INSIDE THE

NEWS + ADVICE

DoD Contracts: AFS, Booz Allen Hamilton, KPMG, SAIC, Amentum Services, Week of 3-25-24 to 3-29-24

Posted by Ashley Jones
aircraft

3/25

U.S. SPECIAL OPERATIONS COMMAND 

Boeing Co., Ridley Park, Pennsylvania, is being awarded a $96,222,530 firm-fixed-price modification to an existing delivery order, placed under a basic ordering agreement, (H9224122F0073) for the procurement of an MH-47G renew build for rotary wing aircraft. This will increase the award to an existing obligated amount of $404,746,474.  The majority of the work will be performed in Ridley Park, Pennsylvania, and is expected to be completed by July 2027. This contract was awarded through a noncompetitive modification to an existing delivery order in accordance with Federal Acquisition Regulation 6.302-1.  U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

Greenbrier Government Solutions Inc., Oceana, West Virginia, is being awarded a firm-fixed-price $11,965,065 contract (NNG15SE09B) for a 12-month option period for Cisco Combined Services and associated equipment, in support of U.S. Special Operations Command (USSOCOM). Fiscal 2024 operations and maintenance funds were obligated at time of award. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity. (Awarded March 22, 2024)

ARMY

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $63,043,117 cost-plus-fixed-fee contract to accomplish the remedial action at the Matteo and Sons Inc. Superfund Site Operable Unit 1. Bids were solicited via the internet with three received. Work will be performed in West Deptford, New Jersey, with an estimated completion date of March 24, 2029. Fiscal 2023 Superfund funds in the amount of $750,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-3001). 

Sears Tree Service LLC,* Lewisburg, Kentucky, was awarded a $20,000,000 firm-fixed-price contract for tree trimming and debris removal services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2029. 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-24-D-2007). 

Garco Construction Inc., Spokane, Washington, was awarded a $12,949,262 modification (P00003) to contract W912DW-21-C-0007 to repair a fuel hydrant system. Work will be performed at Fairchild Air Force Base, Washington, with an estimated completion date of Dec. 30, 2024. Fiscal 2010 operation and maintenance, defense-wide funds in the amount of $12,949,262 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity. 

Roen Salvage Co.,* Sturgeon Bay, Wisconsin, was awarded a $7,812,706 modification (P00001) to contract W912P6-24-C-0008 to repair breakwaters. Work will be performed in Algoma, Wisconsin, with an estimated completion date of April 24, 2027. Fiscal 2022 civil operation and maintenance funds in the amount of $7,812,706 were obligated at the time of the award. U.S. Army Corps of Engineers, Chicago, Illinois, is the contracting activity. 

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $53,176,133 cost-plus-fixed-fee contract for MQ-9 logistical and ground control station support. The scope of the contract will include field service representatives, repair and return, as well as technical support tasks for the United Kingdom Royal Air Force. This contract is the result of a sole-source acquisition. Work will be performed outside of the continental U.S. and is expected to be complete March 31, 2025. Foreign Military Sales funds in the amount of $53,176,133 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 (FA8620-19-C-2003). 

Galois Inc., Portland, Oregon, has been awarded a $21,799,877 cost-plus-fixed-fee contract for development and demonstration of integrated tools and methodologies for advance proof engineering. Work will be performed in Portland, Oregon, and is expected to be complete Sept. 26, 2027. This award is the result of a competitive acquisition, and 23 offers were received. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $3,094,538 are being obligated at the time of award. The contracting activity is Air Force Research Laboratory/RIKD, Rome, New York (FA8750-24-C-B044).

Northrop Grumman Systems Corp., Los Angeles, California, has been awarded a $19,968,274 firm-fixed price contract modification for repairs, spares, and engineering Services that support the F-15 weapons system. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by Sept. 9, 2028. This award is the result of a non-competitive acquisition. Fiscal 2024 defense working capital funds are being used and no funds are being obligated at the time of the award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-20-D-0011 P00008). 

Clarity Innovations LLC., Clearwater, Florida, has been awarded a $10,217,048 modification (P00019) to previously awarded contract FA8307-20-G0039/FA8730-22-F0003. The contract modification will deliver a final Kessel Run All-Domain Operation Suite to the current KRADOS application. Work will be performed at Hanscom Air Force Base, Massachusetts, and is expected to be complete March 24, 2025. Fiscal 2024 research and development funds in the amount of $3,408,423 are being obligated at the time of the award, bringing the total cumulative face value of the contract to $95,086,129. The contracting activity is Air Force Life Cycle Management Center/HBBK at Hanscom AFB, Massachusetts.  

STRAN Technologies LLC., Naugatuck, Connecticut, has been awarded a $8,000,000 indefinite-delivery/indefinite-quantity contract for base telecommunication services. Work will be performed at Nellis and Creech Air Force Bases, Nevada. The services are expected to be complete by March 2029. This award is the result of a 100% small business set-aside. Fiscal 2024 operational and maintenance funds in the amount of $1,044,000 are being obligated at the time of award. 99th Contracting Squadron, Nellis AFB, Nevada, is the contracting activity (FA4861-24-D0002)

NAVY

National Institute of Building Sciences, Washington, D.C., is awarded a $35,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for A-E services in support of Department of Defense criteria management of the Whole Building Design Guide throughout the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of operations (AO). Work will be performed in the NAVFAC Atlantic AO, but may also include work worldwide, and is expected to be completed by March 2029. The maximum dollar value, including the base period and four option years, is $35,000,000. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated at time of award for the minimum guarantee and will expire at the end of the current fiscal year. This contract is a sole source procurement under Federal Acquisition Regulations 6.302-5, authorized or required by statute. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-24-D-0015). 

HII Fleet Support Group LLC, Virginia Beach, Virginia, was awarded a $12,100,646 cost-plus-fixed-fee award contract (N62793-24-F-1001) providing engineering services, planning USS John C. Stennis (CVN 74) refueling complex overhaul (RCOH), maintenance and operator training, technical and repair support to ships force during the RCOH for the maintenance, operation, repair, training and testing of the following equipment in accordance with Section C of the basic contract: aircraft elevators, weapons elevators, deck edge doors, hangar bay divisional doors and vertical package conveyors and associated handling equipment/systems. Work will be performed in Newport News, Virginia, and is expected to be completed by December 2024.  Fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $12,100,646 was obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion and Repair, U.S. Navy, Newport News, Virginia, is the contracting activity. (Awarded March 21, 2024)

The Boeing Co., Seattle, Washington, is awarded a $10,752,920 modification (P00018) to a cost-plus-fixed-fee order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification adds scope to procure ancillary support for three Navy P-8A aircraft and one retrofit kit for the Royal Australian Air Force (RAAF) P-8A aircraft with Increment Three Engineering Change Proposal Six Capabilities. Work will be performed in Jacksonville, Florida (79.6%); San Antonio, Texas (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in August 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $3,795,985; and RAAF Cooperative Funds in the amount of $6,956,935, 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.

