INSIDE THE

NEWS + ADVICE

DoD Contracts: AEVEX Aerospace, The MITRE Corp., SAIC, Amentum Services, Week of 8-26-24 to 8-30-24

Posted by Ashley Jones

8/26

NAVY

L3 Technologies Inc., Communication Systems-West, Salt Lake City, Utah, is awarded a $587,386,007 cost-plus-incentive-fee contract for the design, production and delivery of electronic warfare test articles and fleet prototypes to include 11 pod simulators, eight operational prototype pods, four jettison mass model pods, two captive mass models, two mission system prototypes, and two technique development systems as well as engineering support, integration, test and maintenance resulting in a low-band capability in support of engineering and manufacturing development of the Next Generation Jammer Low Band program for the Navy EA-18G Growler and Royal Australian Air Force. Work will be performed in Salt Lake City, Utah (57%), Boulder, Colorado (11%); Lansdale, Pennsylvania (10%); Stuart, Florida (10%); Goleta, California (4%); St. George, Utah (3%); Edgewood, New York (3%); and Waco, Texas (2%), and is expected to be completed in August 2029. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $66,000,000; and fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $10,226,989, will be obligated at time of award, $10,226,989 of which will expire at the end of the current fiscal year. This contract was competitively procured via electronic request for proposal; two offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0061).

B&D Electric Inc.,* Shoals, Indiana, is awarded a $45,000,000 firm-fixed-price, indefinite- delivery/indefinite-quantity contract for electrical services at Naval Support Activity, Crane. Work will be performed at Crane, Indiana; and Sullivan, Indiana, and will be completed by August 2029. Fiscal 2024 Army working capital funds in the amount of $1,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via Contract Opportunities website, with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Public Works Department Crane, Crane, Ind. is the contracting activity (N40085-24-D-0091).

Raytheon Co., El Segundo, California, is awarded $27,730,113 for a ceiling-priced delivery order (N00383-24-F-UX0D) under a previously awarded basic ordering agreement (N00383-19-G-UX01) for the repair of several components used in the Next Generation Jammer Mid-Band System used on the F/A-18 aircraft. The delivery order does not include an option period. Work will be performed in Forest, Mississippi (50%); Fort Wayne, Indiana (25%); El Segundo, California (15%); and McKinney, Texas (10%). Work is expected to be completed by August 2026. Annual aircraft procurement (Navy) funds in the amount of $13,587,755 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

DCS Corp.,* Alexandria, Virginia, is awarded a $16,014,124 cost-plus-fixed-fee order (N0001924F0671) against a basic ordering agreement (N0001920G0001). This order includes development, integration, test and evaluation, deployment and delivery, modifications, and operations and sustainment of hardware and software products supporting the PMA-281 domestic Joint Mission Planning System program. Work will be performed in Patuxent River, Maryland (100%), and is expected to be completed in August 2029. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $606,648 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

GCR-MDI II LLC,* Pinehurst, North Carolina, is awarded an $8,396,190 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-function support services at Naval Submarine Base Kings Bay, Georgia. This contract provides for custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, and pavement clearance. Work will be performed at Kings Bay, Georgia, and will be completed by September 2025. Fiscal 2025 operation and maintenance (Navy) (O&M, N) funds; fiscal 2025 Defense health program funds; and fiscal 2025 Family Housing O&M, N funds, for recurring work will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the sam.gov website, with six offers received. Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-D-0042).

Flexible Concepts Inc.,* Elkhart, Indiana, is awarded an $8,211,416 firm-fixed-price contract for the procurement of 7,588 MK706 Mod 0 Shipping Containers. Work will be performed in Elkhart, Indiana, and is expected to be completed by March 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $8,211,416 (100%) will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov website with two offers received. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-24-C-0010).

Metson Marine Services Inc.,* Ventura, California, is awarded a $7,642,846 modification (P00005) to a previously awarded cost-plus-fixed-fee contract (N0042123C0032). This modification exercises options to provide research, development, maintenance, operation, support of facilities and systems, and equipment to meet the engineering development testing and fleet training mission of the Atlantic Targets and Marine Operation Key West detachment of Atlantic Ranges and Targets. Work will be performed in Key West, Florida (90%); Mayport, Florida (5%); Norfolk, Virginia (3%); and Patuxent River, Maryland (2%), and is expected to be completed in August 2028. Fiscal 2024 Navy Working Capital Funds in the amount of $4,669,047 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.

ARMY

FGS-GRW MP LLC,* Fort Walton Beach, Florida (W91278-24-D-0003); Seaside Engineering & Surveying LLC,* Baker, Florida (W91278-24-D-0004); Survtech Solutions Inc.,* Tampa, Florida (W91278-24-D-0005); Whidden Surveying & Mapping Inc.,* Royal Palm Beach, Florida (W91278-24-D-0006); Dewberry Engineers Inc., Fairfax, Virginia (W91278-24-D-0007); Maptech Inc., Pearl, Mississippi (W91278-24-D-0008); NV5 Geospatial Inc., Saint Petersburg, Florida (W91278-24-D-0009); and Woolpert Inc., Beavercreek, Ohio (W91278-24-D-0010), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 25, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $19,045,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Southport and Wilmington, North Carolina, with an estimated completion date of June 30, 2025. Fiscal 2024 civil operation and maintenance funds and operation and maintenance, Army funds in the amount of $19,045,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-24-C-0009).

P&S Construction Inc.,* Westford, Massachusetts, was awarded a $12,557,700 firm-fixed-price contract to replace a building wing. Bids were solicited via the internet with six received. Work will be performed in Natick, Massachusetts, with an estimated completion date of Aug. 10, 2026. Fiscal 2024 military construction, Army funds in the amount of $12,557,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-24-C-0013).

Manson Construction Co., Seattle, Washington, was awarded an $11,079,650 firm-fixed-price contract to furnish a hopper dredge for removal and satisfactory disposal of shoal material. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of April 30, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $11,079,650 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0026).

DRS Advanced ISR LLC, Beavercreek, Ohio, was awarded a $9,000,000 firm-fixed-price contract for the Electronic Warfare Battalion Phase One Upgrade. Bids were solicited via the internet with one received. Work will be performed in Beavercreek, Ohio, with an estimated completion date of Aug. 25, 2027. Fiscal 2010 Foreign Military Sales (Jordan) funds in the amount of $9,000,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5043).

AIR FORCE

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland; and Fort Walton Beach, Florida, was awarded a $13,319,331 ceiling, indefinite-delivery/indefinite-quantity, firm‐fixed-price contract for F-16 sustainment. This contract provides for repair of the commercial fire control computer. Work will be performed in Fort Walton Beach, Florida, and is expected to be complete by Aug. 25, 2031. This contract was a sole source acquisition. Fiscal 2024 working capital funds in the amount of $2,848,234 are being obligated at the time of award. Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contracting activity (FA8251-24-D-0011).

*Small business

8/27

ARMY

AeroVironment Inc.,* Simi Valley, California, was awarded a $990,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to provide an organic, stand-off capability to dismounted infantry formations capable of destroying tanks, light armored vehicles, hardened targets, defilade and personnel targets. 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 Aug. 26, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0011). 

