INSIDE THE

NEWS + ADVICE

DoD Contracts: Amentum Services, August Schell Enterprises, BAE Systems, Week of 10-15-24 to 10-18-24

Posted by Ashley Jones

10/15

ARMY

Design Partners Inc., Honolulu, Hawaii (W912HV-25-D-0001); Jacobs Government Service Co., Arlington, Virginia (W912HV-25-D-0002); Woolpert-RS&H LLC, Beavercreek, Ohio (W912HV-25-D-0003); EIJV LLP, Chicago, Illinois (W912HV-25-D-0004); Group 70 Gushiken A-E LLP, Honolulu, Hawaii (W912HV-25-D-0005); AECOM Technical Services Inc., Los Angeles, California (W912HV-25-D-0006); Pond-CDM Smith JV LP, Peachtree Corners, Georgia (W912HV-25-D-0007); HDR Engineering Inc., Honolulu, Hawaii (W912HV-25-D-0008); OTIE-Merrick JV, Milwaukee, Wisconsin (W912HV-25-D-0009); WSP-KYOWA – a JV, San Diego, California (W912HV-25-D-0010); Stanley-Setiadi JV, Muscatine, Iowa (W912HV-25-D-0011); SSFM International Inc., Honolulu, Hawaii (W912HV-25-D-0012); Tetra Tech-PAE JV, Marlborough, Massachusetts (W912HV-25-D-0013); INSYNERGY Engineering Inc., Honolulu, Hawaii (W912HV-25-D-0014); and Michael Baker International Inc., Moon Township, Pennsylvania (W912HV-25-D-0015), will compete for each order of the $249,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 14, 2031. U.S. Army Corps of Engineers, Japan District, is the contracting activity.

Curtin Maritime Corp., Long Beach, California, was awarded a $33,493,525 firm-fixed-price contract for Baltimore Harbor and channels maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 31, 2025. Fiscal 2017, 2018, 2019, 2020, 2021, 2023, 2024 and 2025 civil operation and maintenance funds; and 2017, 2018, 2019, 2020, 2021, 2024 and 2025 civil construction funds in the amount of $33,493,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-25-C-0002).

Tejas Premier Building Contractor Inc.,* San Antonio, Texas, was awarded a $16,104,807 firm-fixed-price contract to construct a mission training center. Bids were solicited via the internet with eight received. Work will be performed at Lackland Air Force Base, Texas, with an estimated completion date of April 8, 2026. Fiscal 2021 military construction, defense-wide funds in the amount of $16,104,807 were obligated at the time of the award. U.S. Property and Fiscal Office, Texas, is the contracting activity (W50S78-25-C-0001).

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (SPE8E3-25-D-0001); Noble Supply & Logistics,* Boston, Massachusetts (SPE8E3-25-D-0002); and SupplyCore LLC,* Rockford, Illinois (SPE8E3-25-D-0003), are sharing a maximum $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E3-23-R-0001 for commercial maintenance, repair and operations products. This was a competitive acquisition with 15 responses received. These are three-year base contracts with two one-year option periods. Locations of performance are Bahrain, Egypt, Iran, Iraq, Israel, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan, with an Oct. 14, 2027, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Textron Systems, Hunt Valley, Maryland, is awarded an $18,003,985 firm-fixed-price, cost-plus-fixed-fee and cost delivery order for production of the Mine Sweep Payload Delivery System production and engineering support. This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $106,151,605. Work will be performed in Cockeysville, Maryland (57%); Naples, Florida (16%); Houston, Texas (8%); Salt Lake City, Utah (8%); Yaphank, New York (6%); and Beltsville, Maryland (5%), and is expected to be completed by October 2025. If all options are exercised, work will continue through October 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $12,698,834 will be obligated at time of award, of which none will expire at the end of the current fiscal year. This delivery order was competitively procured via the Unmanned Surface Vehicle Family of Systems Multiple Award Contract, with one offer received in response to this solicitation. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-F-6300). 

