INSIDE THE

NEWS + ADVICE

DoD Contracts: Accenture Federal Services, IBM Corp., Intrepid, Vectrus Systems, Booz Allen Hamilton, Week of 4-24-23 to 4-28-23

Posted by Ashley Jones
aircraft

4/24

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $115,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-4301 for continued execution of the USS Columbus (SSN 762) engineered overhaul. Work will be performed in Newport News, Virginia, and is expected to be completed by December 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $115,000,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ReconCraft LLC,* Anchorage, Alaska, is awarded a $35,920,405 firm-fixed-price contract for 12 40-foot patrol boats. This contract includes options which, if exercised, would bring the cumulative value of this contract to $36,141,587. Work will be performed in Clackamas, Oregon, and is expected to be completed by September 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $28,977,570 (81%); and fiscal 2023 other procurement (Navy) funds in the amount of $6,942,835 (19%) 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 Section 8(a) of the Small Business Act (15 U.S.C § 637(a)) and the Federal Acquisition Regulation (FAR) Part 19.8. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2201).

Textron Systems, Hunt Valley, Maryland, is awarded a $32,822,940 cost-plus-fixed-fee modification to previously awarded contract N00024-14-C-6322 for engineering and technical support for the Unmanned Influence Sweep System (UISS) Unmanned Surface Vehicle (USV) program. Work will be performed in Hunt Valley, Maryland (70%); and Slidell, Louisiana (30%), and is expected to be completed by May 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $3,032,724 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.

Safe Boats International LLC, Bremerton, Washington, is awarded a $16,201,667 firm-fixed-price modification to previously-awarded contract N00024-21-C-2201 for the exercise of options for procurement and installation of four Gun Weapon Systems onto the Mark VI boats with spares and training. Work will be performed in Tacoma, Washington, and is expected to be completed by June 2026. Foreign Military Financing (Ukraine) funds in the amount of $16,201,667 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.

Hardinge Inc., Elmira, New York, is awarded a $15,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide field engineering support to include inspection, evaluation, repair, upgrade, training and rebuild in support of the sustainment of commercial industrial plant equipment that is required to support overhauling and repairing aircraft engines and components for the Navy. Work will be performed in Cherry Point, North Carolina (41%); North Island, California (40%); Jacksonville, Florida (14%); and Solomons Island, Maryland (5%), and is expected to be completed in April 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 (a)(1). The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852023D0002).

Patten Co., Inc.,* Jacksonville, Florida (N0042123D0009); and Air Cruisers Company LLC, doing business as Safran Aerosystems Evacuation, Wall Township, New Jersey (N0042123D0010), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Multi-Place Life Rafts — LRU-30, LRU-31, LRU-32, LRU-33, and LRU-34 — in support of various aircraft for the Navy and Foreign Military Sales customers. The estimated aggregate ceiling for all contracts is $15,000,000, with the companies having an opportunity to compete for individual orders. Work will be performed in Wall Township, New Jersey; and Jacksonville, Florida, and is expected to be completed in April 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 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $13,751,996 firm-fixed-price, cost-reimbursable contract for contractor engineering and technical services in support of the F100-PW-100/220/220E/229 engines for F-15 and F-16 aircraft. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the Raytheon Technologies Corp. equipment and systems to the level of self-sufficiency. The locations of performance include Air National Guard support in Tucson, Arizona; Toledo, Ohio; New Orleans, Louisiana; and Foreign Military Sales support in Egypt, Indonesia, Jordan, Republic of Korea, Morocco, Saudi Arabia, Taiwan, and Thailand, and is expected to be complete by March 15, 2026. This contract involves Foreign Military Sales (FMS) to Egypt, Indonesia, Jordan, South Korea, Morocco, Saudi Arabia, Taiwan, and Thailand. This award is the result of a sole source acquisition. FMS and fiscal 2023 operations and maintenance funds in the amount of $1,129,911 will be obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8604-23-D-B002).

DEFENSE HEALTH AGENCY

Intrepid LLC, Huntsville, Alabama (HT001123C0077), was awarded a 12-month, firm-fixed-price contract in the amount of $11,112,148 to support financial management which includes budget execution, programming, and funds allocation for the Defense Health Agency’s (DHA) $8 billion Department of Defense-level program. Additionally, the contractor will assist DHA personnel with proper access into the General Fund Enterprise Business System and aid with the resolution of any issues, allowing the government to perform their duties. The contractor will also provide support to the Executive Steering Committee, the Corporate Executive Board, and the Resource Optimization Board, which are key DHA governance organizations. Work will be primarily performed at Defense Health Headquarters in Falls Church, Virginia. Operation and maintenance funds in the amount of $11,112,148 are obligated for fiscal 2023. The contract was awarded on a sole source basis in accordance with Federal Acquisition Regulation 6.302-1 One Responsible Source. The period of performance for this award is April 15, 2023, to April 14, 2024. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded April 13, 2023)

ARMY

Fives Giddings & Lewis LLC, Fond du Lac, Wisconsin, was awarded an $8,014,490 firm-fixed-price contract for a 7-axis machine. Bids were solicited via the internet with two received. Work will be performed in Rock Island, Illinois, with an estimated completion date of Oct. 21, 2023. Fiscal 2023 Army Working Capital funds in the amount of $8,014,490 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-P-2213).