Saab Inc., East Syracuse, New York, was awarded a $494,350,000 firm-fixed-price contract for XM919 Individual Assault Munition. 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 Aug. 26, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0032). 

DMS Contracting,* Mascoutah, Illinois, was awarded a $24,000,000 firm-fixed-price contract for facilities construction, maintenance and repair. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2029. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0011). 

Modular container Systems Inc.,* Lavonia, Georgia, was awarded an $11,163,880 fixed price with economic price adjustment contract for MK 3 Mod 0 and MK 12 Mod 1 pallets. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 26, 2029. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-D-0023). 

AIR FORCE

The Boeing Co., Tukwila, Washington, has been awarded a maximum $69,050,910 modification (P00138) to a previously awarded contract (FA8625-16-C-6599) for the procurement of long lead spare parts for two VC-25B aircraft. The modification brings the total cumulative face value of the contract to $4,300,768,894 from $4,231,717,984. The modification is separate from the contract’s firm-fixed-price engineering and manufacturing development efforts. Work will be performed at San Antonio, Texas, and is expected to be completed by Jan. 9, 2028. Fiscal 2023 research, development, test, and evaluation funds in the amount of $8,987,380; and fiscal 2024 research, development, test, and evaluation funds in the amount of $17,012,620, are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Georgia Tech Applied Research Corporation, Atlanta, Georgia, was awarded a $8,051,218 cost-plus-fixed-fee task order for development of a software-based system certification tool.  This task order provides for systems software certification through independent verification organizations.  Work will be performed at Atlanta, Georgia; and Eglin Air Force Base, Florida, and is expected to be completed by Aug. 31, 2028.  This contract was a sole source acquisition. Fiscal 2024 research and development funds in the amount of $903,995 are being obligated at time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-24-F-B052).

NAVY

Treadwell Corp.,* Thomaston, Connecticut, was awarded a $41,391,261 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a first article unit and a quantity of up to 25 Low Pressure Electrolyzer production units for submarine life support service. The ordering period for this contract is sixty 60 months after date of award. Fiscal 2024 other procurement (Navy) funds in the amount of $2,918,000 will be obligated at time of award, of which none will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management, with one offer received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contract activity (N64498-24-D-0006). (Awarded Aug. 26, 2024)

BAE Systems Information and Electronic Systems Integration, Greenlawn, New York, is awarded a $29,998,551 cost-plus-fixed-fee order (N0001924F1886) against a previously issued basic ordering agreement (N0001922G0009). This order provides non-recurring engineering and design work for 17 engineering development model units and special test equipment in support of the technical refresh of the AN/APX-123A(V) Common Transponder assembly to resolve parts obsolescence and implement solutions to achieve compliance with the latest specifications, qualification, and certification standards in support the of Navy and Foreign Military Sales (FMS) customer funds. Work will be performed in Greenlawn, New York and is expected to be completed February 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $9,998,551; and FMS customer funds in the amount of $20,000,000, will be obligated at the time of the award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Mercury Missions Systems LLC., Torrance, California, is awarded a $24,926,631 modification (P00004) to a firm-fixed-price order (N6833523F0001) against a previously issued basic ordering agreement (N6833519G0041). This modification exercises an option for the production and delivery of the 60 heads-up displays (HUD), 25 HUD production spares, HUD support equipment, and associated technical data in support of the T-45 aircraft for the Navy. Work will be performed in Torrance, California, and is expected to be completed March 2028. Fiscal 2024 aircraft procurement funds (Navy) in the amount of $24,926,631 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Sedna Digital Solutions LLC,* Manassas, Virginia, is awarded a $11,772,339 cost-plus-incentive-fee modification to previously awarded contract (N00024-23-C-6132) to exercise an option for Navy engineering design and development. Work will be performed in Manassas, Virginia, and is expected to be completed by November 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $1,177,670 (78%); and fiscal 2023 research, development, test and evaluation (Navy) in the amount of $341,547 (22%), 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.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $8,561,642 cost-plus-fixed-fee order (N0001924F0284) against a previously awarded basic ordering agreement (N0001920G0005). This order provides for modification and testing of the existing AN/APY-9 Radar Pressurization Cooling System Controller hardware and firmware providing dry, conditioned air to pressurize and cool the high-power radio frequency transmission lines and rotary coupler assembly in support of the E-2D Advanced Hawkeye airborne early warning aircraft for the Navy. Work will be performed in Melbourne, Florida, and is expected to be completed August 2028. Fiscal 2022 aircraft procurement funds (Navy) in the amount of $8,561,642 will be obligated at time of award, $8,561,642 which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bath Iron Works, Bath, Maine, is awarded a $7,802,168 fixed-price incentive (firm target) modification to previously awarded contract (N00024-13-C-2305) to accomplishment of post-delivery availability work items for DDG 124. Work will be performed in Bath, Maine (93%); Brunswick, Maine (6%); and other locations collectively will be below 1%, and is expected to be completed by July 2025. Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $7,802,168 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Vane Line Bunkering LLC, Curtis Bay, Maryland (HTC71120CW003), is awarded a contract modification (P00031) with a face value of $27,172,532. Exercise of the option period provides continued transportation of bulk jet fuel and marine diesel by tug and barge for the Defense Logistics Agency-Energy. The location of performance includes ports and points along the U.S. Atlantic coast, as well as inland and coastal waterways from Texas to Maine, and Guantanamo Bay, Cuba. The modification of this firm-fixed-price contract brings the cumulative face value to $137,563,748. The option period of performance is from Sept. 1, 2024, to Aug. 31, 2025. Fiscal 2024 defense working capital funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

KBR Services LLC, Houston, Texas, has been awarded a maximum $17,787,654 firm-fixed-price task order (SP4706-24-F-0079) against a five-year contract (SP4702-19-D-0003) for refresh and installation of an automated fuel handling system at Defense Fuel Support Point, Hakozaki, Japan. This was a competitive acquisition with three responses received. This is a two-year two-month contract with no option periods. The performance completion date is Oct. 31, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio.

Lions Industries for the Blind,** Kinston, North Carolina, has been awarded a maximum $8,000,000 firm-fixed-price contract for name tapes. This is a five-year contract with no option periods. The ordering period end date is Oct. 24, 2029. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B021). (Awarded July 31, 2024)

Blind Enterprises of Oregon,** Portland, Oregon, has been awarded a maximum $8,000,000 firm-fixed-price contract for name tapes. This is a five-year contract with no option periods. The ordering period end date is Oct. 24, 2029. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B022). (Awarded July 31, 2024)

