of appropriation is fiscal 2024 through 2029 working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-S775).

Burlington Industries LLC, Charlotte, North Carolina, has been awarded a maximum $36,096,334 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for green shade 2212 cloth. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The ordering period end date is Sept. 25, 2027. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0070).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $29,666,320 firm-fixed-price, indefinite-delivery/indefinite quantity contract for wheel and tire assemblies. 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 contract with no option periods. The ordering period end date is Sept. 25, 2029. 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-0078).

Sklar Corp.,* doing business as Sklar Instruments, West Chester, Pennsylvania, has been awarded a maximum $22,598,663 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. 25, 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-0004).

Seiler Instrument and Manufacturing Co. Inc.,* St. Louis, Missouri, has been awarded a maximum $15,572,430 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for telescope and quadrants mounts. A delivery order (SPRDL1-24-F-0253) was executed at the time of award. 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 Sept. 24, 2029. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0074).

Hardwick Tactical Corp.,* Mayaguez, Puerto Rico, has been awarded a maximum $12,041,885 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for layer 7 parkas. This was a competitive acquisition with 11 responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is Sept. 25, 2029. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0038).

UPDATE: Pueo Business Solutions LLC,* Fredericksburg, Virginia (SP4709-24-D-0002, $11,930,670,028), has been added as an awardee to the multiple award contract for J6 Enterprise Technology Services 2.0, issued against solicitation SP4709-23-R-0001 and awarded Sept. 17, 2024.  

CORRECTION: The contract announced on Sept. 16, 2024, for Sikorsky Aircraft Corp., Stratford, Connecticut (SPE4A1-22-G-0005/SPRRA1-24-F-0029), for $20,472,096 was announced with an incorrect award date. The correct award date is Sept. 25, 2024.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $422,244,473 cost-plus-fixed-fee, firm-fixed-price contract to provide program management, logistics, sustainment, and systems engineering services in support of the integration of the government of the Czech Republic into the F-35 Joint Strike Fighter program as a Foreign Military Sales (FMS) customer. Work will be performed in various undisclosed locations outside the continental U.S. (CONUS) (96%); and various undisclosed locations within CONUS (4%), and is expected to be completed in September 2027. FMS customer funds in the amount of $422,244,473 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(4). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0056). 

Marine Contracting Corp.,* Chesapeake, Virginia (N4008524D2503); Doyon Management Services LLC,* Federal Way, Washington (N4008524D2504); Etolin Strait Associates LLC,* Norfolk, Virginia (N4008524D2505); Marine Solutions Inc.,* Virginia Beach, Virginia (N4008524D2506); and Ocean Construction Services,* Virginia Beach, Virginia (N4008524D2507), are awarded a combined $249,000,000 multiple award construction contract for construction projects. This contract provides for, but is not limited to, the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront utilities. Work will be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic Hampton Roads area of operations and will be completed by Sept. 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $6,336,104 are awarded to Marine Contracting Corp. at the time of award and will expire at the end of the current fiscal year. The remaining four awardees will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. These five contractors may compete for task orders under the terms and conditions of the awarded contract. This contract was competitively procured via the www.SAM.gov website with five proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

Sodexo Management Inc., North Bethesda, Maryland, is awarded a $148,256,326 firm-fixed-price modification P00090 to exercise Option Year Six under a previously awarded contract (M95494-18-C-0016) for the management and operation of West Coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California, with an expected completion date of Sept. 30, 2025. Fiscal 2025 military personnel (Marine Corps) funding will be obligated to the contract and will expire at the end of the fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

Sodexo Management Inc., North Bethesda, Maryland, is awarded a $146,947,079 firm-fixed-price modification to fund exercised Option Year Six under previously awarded contract (M95494-18-C-0018) for the management and operation of east coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Camp Lejeune, North Carolina; Marine Corps Air Station Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina, with an expected completion date of Sept. 30, 2025. Fiscal 2025 military personnel (Marine Corps) funding will be obligated to the contract and will expire at the end of the fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

Lockheed Martin Corp., Syracuse, New York, is awarded a $130,315,765 cost-plus incentive-fee delivery order (N00024-24-F-6216) under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for development and production of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by October 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $71,255,821 (55%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $44,613,277 (34%); and fiscal 2024 national sea-based deterrence (Navy) funds in the amount of $14,446,667 (11%), 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.

Boeing Co., St. Louis, Missouri, is awarded $55,891,000 for a ceiling-price delivery order (N00383-24-F-YY1P) under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of 97 radome spares in support of the F/A-18 E/F aircrafts. The delivery order does not include an option period. All work will be performed in St. Louis, Missouri. Work is expected to be completed by June 2029. Annual working capital (Navy) funds in the amount of $27,386,590 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 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $51,027,792 cost-plus-fixed-fee contract modification (P00028) to a previously awarded and announced contract (N00030-22-C-6001) to provide support services for the Trident II D5 Strategic Weapon Systems program, Attack Weapon System program, and the Nuclear Weapon Security program. Tasks to be performed include systems engineering and integration, test engineering, data analysis, and safety engineering support services. This contract modification also benefits a foreign military sale to the United Kingdom. Work will be performed in Rockville, Maryland (48.9%); Washington, D.C. (18.3%); Cape Canaveral, Florida (5.2%); Frederick, Maryland (4.8%); Silverdale, Washington (3.6%); Saint Marys, Georgia (2.7%); King’s Bay, Georgia (2.4%); York, Pennsylvania (1.8%); Fort Walton Beach, Florida (1.6%); Rochester, United Kingdom (1.2%); Conway, South Carolina (1.0%); and various other locations (less than 1% each, 8.5% total). Work is expected to be completed Sept. 30, 2025. While this action is an option exercise, no funding will be obligated at this time. This action is being awarded subject to the availability of funds and no funds will expire at the end of the current fiscal year. This contract was originally awarded as a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Cognito Systems LLC, Newport News, Virginia, is awarded a $50,271,379 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Certified Athletic Trainer and Strength Conditioning Specialist/Sports Medicine and Injury Program. This contract provides for on-site Certified Athletic Trainer and Strength and Conditioning Specialist services for the Training and Education Command in support of the Marine Corps operational forces. Work will be performed at the following locations: Camp Lejeune, North Carolina (22%); Camp Pendleton, California (9%); Kaneohe Bay, Hawaii (9%), Camp Schwab, Okinawa (7%), Twentynine Palms, California (5%); Miramar, California (5%); Camp Horno, California (4%); Camp Mateo, California (4%); Marine Corps Air Station Cherry Point, North Carolina (4%); Camp Courtney, Okinawa (4%); Del Mar, California (3%); New River, North Carolina (3%); San Diego, California (2%); Camp Foster, Okinawa (2%); Camp Hansen, Okinawa (2%); Camp Kinser, Okinawa (2%); Futenma, Okinawa (2%); Beaufort, South Carolina (2%); Parris Island, South Carolina (2%); Yuma, Arizona (1%); Iwakuni, Japan (1%); Marine Corps Detachment-Ft. Leonard Wood, Missouri (1%); Ft. Sill, Oklahoma (1%); Bridgeport, California (1%); Naval Air Station Pensacola, Florida (1%); and Quantico, Virginia (1%). Work is expected to be completed Sept. 27, 2029. This contract includes a five-year ordering period with a maximum value of this contract to $50,271,379. Fiscal 2024 operation and maintenance, Marine Corps funds in the amount of $3,000,000 are being obligated at time of award for the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with 11 proposals received. The Marine Corps Installation National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-24-D-0012).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, is awarded a $37,466,819 cost-plus-fixed-fee order (N0001924F0091) to a previously awarded basic ordering agreement (N0001923G0002). This order procures special test equipment (STE), and well as the delivery, installation, validation, verification, and maintenance of the STE used in the troubleshooting, repair, and testing of the Infrared Search and Track (IRST) depot-level repair (DLR) items, as well as training support data required for the Fleet Readiness Center Southeast Depot maintenance repair personnel to perform verification, fault detection, isolation, alignment and adjustment routines and applicable unscheduled maintenance of IRST DLR items using the procured STE in support of the Navy. Work will be performed in Orlando, Florida (85.50%); Jacksonville, Florida (9.60%); Santa Barbara, California (3.60%); and Ocala, Florida (1.30%), and is expected to be completed in August 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $26,939,167; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $10,527,652, will be obligated at the time of award in which $10,527,652 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

R Cubed Engineering LLC,* Palmetto, Florida, is awarded a $19,964,957 cost-plus-fixed-fee order (N6833524F0207) against a previously issued basic ordering agreement (N6833522G0041). This order procures 1200 KIV-79 end cryptographic units (ECU) to meet the new requirements for both National Security modernization for ECUs, and the latest mode five Department of Defense and North Atlantic Treaty Organization transponder requirements for positive cooperative combat identification. These systems are fundamental in reducing fratricide, for entry into controlled airspace, coalition battlespace management, Counter Unmanned Aircraft Systems and to be used in standalone and platform integrations universally employed by the Navy, Marines, Air Force, and Army, in support of Small Business Innovation Research Phase III effort for Topic N142-102 entitled “Micro Identification Friend of Foe (IFF)”. Work will be performed in Palmetto, Florida (90%); Lexington Park, Maryland (5%); and St. Inigoes, Maryland (5%) and is expected to be completed in September 2026. Fiscal 2024 procurement (Defense-Wide) funds in the amount of $19,964,957 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

The Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $19,126,914 modification (P00007) to a cost-plus-fixed-fee order (N6833523F0389) against a previously issued basic ordering agreement (N6833518G0035). This modification realigns contract ceiling to provide continued engineering, technical and program management support, as well as incidental supplies in support of technology advancement in the fields of machine learning; artificial intelligence; augmented reality; and command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance for the Naval Air Warfare Center Aircraft Division (NAWCAD) Aircraft Prototype Systems Division. Work will be performed in Lexington Park, Maryland, and is expected to be completed in September 2025. Fiscal 2024 research, development, test and evaluation (Defense-wide) funds in the amount of $12,989,531 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. NAWCAD, Patuxent River, Maryland, is the contracting activity. (Awarded Aug. 8, 2024)

Saab Inc., Syracuse, New York, is awarded a $14,599,945 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5530) for a Multi-Mode Radar, spares, and engineering services in Option Year One. Work will be performed in Syracuse, New York (53%); and Gothenburg, Sweden (47%), and is expected to be completed by September 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $14,599,945 (100%) 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. 