10/16

NAVY

Invariant Corp.,* Huntsville, Alabama (M67854-24-D-0056); and Anduril Federal, a Division of Anduril Industries Inc., Costa Mesa, California (M67854-24-D-0057), are awarded a combined $400,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the integration and delivery of a Counter-Unmanned Aircraft System Engagement System and associated hardware, software, and services. Each awardee will be awarded its first order for First Article Test units and Program Management Support within one week of contract award. Work will be performed in Huntsville, Alabama; and Costa Mesa, California, and is expected to be completed by October 2031. Fiscal 2024 research, development, test and evaluation (Marine Corps) funds in the amount of $15,459,308 will be obligated within one week of contract award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. The maximum dollar value, including the base period with four additional ordering periods, is $200,000,000 per contract. This contract was competitively procured via the PIEE Solicitation Module with proposals from four offerors received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. 

August Schell Enterprises,* Rockville, Maryland, is awarded a not-to-exceed $29,059,763 firm-fixed-price order (N0001925F0067) against a previously issued contract (NNG15SD80B). This contract procures tool requirements to include software licenses and commercial software applications to construct secure and reliable IT systems to facilitate the development, security, and operations systems development life cycle, critical to the successful fielding of information technology capabilities for the F-35 Lightning II Joint Program in support of the Joint Strike Fighter Program for the Navy, Air Force, Marine Corp, and non-U.S. Department of Defense participants. Work will be performed in Arlington, Virginia, and is expected to be completed in October 2026. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $12,331,917; and fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,408,669, will be obligated at the time of award, $2,408,669 of which will expire at the end of the current fiscal year. This contract was competed, one offer was received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Brandes Associates Inc.,* Lone Tree, Colorado, is awarded an $8,288,420 modification (P00014) to a cost-plus-fixed-fee, level-of-effort, cost, indefinite-delivery/indefinite-quantity contract (N6893620D0001). This modification exercises an option to provide developmental and engineering support to include development, integration and test of mission planning products including Naval Mission Planning Systems, Naval Tactical Aircraft, and Joint Mission Planning Systems for emerging technology mission management capabilities, defensive electronic warfare libraries and all associated mission planning and control systems and subsystems in support of the Navy. Work will be performed in  Point Mugu, California (95%); and China Lake, California (5%), and is expected to be completed in May 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pacific Consolidated Industries Inc.,* Riverside, California, has been awarded a maximum $178,000,000 fixed-price with economic-price-adjustment contract for non-commercial medical equipment and non-developmental medical equipment. This was a competitive acquisition with six responses received. This is a five-year base contract with one five-year option period. The ordering period end date is Oct. 15, 2030. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2025 through 2031 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-25-D-0001). 

UPDATE: Marathon Medical Corp.,** Aurora, Colorado (SPE2DE-25-D-0001, $30,000,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Great Lakes Dock and Dredge Co. LLC, Houston, Texas, was awarded a $114,979,976 firm-fixed-price contract for beach nourishment. Bids were solicited via the internet with two received. Work will be performed in Manasquan, New Jersey, with an estimated completion date of Nov. 17, 2025. Fiscal 2025 civil construction funds in the amount of $114,979,976 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-25-C-0027).

Flatiron-Aecon JV, Reston, Virginia, was awarded a $15,700,000 hybrid (fixed-price-incentive and fixed-price with economic-price-adjustment) contract for a water storage project and fish passage facility. Bids were solicited via the internet with two received. Work will be performed in Ravensdale, Washington, with an estimated completion date of Sept. 14, 2030. Fiscal 2025 civil construction funds in the amount of $15,700,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-25-C-0001).

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

C2 Alaska LLC, San Antonio, Texas, was awarded a maximum ceiling, face value, $39,000,000 single award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HU000125D0001) in support of the Uniformed Services University of the Health Sciences’ (USUHS) Manpower Department. This contract has a five-year ordering period from Oct. 16, 2024, to Oct. 15, 2029, with a minimum award amount of $40,000. Performance will be in Bethesda, Maryland. This contract was a sole source acquisition awarded in accordance with Federal Acquisition Regulation 19.804-6(c). Operations and maintenance funds will be obligated at the task order level. USUHS, Bethesda, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Galois Inc.,* Portland, Oregon, was awarded a $12,622,799 cost-plus-fixed-fee, cost reimbursement contract for the Continuous-correctness On Opaque Processors (COOP) program. The COOP program seeks to develop hardware and software tools to guarantee that software is running correctly by combining formal methods and side-channels. Work will be performed in Dayton, Ohio (31%); Portland, Oregon (28%); Tempe, Arizona (10%); Columbus, Ohio (8%); Exton, Pennsylvania (5%); Irvine, California (5%); Cambridge, Massachusetts (4%); San Francisco, California (4%); Brooklyn, New York (3%); and Pittsburgh, Pennsylvania (2%), with an expected completion date of April 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $6,667,608 are being obligated at time of award. This contract is a competitive acquisition in which eight proposals were received in response to Broad Agency Announcement HR001124S0016. Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001125C0300).