*Small business

4/25

NAVY

INDUS Technology Inc., San Diego, California (N0003923F3001), was awarded a $82,000,000 contract for PMW 790 Shore and Expeditionary Integration Program planning and logistics support services with Naval Information Warfare Systems Command (NAVWAR), Program Executive Office Command, Control, Communications, Computers, Intelligence (PEO C4I). The contract tasking includes production systems engineering, logistics management services, program and project management, and principal integration-platform manager support. If all options are exercised, the period of performance will end in February 2028. Work will be performed with 645 of the hours allocated to contractor site location and 36% of the hours performed at government site location. Fiscal 2023 other procurement (Navy) funds in the amount of $5,590,905; and fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,056,466 are obligated at time of award, none of which will expire at the end of the current fiscal year. NAVWAR, San Diego, California, is the contracting activity. (Awarded Feb. 28, 2023)

The Whiting-Turner Contacting Co., Baltimore, Maryland, is awarded a $41,446,750 firm-fixed-price task order (N6945023F0391) under previously-awarded multiple-award construction contract N69450-22-D-0013 to provide construction of P282 AHTS Flight Simulator Facility and demolition of Building 3005 at Naval Air Station Whiting Field, Milton, Florida. This task order contains one unexercised option which, if exercised, would increase the cumulative contract value to $43,273,703. Work will be performed in Milton, Florida, and is expected to be completed by April 2027. Fiscal 2023 military construction (Navy) funds in the amount of $41,446,750 will be obligated at time of award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Booz Allen Hamilton, McLean, Virginia, is awarded a $28,733,649 cost-plus-fixed-fee modification to previously-awarded contract N0016422CB004 for non-personal professional support services to support the Program Executive Office Unmanned and Small Combatants (PEO USC). This contract includes options, which, if exercised, would bring the cumulative value of this contract to $103,457,453. Work will be performed in Washington, D.C. (33%); and McLean, Virginia (67%), and is expected to be completed by October 2023. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,646,962 (85%); fiscal 2023 other procurement (Navy) funds in the amount of $379,000 (12%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $80,185 (3%) 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 via the Federal Business Opportunities or the SAM.gov websites in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $25,357,119 modification (P00021) to a cost-plus-fixed-fee order (N0001921F0889) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option to provide sustainment and technical support in support of E-2C/D aircraft common and unique requirements for the Governments of France, Japan, Taiwan, and Egypt. Work will be performed in Melbourne, Florida (59.9%); Misawa, Japan (22.6%); Dayton, Ohio (4.4%); St. Augustine, Florida (4.3%); and various locations within the continental U.S. (8.8%), and is expected to be completed in April 2026. Foreign Military Sales customer funds in the amount of $14,384,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Archbald, Pennsylvania, is awarded a $20,876,141 firm-fixed-price order (N0001923F2574) against a previously issued basic ordering agreement (N0001919G0029). This order procures 5,001 full rate production Laser Guided Training Rounds, as well as provides for the refurbishment of 1,667 metal containers required for shipping for the Navy. Work will be performed in Archbald, Pennsylvania, and is expected to be completed in July 2025. Fiscal 2023 procurement of ammunition (Navy and Marine Corps) funds in the amount of $20,876,141 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Modern International Inc.,* Barrigada, Guam, is awarded a $17,459,138 firm-fixed-price task order (N4019223F4100) under a multiple award construction contract N40192-22-D-2706 to provide additional capacity for the Building 309 generator at Marine Corps Base Camp Blaz, Guam. The work to be performed provides for a new Tier 2, 2.5-megawatt diesel generator with associated components. Work will be performed in Dededo, Guam, and is expected to be completed by April 2025. Navy working capital fund in the amount of $17,459,138 will be obligated at time of award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Marianas, Marianas, Guam, is the contracting activity.

DEFENSE LOGISTICS AGENCY

American Apparel Inc., Selma, Alabama, has been awarded a maximum $71,595,965 firm-fixed‐price, indefinite‐delivery/indefinite‐quantity contract for blouses, trousers and maternity blouses and slacks. This was a competitive acquisition with eight responses received. This is a one‐year contract with four one‐year option periods. The ordering period end date is April 24, 2024. Using military service is Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1‐23‐D‐0047).

