INSIDE THE

NEWS + ADVICE

DoD Contracts: Accenture Federal Services, CACI, Jacobs Technology Inc., Lockheed Martin, Week of 2-20-24 to 2-23-24

Posted by Ashley Jones
aircraft

2/20

NAVY

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded $56,755,171 firm-fixed-price modification to a previously awarded contract (N62470-20-D-0001). This modification provides for the exercise of Option Year Four for base operating support services at various installations within the Naval Facilities Engineering Systems Command Northwest area of operations. This award brings the total cumulative value to $445,741,463. Work will be performed at installations in locations including, but not limited to, Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), Oregon (1%), North Dakota (1%), South Dakota (1%), and Wyoming (1%), and is expected to be completed by March 2025. No funds will be obligated at time of award; fiscal 2024 operation and maintenance (Navy) funds will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command Northwest, Silverdale, Washington, is the contracting activity.

Jacobs Government Services Co., Arlington, Virginia, is awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services. The work to be performed provides for professional engineering services for the preparation of design-bid-build documents and design-build requests for proposals. Work will be performed at various locations within the Naval Facilities Engineering Systems Command Southeast area of operations and is expected to be completed by February 2029. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via sam.gov contract opportunities website, with 14 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-D-0005).

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $38,151,861 firm-fixed-price order under a previously awarded basic ordering agreement (N00024-22-G-5311) for the procurement of AEGIS modernization kits for Navy guided-missile destroyers and allied nations. This contract combines purchases for the U.S. Navy (98%); and the governments of Japan (1%) and Australia (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Andover, Massachusetts (56%); Chesapeake, Virginia (28%); Marlborough, Massachusetts (15%); Burlington, Massachusetts (1%), and is expected to be completed by February 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $32,398,008 (85%); fiscal 2023 defense-wide procurement funds in the amount of $3,971,738 (10%); fiscal 2024 defense-wide procurement funds in the amount of $980,290 (3%); FMS Japan funds in the amount of $533,086 (1%); and FMS Australia funds in the amount of $268,739 (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 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-F-5302).

DEFENSE LOGISTICS AGENCY

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $46,578,579 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for innerspring mattresses. This is a two-year contract with no option periods. Location of performance is North Carolina, with a Feb. 19, 2026, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B009). 

W&K Containers Inc.,* Mill Valley, California, has been awarded a maximum $7,669,000 firm-fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with five responses received. This is a 270-day contract with no option periods. Location of performance is South Korea, with a Nov. 16, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2023 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-24-C-0004).

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-fixed-fee, and cost-plus-incentive-fee contract modification (P00094) under Aegis Ballistic Missile Defense (BMD) Weapon Systems contract HQ085121C0002.  This modification will reduce the ceiling for AEGIS BMD 4.2 contract lines item numbers in the amount of $33,926,020, new contract lines item numbers will be established for the development of AEGIS BMD 4.1.3 in the amount of $59,148,023 (inclusive of options) for capability upgrades, ship planning and installs, and program management support.  The work will be performed in Moorestown, New Jersey, with a period of performance from time of award through September 2026.  Fiscal 2022 and 2023 research, development test and evaluation funds; and fiscal 2022 defense wide procurement in the amount of $10,205,544, will be de-obligated; fiscal 2024 defense wide procurement; and fiscal 2023 and 2024 research, development test and evaluation funds in the amount of $5,111,105, will be obligated at the time of award and will be incrementally funded.  The total net cost of this contract was increased by $11,480,639, from $1,428,662,130 to $1,440,142,769. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

AIR FORCE

Criterion Corp. LLC, Marquette, Michigan, has been awarded a $32,516,144 indefinite-delivery/indefinite-quantity contract for support of base operations and support services. This contract will provide all personnel, supervision, equipment, tools, materials, supplies, test equipment, and other items and services necessary to accomplish materiel management, ground transportation, vehicle management, traffic management, real property maintenance, and fuels management at Youngstown Air Reserve Station, Ohio, and is expected to be completed by March 31, 2029. This contract is the result of a competitive acquisition, and eight offers were received. Fiscal 2024 operation and maintenance funds in the amount of $5,002,232 are being obligated at time of award. Headquarters Air Force Reserve Command, Warner Robins Air Force Base, Georgia, is the contracting activity (FA6643-24-D-0001).