*Small business
**Mandatory source

8/28

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $3,910,000,000 firm-fixed-price, fixed-price-incentive, cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract procures training system and simulation design, development, integration, test, production, deployment, modifications/upgrades, and sustainment in support of the F-35 Lightening II aircraft for the Air Force, Navy, Marine Corps, non-U.S Department of Defense Participants, and Foreign Military Sales countries. Work will be performed in Orlando, Florida (60%); Fort Worth, Texas (30%); and other various locations within and outside the continental U.S. (10%), and is expected to be completed by September 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 procured on a sole source basis pursuant to 10 U.S. Code 2304 (c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0110).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,006,436,959 modification (P00036) to a previously awarded cost-plus-incentive-fee contract (N0001922C0041). This modification extends services to provide continued engineering, maintenance, logistics, manpower, and material support for F-35 Joint Strike Fighter (JSF) laboratory facilities and F-35 developmental flight test activities. Additionally, this modification adds scope for Foreign Military Sales (FMS) test requirements, parts support for supplemental fleet aircraft, electromagnetic environment evaluation testing, ground support equipment recapitalization, ground support for additional aircraft, shared simulation services, increased pacing of resolving software product anomaly reports, cyber infrastructure engineering, and an increased number of pilot maintenance training lab devices in support of the F-35 JSF program for the Air Force, Navy, FMS, and the F-35 cooperative program partners. Work will be performed Fort Worth, Texas (30%); Palmdale, California (26%); Patuxent River, Maryland (23%); Orlando, Florida (11%); San Diego, California (3%); Linthicum, Maryland (2%); Manchester, New Hampshire (2%); Los Angeles, California (1%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $35,407,127; fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $34,386,333; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $28,486,158; fiscal 2024 operations and maintenance (Navy) funds in the amount of $14,243,079; fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $14,243,079; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,411,306; cooperative program partners funds in the amount of $28,002,424; and FMS funds in the amount of $9,307,965, will be obligated at the time of award, $58,383,622 which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $194,261,630 modification (P00046) to a previously awarded fixed-price incentive (firm-target), cost-plus-fixed-fee, cost-plus-incentive-fee contract (N0001920C0032). This modification increases the contract ceiling to procure supplies in support of the initial depot capability of site activation and material for repairs capabilities at military service depot locations across the U.S. in support of the F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (32%); Nashua, New Hampshire (18%); Warner Robbins, Georgia (18%); Oklahoma City, Oklahoma (10%); Orlando, Florida (9%); Baltimore, Maryland (3%); Jacksonville, Florida (3%); Cedar Rapids, Iowa (1%); Cherry Point, North Carolina (1%); Linthicum Heights, Maryland (1%); New Bern, North Carolina (1%); Ogden, Utah (1%); San Diego, California (1%); and Tuscan, Arizona (1%), and is expected to be completed in December 2029. Fiscal 2023 procurement (Air Force) funds in the amount of $61,299,650; fiscal 2023 aircraft procurement (Navy) funds in the amount of $26,896,888; fiscal 2022 aircraft procurement (Navy) funds in the amount of $56,640,759; fiscal 2022 procurement (Air Force) funds in the amount of $26,931,569; and non-U.S. DOD participant funds in the amount of $36,121,208, will be obligated at time of award; $83,392,327 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems – San Diego Ship Repair, San Diego, California, is awarded a $177,821,136 firm-fixed-price, undefinitized contract modification to previously awarded undefinitized contract action N00024-24-C-4423 for the repair, maintenance, and modernization of the USS Halsey (DDG 97), a Chief of Naval Operations Fiscal 2024 Depot Modernization Period (DMP). The scope of this procurement includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the USS Halsey (DDG 97) Fiscal 2024 DMP. This contract includes options which, if exercised, would bring the cumulative value of this contract to $225,596,312. Work will be performed in San Diego, California, and is expected to be completed by April 2026. Fiscal 2024 other procurement, Navy funds in the amount of $82,826,616 (98.3%); fiscal 2024 operation and maintenance, Navy (OMN) funds in the amount of $1,409,569 (1.7%); and fiscal 2024 defense wide procurement funds in the amount of $21,203(.03%), will be obligated at the time of award, of which $1,409,569 will expire at the end of the current fiscal year. This contract was not competitively procured, but in accordance with 10 U.S. Code 3204 (a) (3) (Industrial Mobilization). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4423).

Advanced Technology International, Summerville, South Carolina, is awarded an indefinite-delivery/indefinite-quantity contract with a total cumulative value of $99,000,000 for the Manufacturing Technology (ManTech) Naval Shipbuilding and Advanced Manufacturing Center of Excellence (NSAM COE). This contract provides for the operation and management of the Office of Naval Research (ONR) ManTech NSAM COE in its mission to identify, develop, and facilitate the deployment of advance manufacturing technologies to U.S. shipyards and other industrial facilities producing and supporting sustainment activities of naval platforms. In addition to accomplishing the NSAM COE’s core mission, the contractor shall manage, operate, sustain and enhance the NSAM COE’s ability to function as an ONR ManTech COE. Work will be performed in Summerville, South Carolina, and is expected to be completed in August 2029. Two task orders will be awarded after release of the contract. The cumulative value of the first task order (including options) is $4,053,887. The cumulative value of the second task order (including options) is $8,928,139. Each task order will be funded with an initial obligation of $300,000 from fiscal 2024 research, development, test and evaluation (Navy) funds. These funds will not expire at the end of the current fiscal year. This contract was competitively procured with one proposal received. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424D7001).

Vigor Marine LLC, Portland, Oregon, is awarded a $76,102,395 firm-fixed-price contract action for maintenance, modernization, and repair of USS john s McCain (DDG 56) Fiscal 2025 Docking Selected Restricted Availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations Availability for critical maintenance, modernization, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $84,194,754. Work will be performed in Portland, Oregon, and is expected to be completed by November 2025. Fiscal 2024 other procurement, Navy funds in the amount of $76,102,395. This contract was competitively procured using full and open competition via the System for Award (SAM) website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002424C4407).

Design West Technologies Inc.,* Tustin, California, was awarded a $27,000,584 firm-fixed-price modification to a previously awarded contract (N6339421C0011) to exercise options for the manufacture, assembly, test, and delivery of Vertical Launching System Launch Sequencer, maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. Work will be performed in Tustin, California, and is expected to be completed by November 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $14,168,202 (53%); Presidential Drawdown Authority funds in the amount of $5,793,475 (22%); Foreign Military Sales funds in the amount of $ $6,322,941 (23%); fiscal 2026 other procurement (Navy) funds in the amount of $357,983 (1%); and fiscal 2025 research, development, testing and evaluation funds in the amount of $357,983 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. government (77%); and the governments of Germany (12%); and Netherlands (11%), under the Foreign Military Sales program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity. (Awarded Aug. 26, 2024)

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $18,394,985 cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-2100) to procure additional support for pre-advanced planning for Nimitz (CVN 68) Class aircraft carrier defueling and inactivation. Work will be performed in Newport News, Virginia, and is expected to be completed by November 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $18,394,985 will be obligated at 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.

Vector Atomic Inc.,* Pleasanton, California, is awarded a cost-plus-fixed-fee completion type contract with a total cumulative value, including a 42-month base period with no options, of $16,000,000, for the miniature ultra-stable iodine clock effort. This contract provides for the design, development, and building of prototype tactical atomic clocks for test and evaluation; work that builds upon previous optical clock development efforts for several government programs. These prior efforts demonstrated critical technologies required to reduce size, weight, and power while operating in a relevant environment. The current effort will focus on component integration, manufacturing processes and electronics development. Work will be performed in Pleasanton, California, and is expected to be completed in February 2028. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,889,000; and fiscal 2024 research, development, test and evaluation (Defense-Wide) funds in the amount of $1,000,000, are obligated at time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N0001424SB001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals were 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 (N0001424C1130).