Raytheon Co., Tucson, Arizona, is awarded a $8,573,968 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-5401) to exercise options for design agent and engineering support services for the Rolling Airframe Missile. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $5,074,284 will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hyman Brickle & Son Inc.,* Woonsocket, Rhode Island, has been awarded a maximum $12,487,118 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s berets. This was a competitive acquisition with three responses received. This is a four-year contract with no option periods. The ordering period end date is March 24, 2028. Using military services are Air Force and Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0041).

U.S. TRANSPORTATION COMMAND

UPDATE: Eastern Air Express LLC, Kansas City, Missouri (HTC71124DCC13), has been added as the 21st awardee in a multiple award, indefinite-delivery/indefinite-quantity, fixed-price contract originally awarded on Jan. 29, 2024, with an estimated combined value of $873,000,000. This contract provides air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary. 

*Small Business

3/26

ARMY

HDT Expeditionary Systems Inc., Solon, Ohio, was awarded a $432,605,000 hybrid (firm-fixed-price and firm-fixed-price with economic-price-adjustment) contract for Army Standard Family-Rigid Wall Shelters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 21, 2034. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-24-D-0004).   

PROJECTXYZ Inc.,* Huntsville, Alabama, was awarded a $9,477,190 modification (PZ0036) to contract W31P4Q-18-C-0079 for ground support equipment, training support, demilitarization support and contractor logistics support. Work locations and funding will be determined with each order, with an estimated completion date of March 29, 2024. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

CORRECTION: The $20,000,000 firm-fixed-price contract (W91248-24-D-2007) awarded on March 25, 2024, to Sears Tree Service LLC,* Lewisburg, Kentucky, for tree trimming and debris removal was actually for $10,000,000. 

NAVY

General Dynamics NASSCO–Norfolk, Norfolk, Virginia, was awarded a $311,193,234 firm-fixed-price contract action for maintenance, modernization, and repair of the USS Bataan (LHD 5) fiscal 2024 docking selected restricted availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $343,695,311. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2026. Fiscal 2024 other procurement, Navy funds in the amount of $236,493,070 (76%); and fiscal 2024 operations and maintenance, Navy funds in the amount of $74,700,164 (24%), will be obligated at the time of award, with $74,700,164 expiring at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002424C4418). (Awarded March 21, 2024).

L3 Technologies Inc., L-3 Telemetry and Radio Frequency Products, San Diego, California, is awarded an $18,286,740 modification (P00014) to a previously awarded firm-fixed-price contract (N0001921C0064). This modification exercises an option for the production and delivery of 285 modernized radios (155 for undisclosed Foreign Military Sales (FMS) customers, 109 for the Navy, 13 for the Marine Corps, and eight for the Office of the Secretary of Defense). Work will be performed in San Diego, California, and is expected to be completed in June 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $6,801,384; fiscal 2022 weapons procurement (Navy) funds in the amount of $1,026,624; fiscal 2024 research, development, test and evaluation (Department of Defense (DOD) Wide) in the amount of $256,656; fiscal 2023 research, development, test and evaluation (DOD Wide) in the amount of $256,656; and FMS funds in the amount of $9,945,420 will be obligated at the time of award, $1,283,280 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, was awarded an $8,037,986 firm-fixed-price modification to previously awarded contract (N00024-19-C-2322) for procurement of Large Missile Vertical Launch System Shock Isolation – Ship Set Two. Work will be performed in North Tonawanda, New York (63%); Göteborg, Sweden (36%); and Bloomfield, Connecticut (1%), and is expected to be completed by June 2025. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $8,037,986 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. (Awarded March 22, 2024)

DEFENSE LOGISTICS AGENCY

Accenture Federal Services LLC, Arlington, Virginia (SP4704-24-A-0002); A.T. Kearney Public Sector and Defense Services LLC, Arlington, Virginia (SP4704-24-A-0003); Booz Allen Hamilton Inc., McLean, Virginia (SP4704-24-A-0004); Boston Consulting Group Federal Corp., Washington, D.C. (SP4704-24-A-0005); Definitive Logic Corp., Arlington, Virginia (SP4704-23-A-0006); Deloitte Consulting LLP, Arlington, Virginia (SP4704-24-A-0007); Ernst & Young LLP, New York, New York (SP4704-24-A-0008); Guidehouse Inc., McLean, Virginia (SP4704-24-A-0009); KPMG LLP, McLean, Virginia (SP4704-24-A-0010); and McKinsey & Co. Inc., Washington, D.C. (SP4704-24-A-0011), are sharing an estimated $92,546,955 firm-fixed-price blanket purchase agreement under solicitation SP4704-23-Q-0721 for strategic transformation and enterprise project support services. This was a competitive acquisition with 14 responses received. These are five‐year contracts with no option periods. Location of performance is Virginia, with a March 31, 2029, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2029 defense working capital funds and various other funding. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia.

Valley Apparel LLC,* Knoxville, Tennessee, has been awarded a maximum $17,121,825 modification (P00003) exercising the first one‐year option period of a one‐year base contract (SPE1C1‐23‐D‐0016) with three one‐year option periods for extreme cold/wet weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 27, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $16,513,875 modification (P00002) exercising the first one‐year option period of a one‐year base contract (SPE1C1‐23‐D‐0017) with three one‐year option periods for extreme cold/wet weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Kentucky, with a March 27, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

L3 Technologies Inc., Camden, New Jersey, has been awarded a $89,435,606 add-work modification (P00005) to previously awarded contract FA8650-23-C-9311 for Defense Experimentation Using Commercial Space Internet. This modification will establish the ability to communicate with military platforms through multiple commercial space internet constellations. The location of the performance is Salt Lake City, Utah, and is expected to be completed by Aug. 17, 2026. Fiscal 2023 research, development, test, and evaluation funds in the amount of $10,570,162; and fiscal 2024 research, development, test and evaluation funds in the amount of $10,000,000, are being obligated at the time of modification award. Total cumulative face value of the contract is $170,245,736. The contracting activity is Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio.

KBR Wyle Services LLC, Fulton, Maryland, has been awarded a cost plus-fixed-fee contract modification (P0007) of $9,581,225 to previously awarded contract (FA8650-21-C-6277) to finalize research in operation vision, aerospace physiology, and cognitive neurology. Performance will take place at the contractor’s facility. The work is expected to be completed by Dec. 29, 2026.  Fiscal 2023 research, development, test and evaluation funds will be obligated in the amount of $4,232,544 at the time of award. Total cumulative face value of the contract is $21,159,609. The contracting activity is the Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio.