ARMY

Logos Technologies LLC, Fairfax, Virginia, was awarded a $19,379,640 cost-plus-fixed-fee contract for wide-area persistent surveillance hostile fire and unmanned aerial system detection for aerostats, manned and unmanned air platforms, static ground positions and moving vehicles. Bids were solicited via the internet with one received. Work will be performed in Fairfax, Virginia, with an estimated completion date of Feb. 25, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $470,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-C-0006).  

ASM Research LLC,* Fairfax, Virginia, was awarded a $12,253,813 modification (P00015) to contract W519TC-23-C-2003 for operations and management support services in support of the Army Training Requirements and Resources System. Work will be performed in Fairfax, Virginia, with an estimated completion date of Aug. 12, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $11,238,527 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

*Small Business
**Mandatory source

2/21

NAVY

Accenture Federal Services LLC, Arlington, Virginia (N00039-24-D-9000), is awarded an estimated cumulative $789,507,575 indefinite-delivery/indefinite-quantity cost plus fixed-fee, firm-fixed-price, cost only contract for procurement of SHARKCAGE Total Solution. This effort provides Program Executive Office, Command, Control, Communications, Computers and Intelligence Program Manager, Warfare Cybersecurity (PMW 130) with ashore and afloat SHARKCAGE systems consisting of integrated Commercial and Commercial Off-the-Shelf (COTS) hardware and software specifically configured to provide Defensive Cyberspace Operations analytics across Navy networks (e.g., Information Technology-21, ONENet, Navy/Marine Corps Intranet). Tasks supporting delivery of these integrated Commercial and COTS systems include design, architecture, testing, production, delivery, installation support, and integrated logistics support. No funding will be placed on contract and obligated at the time of award. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $9,936,203 will be obligated at the time of award on the first delivery order. Contract funds will not expire at the end of the current fiscal year. The period of performance will consist of a five-year ordering period with one option for additional five-year ordering period; work could continue through February 2034. Work will be performed at the Accenture office in San Diego, California, along with various naval ashore and afloat platforms and facilities. This contract was competitively procured as a full and open solicitation and five offers received via the SAM.org website via the Naval Information Warfare Systems Command e-Commerce Central website. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Computational Physics Inc.,* Springfield, Virginia, is awarded a $67,391,437 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide scientific support services in the fields of atomic and molecular physics, radio astronomy, aeronautical engineering, astrometry and photometry of celestial objects, black hole research, mechanical and electrical engineering, solid state physics, computational sciences, stellar astrophysics, optics, database development, mathematics, astronomical software development, and space weather in support of the United States Naval Observatory. The contract will include a five-year base ordering period with six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total estimated value to $72,710,410. The base ordering period is anticipated to begin March 2024 and is expected to be completed by February 2029; if the option is exercised, the ordering period will be completed by August 2029. All work will be performed in Washington, D.C. Fiscal 2024 operations and maintenance (Navy) funds in the contract’s minimum amount of $10,000 will be obligated at time of award, and funds will expire at the end of the current fiscal year. Individual task orders will be funded with appropriate fiscal operations and maintenance appropriations, or other procurement (Navy) appropriations, determined by the contracting officer at the time of their issuance. The award was the result from a full and open competitive solicitation with one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-24-D-0009).

ARMY

Cummins Power Generation Inc., Minneapolis, Minnesota, was awarded a $459,000,000 firm-fixed-price contract for advanced medium mobile power sources generators. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 25, 2033. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-24-D-0002). 

Altus LLC, Darlington,* Maryland (W911QX-24-D-0003); Applied Research Associates Inc., Albuquerque, New Mexico (W911QX-24-D-0004); Corvid Technologies LLC, Mooresville,* North Carolina (W911QX-24-D-0005); PeopleTec Inc.,* Huntsville, Alabama (W911QX-24-D-0006); and The Survice Engineering Co. LLC,* Belcamp, Maryland (W911QX-24-D-0007), will compete for each order of the $99,000,000 cost-plus-fixed-fee contract for analytical services associated with target descriptions, vulnerability, survivability and kinetic/non-kinetic weapon effectiveness studies, support to current operations. 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 Feb. 20, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.  