Horizon Environmental Solutions Corp.,** Cranberry Township, Pennsylvania, has been awarded a maximum $39,801,877 indefinite-delivery/indefinite-quantity contract for hazardous waste removal and disposal. This is a competitive acquisition with two responses received. This is a 30-month base contract with one 30-month option period. Location of performance is Oklahoma, with an Oct. 24, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2025 working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0013).

Valley Apparel LLC, Knoxville, Tennessee, has been awarded a maximum $18,627,104 fixed-price, indefinite-delivery/indefinite-quantity contract for cold weather jackets. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The ordering period end date is April 24, 2026. Using customer is the Navy. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0045).

Peckham Vocational Industries Inc.,*** Lansing, Michigan, has been awarded a maximum $11,697,000 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-N162) with four one-year option periods for silk weight drawers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 28, 2024. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0062, $7,717,111) has been added as an awardee to the multiple award contract for fuel support at Monroe Regional Airport, Louisiana, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

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

4/26

NAVY

General Electric Aviation, Lynn, Massachusetts, is awarded a $683,716,135 firm-fixed-price, cost-plus-fixed-fee contract for the production and delivery of 169 T408-GE-400 (T408) turboshaft engines, to include 65 full rate production Lot 8 (54: Navy, 11: government of Israel); 51 full rate production Lot 7 (39: Navy, 12: government of Israel); and 53 low rate initial production Lot 6 (36: Navy, 17: government of Israel) in support of CH-53K production helicopter and spare engine inventory. Additionally, this contract provides associated engine, programmatic, and logistics support, as well as cost reduction initiatives. Work will be performed in Lynn, Massachusetts, and is expected to be completed in June 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $172,954,622; fiscal 2022 aircraft procurement (Navy) funds in the amount of $162,223,977; fiscal 2021 aircraft procurement funds in the amount of $11,629,534; and Foreign Military Sales customer funds in the amount of $153,746,944 will be obligated at the time of award, $11,629,534 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0013).

Aegis Power Systems Inc.,* Murphy, North Carolina, was awarded a $28,600,000 indefinite-delivery/indefinite-quantity contract (N00039-23-D-9000) to provide Program Executive Office (PEO), Command, Control, Communications, Computers and Intelligence (C4I) Program Manager, Warfare (PMW) Information Assurance and the Navy’s Cyber Security Program Office (PMW 130) with the development, fabrication, integration, testing, production, and delivery of a new design for the Cryptographic Universal Enclosure (CUE) Power Supply Modules (PSM). The CUE is a multi-functional chassis fielded by the Navy for use on submarines to house multiple electronic devices in order to consolidate onboard equipment rack space. The contract includes a single three-year ordering period, with the first task order being awarded with a value $744,000 for CUE PSM engineering change through production readiness review. If successful, delivery orders will be issued under the production Contract Line Item Number 0002, which is inclusive of economic price-quantity that are discounted in price for higher number of quantities in purchase of CUE PSMs in support of the Navy.  Work will be performed in Murphy, North Carolina, and is expected to be completed in April 2026. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited using full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with only one timely offer received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. (Awarded April 21, 2023)

AIR FORCE

Northrop Grumman Systems Corp., San Diego, California, was awarded a $158,126,213 definitized contract action for Global Hawk (RQ-4) aircraft sustainment. The contract provides for contractor logistics support as well as two engineering change proposals to support diminishing manufacturing sources. Work will be performed in the Republic of Korea and San Diego, California, and is expected to be completed by March 31, 2026. This contract involves Foreign Military Sales (FMS) to the Republic of Korea. This contract was a sole source acquisition. FMS funds in the amount of $158,126,213 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8690-23-C-1001).

ARMY

Cashman Dredging & Marine Contracting Co. LLC, Quincy, Massachusetts, was awarded a $23,963,300 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Baltimore, Maryland, with an estimated completion date of Sept. 9, 2023. Fiscal 2021 civil construction funds and fiscal 2022 and 2023 civil operation and maintenance funds in the amount of $23,963,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-C-0014).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $13,300,335 cost-plus-fixed-fee contract for Common Avionics Architecture System procurement. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-F-0122).