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $14,619,238 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N0001924C0031). This modification exercises an option to procure diminishing manufacturing source parts required for the operation and maintenance of the F-35 Lightning II aircraft for the Air Force, Marine Corps, and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in November 2027. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $8,990,925; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,483,908, will be obligated at time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $13,119,492 firm-fixed-price modification to a previously awarded contract (N00024-20-C-5605) to exercise options for Console, Display, and Peripheral Technical Insertion 16, Modification One production equipment and spares. This contract combines purchases for the U.S. government (49%); and the countries of Japan, Canada, and Australia under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by July 2025. Foreign Military Sales (Japan) funds in the amount of $6,188,433 (47%); fiscal 2024 other procurement (Navy) funds in the amount $3,262,997 (24%); fiscal 2024 research development test and evaluation (Navy) funds in the amount $2,098,486 (16%); Foreign Military Sales (Canada) funds in the amount of $420,986 (3%); fiscal 2024 ship construction (Navy) funds in the amount $379,371 (2%); fiscal 2023 other procurement (Navy) funds in the amount of $258,909 (2%); fiscal 2022 ship construction (Navy) funds in the amount $152,992 (1%); fiscal 2020 ship construction (Navy) funds in the amount $133,224 (1%); Foreign Military Sales (Australia) funds in the amount of $85,652 (1%); weapons procurement (Navy) funds in the amount $62,130 (1%); fiscal 2019 ship construction (Navy) funds in the amount $38,248 (1%); and fiscal 2021 ship construction (Navy) funds in the amount $38,064 (1%), 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, Nashua, New Hampshire, is awarded a $13,028,393 modification (P00004) to a previously awarded cost-plus-fixed-fee undefinitized contract (N0001924C0011). This modification definitizes contract line item numbers and adds an option to procure various special tooling and special test equipment in support of production and retrofit modifications for the Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants. Work will be performed in Merrimack, New Hampshire, and is expected to be completed in December 2027. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $13,028,393 will be obligated at time of award, $13,028,393 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Stellant Systems Inc., Torrance, California, is awarded a $12,192,676 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Q-Band Traveling Wave Tubes. This contract includes an ordering period of five years. Production will be performed in Torrance, California, and is expected to continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $558,234 will be obligated on the first delivery order immediately following award of the basic contract, all of which will 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 no other supplies or services will satisfy agency requirements). The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-24-D-T400). 

Vectrus Systems LLC, Colorado Springs, Colorado, is awarded an $11,597,327 indefinite-delivery/indefinite-quantity contract for base operating support services. This contract provides for management and administration, force protection, fire and emergency services, and a wide range of other support services. Work will be performed at Naval Support Facility Redzikowo, Redzikowo, Poland, and will be completed by July 2033. Fiscal 2025 operation and maintenance, (Navy) contract funds in the amount of $8,586,656, for recurring work, will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the System for Award Management (SAM) Contract Opportunities website with five offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-24-D-0018).

The Compass Systems Inc., * Lexington Park, Maryland, is awarded a $9,836,304 modification (P00005) to a cost-plus-fixed-fee order (N6833523F0389) against a previously issued basic ordering agreement (N6833518G0035). This modification exercises an option to provide continued engineering, technical, and program management support, as well as incidental supplies in support of technology advancement in the fields of machine learning; artificial intelligence; augmented reality; and command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance for the Naval Air Warfare Center Aircraft Division (NAWCAD) Aircraft Prototype Systems Division. Work will be performed in Lexington Park, Maryland, and is expected to be completed in September 2025. Fiscal 2024 research, development, test, and evaluation (Defense-wide) funds in the amount of $6,446,677 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. NAWCAD, Patuxent River, Maryland, is the contracting activity. (Awarded Aug. 8, 2024)

Lockheed Martin Missiles and Fire Control, Lockheed Martin Corp., Orlando, Florida, is awarded a $9,775,873 cost-plus-fixed-fee modification to a previously awarded basic ordering agreement (N0016420GJQ96-0004) to exercise an option to extend the period of performance for contractor sustainment support services in support of the Target Sight System. Work will be performed in Orlando, Florida, (80%); and Ocala, Florida (20%), and is for the period between Sept. 30, 2024, through Sept. 29, 2025. Fiscal 2024 operations and maintenance, Navy funds in the amount of $1,630,006 (48.2%) will be obligated at time of award and will expire at the end of the current fiscal year. Fiscal 2024 aircraft procurement, Navy funds in the amount of $1,750,000 (51.8%) will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. 

Marine Systems Corp., * Boston, Massachusetts, is awarded a $9,243,422 firm-fixed-price contract for messing and berthing barge ship-check assessment and report writing services. Work will be performed in Norfolk, Virginia (37%); San Diego, California (23%); Pearl Harbor, Hawaii (12%); Bremerton, Washington (11%); Mayport, Florida (7%); Kittery, Maine (5%); Yokosuka, Japan (3%); and Guam (2%), and is expected to be completed by Sept. 25, 2025. If the option is exercised, work will continue through March 2026. Fiscal 2024 operations and maintenance (Navy) appropriation account funds in the amount of $9,243,423 will be obligated at time of award. This contract was competitively procured via the Seaport website, with one offer received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A24F3000).

Progeny Systems Corp., Manassas, Virginia, is awarded an $8,296,098 cost-plus-fixed-fee modification to a previously awarded contract (N00024-19-C-6102) to exercise options for payload control system capabilities for a technical insertion advanced processing build. Work will be performed in Manassas, Virginia, and is expected to be completed by September 2025. Royal Australian Navy funds in the amount of $1,207,899 (52%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $516,627 (22%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $360,499 (15%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $242,929 (10%); and fiscal 2024 operation and maintenance (Navy) funds in the amount of $13,257 (1%), will be obligated at the time of award, and funds in the amount of $256,186 will expire at the end of fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

American Flowform and Machining Inc., * Billerica, Massachusetts, is awarded a $7,877,340 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N0017422D0032) to exercise Option Year Two for continued support for MK22 MOD 4 Rocket Motor Tubes. Work will be performed in Billerica, Massachusetts (100%), and is expected to be completed September 2025. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

Safety-Kleen Systems, Inc., Norwell, Massachusetts, is awarded a $7,814,632 firm-fixed-price contract for 3M Fluorinert™ Electronic Liquid FC-3283. Work will be performed in Norwell, Massachusetts, and is expected to be completed by December 2024. Fiscal 2024 working capital fund funds in the amount of $7,814,632 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured after exclusion of sources via the System for Award Management (SAM) website in accordance with 10 U.S. Code 3204(a)(1) as implemented by Federal Acquisition Regulation 6.302-1(c): Application for brand name description. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity (N0017424C0022).

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a $7,500,768 firm-fixed-price modification to a previously awarded contract (N00024-20-C-2437) to exercise an option for technical manuals in support of Amphibious Assault Ship (General Purpose) Replacement (LHA) America Class Flight 1 Ship (LHA 9). Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2029. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,000,000 (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command Washington, D.C., is the contracting activity (Awarded Sept. 23, 2024)

AIR FORCE

Lockheed Martin Rotary and Mission Systems, Owego, New York, was awarded a not-to-exceed $62,650,000 undefinitized, firm-fixed-price, delivery order contract for B-2 upgrades. This contract provides for the upgrade of the B-2 defense management system special test equipment. Work will be performed in Owego, New York, and is expected to be completed by November 2027. This contract was a sole source acquisition. Fiscal 2024 working capital funds in the amount of $62,650,000 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-24-F-0088).

Lockheed Martin, Littleton, Colorado, has been awarded a $42,900,552 modification (P00776) to a previously awarded contract (FA8807‐08‐C‐0010) for GPS III flight software, mission data unit integrated test equipment, a mission data unit ancillary rack, and a hardware support test bed. The modification brings the total cumulative face value of the contract to $5,598,541,698 from $5,555,641,146. Work will be performed at Littleton, Colorado, and is expected to be completed by May 19, 2027. Fiscal 2023 procurement funds in the amount of $42,900,552 are being obligated at time of award. Space Systems Command, Los Angeles Space Force Base, California, is the contracting activity.

Boeing Space, El Segundo, California, has been awarded a $28,865,479 modification (P00162) to a previously awarded contract (FA8808-10-C-0001) for wideband global satellite communications configuration control element (WGS). The modification brings the total cumulative face value of the contract is $3,101,451,466. Work will be performed in El Segundo, California, and is expected to be completed by Jan. 23, 2026. Fiscal 2023 (Space Force) research, development, test and evaluation funds in the amount of $ 28,599,303; and fiscal 2024 (Space Force) research, development, test and evaluation funds in the amount of $ 266,176, are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Goodrich Corp., Anaheim, California, was awarded a $24,609,912 firm-fixed-price requirements contract for repairs. This contract provides for repairs for the mounted winch, drum winch, and internal rescue hoist on the HH-60G and UH-1N. Work will be performed in Monroe, North Carolina, and is expected to be completed by Sept. 25, 2030. This contract was a sole source acquisition. No funds will be obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-24-D-0001)

North Point Defense Inc., Rome, New York, was awarded a $20,999,880 cost-plus-fixed-fee contract for the Accelerate the Procurement and Fielding of Innovative Technologies ARCHER program. This contract provides for the transition of technologies into production and to accelerate the fielding of needed technologies. Work will be performed at Rome, New York, and is expected to be completed by March 24, 2028. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 procurement funds in the amount of $14,956,871 are being obligated at the time of award.  The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750‐24‐F‐B012).