Golden Wolf LLC, Brandon, Florida (W912DY-24-D-0005); The Outfit Inc., New Braunfels, Texas (W912DY-24-D-0006); and VW International Inc., Alexandria, Virginia (W912DY-24-D-0007), will compete for each order of the $82,470,000 firm-fixed-price contract for non-personal services for medically related project and program support. 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 Feb. 20, 2031. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

San Diego Project Management PSC,* Luquillo, Puerto Rico (W912HN-24-D-5000); and TEKSOL Integration Group,* Mayaguez, Puerto Rico (W912HN-24-D-5001), will compete for each order of the $49,000,000 firm-fixed-price contract for transmission and distribution services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 21, 2029. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity. 

Premier Precision Machining LLC,* Falconer, New York, was awarded a $47,049,250 fixed-price with economic price adjustment contract for MS3314 and MK3-0 suspension lugs. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0004). 

Weston Solutions Inc., Albuquerque, New Mexico, was awarded a $9,068,336 firm-fixed-price contract for maintenance and minor repairs services for petroleum facilities. Bids were solicited via the internet with four received. Work will be performed in Peoria, Illinois, with an estimated completion date of Feb. 21, 2029. Fiscal 2024 revolving funds in the amount of $9,068,336 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-0020). 

CORRECTION: The $840,105,753 cost-plus-fixed-fee contract (W91CRB-23-D-0002) awarded to Joint Technical Solutions LLC,* Huntsville, Alabama, on Feb. 28, 2023, for test and engineering services was actually awarded on Feb. 7, 2024. In addition, the contract number is W91CRB-24-D-0014, the amount is $910,095,550 and the expected date of completion is April 19, 2029. 

AIR FORCE

McKinsey & Co. Inc., Washington, D.C., has been awarded a $23,803,200 firm-fixed-price contract. The contact provides for analysis that will assess the health of the Air Force Nuclear Weapons Center’s Sentinel program’s industrial base. The location of performance will be the contractor’s facilities in Washington, D.C.; and Hill Air Force Base, Utah. The work consists of one base period which is to be completed by July 15, 2024, and two optional periods for additional analysis and reporting which, if both are exercised, will be completed by March 18, 2026. This award is the result of a competitive acquisition under Commercial Solutions Opening, under which one white paper was received for the relevant topic. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,005,500 will be obligated at the time of award. The contracting activity is The Air Force Nuclear Weapons Center/PZNK, Kirtland AFB, New Mexico (FA9422-24-C-0001). (Awarded Feb. 16, 2024)

Lockheed Martin, Littleton, Colorado, has been awarded a $21,330,937 modification to previously awarded contract FA8807‐08‐C‐0010 GPS III.  The contract modification is for the Crosslink Demonstration on Space Vehicle 10.  Work will be performed in Waterton, Colorado and is expected to be completed May 31, 2025. Fiscal 2024 Space Force procurement funds in the award amount are being obligated at the time of award. Total cumulative face value of the contract is $4,508,553,233. Space Systems Command, Los Angeles Air Force Base is the contracting activity. 

Axient LLC, Huntsville, Alabama, has been awarded a $20,100,009 cost-plus, fixed-fee modification to previously awarded contract FA8811-18-F-4001 for launch systems and new entrant certification support.  This modification provides continue certification support for the Vulcan and New Glenn launch systems provided under this task order.  The performance locations are Decatur and Huntsville, Alabama; Cape Canaveral Air Force Station and Merrit Island, Florida; Los Angeles and Vandenberg Air Force Bases, California; Centennial, Colorado; Salt Lake City, Utah; and Kent, Washington. The work is expected to be complete by Feb. 21, 2027. Fiscal 2024 Space Force procurement funds are being obligated at the time of award. Total cumulative face value of the contract is $130,961,690. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

UPDATE: E-One Inc., doing business as E-One Parts Central, Ocala, Florida (SPE8EC-24-D-0034, $523,000,000), has been added as an awardee to the multiple award contract for fire and emergency equipment, issued against solicitation SPE8EC-21-R-0005 and awarded July 24, 2023.