WASHINGTON HEADQUARTERS SERVICES

SLICOM, Oak Ridge, Tennessee (HQ003423D0023), is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract valued at $21,000,000 to provide construction management technical services to the Washington Headquarters Services. The contractor will provide planning, design, and construction management support services to assist the Washington Headquarters Services Facilities Services Directorate in the accomplishment of its missions. Fiscal 2023 Pentagon Reservation Maintenance Revolving Funds in the amount of $7,673,056 are being obligated at the time of award. The total value of the contract if all options are exercised is $105,000,000. The work will be performed at the Pentagon in Arlington, Virginia. The estimated contract completion date is April 30, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded April 25, 2023)

*Small business

4/27

ARMY

Lockheed Martin Corporation, Grand Prairie, Texas, was awarded a $4,791,431,928 modification (P00003) to contract W31P4Q-23-D-0003 for Lots 18 and 19 for the Guided Multiple Launch Rocket System. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 30, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Globe Tech LLC,* Plymouth, Michigan (W519TC-23-D-0022); and Flexible Concepts Inc.,* Elkhart, Indiana (W519TC-23-D-0021), will compete for each order of the $49,100,000 firm-fixed-price contract for the procurement of mortar fins. 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 April 26, 2028. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Re-Engineered Business Solution Inc., Cocoa, Florida, was awarded a $16,666,503 firm-fixed-price contract to provide oversight, management and assessment of facility and infrastructure operations, maintenance and repair, material control, and customer service for the USACE South Florida Operations Office. 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 April 28, 2028. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-23-D-0004). 

Torch Technologies Inc.,* Huntsville, Alabama, was awarded a $10,455,758 modification (P00102) to contract W31P4Q-21-F-0038 for engineering services for the Aviation and Missile Center. Work locations and funding will be determined with each order, with an estimated completion date of April 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $180,361,391 modification (P00062) to a previously-awarded contract (HQ0147-17-C-0032) for the production of Terminal High Altitude Area Defense (THAAD) Interceptors and associated one-shot devices to support the U.S. government. The THAAD Interceptors and associated one-shot devices will be procured under fixed-price incentive (firm target) contract line items. The value of this contract is increased from $8,141,500,094 to $8,321,861,484. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of March 1, 2028. Fiscal 2023 U.S. government procurement funds in the amount of $180,361,391 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, was awarded $53,520,506 cost-plus-fixed-fee contract for New England Maintenance Manpower Initiative to support non-nuclear maintenance of submarines based at Naval Submarine Support Facility New London. This contract includes options which, if exercised, would bring the cumulative value to $273,472,009. Work will be performed in Groton, Connecticut, and is expected to be completed by April 2024. If all options are exercised, work will continue through April 2028. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $30,150,000 will be obligated at time of award and 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 and services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4300). (Awarded April 25, 2023)

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $41,324,969 fixed-price-award-fee, indefinite-delivery/indefinite-quantity contract for base operations support services at Naval Station Guantanamo Bay. Work will be performed in Guantanamo Bay, Cuba, and is expected to be completed by November 2024. The maximum dollar value, including the base period and seven option periods, is $324,224,854. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (O&M) (Navy) funds; fiscal 2024 Defense Health Program funds; fiscal 2024 O&M (Army) funds; and fiscal 2024 O&M (Defense Agencies) funds in the amount of $31,951,657 for recurring work will be obligated on individual task orders issued during the base period. This contract was competitively procured via the Contract Opportunities SAM.gov website, with two proposals received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-23-D-0022).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded $28,343,145 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-21-C-5393 to exercise options for the MK 41 Vertical Launching System mechanical design agent effort providing design and system engineering support, logistics, and integration support. Work will be performed in Minneapolis, Minnesota (42%); Norfolk, Virginia (18%); San Diego, California (18%); Aberdeen, South Dakota (9%); Bath, Maine (6%); Pascagoula, Mississippi (6%); and Redzikowo, Poland (1%), and is expected to be completed by April 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $10,685,361 (48%); fiscal 2022 Defense-wide procurement funds in the amount of $4,550,000 (20%); fiscal 2023 Defense-wide research, development, test, and evaluation funds in the amount of $3,977,540 (18%); fiscal 2023 Defense-wide procurement funds in the amount of $2,568,489 (11%); and fiscal 2023 Defense-wide operations and maintenance funds in the amount of $635,843 (3%) will be obligated at time of award, of which $635,843 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity. (Awarded April 25, 2023)

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $24,662,695 cost-plus-fixed-fee modification (P00002) to a previously awarded contract (N0001922C0046). This modification exercises an option to provide for maintenance and sustainment operations of the Australia, Canada, and United Kingdom Reprogramming Laboratory facilities and systems, to include consumables and spare material/tooling support in support of the F-35 program for non-U.S. Department of Defense (DOD) participants. Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in April 2027. Non-DOD participant funds in the amount of $24,662,695 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

International Systems Management Corp.,* Greenbelt, Maryland, is awarded a $21,448,365 cost-plus-fixed fee and cost-only contract for engineering support services to conduct feasibility studies, program planning and scheduling support, and technical services for Australian Surface Combatant Combat System Ship Qualification Trials, and the Canadian Surface Combatant program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $38,323,086. This contract involves Foreign Military Sales (FMS) to Australia and Canada. Work will be performed in Washington, D.C. (92%); Sarasota, Florida (4%); and Mobile, Alabama (4%), and is expected to be completed by April 2026. If all options are exercised, work will continue through April 2028. FMS (Australia) funds in the amount of $3,615,917 (58%); and FMS (Canada) funds in the amount of $2,587,160 (42%) 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) and 10 U.S. Code 3204(a)(4) (International Agreement). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5156).