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $13,447,746 cost-plus-fixed-fee modification (P00096) to a previously awarded contract (FA8656-18-C-0021) for air-launched rapid response weapon. The modification brings the total cumulative face value of the contract is $1,319,270,400. Work will be performed in Orlando, Florida, and is expected to be completed by Aug. 31, 2025. Fiscal 2023 research, development, test, and evaluation funds in the amount of $13,447,746 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Compass Technology Group, Alpharetta, Georgia, was awarded a $10,750,000 firm-fixed-price definitive type contract for radome operational performance evaluation and tuning with machine learning methods. This contract provides for a robotic system that collects radome and radar data paired with a data processing system and extended reality tool. Work will be performed in Alpharetta, Georgia, and is expected to be completed by Sept. 25, 2027. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $10,750,000 are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-24-C-0045).

InfraTech International LLC, Harmon, Guam, was awarded $9,872,629 firm-fixed-price contract for airfield construction. This contract provides for repairs to Taxiway Bravo, Northwest Field. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by March 31, 2026. This contract was a competitive acquisition, and six offers were received. Fiscal 2024 operation and maintenance funds in the amount of $9,872,629 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam, is the contracting activity (FA5240-24-F-0141).

InfraTech International LLC, Harmon, Guam, was awarded an $8,148,169 firm-fixed-price contract for airfield construction. This contract provides for repairs to Central Cross Connecting Taxiways, Northwest Field. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by March 31, 2026. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $8,148,169 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam is the contracting activity (FA5240-24-F-0140).

DEFENSE HEALTH AGENCY

Western Door Federal LLC, Chantilly, Virginia, is awarded $17,462,203, to exercise Option Period One of a previously awarded firm-fixed-price contract (HT001123C0099), to provide financial analysis, accounting, and program management support services for the Defense Health Agency, Direct Care Financial Management Division. Work will be primarily performed at San Antonio, Texas; and Falls Church, Virginia. Fiscal 2024 operation and maintenance funds are obligated at the time of option exercise. The contract was an 8(a) sole source award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637, as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on Sept. 22, 2023. The period of performance for this option period exercise is Sept. 30, 2024, to Sept. 29, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

ABSS Solutions Inc., Upper Marlboro, Maryland, is awarded a $11,189,088 firm-fixed-price bridge contract (H9425-24-C-0007) to continue technical and professional support services, including clinical and translational research activities, for developing research execution plans and protocols, consultation, support, and/or execution services for the Air Force 59th Medical Wing. Work will be performed in San Antonio, Texas, and is expected to be completed by Sept. 25, 2025. This contract is a sole source acquisition. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $4,861,470 will be obligated at the time of award. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. (Awarded Sep. 25, 2024.)

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Global Connections to Employment,** Pensacola, Florida, was awarded a $12,687,230 modification (P00009) to contract HS002121C0004 for Mirador sustainment support services to the Defense Counterintelligence and Security Agency (DCSA) adjudicating and vetting services. Work will be performed at the contractor’s chosen remote work locations or at the contractor’s headquarters facility, Pensacola, Florida, and the estimated completion date is April 26, 2026.  Fiscal 2024 DCSA Defense working capital funds in the amount of $12,687,230 were obligated at the time of the modification. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business
**AbilityOne non-profit contractor

9/27

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, was awarded a $3,230,277,154 firm-fixed-price, undefinitized contract action for a joint air-to-surface standoff missile and long-range anti-ship missile large lot procurement. This contract provides for the procurement of JASSM Lot 22 and Foreign Military Sales (FMS) missiles. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2032. This contract involves FMS to Japan, the Netherlands, Finland, and Poland. This contract was a sole source acquisition. Fiscal 2024 (Air Force) missile procurement funds in the amount of $1,493,277,729; fiscal 2024 (Navy) weapon procurement funds in the amount of $176,250,000; fiscal 2024 (Air Force) operations and maintenance funds in the amount of $2,147,497; and FMS funds in the amount of $751,690,016, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-24-C-B001).

Gov Zone Inc., San Antonio, Texas, was awarded a ceiling $999,999,999 indefinite-delivery indefinite-quantity for Pathfinder – CyberWorx. This contract provides for a commercially developed portfolio modernization framework to provide rapid and well supported delivery pathways for technology, transition and transfer. Work will be performed throughout the U.S. and is expected to be completed by Sept. 29, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operation and maintenance funds in the amount of $14,198,456 are being obligated at time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-24-D-0007).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a not-to-exceed $358,439,881 firm-fixed-price undefinitized contract action modification (P00010) to a previously awarded contract (FA8682-23-C-B001) for Lot 8b of long-range anti-ship missiles. The modification brings the total cumulative face value of the contract to $1,145,802,536. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2028. This contract involves Foreign Military Sales (FMS). Fiscal 2024 (Air Force) missile procurement funds in the amount of $145,513,436; and FMS funds in the amount of $123,316,473, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. 

Range Generation Next LLC, Sterling, Virginia, has been awarded a $199,078,033 fixed-price incentive (firm-target), cost-plus-fixed-fee, cost reimbursable modification (P00677) to a previously awarded contract (FA8806-15-C-0001) for the launch and test range system integrated support contract. Work will be performed at Patrick Space Force Base, Florida; Cape Canaveral Space Force Station, Florida; and Vandenberg SFB, California, and is expected to be completed by June 30, 2025. No funds are being obligated at the time of award.  The 45th Contracting Squadron, Patrick SFB, Florida, is the contracting activity. 

Omitron Inc., Beltsville, Maryland, was awarded a $46,464,906 cost-plus-fixed-fee contract for modernization activities for space command and control operational technologies. This contract provides for the creation of a scalable command and control red IP overlay mission network to transport space domain awareness and command and control data. Work will be performed at Vandenberg Space Force Base, California; Peterson SFB, Colorado; Schriever SFB, Colorado; Navy Support Facility-Dahlgren, Virginia; and Yokota Air Force Base, Japan, and is expected to be completed by Sept. 29, 2029. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $1,000,000; and fiscal 2024 research and development funds in the amount of $11,192,000, are being obligated at the time of award. Space Systems Command, Los Angeles AFB, California, is the contracting activity (FA8806-24-C-B001).

The Boeing Co., Albuquerque, New Mexico, has been awarded a $34,900,000 ceiling increase and period of performance extension modification (P00021) to a previously awarded contract (FA9451-16-D-0001) for research, engineering, and program management for ground-based space capabilities and technology. The modification brings the total cumulative face value of the contract to $374,900,000 from $340,000,000. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by May 3, 2026. No funds are being obligated at time of award. The Air Force Research Laboratory Directed Energy Directorate, Kirtland Air Force Base, New Mexico, is the contracting activity.

Smart Munitions Expert Solutions Inc., Dunmore, Pennsylvania, was awarded a $31,124,838 indefinite-delivery/indefinite quantity contract for engineering services. This contract provides for support to wind corrected munitions dispenser systems. Work will be performed in Dunmore, Pennsylvania, and is expected to be completed by September 2029. This contract was a sole source acquisition. Fiscal 2024 procurement funds in the amount of $ 2,609,252; and fiscal 2024 operation and maintenance funds in the amount of $ 1,091,882, are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B011).

Anduril Industries Inc., Costa Mesa, California, was awarded a $25,375,000 firm-fixed-price contract for latticed mesh network and integration to additional space surveillance network sites. This contract provides for the additional fielding of mesh networking capabilities for space domain awareness and space surveillance network sensors. Work will be performed in Colorado Springs, Colorado; Costa Mesa, California; and various contractor site locations, and is expected to be completed March 26, 2026. Fiscal 2024 procurement funds in the amount of $15,375,000 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity (FA8820-24-F-B003).

GE Edison Works, Cincinnati, Ohio, has been awarded a $15,731,761 cost contract for thermal protection systems. This contract provides for materials, research, and development for thermal protection system applications and propulsion of high-speed vehicles. Work will be performed in Cincinnati, Ohio, and is expected to be completed Sept. 25, 2029. Fiscal 2023 research, development, test and evaluation funds in the amount of $8,877,600; and fiscal 2024 research, development, test and evaluation funds in the amount of $6,300,000, are being obligated at the time of the award. The Air Force Research Laboratory Materials and Manufacturing Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-24-C-B037).

Stellant Systems Inc., Torrance, California, was awarded a $13,993,087 firm-fixed-price indefinite-delivery requirements contract for the repair of AN/ALQ-161 electronic countermeasures and radio frequency surveillance traveling wave tube. This contract provides for the repair and return of electron tubes and associated hardware. Work will be performed in Torrance, California, and is expected to be completed by Sept. 29, 2030. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-24-D-0006).

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $13,263,474 cost-plus-incentive-fee modification (P00081) to a previously awarded contract (FA8823-21-C-0001) for the Space-Based Infrared System, contractor logistics support, product support, and integration contract evolution. The modification brings the total cumulative face value of the contract to $1,260,526,024. Work will be performed on Peterson Space Force Base, Colorado; Buckley SFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $13,263,474 are being obligated at the time of award. Space Systems Command, Peterson SFB, Colorado, is the contracting activity.