Luneh Inc.,* Newport Beach, California, was awarded a $15,927,619 firm-fixed-price contract for rental of lodging to accommodate members of a Portsmouth Naval Shipyard project team assigned to support the Docking Selected Restricted Availability of a 688 Class Submarine. This contract includes options which, if exercised, would bring the cumulative value of this contract to $30,912,579. Work will be performed in San Diego, California, and is expected to complete July 2025. If all options are exercised, work will continue through November 2026. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $15,927,619 will be obligated at time of award. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $3,797,760 will be obligated at the time options are determined to be needed and exercised. Fiscal 2026 operation & maintenance (Navy) funds in the amount of $10,047,200 will be obligated at the time options are determined to be needed and exercised. Fiscal 2027 operation & maintenance (Navy) funds in the amount of $1,140,800 will be obligated at the time options are determined to be needed and exercised. This contract was competitively procured via the SAM.gov website, with 30 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Aug. 27, 2024)

National Marine Mammal Foundation Inc., San Diego, California, is awarded a cost-plus-fixed-fee and cost-reimbursement-type contract (N66001-24-C-0032) in the amount of $8,605,849 to provide marine mammal scientific, veterinary, and volunteer opportunities in support of the U.S. Navy Marine Mammal Program located at Naval Base Point Loma, San Diego, California; Naval Submarine Base Kings Bay, Georgia; and Naval Base Kitsap-Bangor, Washington. Work will be performed in San Diego, California (80%); Bangor, Washington (10%); and Kings Bay, Georgia (10%). Work is expected to be completed in August 2025. This contract includes a one-year base period and four one-year option periods. The option periods, if exercised, would bring the cumulative value of this contract to $47,021,877 and extend work through August 2029. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition under the statutory authority of 10 U.S. Code 3204(a)(1), as prescribed by Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

General Atomics, San Diego, California, is awarded an $8,535,855 firm-fixed-price order (N0001924F5564) against a previously basic ordering agreement (N0001921G0014). This order procures 1,074 units associated with the Voyage Repair Team fly away kits, and one technical data package in support of the depot stand-up phase I for the Electromagnetic Aircraft Launch System Ford Class. Work will be performed in San Diego, California (96.8%); and Tupelo, Mississippi (3.2%), and is expected to be completed in September 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $8,535,855 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Halvik Corp., Vienna, Virginia, was awarded an $87,134,131 firm-fixed-price contract for the configuration design, operation, programmatic support, and maintenance of the Army Training Requirements and Resources System. 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 Aug. 27, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0308).

Aevex Aerospace LLC, Solana Beach, California, was awarded a $47,973,846 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for equipment, accessories and software, factory-level maintenance and repair services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 28, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-24-D-0009).

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $37,183,892 firm-fixed-price contract to construct a guided missile maintenance facility. Bids were solicited via the internet with four received. Work will be performed in Chambersburg, Pennsylvania, with an estimated completion date of March 31, 2027. Fiscal 2024 military construction, Army funds in the amount of $37,183,892 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0027).

Lead Builders Inc.,* Newbury Park, California, was awarded a $32,274,070 firm-fixed-price contract to repair a hangar. Bids were solicited via the internet with three received. Work will be performed in Port Hueneme, California, with an estimated completion date of Feb. 2, 2026. Fiscal 2024 Air National Guard sustainment, restoration and modernization funds in the amount of $32,274,070 were obligated at the time of the award. U.S. Property and Fiscal Office, California, is the contracting activity (W50S75-24-C-0003).

L.S. Black Constructors LLC, Saint Paul, Minnesota, was awarded a $30,166,297 firm-fixed-price contract for building maintenance and repair. Bids were solicited via the internet with five received. Work will be performed in Fort Snelling, Minnesota, with an estimated completion date of Nov. 27, 2026. Fiscal 2024 operation and maintenance, Army Reserve funds in the amount of $30,166,297 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0026).

Manson Construction Co., Seattle, Washington, was awarded a $30,000,000 firm-fixed-price contract for rental of a hopper dredge. 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 Oct. 28, 2025. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-D-0067).

TeamGOV Inc.,* Hyattsville, Maryland, was awarded an $8,907,432 firm-fixed-price contract for preventive maintenance and repair of HVAC equipment. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124D-24-D-0012).

AIR FORCE

Amentum Services, Chantilly, Virginia, has been awarded a $19,325,288 modification (P00020) to a previously awarded contract (FA4890-22-C-0019) to exercise Option Two for the Aerial Targets Program. Work will be performed at Tyndall Air Force Base, Florida; and Holloman Air Force Base, New Mexico, and is expected to be completed by Sept. 30, 2025. No funds are being obligated at the time of award. Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

MicroTechnologies LLC, Delray Beach, Florida, was awarded a $12,900,000 firm-fixed-price contract for continuance of support to the Combined Air and Space Operations Center. This contract provides for communication and information technology operations, maintenance, sustainment, development, and training services. Work will be performed at Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed by March 2, 2025. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $12,932,423 are being obligated at the time of award. The Air Combat Command Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity (FA4890-24-C-0035).

Irvington Maintenance Venture LLC, Indianapolis, Indiana, was awarded a $7,847,427 face value contract with a maximum ceiling of $9,800,000 for grounds maintenance services. Work will be performed at Sheppard Air Force Base, Texas; SAFB Annex; Lake Texoma, Texas; and Frederick Auxiliary Airfield, Oklahoma, and is expected to be completed by Sept. 30, 2029. This contract was a competitive acquisition, and 15 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $1,569,485 will be obligated Oct. 1, 2024. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity (FA3020-24-D-0010).

CORRECTION: The contract announced on June 21, 2023, for the Boeing Co., Oklahoma City, Oklahoma (FA8105-23-D-0002), included the incorrect award amount. The correct amount is $75,188,886.

*Small business

8/29

AIR FORCE

Raytheon Co., McKinney, Texas, was awarded a not-to-exceed $1,045,597,364 fixed-price-incentive (firm-target), undefinitized contract for Group B hardware, spares, and support equipment. This contract provides for the F-22 sensor enhancements program that is designed to improve the F-22 sensor capabilities. Work will be performed in McKinney, Texas, and is expected to be completed by May 8, 2029. This contract was a sole source acquisition. Fiscal 2022 aircraft procurement funds in the amount of $4,413,657; fiscal 2023 aircraft procurement funds in the amount of $221,000,000; and fiscal 2024 aircraft procurement funds in the amount of $11,300,000 are being obligated at the time of the award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8611-24-C-B001).

Hawaiian Rock Products Corp., Tamuning, Guam, was awarded a $99,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for airfield paving requirements. This contract provides asphalt and concrete paving, crack sealing, joint sealing, spall repair, pothole repair, curb and gutter repair, sidewalk replacement, pavement marking, excavation, utility work, and landscaping. Work will be performed at Andersen Air Force Base, and Northwest Field, Guam, and is expected to be completed by March 1, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operations and maintenance funds in the amount of $5,000 are being obligated at the time of award. The 36th Contracting Squadron, Andersen Air Force Base, Guam, is the contracting activity (FA5240-24-D-0012).