*Small business
**Service-disabled veteran-owned small business

10/17

DEFENSE LOGISTICS AGENCY

AmerisourceBergen Drug Corp., Conshohocken, Pennsylvania, has been awarded an estimated $2,031,406,952 modification (P00032) extending the third two-year six-month option period of a two-year six-month base contract (SPE2DX-15-D-1000) with three two-year six-month option periods for prime vendor pharmaceutical and pharmaceutical-related products and support. This is a firm-fixed-price, requirements contract. Locations of performance are inside and outside of the continental U.S., with a Nov. 12, 2025, performance completion date. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Dakota Drug Inc.,* Anoka, Minnesota, has been awarded an estimated $9,085,198 modification (P00018) extending the third two-year six-month option period of a two-year six-month base contract (SPE2DX-15-D-8000) with three two-year six-month option periods for prime vendor pharmaceutical and pharmaceutical-related products and support. This is a firm-fixed-price, requirements contract. Locations of performance are North Dakota and South Dakota, with a Nov. 12, 2025, performance completion date. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

US Marine Management Inc., Norfolk, Virginia, is awarded a $14,052,500 firm-fixed-price with reimbursable elements contract (N3220524C4138), for time charter of one approved-upon-delivery U.S. flag or foreign flag double hull tanker with segregated ballast tanks that is capable of carrying a minimum of 38,500 barrels of clean product (intentions F76, JP5, JP8, or JA1), as long as two clean products can simultaneously be carried within the vessel’s natural segregation in designated cargo tanks with double valve isolation, without losing the capacity to carry the established minimum. The tanker will be reflagged prior to delivery. This contract includes a 12-month base period with three one-year option periods, and a fourth 11-month option which if exercised, would bring the cumulative value of this contract to $73,305,407. The contract will be performed in the Far East. The contract is expected to be completed, if all options are exercised, by September 2028. Working capital funds (Transportation) in the amount of $14,052,500 are obligated for fiscal 2025 and will expire at the end of the fiscal 2025. This contract was competitively procured as a small-business set-aside with proposals solicited via the System Award Management website and 12 offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4138).

*Small business

10/18

NAVY

Epsilon Inc., Weaverville, North Carolina, is awarded a $184,506,693 firm-fixed-price, cost, indefinite-delivery, indefinite-quantity contract to procure IT and cyber security (CS) support for the classified IT networks to enhance the effectiveness, efficiency, and productivity of the F-35 Joint Program Office ensuring the range of IT and CS are maintained within Department of Defense (DOD), Special Access Programs, and U.S. Cyber Command security standards and mandates. This effort supports the Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. DOD participants. Work will be performed in Manassas, Virginia (70%); and Arlington, Virginia (90%), and is expected to be completed in October 2029. Fiscal 2024 aircraft procurement funds (Air Force) in the amount of $14,505,677; fiscal 2024 aircraft procurement (Navy) funds in the amount of $3,852,924; FMS customer funds in the amount of $2,656,634; and non-U.S. DOD participant funds in the amount of $414,000, will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001925D0010).

BAE Systems-Norfolk Ship Repair, Norfolk, Virginia, is awarded a $114,836,312 firm-fixed-price contract for maintenance, modernization and repair of USS Laboon (DDG 58) fiscal 2025 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for critical modernization, maintenance, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $117,910,058. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2026. Fiscal 2025 other procurement, Navy, funds in the amount of $114,836,312 will be obligated at the time of award, of which no funds will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002425C4412).

BAE Systems-Norfolk Ship Repair, Norfolk, Virginia, is awarded an $87,581,070 firm-fixed-price contract for maintenance, modernization and repair of USS Wasp (LHD 1) fiscal 2025 selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance as part of the critical modernization, maintenance, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $104,698,007. Work will be performed in Norfolk, Virginia, and is expected to be completed by February 2026. Fiscal 2025 other procurement, Navy, funds in the amount of $87,581,070 will be obligated at the time of award, of which no funding will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the government System for Award website, with three offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002425C4430).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded an indefinite delivery/indefinite quantity, firm-fixed-price contract for MT7 engine depot-level repairs. The contract will not exceed $59,388,933. Work will be completed at the contractor’s facility in Indianapolis, Indiana, and is expected to be completed by December 2029. Navy Working Capital funds in the total amount of $500 will be obligated at time of award. 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 Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4010).