Sierra Nevada Corp., Fort Walton Beach, Florida, has been awarded a not-to-exceed $11,367,605 undefinitized contract action modification (P00019) to a previously awarded contract (FA8637-22-F-1002) for the sustainment of the A-29 fleet for the country of Lebanon. Work will be performed in Fort Walton Beach, Florida, and is expected to be completed Sept. 30, 2025. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $4,712,349 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Pono Aina Management LLC, Midwest City, Oklahoma, was awarded a $10,941,972 firm-fixed-price contract for design and build efforts for the Child Development Center. This contract provides for interior renovation, replacement of the HVAC system, renovation of the kitchen area, and re-roofing. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by Nov. 4, 2025. This contract was a sole source acquisition. Fiscal 2024 operational and maintenance funds in the amount of $10,941,972 are being obligated at time of award. The Air Force Installation Contract Center, Kirtland AFB, New Mexico, is the contracting activity (FA9401-24-C-0023).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $10,668,931 firm-fixed-price modification (P00096) to a previously awarded contract (FA8615-17-C-6047) for active electronically scanned array radars of F-16 aircraft. The modification brings the total face value of the contract is $1,644,219,897. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. Fiscal 2022 aircraft procurement funds in the amount of $10,668,931 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Robotic Construction Technologies Inc., Denver, Colorado, was awarded a $9,475,706 firm-fixed-price contract for operational additive manufacturing capabilities. This contract will provide for investigating 3D printed materials using resources sourced from various areas around the world. Work will be performed in Denver, Colorado, and is expected to be completed by Sept. 30, 2026. This contract was a competitive acquisition, and five offers were received. Fiscal 2023 research and development funds in the amount of $9,475,706 are being obligated at time of award. The Air Force Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-24-C-B035).

Space Exploration Technologies Corp., Hawthorne, California, was awarded an $8,766,000 firm-fixed-price contract for thermal protection systems. This contract provides for investigating solutions using ceramic and metallic thermal protection system materials being developed by the contractor, expanding manufacturing techniques and equipment, and performance testing. Work will be performed in Hawthorne, California, and is expected to be completed by Sept. 30, 2025. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research and development funds in the amount of $8,766,000 are being obligated at time of award. The Air Force Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-24-C-B057). 

Assent Advisory Group, Chesapeake, Virginia, was awarded an $8,442,737 firm-fixed-price contract for the Office of the Deputy Assistant Secretary for Financial Operations quality assurance program. This contract provides for administration of a base financial management quality assurance program, which includes training, program management, quality assurance review tools, financial services, accounting functional support, metrics solutions support, advisory services, data analytics, and SharePoint development. Work will be performed in the National Capital Region and is expected to be completed by March 31, 2028. This contract was a competitive acquisition, and ten offers were received.  Fiscal 2024 operations and maintenance funds in the amount of $1,110,783 are being obligated at time of award. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-C-0054).

ARMY

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $2,872,795,350 firm-fixed-price contract for the construction of a 17.75-mile-long embankment dam. Bids were solicited via the internet with two received. Work will be performed in Belle Glade, Florida, with an estimated completion date of Oct. 31, 2034. Fiscal 2024 civil construction funds in the amount of $324,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0018). 

Arkel International LLC, Baton Rouge, Louisiana (W9128A-24-D-0001); CCS King George,* Honolulu, Hawaii (W9128A-24-D-0002); Sea Pac Engineering Inc.,* Los Angeles, California (W9128A-24-D-0003); Environmental Chemical Corp., Burlingame, California (W9128A-24-D-0004); and Nan Inc., Honolulu, Hawaii (W9128A-24-D-0005), will compete for each order of the $495,000,000 firm-fixed-price contract for design-build and design-bid-build construction services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

J&J Worldwide Services, Austin, Texas (W91278-24-D-0040); Facility Services Management Inc., Clarksville, Tennessee (W91278-24-D-0041); Korte Construction Co. doing business as The Korte Co., St. Louis, Missouri (W91278-24-D-0042); Poettker Construction Co., Breese, Illinois (W91278-24-D-0043); Robins & Morton, Birmingham, Alabama (W91278-24-D-0044); StructSure Projects, Kansas City, Missouri (W91278-24-D-0045); Areli Inc.,* Bel Air, Maryland (W91278-24-D-0046); ESA South Inc.,* Cantonment, Florida (W91278-24-D-0047); Global Engineering & Construction LLC,* Renton, Washington (W91278-24-D-0048); Royce Construction Services LLC,* Reston, Virginia (W91278-24-D-0049); and Valiant Construction LLC,* Louisville, Kentucky (W91278-24-D-0050), will compete for each order of the $249,000,000 firm-fixed-price contract for design-build construction projects. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.  

Teledyne Flir Defense Inc., Stillwater, Oklahoma, was awarded a $168,321,877 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for low-rate initial production to upgrade the M1135 Stryker’s Nuclear, Biological and Chemical Reconnaissance Vehicle Sensor Suite. 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 Sept. 30, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-24-D-0008). 

Alzchem Trostberg GMBH, Trostberg, Germany, was awarded a $150,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for propellant procurement. Bids were solicited via the internet with one received. Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2029. Fiscal 2025 procurement of ammunition, Army funds in the amount of $150,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-C-0031). 

Northrop Grumman Systems Corp., Radford, Virginia, was awarded a $135,998,210 firm-fixed-price contract for special ammunition and weapons systems requirements. 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 Nov. 17, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-F-0508). 

Systems Innovation Engineering, Mullica Hill, New Jersey, was awarded a $117,483,511 modification (P00015) to contract W52P1J-20-9-3036 to improve directed energy supplier resiliency. Work will be performed in Mullica Hill, New Jersey, with an estimated completion date of March 26, 2026. Fiscal 2024 procurement, defense-wide funds; operation and maintenance, Army funds; and research, development, test and evaluation, Army funds in the amount of $2,842,938 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Northrop Grumman Systems Corp., Radford, Virginia, was awarded a $94,704,158 firm-fixed-price contract for special ammunition and weapons systems requirements. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 16, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-F-0485). 

Alliant Techsystems Operations LLC, Minneapolis, Minnesota, was awarded an $80,643,318 modification (P00041) to contract W15QKN-15-C-0066 for M1147 High Explosive Multi-Purpose with Tracer cartridges. Work will be performed in Minneapolis, Minnesota, with an estimated completion date of Jan. 29, 2027. Fiscal 2024 special funds in the amount of $80,643,318 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

Brantley Construction Services LLC,* North Charleston, South Carolina (W912EP-24-D-0007); Foresight Construction Group Inc.,* Gainesville, Florida (W912EP-24-D-0008); KMK Construction Inc.,* Jacksonville, Florida (W912EP-24-D-0009); Howard W. Pence Inc.,* Elizabethtown, Kentucky (W912EP-24-D-0010); and Speegle Construction Inc.,* Niceville, Florida (W912EP-24-D-0011), will compete for each order of the $80,000,000 firm-fixed-price contract for design-build and general construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity. 

Consigli Construction Co. Inc., Latham, New York, was awarded a $65,099,763 firm-fixed-price contract to repair a building. Bids were solicited via the internet with two received. Work will be performed in Watervliet, New York, with an estimated completion date of Nov. 21, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $65,099,763 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0037). 

Korte Construction Co., St. Louis, Missouri, was awarded a $61,492,477 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with three received. Work will be performed at Grand Forks Air Force Base, North Dakota, with an estimated completion date of Oct. 8, 2026. Fiscal 2024 other procurement, Air Force funds in the amount of $61,492,477 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0033). 

Roundhouse PBN-Tepa EC 2 JV,* Warner Robins, Georgia, was awarded a $45,377,572 firm-fixed-price contract for barracks repair. Bids were solicited via the internet with three received. Work will be performed at Fort Moore, Georgia, with an estimated completion date of Feb. 8, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $45,377,572 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-4007). 

Lockheed Martin Corp., Orlando, Florida, was awarded a $31,673,197 modification (P00031) to contract W31P4Q-21-C-0039 for Hellfire M299 legacy launchers, obsolete component parts, ancillary equipment and engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2027. Fiscal 2023 special defense acquisition funds; fiscal 2010 and 2024 Foreign Military Sales (Kuwait, Netherlands, Canada and Spain) funds; and fiscal 2023 aircraft procurement, Army funds in the amount of $31,673,197, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Cottrell Contracting Corp., Chesapeake, Virginia, was awarded a $31,520,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of April 28, 2025. Fiscal 2024 revolving funds in the amount of $31,520,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0037). 

MEB General Contractors Inc., Chesapeake, Virginia, was awarded a $30,272,000 firm-fixed-price contract for a petroleum, oil and lubricants complex. Bids were solicited via the internet with two received. Work will be performed in Great Falls, Montana, with an estimated completion date of April 21, 2026. Fiscal 2024 military construction, defense-wide funds in the amount of $30,272,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-C-0019). 

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $29,215,615 modification (P0002) to contract W519TC-23-F-0412 for an energy conservation and steam distribution rehabilitation/repair project. Work will be performed in Radford, Virginia, with an estimated completion date of Sept. 30, 2025. Fiscal 2025 ammunition procurement, Army funds in the amount of $20,751,663 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity. 

Diversified,* Edmond, Oklahoma, was awarded a $27,361,313 firm-fixed-price contract to construct an aircraft shop. Bids were solicited via the internet with three received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of April 7, 2026. Fiscal 2024 military construction, Army funds in the amount of $27,361,313 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-C-0021).