PARC Community Partnership Foundation, Clearfield, Utah, was awarded a $92,946,958 maximum, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for custodial services. This contract provides for custodial services for Hill Air Force Base, Utah; Little Mountain Test Annex, Utah; and the Oasis Facility at the Utah Test and Training Range, Utah. Work will be performed at Hill AFB, Utah; Little Mountain Test Annex, Utah; and the Oasis facility at the Utah Test and Training Range, Utah, and is expected to be completed Feb. 28, 2031. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $987,738 are being obligated at the time of award. The Operational Contracting Branch, Hill AFB, Utah, is the contracting activity (FA8201-24-D-0015).

Raytheon Co., McKinney, Texas, was awarded a $51,754,623 cost-plus-fixed-fee contract for the Defense Experimentation Using Commercial Space Internet program. This contract seeks multi-band, satellite communications antennas capable of use on military aircraft. Work will be performed in McKinney, Texas, and is expected to be completed by May 22, 2027. This contract was the result of a competitive acquisition, and 15 offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $10,000,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-C-B037).

Spirit AeroSystems Inc., Wichita, Kansas, was awarded a $23,810,452 cost-plus-fixed-fee contract for bonded, unitized, composite, large-scale structural demonstrations. This contract provides for the 3D woven Pi preform to navigate the challenges of large-scale, bonded, unitized, composite aerostructures. Work will be performed in Wichita, Kansas, and is expected to be completed by Sept. 7, 2028.  This contract was a sole source acquisition.  Fiscal 2023 research, development, test and evaluation funds in the amount of $8,479,370 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2391-24-C-B035).

General Dynamics Mission Systems, Dedham, Massachusetts, was awarded a $23,552,030 cost-plus incentive fee contract for the Higher Authority Communications Test System 2.0 (HACTS 2.0) development and production. This contract provides for the design, engineering, development, fabrication, and test of the HACTS 2.0 test stations. Work will be performed in Dedham, Massachusetts, and is expected to be completed by Feb. 28, 2030.  This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $11,654,691 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-24-C-0003).

Amentum Services Inc., Chantilly, Virginia, has been awarded a $7,884,676 modification (P00091) to previously awarded (FA4610-22-C-0006) for the exercise of option year two (Oct. 1, 2024 – Sept. 30, 2025) for the Aerospace Support Services Contract. The scope of work provides management, operations, maintenance, and support services to launch programs. Work will be performed at Vandenberg Space Force Base, California; Patrick SFB, Florida; and Cape Canaveral Space Force Station, Florida; and is expected to be completed by Sept. 30, 2029. Fiscal 2025 operations and maintenance funds in the amount of $1,841,800 will being obligated by modification on Oct. 1, 2024. The 30th Contracting Squadron, Vandenberg SFB, California, is the contracting activity.

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $84,114,201 cost-plus-fixed-fee modification (P00027) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0042121D0018). This modification adds scope to allow for exterior communications (EXCOMM) related top secret/sensitive compartment information requirements to be completed in support of engineering and equipment installation services from concept through deployment of Command, Control, Communications, Computers, Intelligence (C4I) systems including legacy, current, and next generation shipboard interior and EXCOMM; shipboard radios; and transportable, airborne, and fixed shore termination communications systems, subsystems, and components supporting the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field Integrated Command, Control and Intel Division. Work will be performed in Washington D.C. (50%); Thurmont, Maryland (15%); St. Inigoes, Maryland (13%); Fayetteville, North Carolina (10%); Bluemont, Virginia (8%); Mechanicsburg, Pennsylvania (2%); and Panzer, Germany (2%), and is expected to be completed in May 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. NAWCAD, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Woodland Hills, California, is awarded an $80,287,570 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures a maximum of 35 UH-1Y Link 16 A Kits, 36 AH-1Z Link 16 A Kits, 71 Link 16 B Kits, and Link 16 B Kit spare parts as well as systems engineering, program management and logistics support in support of the Marine Corps UH-1Y and AH-1Z helicopters. Work will be performed in Woodland Hills, California (27.17%); Salt Lake City, Utah (17.82%); Des Plaines, Illinois (15.44%); Huntsville, Alabama (12.67%); Rancho Cucamonga, California (8.72%); San Diego, California (8.33%); Fort Worth, Texas (5.15%); Scottsdale, Arizona (1.58%); Rochester, New York (1.34%); and various locations within the continental U.S. (1.78%), and is expected to be completed by August 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)(2)(ii)(B). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0123).

MSP Aviation Inc.,* Bloomington, Indiana (N0016424DWS80); and Shape Shifters Inc.,* Bloomfield, Indiana (N0016424DWS81); are awarded a combined $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for machine shop requirements for supplies related to EA-18G and P-8A aircraft components and related platforms and requirements for Naval Surface Warfare Center (NSWC) Crane. Each awardee will be awarded $10,000 obligated at time of award. These contracts include options which, if exercised, would bring the cumulative value to $30,000,000 to the six vendors combined. This contract includes five base years and one option year for each successive year up to a total of 10 years ending April 2034. Fiscal 2024 working capital fund (Navy) funding in the amount of $20,000 to satisfy the contract minimums will be obligated at time of award which amounts to $10,000 for each of the two awardees. 100% of the work will be performed at the locations listed above for the awardee of each delivery order. The funding will not expire at the end of the current fiscal year and has indefinite availability for obligation. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively solicited on the System for Award Management website, with two (2) offers received. NSWC Crane Division, Crane, Indiana, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $24,838,936 firm-fixed-price contract for Medium Range Intercept Capability (MRIC). The contract provides for 16 All Up Round Magazines (80 missiles) and launchers, lifting and loading devices, training, and supplies for missile storage for the MRIC system. This work will be performed in Tucson, Arizona (100%), with a final delivery date of April 29, 2027. The maximum dollar amount, including the delivery incentive option, is $24,838,936. Fiscal 2023 procurement (Marine Corps); and fiscal 2024 procurement (Marine Corps) funds in the amount of $23,990,936, will be obligated at the time of award and the funds will not expire this fiscal year. This contract was a sole source acquisition pursuant to Federal Acquisition Regulation 6.302-1. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-C-0004).

Collins Aerospace Inc., Cedar Rapids, Iowa, is awarded a $10,576,710 cost-plus-fixed-fee delivery order (N0001924F1870) against a previously awarded basic ordering agreement (N0001924G0017). This order provides the integration and testing of new waveform transmit and receive capability into the mission computer modernization equipped Block II E-6B aircraft for the Navy. Work will be performed in Richardson, Texas, and is expected to be completed in December 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $10,576,710 will be obligated at the time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland is the contracting activity. 