DynCorp International LLC, Fort Worth, Texas, is awarded a $20,671,223 firm-fixed-price, cost-plus-fixed-fee modification (P00080) to a previously awarded contract (N6893617C0052). This modification extends the period of performance to continue aircraft maintenance, modification and aircrew support to include organizational-level aircraft maintenance and logistics support on aircraft, systems/subsystems aircrew systems, search-and-rescue equipment, and support equipment for P-3 Orion, C-130 Hercules, E-2D Hawkeye, F/A-18 Hornet, F/A-18 Super Hornet, E/A-18 Growler, AV-8B Harrier II, and H-60 Sea Hawk aircraft in support of the Naval Test Wing Atlantic. Work will be performed in China Lake, California (60%); Point Mugu, California (30%); Hickam Air Force Base, Hawaii (2%); Naval Air Station Lemoore, California (2%); Patrick AFB, Florida (1%); Holloman AFB, New Mexico (1%); NAS Patuxent River, Maryland (1%); Marine Corps Air Station Yuma, Arizona (1%); MCAS Miramar, California (1%); and North Island, California (1%), and is expected to be completed in August 2023. Working capital (Navy) funds in the amount of $17,084,876 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Avian Inc., Lexington Park, Maryland, is awarded a $12,874,549 cost-plus-fixed-fee modification (P00017) to a previously awarded contract (N0042122C0020). This modification exercises options to provide engineering, program management, and administrative support for the design, execution, analysis, evaluation, and reporting of tests and experiments for various aircraft, unmanned air systems, weapons, and weapon systems in support of the Test and Evaluation Program Leadership Division within the Naval Test Wing Atlantic. Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2024. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $273,005; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $4,287,595; fiscal 2023 aircraft procurement (Navy) funds in the amount of $1,676,222; fiscal 2023 other procurement (Navy) funds in the amount of $1,098,030; fiscal 2023 operation and maintenance (Navy) funds in the amount of $555,881; fiscal 2023 working capital (Navy) funds in the amount of $270,404; fiscal 2023 weapons procurement (Navy) funds in the amount of $139,083; and Foreign Military Sales funds in the amount of $731,058 will be obligated at the time of award, $1,792,994 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

Raytheon Co., El Segundo, California, is awarded $10,007,494 for firm-fixed-price delivery order N00383-23-F-UX03 under previously awarded basic ordering agreement N00383-19-G-UX01 for the repair of the towed auxiliary radar antenna system, position tracking system and APY9 radar receiver system in support of the E2D Advanced Hawkeye aircraft. The delivery order does not include an option period. All work will be performed in El Segundo, California, and work is expected to be completed by May 2026. Working capital funds (Navy) in the full amount of $10,007,494 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.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $28,662,064 cost-plus-fixed-fee modification (P00077) to contract FA8615-17-C-6047 for Active Electronically Scanned Array radars of Air Force F-16 aircraft. This modification is for continued radar development. The modification brings the total cumulative face value of the contract to $1,509,974,169. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed April 28, 2025. Fiscal 2022 research, development, test and evaluation funds in the amount of $8,624,197, for a total of $1,445,401,537, are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

IBM Corp., Reston, Virginia, has been awarded a $16,930,057 firm-fixed-price modification (P00033) to contract FA7014-19-F-A152 for advisory and assistance support. This modification provides funding for Option Year Four that continues support for the development, implementations, analysis and provision of policies, guidance, oversight, career-field management and human-capital management programs across the civil engineer enterprise. Work will be performed in Washington, D.C., and is expected to be completed Aug. 2, 2024. This award is the result of a competitive acquisition and three offers were received. Fiscal 2023 operation and maintenance funds in the amount of $16,930,057 are being obligated at the time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. (Awarded April 24, 2023)