L.S. Black Constructors LLC, Saint Paul, Minnesota, was awarded a $23,878,665 firm-fixed-price contract for building maintenance and repair. Bids were solicited via the internet with seven received. Work will be performed in Seagoville, Texas, with an estimated completion date of Sept. 17, 2026. Fiscal 2024 military construction, Army Reserve funds in the amount of $23,878,665 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0042). 

Bio Response Solutions Inc.,* Danville, Indiana, was awarded a $23,390,000 firm-fixed-price contract for an effluent decontamination system. Bids were solicited via the internet with three received. Work will be performed at Fort Detrick, Maryland, with an estimated completion date of March 26, 2027. Fiscal 2022, 2023, and 2024 Defense Health Program funds in the amount of $23,390,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0047). 

CMS Corp., Bargersville, Indiana, was awarded a $21,483,629 firm-fixed-price contract for design-build construction services. Bids were solicited via the internet with seven received. Work will be performed in Hungary, with an estimated completion date of Feb. 22, 2028. Fiscal 2020 military construction, Air Force funds in the amount of $21,483,629 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-24-C-0035). 

Nichols Contracting Inc., Columbia, Maryland, was awarded a $20,767,000 firm-fixed-price contract to modernize elevators. Bids were solicited via the internet with three received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Feb. 27, 2028. Fiscal 2021 defense working capital funds in the amount of $20,767,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0052). 

Technica LLC, Charleston, South Carolina, was awarded a $20,104,890 modification (P00117) to contract W52P1J-20-F-0184 for logistics support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity is the contracting activity. 

American Ordnance LLC, Middletown, Iowa, was awarded a $16,214,240 firm-fixed-price contract to design, build and optimize a new wastewater treatment facility. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of March 25, 2026. Fiscal 22024 procurement of ammunition, Army funds in the amount of $16,214,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0371). 

Waterfront Property Services LLC doing business as Gator Dredging,* was awarded a $15,250,780 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Ponce Inlet, Florida, with an estimated completion date of Dec. 21, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $15,250,780 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0023). 

Sigmatech Inc., Huntsville, Alabama, was awarded a $14,834,704 modification (P00013) to contract W91CRB-20-C-0026 for technical, analytical and administrative support services in support of the Office of the Deputy Assistant Secretary of the Army for Defense Exports and Cooperation. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 14, 2025. Fiscal 2024 operation and maintenance, Army funds and fiscal 2024 research, development, test and evaluation, Army funds in the amount of $3,957,775 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

CAE USA Inc., Tampa, Florida, was awarded a $14,622,724 firm-fixed-price contract for advanced helicopter flight training services. Bids were solicited via the internet with one received. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of March 31, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $14,622,724 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124G-24-C-0009). 

Kaman Aerospace Corp., Middletown, Connecticut, was awarded a $14,000,000 cost-plus-fixed-fee contract for HAWK Missile Air Defense System support. Bids were solicited via the internet with one received. Work will be performed in Middletown, Connecticut, with an estimated completion date of Sept. 27, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $6,680,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0021). 

MVL USA Inc.,* Lansing, Michigan, was awarded a $13,824,756 firm-fixed-price contract to design and construct a maintenance and storage building. Bids were solicited via the internet with four received. Work will be performed in Winfield, Missouri, with an estimated completion date of April 13, 2027. Fiscal 2024 civil works funds in the amount of $13,824,756 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0565). 

Aptim Federal Services LLC, Baton Rouge, Louisiana, was awarded a $12,947,845 firm-fixed-price contract for petroleum facility maintenance and repair. Bids were solicited via the internet with three received. Work will be performed in Kekaha, Hawaii; Pearl Harbor, Hawaii; Honolulu, Hawaii; Lualualei, Hawaii; Kaneohe, Hawaii; Hilo, Hawaii; and Wahiawa, Hawaii, with an estimated completion date of April 30, 2030. Fiscal 2024 defense working capital funds in the amount of $12,947,845 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0338).

BAE Systems Land & Armaments LP York, Pennsylvania, was awarded a $12,000,000 cost-plus-fixed-fee contract for the conversion of Bradley M7 Fire Support Team Vehicles into Bradley M2A2 Infantry Fighting Vehicles. Bids were solicited via the internet with one received. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 15, 2025. Fiscal 2023 Foreign Military Sales funds in the amount of $12,000,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-C-0037).

Southwest Shipyard LP,* Channelview, Texas, was awarded an $11,943,644 firm-fixed-price contract for revetment barges. Bids were solicited via the internet with three received. Work will be performed in Channelview, Texas, with an estimated completion date of May 10, 2026. Fiscal 2024 revolving funds in the amount of $11,943,644 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0040). 

Hasen Global LLC,* New Braunfels, Texas, was awarded an $11,696,498 firm-fixed-price contract for the construction of a corrosion control facility. Bids were solicited via the internet with seven received. Work will be performed in Joint Base San Antonio-Lackland Air Force Base, Texas, with an estimated completion date of March 26, 2026. Fiscal 2022 military construction, defense-wide funds in the amount of $11,696,498 were obligated at the time of the award. U.S. Property and Fiscal Office, Texas, is the contracting activity (W50S78-24-C-0004).

Seatrax Inc.,* Houston, Texas, was awarded a $9,480,000 firm-fixed-price contract to build a new floating crane. Bids were solicited via the internet with two received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 14, 2028. Fiscal 2024 revolving funds in the amount of $9,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0041). 

Archetype I LLC, Herndon, Virginia, was awarded a $9,148,177 modification (P00004) to contract W9124J-23-F-0106 for financial, real estate analytical, advisory and consulting support services. Work will be performed in Herndon, Virginia, with an estimated completion date of Sept. 18, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $9,148,177 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity. 

Thoma-Sea Marine Constructors LLC, Houma, Louisiana, was awarded an $8,276,579 firm-fixed-price contract to repower the dredge Hurley. Bids were solicited via the internet with one received. Work will be performed in Houma, Louisiana, with an estimated completion date of Nov. 11, 2025. Fiscal 2024 revolving funds in the amount of $8,276,579 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0042). 

Seiler Instrument and Manufacturing Co. Inc.,* St. Louis, Missouri, was awarded an $8,187,509 modification (P00002) to contract W15QKN-22-C-0102 for Optical Fire Control Kits and spare components. Work will be performed in St. Louis, Missouri, with an estimated completion date of Nov. 24, 2025. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,187,509 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

QA Engineering LLC,* Albuquerque, New Mexico, was awarded a $7,750,522 firm-fixed-price contract to renovate a mission operations center and to design an addition to an existing building. Bids were solicited via the internet with four received. Work will be performed at Kirtland Air Force Base, New Mexico, with an estimated completion date of June 12, 2026. Fiscal 2024 civil operation and maintenance funds in the amount of $15,250,780 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912EP-24-C-0023).

Universal Technical Resource Services Inc.,* Cherry Hill, New Jersey, was awarded a $7,661,527 firm-fixed-price contract to support the creation and maintenance of multiple weapons systems. 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 Sept. 26, 2025. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-F-0562). 

NAVY

Raytheon Co., Tucson, Arizona, is awarded a $736,566,672 fixed-price incentive (firm-target) contract. This contract provides for the production and delivery of AIM-9X production lot 24 requirements to include: 1117 AIM-9X Block II All Up Round Tactical Missiles (352 for the Navy, 158 for the Air Force, 15 for the Army, and 592 for Foreign Military Sales (FMS) customers); 100 AIM-9X Block II+ All Up Round Tactical Missiles for FMS customers; 167 Block II Captive Air Training Missiles (CATM) (43 for the Navy, 55 for the Air Force, one for the Army, and 68 for FMS customers); four Special Air Training Missiles (NATM) (two for the Air Force and two for FMS customers); eight Captive Test Missile (CTM) for the Air Force; 368 All Up Round Missile Containers (104 for the Navy, 48 for the Air Force, eight for the Army and 208 for FMS customers); seven Spare Advanced Optical Target Detectors for FMS customers; seven Spare Advanced Optical Target Detector Containers for FMS customers; 66 Spare Block II Guidance Units (Live Battery) (23 for the Navy, 28 for the Air Force, 15 for FMS customers); 32 Spare Block II+ Guidance Units (Live Battery) for FMS customers; 181 Guidance Unit Containers (48 for the Navy, 30 for the Air Force, 103 for FMS customers); 149 Spare Block II CATM Guidance Units (Inert Battery) (34 for the Navy, 39 for the Air Force and 76 for FMS customers); one Spare Block II Propulsion Steering Sections; two CEST; five dummy Air Test Missiles; 14 Multi-Purpose Training Missiles; 211 Tail Caps and Tail Caps containers; one Block I Tactical Sectionalization Kit; one Block I CATM Sectionalization kit; four Block II Tactical Sectionalization kits; six Block II CATM Sectionalization kits; four Block II+ Tactical Sectionalization kits; one Block II Tactical Maintenance kit; one Block II CATM maintenance kit and support equipment for FMS customers; three lots spares (one for the Navy, one for the Air Force, and one for FMS customers). Work will be performed in Tucson, Arizona (36.14%); North Logan, Utah (10%); Niles, Illinois (7.83); Keyser, West Virginia (7.65); Hillsboro, Oregon (4.71%); Midland, Ontario, Canada (3.17%); Heilbronn, Germany (2.58%); Goleta, California (2.5%); Simsbury, Connecticut (2.49%); Anaheim, California (2.39); Minneapolis, Minnesota (2.10%); Murrieta, California (2.10%); Valencia, California (1.68%); San Diego, California (1.57%); Kalispell, Montana (1.56%); St. Albans, Vermont (1.21%); Anniston, Alabama (1.15%); San Jose California (1.12%); Cincinnati, Ohio (1.03%) and various locations within the continental U.S. (7.06%), and is expected to be completed in July 2029. Fiscal 2024 weapons procurement (Navy) funds in the amount of $188,792,978; fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,039,999; fiscal 2024 research development test and evaluation (Navy) funds in the amount of $797,889; fiscal 2024 missile procurement (Air Force) funds in the amount of $101,262,696; fiscal 2024 research development test and evaluation (Army) funds in the amount of $7,485,584; fiscal 2024 research development test and evaluation (Air Force) funds in the amount of $3,261,404; fiscal 2023 research development test and evaluation (Air Force) funds in the amount of $1,258,178; fiscal 2023 weapons procurement (Navy) funds in the amount of $3,694,028; fiscal 2023 missile procurement (Air Force) funds in the amount of $ $6,760,508; fiscal 2022 weapons procurement (Navy) funds in the amount of $1,025,425; fiscal 2022 missile procurement (Air Force) funds in the amount of $46,932; and Foreign Military Sales customer funds in the amount of $420,141,051, will be obligated at the time of award, $365,558,636 will expire at the end of the current fiscal year. 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 (N0001924C0032).