*Small Business
**Mandatory Source

3/27

DEFENSE LOGISTICS AGENCY

Petromax Refining Co.,* Houston, Texas (SPE602-24-D-0467, $553,956,872); Phillips 66 Co., Houston, Texas (SPE602-24-D-0468, $537,204,487); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-24-D-0471, $313,265,241); Placid Refining Co. LLC,* Port Allen, Louisiana (SPE602-24-D-0469, $246,912,575); Sunoco LLC, Dallas, Texas (SPE602-24-D-0470, $204,164,226); Lazarus Energy Holdings LLC,* Houston, Texas (SPE602-24-D-0465, $172,523,466); Carbon Asset Developer Associates LLC,* Alamo, Texas (SPE602-24-D-0461, $157,151,823); VetJet Fuels LLC,* Dallas, Texas(SPE602-24-D-0472, $157,083,553); Husky Marketing & Supply Co., Dublin, Ohio, (SPE602-24-D-0464, $130,790,931); Alon USA LP, Brentwood, Tennessee (SPE602-24-D-0459, $105,685,589); Calumet Shreveport Fuels LLC,* Indianapolis, Indiana (SPE602-24-D-0462, $94,363,454); Marathon Petroleum Co. LP, Findlay, Ohio, (SPE602-24-D-0466, $70,007,192); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Rapid City, South Dakota (SPE602-24-D-0473, $35,536,088); Epic Aviation LLC, Salem, Oregon (SPE602-24-D-0463, $26,120,009); and Associated Energy Group, Houston, Texas (SPE602-24-D-0460, $10,185,517), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-23-R-0708 for various types of fuel. This was a competitive acquisition with 29 offers received. These are one-year contracts with 30-day carryovers. Locations of performance are Arkansas, Illinois, Indiana, Kansas, Louisiana, Maryland, Massachusetts, Michigan, Minnesota, New Jersey, New York, North Dakota, Ohio, Oklahoma, Oregon, Pennsylvania, South Dakota, Tennessee, Texas, Virginia, and Wyoming, with an April 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded 26 March 2024)

The Lighthouse for the Blind Inc.,** Seattle, Washington, has been awarded a maximum $29,131,666 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hydration bladders. This is a three-year contract with no option periods. The ordering period end date is March 26, 2027. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B013). 

UPDATE: Aseptico Inc.,* Woodinville, Washington (SPE2DH-24-D-0008, $45,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022.

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $439,888,241 firm-fixed-price modification (P00008) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price, and fixed-price-incentive-fee, indefinite-delivery/indefinite-quantity contract (N0001923D0010). This modification exercises options to provide support equipment, pilot flight equipment, and post ejection survival training material, as well as associated administrative, contract management, planning and readiness reviews and non-recurring introduction to service support in support of site activation and initial sustainment activities for the F-35A, F-35B and F-35C aircraft for the Air Force, Marine Corps, Navy, non-Department of Defense participants, and Foreign Military Sales customers. Work will be performed in Redondo Beach, California (91%); Fort Worth, Texas (8%); and Orlando, Florida (1%), and is expected to be completed in December 2029. 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. 

Raytheon Co., Tucson, Arizona, is awarded a $287,000,000 modification (P00050) to a previously awarded firm-fixed-price, cost-plus-incentive-fee, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001920D0008). This modification adds scope to provide for recertification and modernization of 166 Tomahawk Block IV All-Up-Round Missiles (142 for the Navy and 24 for Foreign Military Sales customers) in support of enabling the missiles to be operational for up to an additional 15 years of service. Additionally, this modification provides for missile obsolescence and health monitoring, software maintenance, depot support, and associated hardware procurements. Work will be performed in Tucson, Arizona (58.3%); Pontiac, Michigan (14.7%); Camden, Arkansas (6.5%); Lincoln, Nebraska (4.2%); Clearwater, Florida (3.6%); Irvine, California (2.8%); Keyser, West Virginia (2.2%); East Camden, Arkansas (2.2%); Huntsville, Alabama (1.6%); Bethel, Connecticut (1%), and various locations within the Continental United States (2.9%), and is expected to be completed in March 2026. 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. 

Sparton De Leon Springs LLC, De Leon Springs, Florida, is awarded a $106,391,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of a maximum of 20,000 AN/SSQ-125 Modified High Duty Cycle Sonobuoys for the Navy in support of annual training, peacetime operations and testing expenditures, as well as, to maintain sufficient inventory to support the execution of major combat operations based on naval munitions requirements process. Work will be performed in De Leon Springs, Florida (54%); and Columbia City, Indiana (46%), and is expected to be completed in March 2026. 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 10 U.S. Code 2304 (c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0113). 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $46,882,249 cost-plus-fixed-fee modification to previously awarded contract (N00024-23-C-5101) for long lead-time material and assemblies associated with the Canadian Surface Combatant combat system. This contract involves foreign military sales to the Royal Canadian Navy. Work will be performed in Moorestown, New Jersey (73%); Clearwater, Florida (26%); and Owego, New York (1%), and is expected to be completed by February 2027. Foreign military sales (Canada) funds in the amount of $46,882,249 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.

Metson Marine Services Inc., Ventura, California, is awarded $41,188,157 for a firm-fixed-price contract (N68836-24-C-0003) for port operations services for Commander, Naval Region Southeast. This contract includes a six-month base period with four twelve-month option periods plus a six-month extension in accordance with Federal Acquisitions Regulation 52.217-8. Work will be performed in Kings Bay, Georgia (25%); Woodbine, Georgia (20%); Pensacola, Florida (15%); Mayport, Florida (15%); Panama City, Florida (10%); Port Canaveral, Florida (10%); Key West, Florida (3%); and Jacksonville, Florida (2%). Base period is expected to be completed by September 2024 and if all options are exercised, completion will be March 2029. Subject to the availability of funds, fiscal 2024 operation and maintenance funds (Navy) in the full amount of $41,188,157 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was solicited as open competition with one offer received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity (N68836-24-C-0003).

New Mountain Aviation LLC,* doing business as Integrated Aviation Solutions,* Broomfield, Colorado, is awarded a $27,706,095 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide contractor owned contractor operated aircraft to Navy fleet customers to provide a wide variety of airborne threat simulation capabilities in support of training shipboard and aircraft squadron weapon systems operators and aircrew. Work will be performed at West Coast Fleet Area Control and Surveillance Facility (FACSFAC) Training Ranges and East Coast FACSFAC Training Ranges, and is expected to be completed in March 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via a small business set-aside; two offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0042124D0006). 