Aerostar International LLC, * Arlington, Virginia, is awarded a $8,700,099 cost-plus-fixed-fee, firm-fixed-price, cost contract. This contract provides operations and sustainment support, to include services and incidental supplies for the Vista F50-ER1 air surveillance radar systems for the Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field Combat Integration and Identification Systems Division, in support of Small Business Innovation Research Phase III, research and development topic H-SB06.1-004 titled, “Signal Processing for a Southern Border Surveillance System”. Work will be performed in Sioux Falls, South Dakota (50%); and Arlington, Virginia (50%), and is expected to be completed by August 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $742,486; and fiscal 2024 operations and maintenance (Army) funds in the amount of $1,887,015, will be obligated at the time of award, of which $2,629,501 will expire at the end of the current fiscal year. NAWCAD Lakehurst, New Jersey, is the contracting activity (N6833524C0501). 

Bollinger Shipyards Lockport LLC, Lockport, Louisiana, is awarded a $7,677,970 cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-6305) to exercise options for Mine Countermeasures Unmanned Surface Vehicles engineering support. Work will be performed in Lockport, Louisiana (37%); Portsmouth, Virginia (34%); Dallas, Texas (14%); Slidell, Louisiana (10%); Orrville, Ohio (3%); and Hudson, Wisconsin (2%), and is expected to be completed by September 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $832,077 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Rockwell Collins Inc., Collins Aerospace Government Systems, Cedar Rapids, Iowa, is awarded a $7,583,902 modification (P00003) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N6833522D0035). This modification increases the ceiling and adds scope to procure a maximum of 14 aircraft direction finder systems, 14 high frequency radio systems, 33 radio turner panels, and all associated technical data for Lot 13 P-8A aircraft and spares for the government of Canada. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed August 2027. No funds will be obligated at the time of award, funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $40,815,372 firm-fixed-price contract for barracks design and construction. Bids were solicited via the internet with four received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of June 29, 2028. Fiscal 2024 military construction, Army funds in the amount of $40,815,372 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-24-C-0008).  

CAE USA Inc., Tampa, Florida, was awarded a $31,967,984 firm-fixed-price contract for helicopter training support. Bids were solicited via the internet with six received. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Aug. 30, 2029. Fiscal 2010 operation and maintenance, Army funds in the amount of $31,967,984 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124G-24-C-0007).  

Marine Diving Solutions LLC, Centennial, Colorado, was awarded a $20,999,000 firm-fixed-price contract for replacement and construction of large-scale hydraulic mechanical gates and bulkhead work, crane rigging, and concrete demolition and repair at Raystown Lake Dam. Bids were solicited via the internet with three received. Work will be performed in Huntington, Pennsylvania, with an estimated completion date of Sept. 4, 2027. Fiscal 2023 civil operation and maintenance funds in the amount of $20,999,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0032). 

Lockheed Martin Rotary and Missions System, Owego, New York, was awarded an $18,873,000 cost-plus-fixed-fee contract for Apache Attack Helicopter support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-F-0451). 

Magruder Construction Co. Inc., Eolia, Missouri, was awarded a $9,018,520 firm-fixed-price contract for construction of under-seepage controls. Bids were solicited via the internet with three received. Work will be performed in Wood River, Illinois, with an estimated completion date of Aug. 29, 2025. Fiscal 2024 civil construction funds in the amount of $9,018,520 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0020). 

CORRECTION: The $494,350,000 firm-fixed-price contract (W15QKN-24-D-0032) announced on Aug. 27, 2024, for Saab Inc., East Syracuse, New York, to provide XM919 Individual Assault Munition was actually awarded on Aug. 28, 2024. 

DEFENSE LOGISTICS AGENCY

Randolph Engineering,* Randolph, Massachusetts, has been awarded a maximum $29,100,000 fixed-price, indefinite-delivery/indefinite-quantity contract for optical frames. This was a competitive acquisition with two responses received. This is a three-year contract with two one-year option periods. Other contracts are expected to be awarded under this solicitation (SPE2DE-24-R-0001) and awardees will compete for a portion of the maximum dollar value. The ordering period end date is Sept. 10, 2027. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-24-D-0028).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

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

*Small business

8/30

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $3,430,119,287 modification (PZ0007) to contract W31P4Q-23-D-0003 for the Guided Multiple Launch Rocket System. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 20, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Pride Industries, Roseville, California, was awarded a $122,293,873 firm-fixed-price contract for base operations services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2029. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-C-0001).

ECC Constructors LLC, Burlingame, California, was awarded a $47,726,650 firm-fixed-price contract for to perform sampling and monitoring for hazardous materials, management of stormwater, removal of fire-related debris, and other tasks. Bids were solicited via the internet with one received. Work will be performed in Lahaina, Hawaii, with an estimated completion date of Aug. 29, 2025. Fiscal 2024 Civil Flood Control and Coastal Emergencies funds in the amount of $47,726,650 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-24-C-0017).

Western Marine Construction Inc., Seattle, Washington, was awarded a $24,563,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Saint Paul Island, Alaska, with an estimated completion date of Oct. 31, 2026. Fiscal 2024 civil construction funds in the amount of $24,563,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0016).

RQ-Lord JV, Carlsbad, California, was awarded a $16,682,380 firm-fixed-price contract for the Energy Resilience and Conservation Investment Program Microgrid. Bids were solicited via the internet with eight received. Work will be performed in Aguadilla, Puerto Rico, with an estimated completion date of May 2, 2026. Fiscal 2021 and 2023 military construction, defense-wide funds; and fiscal 2022 military construction, Recovery Act funds in the amount of $16,682,380 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0029).

Herve Cody Contractor LLC,* Robbinsville, North Carolina, was awarded a $12,257,625 firm-fixed-price contract to raise a dike. Bids were solicited via the internet with five received. Work will be performed in Hardeeville, South Carolina, with an estimated completion date of Dec. 31, 2025. Fiscal 2024 civil construction funds in the amount of $12,257,625 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-5006).

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $12,064,180 cost-plus-fixed-fee contract for the Javelin Weapon System. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 31, 2027. Fiscal 2024 Navy funds; U.S. Marine Corps funds; operation and maintenance, Army funds; operation and maintenance, Army National Guard; and Foreign Military Sales (Australia, Estonia, Georgia, Indonesia, Ireland, Jordan, Lithuania, New Zealand, Norway, Oman, Poland, Qatar, Turkey, and United Arab Emirates) funds in the amount of $12,064,180 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0047).

Weeks Marine Inc., Covington, Louisiana, was awarded a $9,687,500 firm-fixed-price contract for Mississippi River dredging. Bids were solicited via the internet with one received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Oct. 15, 2024. Fiscal 2024 Mississippi River and Tributaries funds in the amount of $9,687,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0028). (Awarded Aug. 29, 2024)

Huckstep Holdings Corp.,* Colorado Springs, Colorado, was awarded a $9,292,211 modification (P00009) to contract W911SG-20-D-0002 for air traffic control services. Work will be performed at Fort Bliss, Texas, with an estimated completion date of Sept. 4, 2025. Fiscal 2010 operation and maintenance, Army funds in the amount of $242,937 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Hood, Texas, is the contracting activity.