Raytheon Co., Tucson, Arizona, is awarded a $525,539,000 firm-fixed-price contract for the production and delivery of Evolved Seasparrow Missile Block II Guided Missile Assemblies. This contract includes options which, if exercised, would bring the cumulative value of this contract to $2,188,620,000. Work will be performed in Tucson, Arizona (12%); Edinburgh, Australia (11%); Mississauga, Canada (10%); San Jose, California (9%); Raufoss, Norway (9%); Hengelo OV, Netherlands (5%); Ottobrunn, Denmark (5%); Cambridge, Canada (4%); Nashua, New Hampshire (4%); Koropi Attica, Greece (3%); Lystrup, Denmark (2%); Ankara, Turkey (2%); Andover, Massachusetts (2%); Torrance, California (2%); Westlake Village, California (2%); Grenaa, Denmark (2%); Eight Mile Plains, Brisbane, Australia (2%); Canton, New York (1%); Camden, Arkansas (1%); Aranjuez, Spain (1%); Milwaukie, Oregon (1%); and various other locations each less than 1% (10%). If all options are exercised, work is expected to be completed by September 2030. Fiscal 2024 other customer funds in the amount of $266,147 (51%); 2024 weapon procurement (Navy) funds in the amount of $221,564,000 (42%); and Foreign Military Sales funds in the amount of $37,828,000 (7%), 100% 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)(4) (International Agreement between the U.S. and a foreign government or international organization). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-5408).

Raytheon Co., Tucson, Arizona, is awarded a $254,462,442 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5408 to exercise options and incrementally fund existing contract line items for Standard Missile depot, intermediate level repair and maintenance, the procurement of provisioned items and ordered spares, and test equipment. Work will be performed in Camden, Arkansas (63%); Tucson, Arizona (22%); Middletown, Connecticut (10%); Joplin, Missouri (2%); Salt Lake City, Utah (1%); Huntsville, Alabama (1%); and various locations across the U.S., each less than 1% (1%). Work is expected to be completed by September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $233,131,157 (91%); fiscal 2022 weapons procurement (Navy) funds in the amount of $19,480,684 (8%); and fiscal 2023 weapons procurement (Navy) funds in the amount of $1,850,601 (1%), will be obligated at time of award and $252,611,841 will 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 no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $192,018,389 cost-plus-incentive-fee contract to provide for the design, development, manufacture, integration, demonstration, test, and delivery of the Next Generation Jammer Mid-Band extended capability modification in support of providing additional frequency coverage to meet additional threats within the Next Generation Jammer Mid-Band system operational environment for the Navy and the government of Australia. Work will be performed in Dallas, Texas (41.7%); Forest, Mississippi (26.7%); El Segundo, California (18.9%); and Fort Wayne, Indiana (12.7%), and is expected to be completed in December 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,362,804; and Royal Australian Air Force cooperative funds in the amount of $5,637,196, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0047).

Nova Nacap, a JV, Napa, California, is awarded a $129,173,360 firm-fixed-price contract for construction of a bomber apron. This contract provides for construction of a new apron, shoulders, taxiway, and fuel infrastructure. Work will be performed at Royal Australian Air Force Base Tindal, Australia, and will be completed by October 2027. Fiscal 2021 military construction (MILCON) (Air Force) funds in the amount of $5,325,688 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2023 MILCON (Air Force) funds in the amount of $7,379,817 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 MILCON (Air Force) funds in the amount of $116,467,855 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 three offers received. Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1302).

Canadian Commercial Corp., Ottawa, Canada, is awarded a $110,686,843 indefinite-delivery/indefinite-quantity type contract with firm-fixed-price, cost-plus-fixed-fee, and cost provisions for OK-410 Handling and Stowage Group systems, overboarding fairlead assemblies, and spare parts. This contract includes an ordering period of five years. Production will be performed in Peterborough, Ontario, Canada, and is expected to continue through September 2029. Foreign Military Sales funds, fiscal 2024 other procurement (Navy) funds, and fiscal 2024 shipbuilding and conversion (Navy) funds, in the amount of $18,551,116 will be obligated on the first delivery order immediately following award of the basic contract, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-24-D-Q400).

The Boeing Co., St. Louis, Missouri, is awarded a $76,832,622 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides weapons integration services to include engineering, test support, and manufacturing services, as well as provides analyses, test reports, and studies in support of the development and integration of weapon systems and weapon system software and hardware upgrades onto the F/A-18E/F and EA-18G aircraft for the Navy, the Royal Australian Air Force, and other Foreign Military Sales customers. Work will be performed in St. Louis, Missouri (40%); Patuxent River, Maryland (40%); Tullahoma, Tennessee (8%); Mountain View, California (8%); Philadelphia, Pennsylvania (2%); and Buffalo, New York (2%), 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 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, activity (N0001924D0117).

The Boeing Co., Philadelphia, Pennsylvania, is awarded a $63,075,212 cost-plus-incentive-fee, cost-plus fixed fee, and cost contract for production and delivery of up to 10 shipsets of multi-material hardware for the Columbia Class Submarine program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $63,075,212. If all options are exercised, work will continue through September 2029. Fiscal 2024 National Sea-Based Deterrence Fund funds in the amount of $6,412,338 (50%); and fiscal 2024 other procurement (Navy) funds in the amount of $6,412,338 (50%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured as a sole-source award pursuant to 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center Carderock Division, Bethesda, Maryland, is the contracting activity (N00167-24-C-0014).

Raytheon Co., Tucson, Arizona, is being awarded $54,000,000 for a not-to-exceed, firm-fixed-priced delivery order (N00383-24-F-0ZM2) under a previously awarded long-term contract (N00383-21-D-ZM01) for the procurement of spares and repairs of 56 weapon replaceable assemblies/shop replaceable assemblies in support of the close-in weapon system. The delivery order does not include an option period. Work will be performed in Louisville, Kentucky (83%), and Andover, Massachusetts (17%). Work is expected to be completed by December 2026. Annual working capital (Navy) funds in the amount of $27,000,000 will be obligated at time of award as an undefinitized contract action, 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $36,857,023 firm-fixed-price order (N0001924F50291) to a previously awarded basic ordering agreement (N0001922G0002). This order provides for the production and delivery of retrofit kits to include: 86 MV kits, 8 CMV kits, 20 CV kits, 8 kits for Foreign Military Sales (FMS) customers, 6 CV Spares, and an additional 54 MV Kits in support of the propulsion rotor hub and spring drive link improvement efforts for the V-22 aircraft for the Navy, Marine Corp, Air Force, and the government of Japan. Work will be performed in Amarillo, Texas, and is expected to be completed in November 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $11,347,478; fiscal 2024 aircraft procurement (Airforce) funds in the amount of $8,380,302; fiscal 2023 aircraft procurement (Navy) funds in the amount of $15,716,522; and FMS customer funds in the amount of $1,412,721, 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.

Curtiss-Wright Controls Electronic Systems Inc., Santa Clarita, California, is awarded a $31,582,794 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of Airborne Mission Processors (AMP) and AMP spare parts in support of PMA-262 Persistent Maritime Unmanned Aircraft Systems’ MQ-4C Triton aircraft and PMA-290 Maritime Patrol and Reconnaissance Aircraft. The contract also includes total lifecycle management, training, and engineering services in support of the AMP. Work will be performed in Santa Clarita, California, and is expected to be completed by Sept. 28, 2029. Fiscal 2022 aircraft procurement (Navy) appropriation funds in the amount of $2,978,423; and fiscal 2024 aircraft procurement (Navy) appropriation funds in the amount of $796,368 will be obligated at time of award; $3,774,791of which will expire at the end of the current fiscal year. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. Curtiss-Wright Controls Electronic Systems Inc., is the Original Equipment Manufacturer of the AMP and the only company who can perform the required repairs. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424DJW70).

Chesapeake Technology International Corp., California, Maryland, is awarded a $24,523,553 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Small Business Innovation Research Phase III Topic No. N151-021, “Advanced Modeling and Visualization of Effects for Future Electronic Warfare.” This contract provides for software development and engineering services. Work will be performed at Camp Pendleton, California, with an expected completion date of Sept. 30, 2029. The maximum dollar value, including the base period and four option years is $24,523,553. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation Subpart 6.302-5. The Marine Corps Tactical Systems Support Activity, Camp Pendleton, California, is the contracting activity (M68909-24-D-7611).