Collins Aerospace Government Systems, Cedar Rapids, Iowa, is awarded a $26,036,805 modification (P00019) to a firm-fixed-price, cost-plus-fixed-fee order (N0001921F0005) against a previously issued basic ordering agreement (N0001919G0031). This modification adds scope for the production and delivery of eight Mission Computer Modernization (MCM) Production A kits and eight MCM Production B kits in support of MCM Block II conversion for the E-6B aircraft for the Navy. Additionally, this modification provides for associated program management oversight, production spares, and software licenses. Work will be performed in Richardson, Texas (90%); and Oklahoma City, Oklahoma (10%), and is expected to be completed in May 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $13,292,750; fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,097,622; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $7,646,433, $7,646,433 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $13,674,435 cost-plus-fixed-fee, indefinite-
delivery/indefinite-quantity contract to provide continued post-production support (PPS) for the T/AV-8B Harrier to include readiness improvements, upgrades, correction of deficiencies and issues related to structural fatigue. Outyear PPS is based on developed plans identifying optimum support options for sustaining engineering and integrated logistic support until the fleet is transitioned from T/AV-8B Harrier to the F-35B Joint Strike Fighter for the Marine Corps, and the governments of Italy and Spain requirements. Work will be performed in St. Louis, Missouri (80%); and Cherry Point, North Carolina (20%), and is expected to be completed in December 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant with Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0008). 

Technology Security Associates, California, Maryland, is awarded a $13,661,338 cost-plus-fixed-fee contract to provide program management, financial, engineering, logistics, administrative, security, and technical support services for the AV-8B Harrier Weapons System for the governments of Spain and Italy in support of the T/AV-8B Harrier Joint Program Office. Work will be performed in Patuxent River, Maryland (30%); Philadelphia, Pennsylvania (30%); Cherry Point, North Carolina (30%); and California, Maryland (10%), and is expected to be completed in April 2029. International Agreement (non-Foreign Military Sales) funds in the amount of $13,661,338 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(a)(2). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0039).

AIR FORCE

InDyne, Inc., Lexington Park, Maryland, has been awarded a contract modification (P00044) valued at $84,219,627 to previously awarded contract FA2518-22-C0001, for Solid State Phased Array Radar Systems and Long‐Range Discrimination Radar support. The modification exercises Option Year 6 of the contract, bringing the total face value of the contract to $386,499,707. Work will be performed at various locations continental U.S. and outside the continental U.S. and is expected to be complete by April 30, 2025. Fiscal 2024 operation and maintenance funds in the amount of $84,219,627 are being obligated at the time of award. The contracting activity is the Space Force Space Acquisition and Integration Office, Peterson Space Force Base, Colorado.

ARMY

Calibre Systems Inc., Alexandria, Virginia, was awarded a $15,262,905 firm-fixed-price contract to support annual programming and budget development and update information used for ad hoc cost analyses. 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 March 29, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0018). 

DMS Contracting Inc.,* Mascoutah, Illinois, was awarded a $10,108,564 firm-fixed-price contract for construction of storm and sanitary sewers, detention basins, and related work. Bids were solicited via the internet with three received. Work will be performed in Belleville, Illinois, with an estimated completion date of March 27, 2027. Fiscal 2022 civil construction funds in the amount of $5,615,932 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0010). 

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

LexisNexis Special Services Inc., Washington, D.C., has been awarded a $10,213,019 firm-fixed-price task order (HS0021-24-F-0006) issued against General Services Administration multiple award schedule contract GS-00F-178DA, for the Defense Counterintelligence and Security Agency (DCSA).  This award is the result of a sole-source acquisition in which one offer was received. This task order provides DCSA’s adjudication and vetting services with extensive public record information and the LexisNexis ProMonitor Alert Service subscription. No on-site work is required, and the estimated completion date is March 27, 2026 (inclusive of options). Fiscal 2024 DCSA defense working capital funds in the amount of $9,860,712 were obligated at the time of award. This is not a multiyear contract. DCSA Contracting and Procurement Office, Quantico, Virginia is the contracting activity.

*Small Business
**Mandatory Source

3/28

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $561,461,733 cost-plus-fixed-fee contract for Gray Eagle technical 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 March 28, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0038). 

Pond and Co., Peachtree, Georgia (W9133L-24-D-6105); FSB-Stantec JV, Denver, Colorado (W9133L-24-D-6106); Colby Co. LLC,* Portland, Maine (W9133L-24-D-6107); and Suhail-CHA JV,* Chagrin Falls, Ohio (W9133L-24-D-6108), will compete for each order of the $50,000,000 firm-fixed-price contract for non-personal architect-engineer services. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of March 27, 2029. The National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.  

Beyond Vision Inc., Milwaukee, Wisconsin, was awarded a $38,339,246 firm-fixed-price contract to procure refrigeration tool kits. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0008). 

JCB Inc., Pooler, Georgia, was awarded a $32,675,337 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the High Mobility Engineer Excavator service life extension program and modernization. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 24, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0024). (Awarded March 27, 2024) 

KBR Services LLC, Houston, Texas, was awarded a $32,320,912 modification (0001B6) to contract W52P1J-12-G-0061 for maintenance and storage of government vehicles and equipment. Work will be performed in Waegwan, Korea, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $1,250,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Hensel Phelps Construction Co., Orlando, Florida, was awarded a $29,690,028 modification (P00020) to contract W91278-22-C-0008 for installation and completion of a box culvert conveyance system. Work will be performed at Tyndall Air Force Base, Florida, with an estimated completion date of July 15, 2026. Fiscal 2020 military construction, Air Force funds in the amount of $29,690,028 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. 

Valiant Global Defense Services Inc., San Diego, California, was awarded a $14,795,127 modification (P00079) to contract W91QVN-19-F-0631 for wide area networking services. Work will be performed at Camp Humphreys, South Korea, with an estimated completion date of March 31, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $3,514,643 were obligated at the time of the award. 411th Contracting Support Brigade, Camp Humphreys, South Korea, is the contracting activity. 

Arizona State University, Tempe, Arizona, was awarded a $9,991,533 firm-fixed-price contract to design, develop and deliver a foundational approach to accelerate materials discovery, development and manufacturing by creating and leveraging AI and machine learning tools. Bids were solicited via the internet with one received. Work will be performed in Tempe, Arizona, with an estimated completion date of March 27, 2026. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $4,998,407 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-24-C-0022). 

Rolls-Royce Solutions America Inc., Novi, Michigan, was awarded an $8,449,000 modification (P00003) to contract W56HZV-23-C-0054 for armored personnel carrier power packs. Work will be performed in Novi, Michigan, with an estimated completion date of Dec. 31, 2028. Fiscal 2024 Foreign Military Sales (Israel) funds in the amount of $8,449,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