Phoenix International Holdings Inc., Largo, Maryland, was awarded a $24,000,000 cost-plus-award-fee modification to previously awarded indefinite-delivery, indefinite-quantity contract N00024-20-D-4306 for diving and diving-related services. This modification increases the contract ordering ceiling from $97,000,000 to $121,000,000. Work will be performed in Largo, Maryland, and other locations worldwide, and is expected to be completed by July 2025. No funding will be obligated at the time of award; all funding will be made available at the task or delivery order level as contracting actions occur. Naval Sea Systems Command Headquarters, Washington, D.C., is the contracting activity. (Awarded August 6, 2024)

Summer Consultants Inc.,* McLean, Virginia, is awarded a $15,000,000 indefinite-delivery/indefinite-quantity modification to previously awarded contract N40080-20-D-0017 for multi-discipline, architect-engineer services. This award brings the total cumulative face value of the contract to $45,000,000. The contract modification increases contract capacity from $30,000,000 to $45,000,000. Work will be performed at facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility including, but not limited Maryland (40%), Virginia (40%), and Washington, D.C. (20%), and is expected to be completed by June 2025. Future task orders under this modification will primarily be funded by operations and maintenance, (Navy) and military construction funds. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $9,043,489 cost-plus-fixed-fee modification to previously awarded contract N00024-22-C-2105 to exercise options for planning and design yard activities for standard Navy valves installed in commissioned nuclear-powered submarines, submersibles, and aircraft carriers. Work will be performed in Newport News, Virginia. Fiscal 2025 operations and maintenance (Navy) in the amount of $2,250,000 will be obligated at time of award and funds will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2105).

General Dynamics Bath Iron Works, Bath, Maine, is awarded an $8,276,742 firm-fixed-price modification to previously awarded contract N00024-24-C-2331 for procurement of large missile vertical launch system shock isolation. Work will be performed in North Tonawanda, New York (63%); Göteborg, Sweden (36%); and Bloomfield, Connecticut (1%), and is expected to be completed by January 2026. Fiscal 2025 other procurement (Navy) funding in the amount of $8,276,742 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.

ARMY

Amentum Services Inc., Chantilly, Virginia, was awarded a $142,030,215 modification (0003FT) to contract W52P1J-12-G-0028 for logistics support services. Work will be performed in Kuwait, with an estimated completion date of Nov. 20, 2025. Fiscal 2010 and 2025 operation and maintenance, Army funds in the amount of $142,030,215 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $15,300,000 modification (P00018) to contract W912DY-21-F-0025 to support Red Hill closure efforts. Work will be performed in Anchorage, Alaska; Delta Junction, Alaska; Fairbanks, Alaska; King Salmon, Alaska; Amchitka, Alaska; Ewa Beach, Hawaii; Hilo, Hawaii; Honolulu, Hawaii; Kanehoe, Hawaii; Kekaha, Hawaii; Pearl Harbor, Hawaii; Wahiawa, Hawaii; Waimea, Hawaii; Waianae, Hawaii; and Peachtree Corners, Georgia, with an estimated completion date of Jan. 31, 2025. Fiscal 2024 revolving funds in the amount of $15,300,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

AIR FORCE

BTAS Inc., Beavercreek, Ohio, Los Angeles Air Force Base, El Segundo, California, has been awarded an $18,652,010 firm-fixed-price task order for Space Systems Command Contracting Directorate acquisition and finance support. This task order provides advisory and assistance services support to the Contracting Directorate front office and staff divisions, the pricing division, the policy, program support, and business operations division, and the talent management division. Work is expected to be completed Dec. 13, 2029, if all options are exercised. This award is the result of a competitive acquisition with two offers received in response to solicitation FA880224Q0001. Fiscal 2025 operation and maintenance funds in the amount of $621,503 are being obligated at the time of award. Space Systems Command, Los Angeles AFB, El Segundo, California, is the contracting activity (FA880225F0001).

*Small business
This entry was posted on Monday, October 21, 2024 1:00 pm

Leave a Reply

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

Notify me of updates to this conversation