*Small Business

2/22

AIR FORCE

The Boeing Co., Layton Utah, has been awarded a $405,366,978 indefinite-delivery/indefinite-quantity contract modification (P00008) to previously awarded contract FA8207-17-D-0001 for operations, maintenance, and testing in support of the Minuteman III weapons system. The modification brings the total cumulative face value of the contract to $559,366,978. Work will be performed at the Little Mountain Test Facility, Ogden, Utah, and is expected to be completed by Feb. 28, 2029.  Fiscal 2024 operation and maintenance funds in the amount of $10,390,105 are being obligated at time of award.  The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity.  

NAVY

Marine Hydraulics International LLC, Norfolk, Virginia, is awarded a not-to-exceed $91,632,639 firm-fixed-price, undefinitized contract action for the repair, maintenance, and modernization included in USS Mesa Verde (LPD 19) Chief of Naval Operations fiscal 2024 Selected Restricted Availability. The scope of this procurement includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the USS Mesa Verde (LPD 19) fiscal 2024 Selected Restricted Availability. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $147,248,303. Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $41,403,567 (92.3%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,750,682 (3.9%); and fiscal 2023 other procurement (Navy) funds in the amount of $1,722,353 (3.8%), will be obligated at the time of award, of which funding in the amount of $1,750,682 will expire at the end of the 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 (N0002424C4406).

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $12,588,300 modification (P00019) to a previously awarded firm-fixed-price contract (N6134021C0017). This modification exercises options for the Delta Software System Configuration-5 retrofit effort of Weapons Systems Trainer (WST)-1 and WST-2, to include associated training, technical data, computer software, and computer software documentation for each WST in support of the E-2D Hawkeye Integrated Training Systems for the Navy. Work will be performed in Norfolk, Virginia and is expected to be completed in February 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $12,588,300 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded an $11,544,539 modification (P00013) to a firm-fixed-price order (N0001921F0030) against a previously issued basic ordering agreement (N0001917G0002). This modification adds scope to procure three shipsets of proprotor gearboxes in support of the Nacelle Improvements Step 2 requirement for CV-22 aircraft. Work will be performed in Amarillo, Texas (53%); Fort Worth, Texas (46%); and Ridley Park, Pennsylvania (1%), and is expected to be completed in January 2026. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $11,544,539 will be obligated at the 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.

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $7,767,473 modification (P00071) to a previously awarded cost-plus-fixed-fee contract (N0042120C0003). This modification exercises an option to provide continued engineering and technical support in support of the research, development, design, integration, testing, installation, training, and certification of shipboard command, control, communications, computers, and intelligence integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in February 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $4,584,203 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, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

KLS Martin L.P., Jacksonville, Florida, has been awarded a maximum $49,999,996 fixed-price, indefinite-delivery/indefinite-quantity contract for cranial and maxillofacial procedural packages and supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a five-year contract with no option periods. The ordering period end date is May 2, 2029. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-24-D-0005).

Blind Industries & Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $9,606,000 modification (P00008) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-B107) with four one-year option periods for cold weather wind jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 23, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

DEFENSE INFORMATION SYSTEMS AGENCY

CACI Inc., Federal, Chantilly, Virginia, was awarded a $38,536,643 single award, indefinite-delivery/indefinite-quantity contract, utilizing cost-plus-fixed-fee for the acquisition of systems engineering and technical assistance services to support the Program Executive Office for Command, Control and Communications Tactical, Project Manager Mission Command in the areas of technical/engineering management, logistics and readiness management, business management, and overall program management. This is a one-year contract with four 12-month option periods. Performance will be at Aberdeen Proving Ground, Maryland. Proposals were solicited via SAM.gov, and three proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-24-C-0003).