NAVY

BGI-ASI JV LLC, Mount Pleasant, South Carolina, is awarded a not-to-exceed $202,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure new and modified Navigation, Seamanship, and Shiphandling Training Systems (NSST), continued life cycle support of existing NSST systems, as well as the continued establishment and fielding of a single scalable NSST software baseline in support of the Naval Air Warfare Center Training Systems Division (NAWCTSD). Work will be performed in Norfolk, Virginia (26.2%); San Diego, California (26.2%); Newport, Rhode Island (13.5%); Orlando, Florida (8.1%);  Yokosuka, Japan (5.9%); Mayport, Florida (5.9%); Everett, Washington (3.6%); Pearl Harbor, Hawaii (3.6%); Sasebo, Japan (3.5%); Rota, Spain (3.5%), and is expected to be completed in March 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. NAWCTSD, Orlando, Florida, is the contracting activity (N6134024D0008).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $95,881,731 modification (P00028) to a previously awarded cost-plus-incentive-fee contract (N0001922C0041). This modification extends services to provide continued infrastructure support, to include engineering, maintenance, logistics, manpower, and material for F-35 Joint Strike Fighter (JSF) laboratory facilities and F-35 developmental flight test activities in support of the F-35 JSF program for the Navy, Air Force, Marine Corps, and F-35 cooperative program partners. Work will be performed Fort Worth, Texas (81%); Orlando, Florida (7%); Linthicum, Maryland (3%); Nashua, New Hampshire (3%); San Diego, California (2%); El Segundo, California (2%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and is expected to be completed in June 2024. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $28,923,537; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $28,923,537; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $10,284,851; fiscal 2024 operations and maintenance (Navy) funds in the amount of $10,284,851; and F-35 Cooperative Program Partners funds in the amount of $17,464,953, will be obligated at the time of award, $20,569,702 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $25,660,884 firm-fixed-price modification to previously awarded contract (M67854-16-C-0006) for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,759,200,867. This contract modification provides for the exercise of options for the procurement of six full rate production ACV personnel variants and associated production, fielding and support costs, and cyclic maintenance. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of July 2026. Fiscal 2024 procurement (Marine Corps) funds in the amount of $25,660,884 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $23,965,354 cost-plus-fixed-fee modification to contract (N00024-24-C-2115) for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania. Fiscal 2024 National Sea-Based Deterrence funds in the amount of $23,965,354 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Cubic Defense Applications Inc., San Diego, California, is awarded an $9,701,758 cost-plus-fixed-fee order (N0001924F0235) against a previously issued basic ordering agreement N0042119G0005. This order provides engineering support services for the transition of the interim Joint Secure Interoperable Live-Virtual-Constructive (JSILS), Secure Live Virtual Constructive Advanced Training Environment (SLATE) capabilities, under the Encrypted Live-Virtual Integrated Training Environment, and continue waveform analysis with Navy Research Labs and Massachusetts Institute of Technology Lincoln Library in support of maturing the JSILS and SLATE technologies to provide the warfighter with a complex and realistic training environment that promotes combat readiness. Work will be performed in Yigo, Gaum (50%); and San Diego, California (50%), and is expected to be completed in September 2024. Fiscal 2023 research, development, test and evaluation (service) funds in the amount of $9,701,758 will be obligated at time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Sunnyvale, California, is awarded a $8,260,171 firm-fixed-priced, stand-alone contract for the manufacture of 55 CB stator sleeves, 65 CB rotating assemblies, and five other CB stator sleeves in support of the Virginia-class submarine engineering and diesel system. This contract includes no options. All work will be performed in Sunnyvale, California. Work is expected to be completed by April 2026. Working capital funds (Navy) in the full amount of $8,260,171 will be issued 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 authority 10 U.S. Code 3204 (a)(1), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-NA17). 

CORRECTION:  The $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction projects within the Naval Base (NB) Ventura County area of operations (AO) that had previously been announced for Barkley Andross Corp.,* Hesperia, California, on Mar. 28, 2024, has not been awarded.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a firm-fixed-price modification (P00106) of $55,920,942 to previously awarded contract FA8615-17-C-6047 for F-16 aircraft radar systems. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. The total cumulative face value of the contract is $1,609,959,929. Fiscal 2023 Air Force aircraft procurement funds in the amount of $35,209,482; fiscal 2022 and 2023 National Guard and Reserve Equipment Activity funds in the amount of $14,498,022; and fiscal 2022, 2023, and 2024 Navy aircraft procurement funds in the amount of $6,213,438, for a total of $55,920,942, are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio.

Tunista Logistics Solutions LLC, Huntsville, Alabama, has been awarded a contract in the amount of $30,883,104. This award is the result of a competitive acquisition, one of solicitations mailed and four offers received. This contract will provide Air Combat Training System services, which will include an integrated realistic training environment in support of on-site and off-site aircrew and ground support crew training. Work will be performed at Luke Air Force Base, Arizona, and Holloman Air Force Base, New Mexico. Work is expected to be complete March 31, 2029. Fiscal 2024 funds in the amount of $5,759,988 are being obligated at the time of award. The contracting activity is the 338 Enterprise Sourcing Squadron, Joint Base San Antonio, Texas (FA3002-24-D0001). (Awarded March 27, 2024)

Northrop Grumman Systems Corp., San Diego, California, has been awarded a contract modification not-to-exceed $22,571,281 (P00003) to previously awarded FA8690-23-C-1001 for RQ-4 Global Hawk aircraft sustainment. This modification involves foreign military sales to Japan. The work is expected to be completed by May 31, 2025. Foreign Military Sales funds in the amount of $6,428,583 are being obligated at the time of award. Total cumulative face value of the contract is $180,697,494. The contracting activity is Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio.

WASHINGTON HEADQUARTERS SERVICES

Chenega Security International LLC, Chantilly, Virginia, is awarded a firm-fixed price contract (HQ003423C0035) valued at $12,055,379 to provide security, engineering, technical, and advisory assistance to the Pentagon Force Protection Agency (PFPA). Fiscal 2023 Pentagon Reservation Maintenance Revolving Funds in the amount of $6,314,729 are being obligated at the time of award. The total if all options are exercised is $35,000,000. The contractor shall be required to provide program and project management, full lifecycle systems engineering, technical construction management, system design and integration, quantitative analysis, and budget and acquisition support. The contractor shall provide support for the design, development, implementation, and administration of PFPA systems, construction projects, and analytical efforts. The work will be performed at the Pentagon Reservation, Arlington, Virginia; the Suffolk Building, Falls Church, Virginia; and at Raven Rock Mountain Complex. The estimated contract completion date is March 27, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Aero Components Inc.,* Fort Worth, Texas, has been awarded a maximum $10,000,000 modification (P00007) exercising the first two-year option period of a three-year base contract (SPE4A2-21-D-0002) with one two-year option period for C5 panel consumables and depot level repairables. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The performance completion date is March 24, 2026. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. (Awarded 24 March 2024)

Top Flight Aerostructures Inc.,* Dallas, Georgia, has been awarded a maximum $10,000,000 modification (P00011) exercising the first two-year option period of a three-year base contract (SPE4A2-21-D-0006) with one two-year option period for C5 panel consumables and depot level repairables. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The performance completion date is March 24, 2026. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. (Awarded 24 March 2024)

Honeycomb Co. of America Inc.,* Sarasota, Florida, has been awarded a maximum $10,000,000 modification (P00014) exercising the first two-year option period of a three-year base contract (SPE4A2-21-D-0005) with one two-year option period for C5 panel consumables and depot level repairables. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The performance completion date is March 24, 2026. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. (Awarded 24 March 2024)

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $9,605,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the moisture wicking t-shirts. This is a one-year contract with four one-year option periods. Locations of performance are North Carolina and New Jersey, with a March 27, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B015).