*Small business

4/28

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $7,795,532,764 fixed-price incentive (firm target), firm-fixed-fee modification (P00026) to a previously awarded advanced acquisition contract (N0001920C0009). This modification exercises options for the production and delivery of 126 Lot 17 F-35 aircraft to include 81 F-35A aircraft (43 for the U.S. Air Force, eight for the Government of Finland, seven for the Government of Italy, six for the Government of The Netherlands, six for the Government of Poland, four for the Government of Japan, four for the Government of Belgium, and three for the Government of Denmark); 26 F-35B aircraft (15 for the U.S. Marine Corps, seven for the Government of the United Kingdom, two for the Government of Italy, and two for the Government of Japan); and 19 F-35C (13 for the U.S. Navy and six for the U.S. Marine Corps). Additionally, this modification exercises options to provide for air system diminishing manufacturing sources integration, software data loads, critical safety items, and red gear for the Air Force, Marine Corps, Navy, non-Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (57%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); Nagoya, Japan (2%); and various location outside the continental U.S. (2%), and is expected to be completed in August 2026. Fiscal 2023 aircraft procurement (Air Force) funding in the amount $2,561,714,872; fiscal 2023 aircraft procurement (Navy) funds in the amount of $2,410,665,589; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $10,665,612; fiscal 2021 aircraft procurement (Navy) funds in the amount of $10,665,612; FMS customer funds in the amount of $1,497,071,084; and non-DOD participant funds in the amount of $1,300,749,995 will be obligated at the time of award, $21,331,224 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Drew Marine USA Inc., Whippany, New Jersey, is awarded an $83,131,866 firm-fixed-price contract (N3220523D7000) to provide products and incidental services for shipboard chemical treatment of diesel, gas turbine and steam powered ships. The government is contracting not only for specific products and incidental services, but also for the delivery of these products and services on a worldwide basis within specific time constraints defined by the contract. The contract contains a five-year ordering period. The contract will be performed on a worldwide basis beginning April 28, 2023, and will conclude on April 27, 2028.  This contract was full and open competition with proposals solicited via the Government Point of Entry website and one proposal received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

ExxonMobil Marine Ltd., Irving, Texas, was awarded a $54,993,194 firm-fixed-price contract (N3220523D4033) to provide lubrication products. The government is contracting not only for specific products, but also for the delivery of these products on a worldwide basis within specific time constraints defined by the contract. The contract contains a one year base period and one six month option. The contract will be performed on a worldwide basis beginning April 27, 2023, and will conclude on Oct. 26, 2024, if option is exercised. This was a sole source bridge contract with a proposal solicited via the Government Point of Entry website and one proposal received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded April 26, 2023)

Boston Ship Repair,* Boston, Massachusetts, was awarded a $14,759,604 firm-fixed-price contract (N3220523C4015) for a 75-calendar day shipyard availability for the regular overhaul/dry docking of Military Sealift Command’s fleet replenishment oiler USNS Patuxent (T-AO 201). This contract includes a base period and four options which, if exercised, would bring the cumulative value of this contract to $15,853,866. Work will be performed in Boston Massachusetts, beginning July 14, 2023, and is expected to be completed by Sept. 26, 2023. Working capital funds (Navy) in the amount of $14,759,604 are obligated for fiscal 2023 and will not expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and three offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded April 12, 2023)

The Boeing Co., Seattle, Washington, is awarded a $12,152,601 cost-plus-fixed-fee modification (P00010) to an order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification increases scope to procure non-recurring engineering (NRE) for the design, fabrication, and correction of deficiencies in support of the delivery and installation of retrofit kits on Lot 12 P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities; NRE for software updates and merges necessary to make increment 3 capabilities compatible with lot 12 aircraft; and NRE required to assess and incorporate changes necessary to address diminishing manufacturing source parts and equipment on previously delivered ECP 6 engineering for Lots 1-11 Navy P-8A aircraft in support of the Navy and the government of Australia. Work will be performed in Puget Sound, Washington, and is expected to be completed in April 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $8,305,628; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,044,932 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Ocean Ships Inc., Houston, Texas, is awarded an $11,935,168 option (P00091) for the fixed-price portion of a previously awarded contract (N3220519C3003) to fund the operation and maintenance of two expeditionary transfer dock vessels USNS Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). This award exercises the fourth of four one-year option periods of this contract. The vessels will continue to support Military Sealift Command world-wide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by May 1, 2024. Working capital funds (Navy) in the amount of $5,780,949 are obligated for fiscal 2023. Working capital funds (Navy) in the amount of $6,154,219 will be obligated for fiscal 2024, before Sept. 30, 2023. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,372,760 firm-fixed-price modification (P00002) to a previously awarded contract (N0001922C0036). This modification adds scope to provide for continued program management, logistics, sustainment, and system engineering support, in support of the Government of Republic of Korea’s integration as a Foreign Military Sales (FMS) customer into the F-35 Joint Strike Fighter program. Work will be performed in Fort Worth, Texas (85%); Orlando, Florida (10%); and various location outside the continental U.S. (5%), and is expected to be completed in April 2026. FMS customer funds in the amount of $2,651,710 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $7,620,000 firm-fixed-price contract for the production and delivery of E-2D aircraft common equipment in support E-2D trainer aircraft for the government of France. Work will be performed in Largo, Florida (27.6%); Woodland Hills, California (20.9%); Melbourne, Florida (16.7%); Orlando, Florida (15.8%); Linthicum Heights, Maryland (6.4%); Hayward, California (6.3%); Sylmar, California (2.8%); Ronkonkoma, New York (2.7%); and various locations within the continental U.S. (0.8%), and is expected to be completed in December 2025. Foreign Military Sales customer funds in the amount of $7,620,000 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 Federal Acquisition Regulation 6.302-4. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134023C0013).