AIR FORCE

General Dynamics Mission Systems Inc., Scottsdale, Arizona, has been awarded a $491,607,268 modification (PZ0039) to previously awarded contract HQ0850-22-C-0007 for the Proliferated Warfighter Space Architecture Ground Management and Integration and operation and sustainment efforts. The modification brings the total cumulative face value of the contract to $887,797,585 from $396,190,317. Work will be performed at Huntsville, Alabama; and Grand Forks, North Dakota, and is expected to be completed by Sept. 30, 2029. Fiscal 2024 research, development, test and evaluation funds in the amount of $39,406,197 are being obligated at time of award. The Space Development Agency, Washington, D.C., is the contracting activity. (Awarded Aug. 28, 2024)

The MITRE Corp., Bedford, Massachusetts, has been awarded a $221,946,690, cost-reimbursement ceiling increase modification (P00053) to previously awarded contract FA8702-19-C-0001 for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally Funded Research and Development Center. This modification provides for additional ceiling required for an anticipated increased quantity of congressionally appropriated staff years of technical effort under the basic contract. The modification brings the total cumulative face value of the contract to $5,152,085,914 from $4,930,139,224. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed Sept. 30, 2028. This contract involves Foreign Military Sales to various countries under the basic contract. No funding will be obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Delaware Nation Industries Emerging Technologies LLC, Oklahoma City, Oklahoma, was awarded a maximum $90,126,079 firm-fixed price, indefinite-delivery/indefinite-quantity contract for Enterprise Network contract support. This contract provides for advisory and assistance services for cybersecurity network operations and system administration for specified informational technology and operational technology within the industrial depot maintenance and depot support services of the Air Force Sustainment Center. Work will be performed at Tinker Air Force Base, Oklahoma; Hill AFB, Utah; Wright-Patterson AFB, Ohio; and associated geographically separated units, and is expected to be completed by Aug. 31, 2034. This contract was a sole source acquisition. No funds will be obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8100-24-D-B0002).

M1 Support Services, Denton, Texas, has been awarded a $33,896,950 modification (P00120) to exercise Option Year Eight under previously awarded contract FA4890-16-C-0012 for the T‐38 aircraft maintenance program. The modification will provide intermediate and organizational maintenance of T‐38 aircraft for Air Combat Command, Air Force Materiel Command, and Air Force Global Strike Command. Work will be performed at Beale Air Force Base, California; Holloman AFB, New Mexico; Langley AFB, Virginia; and Whiteman AFB, Missouri; and is expected to be completed Sept. 30, 2025. No funds will be obligated at time of award. The Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

The MITRE Corp., Bedford, Massachusetts, has been awarded a $27,471,866 cost-reimbursement ceiling increase modification (P00054) to previously awarded contract FA8702-19-C-0001 for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally Funded Research and Development Center. This modification provides for additional ceiling required for an anticipated increased quantity of congressionally appropriated staff years of technical effort under the basic contract. The modification brings the total cumulative face value of the contract to $5,179,557,780 from $5,152,085,91. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S. and outside the continental U.S.; and is expected to be completed Sept. 30, 2028. This contract involves Foreign Military Sales to various countries under the basic contract. No funds will be obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Huntsville Rehabilitation Foundation Inc., doing business as Phoenix, Huntsville, Alabama, was awarded a $20,375,000 indefinite-delivery/indefinite quantity contract for custodial requirements. This contract provides for custodial services at Peterson Space Force Base, Colorado, and Cheyenne Mountain Space Force Station. Work will be performed at Peterson Space Force Base, Colorado; and Cheyenne Mountain Space Force Station, Colorado; and is expected to be completed Aug. 31, 2029. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $334,711 are being obligated at time of award. The 21st Contracting Squadron, Peterson Space Force Base, Colorado, is the contracting activity (FA2517-24-D-0002).

Northrop Grumman Systems Corp. – Space Systems Division, Redondo Beach, California, has been awarded a $17,984,622 cost-plus-fixed-fee modification (P00047) to previously awarded contract FA8808-20-C-0049 for the Evolved Strategic Satellite Communications Rapid Prototyping Omnibus Special Study effort. This contract modification is for continued systems engineering support. The modification brings the total cumulative face value of the contract to $381,329,538. Work will be performed in Redondo Beach, California, and is expected to be completed by Feb. 15, 2025. Fiscal 2024 procurement funds in the amount of $10,752,380 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Pratt and Whitney Military Aftermarket Services, Oklahoma City, Oklahoma, has been awarded a $17,471,008 firm-fixed-price modification (P00010) to previously awarded contract FA8121-17-D-0006 for the remanufacture of the F100-PW-229 7th/13th stage drum rotors and case diffusers. The modification brings the total cumulative face value of the contract to $23,266,253. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed by September 2027. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

Packet Digital LLC, Fargo, South Dakota, was awarded a $16,223,087 ceiling, firm-fixed-price contract with a basic award and three options for spacecraft power modules and their associated thermal solutions. This contract provides funding for spacecraft core components and subsystems to enable improvements to resiliency, affordability, and performance for Space Force and commercial small satellites. Work will be performed in Fargo, South Dakota, and is expected to be completed by Nov. 30, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 congressional funds for research and development in the amount of $7,223,087 will be obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X005).

Jade Creek Construction LLC, Herndon, Virginia, was awarded a $11,990,774 firm-fixed-price contract for dormitory repair. This contract provides for repair by renovation of the interior and exterior of Dormitory 14. Work will be performed at Ascension Auxiliary Airfield, South Atlantic Ocean, and is expected to be completed by Feb. 18, 2026. This contract was a competitive acquisition and one offer was received. Fiscal 2024 operations and maintenance funds in the amount of $11,990,774 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-24-C-0021).

NAVY

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $228,293,732 cost-plus-incentive-fee modification to previously awarded contract N00024-22-C-2300 for the DDG 1002 Combat System Availability (CSA) and Mission Systems Activation (MSA). Work will be performed in Pascagoula, Mississippi (85%); Dublin, Pennsylvania (6%); and other locations at or below 2% (collectively totaling 9%), and is expected to be completed by April 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $199,793,732 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.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $37,378,501 firm-fixed-price modification to previously awarded contract N00024-24-C-6400 to exercise options for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) systems, spares, and retrofit kits. Work will be performed in San Diego, California, and is expected to be complete by December 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $13,627 (1%); fiscal 2024 other procurement (Navy) funds in the amount of $12,892,154 (34%); fiscal 2024 operation and maintenance (Navy) funds in the amount of $11,852,580 (32%); fiscal 2024 operations and maintenance (Air Force) funds in the amount of $12,052,064 (32%); and fiscal 2024 operations and maintenance (Coast Guard) funds in the amount of $568,076 (1%) will be obligated at time of award, of which $24,472,720 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $30,686,611 modification (P00006) to a cost-plus-fixed-fee, firm-fixed-price order (N0001923F0041) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises Option Contract Line Item Number 0010 for system engineering and program management, and adds scope to procure the non-recurring engineering; a material kit for each aircraft; tooling required to complete the Integrated Functional Capability 4 change requests; and engineering change proposals in support of the MQ-4C Triton Unmanned Aircraft System air vehicles B5 and B11 for the Navy. Work will be performed in San Diego, California (32.4%); Rolling Meadows, Illinois (24.8%); Waco, Texas (5.8%); Salt Lake City, Utah (4.0%); Red Oak, Texas (3.7%); Verona, Wisconsin (3.3%); Palmdale, California (3.2%); San Leandro, California (2.1%); Medford, New York (1.7%); Hialeah, Florida (1.6%); Greenlawn, New York (1.4%); Bridgeport, West Virginia (1.3%); Valencia, California (1.3%); Irvine, California (1.0%); Pompano Beach, Florida (1.0%); and other various locations within and outside of the continental U.S.(11.4%), and is expected to be completed by September 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $30,686,611 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Management Services Group Inc.,* Virginia Beach, Virginia, is awarded a $28,424,525 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-5608 to exercise options for Network, Processing, and Storage (NPS) Technical Insertion 16, Modification 1 production equipment, spares, other direct costs, and engineering support. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2025. Foreign Military Sales (Australia) funds in the amount of $27,976,906 (95%); fiscal 2024 other procurement (Navy) funds in the amount $392,359 (1%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $19,848 (1%); fiscal 2021 ship construction (Navy) funds in amount $11,804 (1%); fiscal 2022 ship construction (Navy) funds in amount $11,804 (1%); and fiscal 2023 ship construction (Navy) funds in amount $11,804 (1%) 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.