*Small Business
**Mandatory Source

3/29

ARMY

General Dynamics Ordnance and Tactical Systems, Marion, Illinois (W519TC-24-D-0009); and Northrop Grumman Systems Corp., Minneapolis, Minnesota (W519TC-24-D-0007), will compete for each order of the $3,053,991,547 hybrid (cost-plus-fixed-fee and fixed-price with economic-price-adjustment) contract for medium caliber training cartridges. 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 April 4, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Lockheed Martin Corp., Orlando, Florida, was awarded a $483,478,740 modification (P00021) to contract W31P4Q-23-C-0005 for air-to-ground missile systems. Work will be performed in Orlando, Florida, with an estimated completion date of March 28, 2026. Fiscal 2023 and 2024 procurement, defense-wide funds; fiscal 2023 and 2024 procurement of ammunition, Army funds; and 2010 and 2011 Foreign Military Sales (Czech Republic, France, and Poland) funds in the amount of $483,478,740, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Loc Performance Products, Plymouth, Michigan, was awarded a $53,948,551 modification (P00028) to contract W15QKN-18-C-0073 for improved armored cab modification kits. Work will be performed in Plymouth, Michigan, with an estimated completion date of Dec. 31, 2026. Fiscal 2024 missile procurement, Army funds; and fiscal 2024 Foreign Military Sales (United Kingdom, Italy, and Finland) funds in the amount of $53,948,551, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

South Dade Air Conditioning & Refrigeration Inc.,* Homestead, Florida, was awarded a $38,179,947 firm-fixed-price contract for paving. 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 4, 2027. 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-24-D-0001).  

Travis Association for the Blind, Austin, Texas, was awarded an $18,575,958 firm-fixed-price contract to clean, repair, store, and distribute clothing and individual equipment. Bids were solicited via the internet with one received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $18,575,958 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-C-0033). 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $12,398,107 modification (P00066) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2022, 2023 and 2024 other procurement, Army funds in the amount of $12,398,107 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

ProjectXYZ Inc., Huntsville, Alabama, was awarded an $11,482,427 contract for technical support for missile systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0028). 

Science Applications International Corp., Reston, Virginia, was awarded a $10,070,934 modification (P00103) to contract W31P4Q-21-F-0095 for hardware in the loop modeling and simulation and development engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Nalu Tech Solutions Inc.,* Warrenton, Virginia, was awarded a $7,618,192 modification (P00008) to contract W912CN-21-C-0002 for command, control, communications, computers and information management service and support. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2025. 413th Contracting Support Brigade, Fort Shafter, Hawaii, is the contracting activity. 

AIR FORCE

Accenture Federal Services LLC, Arlington, Virginia (FA7014-20-D-0006); Booz Allen Hamilton Inc., McLean, Virginia (FA7014-20-D-0007); Deloitte Consulting LLP, Arlington, Virginia (FA7014-20-D-0008); Digital Mobilizations Inc., Arlington, Virginia (FA7014-20-D-0010); KMPG LLP, McLean, Virginia (FA7014-20-D-0009); BCG Federal Corp., Washington, D.C. (FA7014-20-D-0005); Guidehouse Inc., McLean, Virginia (FA7014-20-D-0004); and McKinsey & Co. Inc., Washington, D.C. (FA7014-20-D-0003), has been awarded a $750,000,000 ceiling increase modification to the Air Force Strategic Transformation Support multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract to provide advisory and assistance services to support the Deputy Assistant Secretary of the Air Force Office of Business Transformation and Deputy Chief Management Officer in managing and improving strategic transformation initiatives at the enterprise level. This modification brings the total ceiling to $2,750,000,000. Work will be performed at various locations and is expected to be completed June 16, 2027. This award was the result of a competitive acquisition, and eight offers were received in June 2020. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity.

Reliance Test & Technology, Crestview, Florida, has been awarded a $233,953,184 modification (P00212) to previously awarded contract FA2486-16-C-0002 for Eglin operations and maintenance services which is for award term option period two. the modification brings the total cumulative face value of the contract to $1,397,096,079. Work will be performed at Eglin Air Force Base, Florida; Wright-Patterson Air Force Base, Ohio; and Holloman Air Force Base, New Mexico, and is expected to be completed by Sept. 30, 2026.  Fiscal 2024 research, development, test and evaluation in the amount of $2,100,000 is being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity. 

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $33,790,764 indefinite-delivery/indefinite-quantity order for F-16 CORE Sustainment. This contract provides engineering and technical services, support and sustainment, configuration management, and programmatic support, to ensure system integrity, mission readiness, sustainability, reliability, and maintainability of the F-16 Weapon System. Work will be performed in Fort Worth, Texas, and is expected to be completed by Feb. 28, 2025. This contract involves Foreign Military Sales (FMS) to Bahrain, Belgium, Chile, Bulgaria, Denmark, Portugal, Egypt, Greece, Iraq, Israel, Jordan, Korea, Morocco, Netherlands, Norway, Oman, Pakistan, Poland, Romania, Singapore, Slovakia, Taiwan, Thailand, and Turkey. This award is the result of a sole source acquisition. Fiscal 2024 operations and maintenance; fiscal 2024 procurement; and FMS funds in the amount of $33,790,764, are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. (FA8232-24-4321)

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $32,581,867 task order (FA8232-24-F-0041) for F-16 engineering services. The contract will provide engineering and technical services through configuration control and hardware, as well as software modifications to maintenance and related system-engineering functions of the F-16 Weapon System. Work will be performed in Fort Worth, Texas; and Hill Air Force Base, Utah, as well as various outside of the continental U.S. locations. The work is expected to be complete by Feb. 28, 2025. This award is the result of a sole-source acquisition and fiscal 2024 operations and maintenance; procurement; and Foreign Military Sales funds in the amount of $32,581,867, are being obligated at the time of award. The contracting activity is Hill AFB, Utah (FA8232-22-D-0004).

CAE USA Inc., Tampa, Florida, has been awarded a $23,869,671 firm-fixed-price contract for support of the courseware and instruction requirements at the multiple Air Force training locations. Work will be performed at Kirtland Air Force Base, New Mexico; Davis-Monthan Air Force Base, Arizona; Joint Base Andrews, Maryland; and Moody Air Force Base, Georgia, and is expected to be completed by March 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $11,696,139 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-24-C-B005).