ARMY

DCS Corp., Alexandria, Virginia, was awarded a $2,090,987,106 cost-plus-fixed-fee contract for technical and engineering services support for the Combat Capabilities Development Command Ground Vehicle Systems Center. 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 April 27, 2031. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0017).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $615,958,506 modification (P00005) to contract W31P4Q-23-C-0006 for production of High Mobility Artillery Rocket Systems. Work will be performed in Grand Prairie, Texas; Archbald, Pennsylvania; Camden, Arkansas; York, Pennsylvania; Palm Bay, Florida; Brownsboro, Alabama; Boca Raton, Florida; Whippany, New Jersey; Clearwater, Florida; Dallas, Texas; and Jackson, Mississippi, with an estimated completion date of May 30, 2026. Fiscal operation and maintenance, Recovery Act funds in the amount of $207,921,658 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Parker-Hannifin Corp., Irvine, California, was awarded a $221,525,069 firm-fixed-price contract for maintenance and overhaul of helicopter servos. 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 27, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0033).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $194,121,470 hybrid (cost-plus-fixed-fee and fixed-price-incentive) contract to recapitalize Multiple Launch Rocket Systems into the M270A2 configuration. Bids were solicited via the internet with one received. Work will be performed in Camden, Arkansas; Grand Prairie, Texas; and New Boston, Texas, with an estimated completion date of Sept. 30, 2027. Fiscal 2023 missile procurement, Army funds; fiscal 2022 Foreign Military Sales (United Kingdom); and fiscal 2023 Foreign Military Sales (Italy) funds in the amount of $194,121,470 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-C-0032).

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded an $87,963,612 modification (P00137) to contract W56HZV-17-C-0001 for the production and delivery of M109A7 and M992A3 vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of March 19, 2024. Fiscal 2023 weapons and tracked combat vehicle procurement, Army funds; and Overseas Contingency Operations Transfer funds in the amount of $87,963,612 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $64,448,906 modification (PZ0008) to contract W31P4Q-22-C-0047 for production of High Mobility Artillery Rocket Systems. Work will be performed in Grand Prairie, Texas; Archbald, Pennsylvania; Camden, Arkansas; Palm Bay, Florida; York, Pennsylvania; Brownsboro, Alabama; Boca Raton, Florida; Clearwater, Florida; Dallas, Texas; Whippany, New Jersey; and Jackson, Mississippi, with an estimated completion date of March 31, 2025. Fiscal 2023 operation and maintenance, Recovery Act funds in the amount of $64,448,906 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $29,184,150 firm-fixed-price contract to dredge Galveston Harbor’s entrance channel. Bids were solicited via the internet with three received. Work will be performed in Galveston, Texas, with an estimated completion date of Dec. 9, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $29,184,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0007).

Onshore Materials LLC,* Thibodaux, Louisiana, was awarded a $22,595,265 firm-fixed-price contract for berm and road repair and improvements. Bids were solicited via the internet with 13 received. Work will be performed in Laplace, Louisiana, with an estimated completion date of March 26, 2026. Fiscal 2023 civil construction funds in the amount of $22,595,265 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0020).

Advanced American Construction Inc., Portland, Oregon, was awarded a $22,227,000 firm-fixed-price contract to build an access road at Spirit Lake. Bids were solicited via the internet with six received. Work will be performed in Stevenson, Washington, with an estimated completion date of April 1, 2027. Fiscal 2023 civil construction funds in the amount of $22,227,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-23-C-0007).

Avox Systems Inc., Lancaster, New York, was awarded a $14,411,911 modification (P00008) to contract W911SR-19-F-0053 for low-rate production of the Mask Protective Unit-5. Work will be performed in Lancaster, New York, with an estimated completion date of June 30, 2025. Fiscal 2022 procurement, defense-wide funds in the amount of $14,411,911 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $155,996,100 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for pneumatic tire and wheel assemblies. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is New Jersey, with an April 27, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0024).

UPDATE: Mack Defense LLC, Allentown, Pennsylvania (SPE8EC-23-D-0009, $248,000,000), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022.

UPDATE: Signature Flight Support, Orlando, Florida (SPE607‐23‐D‐0056, $18,008,305), has been added as an awardee to the multiple award contract for fuel support at Huntsville International Airport, Alabama, issued against solicitation SPE607‐23‐R‐0202 and awarded March 6, 2023.