Raytheon Co., Tucson, Arizona, is awarded a $22,612,115 firm-fixed-price modification to previously awarded contract N00024-24-C-5406 for provisioned item spares in support of the MK 15 Close-In Weapon System. Work will be performed in Grand Rapids, Michigan (37%);  Louisville, Kentucky (15%); Mason, Ohio (9%); Tucson, Arizona (7%); Sharon, Massachusetts (7%); New Port Richey, Florida (6%); Andover, Massachusetts (2%); Bloomington, Minnesota (2%); Anaheim, California (2%); Hauppauge, New York (1%); Pomona, California (1%); and miscellaneous locations, each less than 1% (11%), and is expected to be completed by September 2028. Fiscal 2024 working capital (Navy) funds in the amount of $22,612,115 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.

Lockheed Martin Rotary and Missions Systems, Owego, New York, is awarded a $21,405,642 firm-fixed-price order (N0001924F1883) against a previously issued basic ordering agreement (N0001923G0002). This order procures 28 Digital Magnetic Anomaly Detection Sensor B kits, 6 kits for the Navy, 20 kits for the Royal Australian Navy and 2 kits for the National Guard and Reserve Equipment. This order also provides program management support to manage the kits from the moment of purchase order to delivery. Work will be performed in Owego, New York, and is expected to be completed in May 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,586,925; fiscal 2023 national guard and reserve equipment appropriations (Defense-wide) in the amount of $1,528,974; and FMS funds in the amount of $15,289,743, 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.

Johns Hopkins University, Baltimore, Maryland, is awarded a $18,040,918 cost-only cooperative agreement to test a project that will determine if a single intravascular cannula can be used to manage and resuscitate complex polytrauma patients from the point of injury through evacuation. Work will be performed in Baltimore, Maryland (45%); Boston, Massachusetts (24%); Pittsburgh, Pennsylvania (5%); Lowell, Massachusetts (9%); and Nashville, Tennessee (16%). Fiscal 2024 research, development, test and evaluation (Defense Advanced Research Projects Agency (DARPA) funds in the amount of $1,050,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. The period of performance is September 2024 to March 2027. This agreement was competitively procured via a DARPA broad agency announcement solicitation (HR001124S0024) on the beta.SAM.gov website. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-2-4024).

Synergy Partners LLC,* Honolulu, Hawaii, is awarded a $17,862,720 firm fixed price contract for the design, production and delivery of two 74 foot support craft(s)(74SC). The 74SC will be operated by the Defense Logistics Agency-Energy Okinawa to support and maintain fuel transfer from tankers using single point mooring and multi-buoy mooring systems within two miles of shore. This contract includes options which, if exercised, would bring the cumulative value of this contract to $18,066,411. Work will be performed in Honolulu, Hawaii (89%); and New Orleans, Louisiana (11%), and is expected to be completed by September 2027. If all options are exercised, work will continue through October 2027. Working Capital Funds in the amount of $17,862,720 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website. The contract is a sole-source award, under Federal Acquisition Regulation 19.805(b)(1). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2222).

Bell Boeing Joint Program Office, Amarillo, Texas is awarded a $17,609,036 cost-plus-fixed-fee order (N0001924F5561) against a previously issued basic ordering agreement (N0001922G0002). This order provides engineering, program management, technical and acquisition support required for the tactical software suite avionics and flight controls system sustainment efforts in support of the V-22 Osprey for the Navy, Marine Corps, and Air Force. Work will be performed in Ridley Park, Pennsylvania (95%); Fort Worth, Texas (4%); and Albuquerque, New Mexico (1%), and is expected to be completed in December 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $8,591,102; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $4,483,649; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $2,867,926; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,666,359, will be obligated at the time of award, $13,074,751 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $16,199,197 firm-fixed-price modification to previously awarded contract N00024-22-C-5500 for spares in support of the AN/SPY-6(V) Family of Radars program. Work will be performed in Andover, Massachusetts (41%); Tulsa, Oklahoma (13%); Forest Grove, Washington (7%); Sterling, Virginia (4%); Hudson, Massachusetts (3%); Marlborough, Massachusetts (3%); Santa Ana, California (3%); Prescott, Wisconsin (3%); Peabody, Massachusetts (3%); Minden, Nevada (2%); Westfield, Massachusetts (2%); Lawrence, Massachusetts (2%); Foxborough, Massachusetts (2%); Riverside, California (2%); Fort Worth, Texas (2%); San Diego, California (1%); and various locations across the U.S., each less than 1% (8%), and is expected to be completed by May 2027. Fiscal 2024 working capital (Navy) funds in the amount of $16,199,197 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.

General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $16,166,621 cost-plus-fixed-fee modification to previously awarded contract N6339423C0009 to exercise options for engineering services to upgrade, inspect, test, and deliver components of the MK 41 Vertical Launching System. Work will be performed in Falls Church, Virginia (85%); Germany (12%); South Korea (2%); and Australia (1%), and is expected to be completed by October 2025. Fiscal 2024 presidential drawdown authority funds in the amount of $2,000,000 (49%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $583,000 (14%); and Foreign Military Sales funds in the amount of $1,480,000 (37%), will be obligated at time of award and will not expire at the end of the current fiscal year. This modification combines purchases for the U.S. government (64%); and the governments of Germany (29%), South Korea (6%), and Australia (1%), under The Foreign Military Sales program. Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

General Dynamics Mission Systems Inc., Quincy, Massachusetts, is awarded a $15,973,912 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee and cost contract for development of the Mining Expendable Delivery Unmanned Submarine Asset System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $58,067,733. Work will be performed in Quincy, Massachusetts (39%); Taunton, Massachusetts (35%); Fairfax, Virginia (7%); Manassas, Virginia (7%); Scottsdale, Arizona (6%); Middletown, Rhode Island (3%); and Greensboro, North Carolina (3%), and is expected to be completed by September 2026. If all options are exercised, work will continue through January 2032. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $12,951,862 (84%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,411,421 (16%), will be obligated at time of award, of which $2,411,421 will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov, with three offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6315).

Lockheed Martin, Rotary and Missions Systems, Liverpool, New York, is awarded a $15,216,002 firm-fixed price modification to previously awarded contract N00024-20-C-5503 for provisioned item spares in support of the full rate production of Surface Electronic Warfare Improvement Program AN/SLQ-32(V)6 and AN/SLQ-32C(V)6 systems. Work will be performed in Liverpool, New York (100%), and is expected to be completed by September 2026. Working Capital Funds in the amount of $13,188,262 (87%); fiscal 2024 other procurement (Navy) funds in the amount of $1,861,432 (12%); and fiscal 2024 shipbuilding and conversion (Navy) in the amount of $166,308 (1%), 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.

L3 Technologies Inc., Camden, New Jersey, is awarded a $14,565,198 cost-plus-fixed-fee, cost-plus-award-fee, and cost-only modification to previously-awarded contract N00024-22-C-5218 to exercise options for a cooperative engagement capability stock point, equipment repairs, repair material, engineering studies and analyses, other direct cost associated with engineering studies and an analyses, repairs, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Salt Lake City, Utah (65%); Largo, Florida (28%); Menlo Park, California (4%); and Lititz, Pennsylvania (3%); and is expected to be completed by October 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of  $2,215,959 (58%); fiscal 2024 other procurement (Navy) funds in the amount of $950,613 (25%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $556,234 (15%); fiscal 2023 other procurement (Navy) funds in the amount of $58,847 (1%); and fiscal 2022 other procurement (Navy) funds in the amount of $42,779 (1%), will be obligated at time of award and $2,258,738, will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $14,304,529 modification (P00029) against a previously awarded cost-plus-incentive fee contract (N0001920C0004). This modification adds scope to provide for the continued design, integration, test, and delivery of Joint Multiple Effects Warhead System to be installed into the Recertified Tomahawk All-Up-Round in support of the Navy. Work will be performed in Tucson, Arizona (71%); Keyser, West Virginia (18%); Plymouth, Minnesota (1%); and Camden, Arizona (1%), and is expected to be completed in August 2025. Fiscal 2024 research development test and evaluation (Navy) funds in the amount of  $7,835,553; and fiscal 2023 research development test and evaluation (Navy) funds in the amount of  $649,104, will be obligated at the time of award, in which $649,104 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $14,174,207 cost-plus-fixed-fee and firm-fixed-price order (N0001924F0274) against a previously issued basic ordering agreement (N0001921G0006). This order provides non-recurring engineering support for the F/A-18 Environmental Control System (ECS) Software Phase III update. The Phase III ECS software update will include 35 software changes identified to help improve the readiness and built-in test, thereby reducing potential for physiological events. Work will be performed in St. Louis, Missouri (41%); Windsor Locks, Connecticut (32%); and El Segundo, California (27%), and is expected to be completed in January 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $14,174,207 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.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded a $13,842,844 modification (P00059) to a previously awarded cost-plus-incentive-fee contract (N6134017C0007). This modification increases the contract ceiling to procure 239 operational data-recording devices, 62 maintenance data recording devices, nine mission operator consoles, Full Rate Production Two (FRP II) supplemental spares, installation of FRP II subsystems at Naval Air Station Key West, NAS Oceana, and Marine Corps Air Station Beaufort; security patches and updates, and producibility improvements for the Navy’s Tactical Combat Training System Increment II (TCTS II) program. Work will be performed at Cedar Rapids, Iowa (40%); Lemoore, California (10%); Richardson, Texas (15%); Patuxent River, Maryland (5%); Key West, Florida (10%); Virginia Beach, Virginia (10%); and Beaufort, South Carolina (10%), and is expected to be completed December 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,540,686; and other procurement (Navy) funds in the amount of $4,371,033, 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 Boeing Co., St. Louis, Missouri, is awarded a $13,440,686 firm-fixed-price order (N0001924F0011) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the procurement of initial spares and repair equipment for the MQ-25A Stingray air vehicle in support of readiness, maintainability, and reliability of the air vehicle starting with the first deployment for the Navy. Work will be performed in St. Louis, Missouri (33%); St. Charles, Missouri (8.44%); Wichita, Kansas (6.93%); Kirkland, Washington (5%); South Bend, Indiana (4.98%); Lansdale, Pennsylvania (4.78%); Burbank, California (4%); West Covina, California (3.51%); Irvine, California (3.08%); Westbury, New York (2.99%); Los Angeles, California (1.77%); Portland, Oregon (1.68%); Grand Rapids, Michigan (1.67%); Setauket, New York (1.63%); Glendale, California (1.57%); Greenlawn, New York (1.47%); Plainview, New York (1.22%); Valencia, California (1.18%) Farmingdale, New York (1.02%); various locations within the continental U.S. (CONUS) (8.28%); and various locations outside the CONUS (1.8%), and is expected to be completed in September 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $13,440,686 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.