Sierra Nevada Co. LLC, Sparks, Nevada, has been awarded a $9,729,429 task order modification (P00008) to previously awarded contract FA8509-20-F-0014 for the airborne mission networking system. The contract modification is for engineering change proposal integration and minimum viable product retrofitting for the MC-130 aircraft, as well as engineering services and an interim contractor support extension in support of this modification. The modification brings the total cumulative face value of the contract to $152,090,201. Work will be performed in Denver, Colorado; Hurlburt Field, Florida; and Eglin Air Force Base, Florida, and is expected to be completed by March 28, 2025. Fiscal 2022 procurement funds in the amount of $3,017,846; fiscal 2023 procurement funds in the amount of $4,511,584; and fiscal 2024 procurement funds in the amount of $2,200,000, are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. 

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price incentive (firm-target) $657,090,000 modification (P00067) to a previously awarded contract (N0001918C1012). This modification adds scope for the production and delivery of two additional MQ-25 System Demonstration Test Article aircraft (air vehicles four and five), to include associated tooling and communication system changes for the Navy. Additionally, this modification definitizes obsolescence phase two for non-recurring engineering to address product baseline obsolescence to support low-rate initial production for the MQ-25 Stingray program. Work will be performed in St. Louis, Missouri (45.43%); Goleta, California (7.2%); Endicott, New York (6.86%); Malabar, Florida (4.93%); San Diego, California (3.82%); Torrance, California (2.86%); Indianapolis, Indiana (2.66%); Clearwater, Florida (1.82%); Longueuil, Quebec, Canada (1.75%); Cedar Rapids Iowa (1.6%); Irvine, California (1.35%); various locations within the continental U.S. (CONUS) (19.12%); and various locations outside the CONUS (0.60%), and is expected to be completed in October 2028. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $288,635,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $181,000,000 cost-plus-fixed-fee undefintized modification (P00002) to a previously awarded contract (N0001924C0011) to procure various special tooling and special test equipment in support of F-35 aircraft production for the Air Force, Navy, Marine Corps, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Garden Grove, California, and is expected to be completed in January 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $36,267,514; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $36,267,513; and non-U.S. DoD participants funds in the amount of $16,154,972 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. 

BAE Systems, Information and Electronics, Nashua, New Hampshire, is awarded a $95,300,000 cost-plus-fixed-fee order (N0001924F0095) against a previously issued basic ordering agreement (N0001922G0009). This order provides for research, development, and low-rate initial production efforts in support of the integration of the Advanced Survivability Pod for the P-8A aircraft for the Navy. Work will be performed in Nashua, New Hampshire (91.5%); Austin, Texas (6.3%); and Patuxent River, Maryland (2.2%), and is expected to be completed in January 2030. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $14,000,000 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.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $60,341,151 firm-fixed-price contract for the production and delivery of Airborne Electronic Attack System Enhancements B-Kits for Weapons Replacement Assemblies (WRA) 7s and 8s and Low Band Dedicated Receivers (LBDRs) as follows: 45 WRA-7 B-Kits (44 for the Navy and one for the government of Australia); 46 WRA-8 B-Kits (44 for the Navy, one for the government of Australia, and one spare for the Navy); and 80 LBDRs (29 for the Navy, 19 for the government of Australia, and 32 spares for the Navy) in support of upgrading the AN/ALQ-218 tactical jamming receiver on the EA-18G aircraft. Additionally, this contract provides engineering and technical support and associated data in support of EA-18G aircraft upgrades for the Navy and government of Australia. Work will be performed in Linthicum Heights, Maryland (80%); and Bethpage, New York (20%), and is expected to be completed in August 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $37,804,032; fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,364,552; and Foreign Military Sales customer funds in the amount of $9,172,567, 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 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0006). 

General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $53,214,351 firm-fixed-price delivery order under a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-20-D-5109) for the production and shipping of Guided Missile MK 82 Director and MK 200 Director Control. This contract combines purchases for the Navy (95%) and the government of Australia (5%) under the Foreign Military Sales (FMS) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,385,375. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%), and is expected to be completed by January 2027. If all options are exercised, work will continue through January 2027. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $50,324,379 (95%); and Foreign Military Sales (Australia) funds in the amount of $2,889,972, will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one offer received. Naval Sea Systems Command, Washington D.C., is the contracting activity (N0002424F5343).

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $53,062,503 cost-plus-fixed-fee, fixed-price incentive (firm-target) order (N0001924F0010) against a previously issued basic ordering agreement (N0001922G0001). This order provides non-recurring engineering in support of early identification, development, and qualification of corrections to potential and actual F135 propulsion system operational issues, to include safety, reliability and maintainability problems identified through fleet usage. Additionally, this order provides for continued engine maturation, evaluates component life limits based on operational experience, improves operational readiness, and reduces engine maintenance and life cycle costs in support of the F-35 Lightning II program for the Air Force, Navy, F-35 Cooperative Program Partners and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (93%); and Indianapolis, Indiana (7%), and is expected to be completed in December 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,000,000; and fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $4,000,000, will be obligated at 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.

Raytheon Co., Tucson, Arizona, is awarded a $49,413,549 modification to a previously awarded hybrid firm-fixed-price, cost plus fixed fee, indefinite-delivery/indefinite-quantity delivery order contract M67854-24-F-1000 for the procurement of low-rate initial production units of the Navy Marine Expeditionary Ship Interdiction System Launcher. Work will be performed in Tucson, Arizona (15%); Mooresville, North Carolina (15%); and Kongsberg, Norway (70%). Work is expected to be completed by January 2027. Fiscal 2023 procurement (Marine Corps) funds in the amount of $49,413,549 are obligated at time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-F-1000).

Amentum Services Inc., Germantown, Maryland, is awarded a $26,477,282 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide for organizational, selected intermediate, and limited depot level maintenance and logistics support services in support of the F-5 aircraft for the Navy. Work will be performed in Yuma, Arizona (28%); Key West, Florida (28%); New Orleans, Louisiana (22%); Beaufort, South Carolina (15%); and Fallon, Nevada (7%) and is expected to be completed in June 2024. 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 Federal Acquisition Regulation 6.302-1. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0013). 

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $21,457,275 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-type modification to previously awarded task order (N00024-23-F-5100) for Canadian Surface Combatant system design, analysis, computer program software development, and integrated logistics support. This contract involves Foreign Military Sales (FMS) to Canada. Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2024. FMS Canada funds in the amount of $21,457,275 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.

JJLL LLC, Austin, Texas, is awarded $19,908,128 for cost-plus-incentive-fee contract modification to previously awarded contract (N62742-23-C-3550). This modification provides for an additional three more option periods for a maximum total of 12 months for Philippines operations support services, Republic of the Philippines. This award brings the total cumulative face value of the contract to $40,099,151. Work will be performed primarily in the cities of Manila and Zamboanga, and may include foreign locations within the regions of Southeast Asia, Northeast Asia, and Oceania, and is expected to be completed by March 2025. Fiscal 2024 operation and maintenance (Special Forces) funds in the amount of $4,473,232 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was issued as a sole source procurement under the authority of 10 U.S. Code 3204(b)(B) as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii), “Only one responsible source and no other supplies or services will satisfy agency requirements.” Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity. 