MISSILE DEFENSE AGENCY

Northrop Grumman Corp., Chandler, Arizona, is being awarded a firm-fixed-price modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $29,361,147, which increases the total value of the agreement to $155,659,655. Under this modification, the performer will continue to develop and refine their Glide Phase Intercept (GPI) concept during the technology development phase.  The work will be performed in Chandler, Arizona; Colorado Springs, Colorado; Huntsville, Alabama; San Diego, California; and Linthicum, Maryland. The modification period of performance is from April 28, 2023, through March 12, 2024. This initial agreement was competitively awarded using Other Transaction Authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate in the amount of $29,361,147 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290002).

Raytheon Missiles and Defense, Tucson, Arizona, is being awarded a firm-fixed-price modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $17,700,482, which increases the total value of the agreement to $152,808,447. Under this modification, the performer will continue to develop and refine their Glide Phase Intercept (GPI) concept during the technology development phase. The work will be performed in Tucson, Arizona; El Dorado Hills, California; Aurora, Colorado; Tewksbury, Massachusetts; Woburn, Massachusetts; Andover, Massachusetts; McKinney, Texas; and Huntsville, Alabama. The modification period of performance is from April 28, 2023, through March 12, 2024. This initial agreement was competitively awarded using Other Transaction Authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate the amount of $17,700,482 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290003).

AIR FORCE

ENSCO Inc., Springfield, Virginia, has been awarded a $24,152,156 firm-fixed price task order (FA2521-23-F-0149) for the Systems Engineering & Integration Support Stopgap contract. This contract provides for interim mission critical support to integrate new systems, upgrades and modifications of fielded systems and services into the Launch and Test Range System and to standardize systems engineering processes across both the Eastern and Western Ranges. This stopgap award represents an imminent need to avoid a lapse in system engineering and integration services during transition to the upcoming Space Force Range Contract. Work will be performed at Patrick Space Force Base and Cape Canaveral Space Force Station, Florida; Vandenberg Space Force Base and Los Angeles Air Force Base, California; and Peterson Space Force Base, Colorado. The work is expected to be completed April 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2023 procurement funds; and research and development funds in the amount of $12,076,078 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Space Force, Florida, is the contracting activity (47QRAA-20-D006C).

ENSCO Inc., Springfield, Virginia, has been awarded an $18,058,385 cost-plus-fixed-fee contract for the U.S. Space Force, Space Systems Center, Space Training Acquisition Office and Defensive Cyber Operations – Space systems engineering and integration bridge. Work will be performed in Colorado Springs, Colorado, and is expected to be completed Dec. 31, 2024. This award is the result of sole-source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $11,412,668 are being obligated at the time of award. Space Systems Center, Peterson Space Force Base, Colorado, is the contracting activity (FA8820-23-C-0003).

DEFENSE HEALTH AGENCY

Accenture Federal Services LLC, Arlington, Virginia, was awarded a sole-source contract (HT003823C0004) with an estimated value of $24,001,674. This contract supports the Program Executive Office – Defense Healthcare Management Systems, Joint Operational Medicine Information Systems Program Management Office’s Globally-Integrated Medical Common Operating Picture initiative for providing enterprise-wide real-time medical situational information and facilitating operational medicine information sharing and collaboration inside and outside the medical community. This contract includes a 12-month base period with four 12-month option periods, with estimated completion date of April 2028. Work location is within the contiguous U.S., outside of the contiguous U.S., or both. The contract is funded with fiscal 2023 operations and maintenance; procurement; and research, development, testing and evaluation funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Arlington, Virginia, is the contracting activity. (Awarded April 18, 2023.)

IntelliDyne LLC, Falls Church, Virginia, was awarded a $14,536,385 modification of a previously awarded, firm-fixed-price bridge task order (HT001123F0005) to continue network support services at Defense Health Agency (DHA) headquarters locations. The extent of the information technology (IT) support services to be provided includes operating and maintaining, and the transition to, a fully integrated site, and enterprise IT support model for all current DHA headquarters sites, network domains currently referred to as the DHA Network (DHAN), as well as all respective IT network, systems support services, associated infrastructures, and enclaves. Work will be primarily performed at Defense Health Headquarters, Falls Church, Virginia, along with other locations in Virginia; San Antonio, Texas; Aurora, Colorado; San Diego, California; Great Lakes, Illinois; Silver Spring, Maryland; and Fort Detrick, Maryland. The total contract value and total obligated value is now $29,072,756. Operation and maintenance funds in the amount of $14,536,385 are obligated for fiscal 2023 to fund Option Year One with a period of performance from May 1, 2023, to Oct. 31, 2023. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity (GS-35F-0151S). (Awarded April 26, 2023)

*Small business
This entry was posted on Tuesday, May 02, 2023 9:00 pm

Leave a Reply

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

Notify me of updates to this conversation