Raytheon Co., Tucson, Arizona, is awarded a $17,175,773 cost-plus-fixed-fee modification (P00017) to a previously award contract N0001922C0067. This modification adds scope to provide core software updates and support to the AIM-9X Block II and Block II+ missile system for the Navy, Air Force, Army, and Foreign Military Sales (FMS) customers. Work will be performed in Tucson, Arizona, and is expected to be completed in September 2027. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,479,643; and FMS customer funds in the amount of $1,479,643 will be obligated at the time of award, $1,479,643 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Defense Maritime Solutions Inc., Chesapeake, Virginia, is being awarded a $16,387,030 firm-fixed-priced stand-alone contract for the manufacture of 12 main shaft seal assemblies in support of the submarine main propulsion system on Virginia-class submarines. The contract has no options. All work will be performed in Havant, Hampshire, United Kingdom, and is expected to be completed by June 2026. Working capital funds (Navy) in the full amount of $16,387,030 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under the authority of 10 U.S. Code 3204(a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-YB16).

CIRCOR Naval Solutions LLC, Warren, Massachusetts, is being awarded a not-to-exceed $15,715,836 for a firm-fixed-price, undefinitized contract action for the procurement of 18 sanitary pumps used on the Los Angeles-class submarines. This is a stand-alone contract with no options. All work will be performed in Warren, Massachusetts, and is expected to be completed by December 2029. Working capital funds (Navy) in the amount of 11,786,877 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA71).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a not-to-exceed $14,800,000 modification (P00006) to a undefinitized, firm-fixed-price order (N0001920F0377) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to provide additional flight test resources in the form of an alternate SAAB test aircraft including upgrades to existing flight test infrastructure to accelerate discovery of anomalies and fixes and delivery of a combat capability for the integration of the Next Generation Electro-Optical Distributed Aperture System into all variants of the F-35 aircraft in support of the Navy, Marine Corps, Air Force and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2025. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $6,064,198; fiscal 2023 aircraft procurement (Navy) funds in the amount of $ 6,064,198; and non-DOD participant funds in the amount of $2,671,604 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded $11,970,632 for a firm-fixed-price delivery order (N00383-24-F-X93P), under previously awarded contract N00383-20-G-X901 for the procurement of 30 main generators, 54 stators, 58 rotors, 31 power distribution panels, and five generators in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. There are no options, and work will be completed by March 2027. Annual working capital (Navy) funds in the amount of $8,977,974 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 in accordance with 10 U.S. Code 3204 (A)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Science Applications International Corp. (SAIC), Reston, Virginia, is awarded a $10,790,774 cost-reimbursement-type contract (N66001-24-C-0029) for marine mammal training and animal care services in support of the operations and maintenance of the Navy’s Marine Mammal Systems. Work will be performed in San Diego, California (95%), with the potential to travel to locations inside and outside the continental U.S. (5%). This one-year contract includes six one-year options which, if exercised, would bring the overall potential value of this contract to an estimated $77,564,661. The period of performance of the base award is from September 2024 through August 2025. If all options are exercised, the period of performance would extend through August 2031. Naval Information Warfare Center Pacific working capital funds in the amount of $10,790,774 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was competitively procured via a request for proposal (N66001-24-R-0029) published on the SAM.gov website and the Naval Information Warfare Systems Command e-Commerce Central website. Three proposals were received. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Textron Aviation Inc., Wichita, Kansas, is awarded a $8,338,771 modification (P00014) to a previously awarded firm-fixed-price contract (N0001923C0020). This modification exercises an option for the production and delivery of 1 T54A aircraft for the Navy and Marine Corps supporting the mission of Chief Naval Air Training to produce aviators and flight officers in sufficient quantity to support Naval Air Forces tasking. Work will be performed in Wichita, Kansas (99%); and Corpus Christi, Texas (1%), and is expected to be completed in January 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $8,338,771will be obligated at the time if award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $7,709,869 modification (P00002) to a cost-plus-fixed-fee, cost-reimbursable contract (N0042123C0036). This modification exercises an option to provide case/project, program, financial management, and engineering and technical support for the MH-60R Multi-Mission helicopter, subsystems, armament, engines, airborne weapons, spares, and support equipment for the government of Australia. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2025. Foreign Military Sales customer funds in the amount of $7,709,869 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

Reinhart Foodservice LLC, Valdosta, Georgia, has been awarded a maximum $97,137,299 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 10-month contract with no option periods. The performance completion date is June 21, 2025. Using customers are Army, Air Force and Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-3013).

Goodrich Corp., doing business as Goodrich Landing Gear Division, Independence, Ohio, has been awarded a maximum $18,642,000 firm-fixed-price contract for main landing gear shock strut assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a two-year five-month contract with no option periods. The performance completion date is Jan. 31, 2027. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-24-C-0015).

U.S. SPECIAL OPERATIONS COMMAND

Envision Technology,* Manchester, New Hampshire, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240324D0012) with a maximum ceiling of $81,000,000 and a minimum ordering guarantee of $5,000 for range aiming laser systems, spares, engineering change proposals, repairs and new equipment training. This contract will be funded with the appropriate procurement; research, development, test and evaluation; and operations and maintenance funds. Fiscal 2022, 2023 and 2024 procurement funds in the amount of $7,545,230 are being obligated at time of award on the first delivery order. The work will be performed in Manchester, New Hampshire, and is expected to be completed by Aug. 29, 2029. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

Cylitix LLC, Arlington, Virginia, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240324D0011) with a maximum value of $35,000,000 and a minimum guarantee of $2,500 for the acquisition of commercial software as a service subscription services. This contract will be funded with the appropriate fiscal 2024 operations and maintenance funds and $937,748 is being obligated at time of award on the first task order for Vulcan Subscription Services and associated travel. The contract has a five-year ordering period that begins Sept. 1, 2024, and ends on Aug. 31, 2029. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

*Small business
This entry was posted on Thursday, September 05, 2024 7:00 pm

Leave a Reply

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

Notify me of updates to this conversation