ARMY

Hendrickson Transportation LLC,* Hamburg, Iowa, was awarded a $12,808,924 firm-fixed-price contract for Oxbow, Hickson, & Bakke Ring Levee construction. Bids were solicited via the internet with five received. Work will be performed in Oxbow, North Dakota, with an estimated completion date of Aug. 31, 2026. Fiscal 2022 civil construction funds in the amount of $12,808,924 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-24-C-0007). 

Amentum Services Inc., Chantilly, Virginia, was awarded an $8,626,048 modification (P00335) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed at Fort Liberty, North Carolina; Fort Campbell, Kentucky; and Iraq, with an estimated completion date of Nov. 30, 2024. Fiscal 2024 operation and maintenance, Army funds and fiscal 2024 aircraft procurement, Army funds in the amount of $8,626,048 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

*Small Business
** Mandatory source

2/23

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $1,173,178,011 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-4314 for completion of USS Boise (SSN 764) engineered overhaul. This contract modification includes options which, if exercised, would bring the cumulative value of this contract modification to $1,238,312,189. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2029. Fiscal 2023 other procurement (Navy) funds in the amount of $29,559,482 (81%); and fiscal 2024 other procurement (Navy) funds in the amount of $6,948,094 (19%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $150,984,000 undefinitized contract action modification to previously awarded contract N00024-24-C-2110 for long lead time material associated with the Virginia Class submarines SSN 814, SSN 815, SSN 816, and SSN 817. Work will be performed in Sunnyvale, California (36%); Minneapolis, Minnesota (17%); Spring Grove, Illinois (13%); York, Pennsylvania (4%); Annapolis, Maryland (4%); Bethlehem, Pennsylvania (3%); Windsor Locks, Connecticut (3%); Cleveland, Ohio (1%); and other locations less than 1% (19%), and is expected to be completed by September 2035. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $150,984,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded an $80,000,000 cost-plus-incentive-fee modification to previously awarded contract N00024-21-C-2106 for the USS John C. Stennis (CVN 74) refueling complex overhaul for emergent supplemental work. Work will be performed in Newport News, Virginia. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $25,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This supplemental work will be accomplished by Huntington Ingalls Inc., in accordance with 10 U.S. Code 3204(a)(1). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded a $47,904,336 firm-fixed-price job order for the production and delivery of quantity nine AB/DAS-4 Multi-spectral Targeting Systems and spare parts in support of Navy PMA 266, Naval Air System Command’s Program Office for Multi-Mission Tactical Unmanned Aerial Systems. Work will be performed in McKinney, Texas, and is expected to be completed by March 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $46,797,608 (97.7%); fiscal 2023 other procurement (Navy) funds in the amount of $1,005,867 (2.1%); and 2023 aircraft procurement (Navy) funds in the amount of $100,861 (.2%) will be obligated at time of award. Funding will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1). This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1. Raytheon Co. is the original equipment manufacturer of the systems and the only company who can provide the systems. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424FJ027).

Black Hills Ammunition, Rapid City, South Dakota, is awarded a $30,885,083 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement, manufacturing, testing, inspection, and packaging of 9-millimeter barrier blind cartridges for use in military issue 9-millimeter pistols (M9, M17, and M18) for combat purposes to provide enhanced terminal effects. Work will be performed in Rapid City, South Dakota, and is expected to be completed by February 2029. Fiscal 2023 procurement of ammunition (Navy and Marine Corps) funds in the amount of $334,080 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 SAM.gov, with six offers received. Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426724D0032).