JFL Consulting LLC,* Edgewater, Maryland, is awarded $19,120,667 firm-fixed-price contract to provide the design, delivery, installation, and maintenance of an internet protocol and radio frequency transport system in support of the U.S. Naval Observatory. The contract will include an 18-month delivery period with three one-year option periods, one six-month option period, and an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total estimated value to $36,922,121. The base ordering period is expected to be completed by September 2025; if all options are exercised, the ordering period will be completed by October 2029. Work will be performed in Washington, D.C. (90%); and Colorado Springs, Colorado (10%). Fiscal 2024 other procurement (Navy) funds in the amount of $17,854,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This sole-source solicitation was posted on SAM.gov with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-24-C-0007). 

American Bureau of Shipping, Spring, Texas, is awarded a $17,693,966 modification under a previously awarded firm, fixed-price contract (N3220522C4029) to fund and exercise Option Year Two for continuous supportive engineering and technical services to audit ships and conduct plan reviews to verify, confirm, and document that Military Sealift Command’s (MSC) government owned, government operated fleet and government owned, contract operated fleet of are maintained in class or can be placed in class with ABS. This contract includes a 12-month base period and four 12-month option periods which, if exercised, would bring the cumulative value of this contract to $98,385,173. Fiscal 2024 Navy Working Capital funds in the amount of $8,000,000 will be obligated, and the total amount of $9,693,966 will be obligated for fiscal 2025 when funding is available. Option Period Two will be incrementally funded in the amount of $1,500,000 per Defense Federal Acquisition Regulation Supplement Clause 252.232-7007, with the remaining amount of $6,500,000.00 due before Oct. 1, 2024. The remaining funding is to be provided on or before Oct. 1, 2025, in the amount of $9,693,966 to fully fund Option Period Two. MSC, Norfolk, Virginia, is the contracting activity (N3220522C4029).

TOTE Services Inc., Jacksonville, Florida, is awarded a $15,306,564 firm-fixed-price bridge contract (N3220524C4028) for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area and is expected to be completed by Sept. 30, 2025. This contract includes one 12-month base period, and a six-month option under Federal Acquisition Regulation 52.217-8 which, if exercised, would bring the cumulative value of this contract to $23,125,543. Working capital funds (Navy) in the amount of $15,306,564 are obligated for fiscal 2024 and will not expire at the end of the fiscal year.

BAE Systems Ship Repair-San Diego, San Diego, California, is awarded a $12,618,999 firm-fixed-price modification to previously awarded contract (N00024-22-C-4420) for the fiscal 2022 USS Essex (LHD 2) Docking Selected Restricted Availability. Work will be performed in San Diego, California, and is expected to be completed by December 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $6,309,500 (50%); and fiscal 2024 other procurement (Navy) funds in the amount of $6,309,500 (50%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Northrop Grumman Aeronautics Systems, Melbourne, Florida, is awarded a $10,268,848 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-22-C-6418) to exercise options for safety, logistics, engineering, and depot support for Airborne Laser Mine Detection System. Work will be performed in Melbourne, Florida, and is expected to be completed by March 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $732,036 (55%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $610,851 (45%), will be obligated at time of award, of which funding in the amount of $610,851 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Management Services Group, doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded a $7,879,295 modification to a previously awarded contract (N00024-23-C-5307) to exercise options for production of the battle force tactical training and advanced training domain shipboard combat system training units and engineering support. This contract combines purchases for the Navy (91%); and the governments of Canada (5%) and Australia (4%), under the Foreign Military Sales (FMS) program. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by April 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $3,076,987 (90%); FMS Canada funds in the amount of $155,799 (5%); FMS Australia funds in the amount of $141,376 (4%); and fiscal 2023 Defense-wide procurement funds in the amount of $24,569 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CORRECTION: The $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction projects within the Naval Base Ventura County area of operations previously announced for Barkley Andross Corp.,* Hesperia, California, on March 28, 2024, has not been awarded. 

DEFENSE LOGISTICS AGENCY

Navistar Defense LLC, Madison Heights, Michigan, has been awarded a maximum $7,771,356 firm-fixed-price, indefinite-delivery/definite-quantity contract for wheel and tire assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Ohio, with a March 28, 2027, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0042).

CORRECTION: The contracts announced on March 26, 2024, for Petromax Refining Co.,* Houston, Texas (SPE602-24-D-0467, $553,956,872); Phillips 66 Co., Houston, Texas (SPE602-24-D-0468, $537,204,487); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-24-D-0471, $313,265,241); Placid Refining Co., LLC,* Port Allen, Louisiana (SPE602-24-D-0469, $246,912,575); Sunoco LLC, Dallas, Texas (SPE602-24-D-0470, $204,164,226); Lazarus Energy Holdings LLC,* Houston, Texas (SPE602-24-D-0465, $172,523,466); Carbon Asset Developer Associates LLC,* Alamo, Texas (SPE602-24-D-0461, $157,151,823); VetJet Fuels LLC,* Dallas, Texas (SPE602-24-D-0472, $157,083,553); Husky Marketing & Supply Co., Dublin, Ohio (SPE602-24-D-0464, $130,790,931); Alon USA LP, Brentwood, Tennessee (SPE602-24-D-0459, $105,685,589); Calumet Shreveport Fuels LLC,* Indianapolis, Indiana (SPE602-24-D-0462, $94,363,454); Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-24-D-0466, $70,007,192); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Rapid City, South Dakota (SPE602-24-D-0473, $35,536,088); Epic Aviation LLC, Salem, Oregon (SPE602-24-D-0463, $26,120,009) and Associated Energy Group, Houston, Texas (SPE602-24-D-0460, $10,185,517), were announced with an incorrect award date. The correct award date is March 27, 2024.

DEFENSE FINANCE ACCOUNTING SERVICES

Navy Federal Credit Union, Vienna, Virginia, has been awarded a $7,558,417 modification (P00005) to previously awarded cost-plus-fixed-fee contract HQ042323C0007 for banking and financial services to the Department of Defense (DOD) for the DOD Overseas Military Banking Program. The modification brings the total cumulative face value of the contract to $9,490,941 from $1,932,524. The award is the result of a competitive acquisition for which one offer was received. The contract has a six-month transition-in period ending March 31, 2024, a one-year base option beginning April 1, 2024, and eight one-year option periods. Banking services will be performed in Cuba, Diego Garcia, Germany, Honduras, Italy, Japan, Korea, Kwajalein Atoll, The Netherlands, Okinawa, Japan, and the United Kingdom, with home office operations in San Antonio, Texas. The expected completion date is March 31, 2025. Fiscal 2024 operations and maintenance, Army, Air Force, and Navy/Marines funds in the amount of $5,636,390 are being obligated at the time of award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity. 

*Small Business

Author

  • Ashley Jones

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

This entry was posted on Tuesday, April 02, 2024 1:07 pm

Leave a Reply

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

Notify me of updates to this conversation