Edenred Benefits LLC, Waltham, Massachusetts, is being awarded a $12,665,908 firm-fixed-price contract to provide benefit disbursement services for eligible Transportation Incentive Program participants and program support to the Field Support Activity Program Office. The contract will include a one-year base ordering period with four one-year option periods and one six-month option period pursuant to Federal Acquisition Regulation (FAR) 52.217-8 – option to extend services, which if exercised, will bring the total estimated value to $87,556,354. The base period is expected to be completed by September 2025; if all options are exercised, work will be completed by March 2030. All work will be performed in Waltham, Massachusetts. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $3,738,791 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 procurement in accordance with FAR 6.302-1 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-C-Z107).

Sargent Aerospace & Defense LLC, doing business as Sargent Controls & Aerospace, Tucson, Arizona, is being awarded a $11,105,120 firm-fixed-price contract for the procurement of linear directional valves in support of the Virginia-class submarine control and navigation system. This contract has no option periods, and work will be completed by March 2030. All work will be performed in Tucson, Arizona. Annual working capital (Navy) funds in the full amount of $11,105,120 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 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-NA71).

Advanced Acoustic Concepts LLC,* Great River, New York, is awarded a $10,816,454 cost-plus-fixed-fee and cost contract for Littoral Combat Ship mission package computers, software, and trainer engineering, installation, and sustainment support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $57,812,295. Work will be performed in Great River, New York (50%); Lemont Furnace, Pennsylvania (35%); and Washington, D.C. (15%), and is expected to be completed by September 2025. If all options are exercised, work will continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $601,567 (55%); and fiscal 2024 other procurement (Navy) funds in the amount of $485,000 (45%), will be obligated at time of award, of which $601,567 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204 (a)(5). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6311). 

Hansome Energy Systems Inc.,* Linden, New Jersey, is being awarded $10,509,115 for a firm-fixed-price contract for the procurement of vane axial fans in support of the Virginia-class submarine atmosphere control system. This contract has no options. All work will be performed in Linden, New Jersey, and is expected to be completed by December 2029. Working capital (Navy) funds in the full amount of $10,509,115 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 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-NA69).

Special Psychological Applications Corp., Southern Pines, North Carolina, is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for behavioral analysis support in the areas of behavioral assessment, leadership development and training, and assessment and selection board support services to various Assessment and Selection programs for the Marine Corps Embassy Security Group Recruiting, Assessment and Selection program. Work will be performed on Marine Corps Base, Quantico, Virginia, with an expected completion date of Sept. 29, 2029. Fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $112,500 will be obligated at the time of award for task order one and will expire at the end of the current fiscal year. Subsequent task orders will utilize fiscal operations and maintenance (Marine Corps) funds available at the time of task order award. This contract was competitively procured via the SAM.gov website, with two proposals received. The Marine Corps Installations National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-24-D-0010).

Alloy Crane and Machinery, Savannah, Georgia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for improved Navy Lighterage Side Connector overhaul and regeneration. Work will be performed at Alloy’s St. Marys, Georgia, facility with an expected completion date of March 28, 2030. This contract includes a five-year ordering period with a six-month optional ordering period which, if exercised, could bring the cumulative value of this contract to $9,000,000. Fiscal 2024 funds in the amount of $1,800,339 are available for obligation following contract award through the execution of a task order, and the appropriate fiscal operation and maintenance funding will be used for the subsequent task orders. This contract was competed via the SAM.gov website and only one proposal was received despite an expectation of more than one. The Blount Island Contracts Office, Navy Division, Jacksonville Florida, is the contracting activity (M6700424D0004).

The Boeing Co., Huntington Beach, California, is awarded a $8,508,914 cost-plus-fixed-fee, cost, and firm-fixed-price modification to previously awarded contract N00024-17-C-6307 for engineering and technical support and material for the Extra Large Unmanned Undersea Vehicle. Work will be performed in Huntington Beach, California, and is expected to be completed by March 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,962,015 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.

Intramicron Inc.,* Auburn, Alabama, is awarded a $7,620,000 cost contract. This contract is a Small Business Innovation Research (SBIR) Phase III for the procurement of high-power battery modules in support of the Office of Naval Research. Work will be performed in Auburn, Alabama, and is expected to be completed by September 2027. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,620,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(4), as it is a SBIR Phase III for additional work to be performed after the SBIR Phase II period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N6426724C0075).

Lockheed Martin Corp. Rotary & Systems IWSS, Moorestown, New Jersey, is awarded a $7,604,996 cost-plus-fixed-fee order (N6278624F0032) against the previously awarded basic ordering agreement N00024-19-G-2319, for emergent availabilities and post-delivery test and trial support for Littoral Combat Ship-29 Post Shakedown Availability. Work will be performed in Jacksonville, Florida (36%); Virginia Beach, Virginia (27%); Moorestown, New Jersey (22%); Mt. Laurel, New Jersey (5%); Atlanta, Georgia (4%); San Diego, California (3%); Washington, D.C. (1%); King of Prussia, Pennsylvania (1%); and Greensboro, North Carolina (1%). This delivery order is expected to be completed by Feb. 28, 2026. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $6,435,679 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

CORRECTION:  The $20,763,286 contract announced Sept. 24, 2024, to Raytheon Co., Indianapolis, Indiana, for engineering, management, technical, and acquisition support for the development of software corrections to address the capability defect packages for the V-22 avionics and flight control systems included the wrong delivery order number. The correct number is N0001924F2582.  

CORRECTION: The $50,271,379 contract announced Sept. 26, 2024, to Cognito Systems LLC, Newport News, Virginia, for the Certified Athletic Trainer and Strength Conditioning Specialist/Sports Medicine and Injury Program has not yet been awarded.

DEFENSE LOGISTICS AGENCY

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a maximum $251,420,230 hybrid indefinite-delivery, undefinitized delivery order (SPRTA1-24-F-0323) and modification (P00001) to a five-year subsumable base contract (SPRPA1-24-D-001E) with one five-year option period for additional pricing for the manufacture and production of KC-135 fan duct transactional spares. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is to be determined. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

Elk Solutions LLC,** Beverly, Massachusetts, has been awarded a maximum $21,579,984 firm-fixed-price contract for fuels operations and management services at government-owned/contractor-operated facilities. This was a competitive acquisition with three responses received. This is a four-year base contract with one five-year option period. The performance completion date is Oct. 31, 2028. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5009).

ELK Solutions LLC,** Beverly, Massachusetts, has been awarded a maximum $11,182,272 firm-fixed-price contract for government-owned/contractor-operated retail/bulk fuel storage services and alongside-aircraft refueling. This was a competitive acquisition with five responses received. This is a four‐year base contract with one five‐year option period, and an option to extend, not to exceed six months. Location of performance is Ohio, with an Oct. 31, 2028, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital fund. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5010).

ELK Solutions LLC,** Beverly, Massachusetts, has been awarded a maximum $8,777,856 firm-fixed-price contract for government-owned/contractor-operated aircraft and ground fuel services, storage and distribution services at Kirtland Air Force Base, New Mexico. This was a competitive acquisition with four responses received. This is a four-year contract with one five-year option period and an option to extend, not to exceed six months. The performance completion date is Dec. 1, 2028. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5011).

UPDATE: M-B Companies Inc., New Holstein, Wisconsin (SPE8EC-24-D-0042, $139,000,000) has been added as an awardee to the multiple award contract for snow removal equipment, issued against solicitation SPE8EC-21-R-0008 and awarded Jan. 20, 2023.

UPDATE: Novus JV LLC,*** Herndon, Virginia (SP4709-24-D-0010, $11,930,670,028) has been added as an awardee to the multiple award contract for J6 Enterprise Technology Services 2.0, issued against solicitation SP4709-23-R-0001 and awarded Sept. 17, 2024.  

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Agile Decision Sciences LLC, Huntsville, Alabama,* has been awarded a $8,721,800 firm-fixed-price modification (P00019) to a previously awarded contract (HS0021-22-C-0004) for the Defense Counterintelligence and Security Agency (DCSA) to provide enterprise cybersecurity support services. Work will be performed at Quantico, Virginia, with an estimated completion of June 28, 2025. Fiscal 2024 operations and maintenance funds in the amount of $8,721,800 were obligated at the time of award. The cumulative face value of the contract to date is $169,320,239. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business
**Service-disabled veteran-owned small business 
***Small-disadvantaged business
This entry was posted on Thursday, October 03, 2024 12:07 pm

Leave a Reply

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

Notify me of updates to this conversation