Pacific Defense Strategies Inc.,* El Segundo, California, is awarded a $17,438,854 cost-plus-fixed-fee contract for the Common Sensor Platform for Strategic and Distributed Autonomous Cyber-Electronic Warfare (EW) effort. The Department of Defense is currently developing an open standard hardware/software platform (command, control, computers, communications, cyber, intelligence, surveillance, and reconnaissance (C5ISR)/EW Modular Open Suite of Standards (CMOSS)) for converged EW, communications, signals intelligence, and position, navigation and timing to respond to peer-on-peer advancements in EW and electromagnetic spectrum operation. The work to be performed provides for an artificial intelligence (AI) and machine learning (ML)-enabled common EW sensor-effectuator effort that will lead to a whole new field of tactical AI/ML and cyber-EW at the tactical edge, and for theater level superiority. Research and demonstration of distributed AI capabilities, including autonomous cyber-EW effects, on these prototypes will facilitate use in multiple vehicles to enable: Multi-mission, multi-platform capabilities for distributed-denied, intermittent and limited RF environment, cooperative distributed EW, Web-based smart user interface for multi-mission, multi-platform planning, command and control, and situational awareness to reduce cognitive overload, build and deliver marine electromagnetic warfare ground family of systems-enabled CMOSS/Sensor Open Systems Architecture sensor nodes, including small unmanned aerial vehicle and small form factor sensor for persistent unmanned team effort. Work will be performed in El Segundo, California (68%); Pittsburgh, Pennsylvania (23%); and Fairfax, Virginia (9%). Work is expected to be completed in March 2026. The total cumulative value of this contract, including a 24-month base period and one 12-month option period, is $17,438,854. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $15,907,056 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-24-C-1114).

US Ecology Washington Inc., Richland, Washington, is awarded a $15,829,013 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N4523A23D4000) due to a rate change issued by the Washington Utilities and Transportation Commission at the beginning of January 2024. The price of the contract is being modified. This contract is for Class A, B, and C low-level radioactive waste disposal services for waste under the cognizance of Puget Sound Naval Shipyard and Intermediate Maintenance Facility and the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Richland, Washington, and is expected to be completed by August 2028. Appropriation account operation and maintenance, Navy funds will be made available at the task order level and funding obligated via task order awards as contracting actions occur. Puget Sound Naval Shipyard and Intermediate Maintenance Facility and Northwest Regional Maintenance Center, Bremerton, Washington, is the contracting activity.

Northrop Grumman Systems Corp., Annapolis, Maryland, is awarded a $15,166,055 modification to previously awarded, indefinite-delivery/indefinite-quantity requirements contract N61331-22-D-0001 to exercise an option for depot level repair, maintenance and modifications supporting the AN/AQS-24 Sonar Mine Detecting Set (all variants). This will allow Common Post Mission Analysis and Intermediate Level Test Equipment to support the Navy for the currently deployed airborne mine countermeasures legacy systems. Work will be performed in Annapolis, Maryland, and is expected to be completed by March 2025. There will be no funding assigned at the time of this modification. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

Rolls Royce Solutions America, Novi, Michigan, is awarded a $13,910,181 modification to exercise Option Year One of previously awarded, firm-fixed-price, indefinite-delivery/indefinite quantity contract N55236-23-D-0001 in support of the original equipment manufacturer for the Littoral Combat Ships Independence variant for main propulsion diesel engines, ship service diesel generators, and hydraulic prime movers. The overall total contract value ceiling remains unchanged at $71,198,157. Work will be performed at Mayport, Florida (40%); San Diego, California (40%); and various locations that will be determined at the delivery order level (20%). No funds will be obligated at the time of award of contract modification; funds will be obligated on individual delivery orders as they are issued. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-23-D-0001).

ARMY

G&G Construction Inc.,* Russellville, Alabama, was awarded an $18,154,070 firm-fixed-price contract for bulkhead fabrication supply for the Navigation and Ecosystem Sustainability Program. Bids were solicited via the internet with four received. Work will be performed in Hartford, Illinois, with an estimated completion date of March 7, 2027. Fiscal 2022 civil construction funds in the amount of $18,154,070 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0006).

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $13,865,068 modification (P00857) to contract DAAA09-98-E-0006 to commission a filter and wash facility and commence production at the Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 ammunition procurement, Army funds in the amount of $13,865,068 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Edwards Design & Fabrication Inc.,* Meridianville, Alabama, was awarded a $10,000,000 firm-fixed-price contract to develop systems to protect personnel, information, property and facilities. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 23, 2029. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-24-D-0001).

*Small Business

Author

  • Ashley Jones

    Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

This entry was posted on Tuesday, February 27, 2024 1:35 pm

Leave a Reply

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

Notify me of updates to this conversation