INSIDE THE

NEWS + ADVICE

DoD Contracts: Akima Systems Engineering, Amentum Services, ManTech Advanced Systems International, Leidos, Week of 2-12-24 to 2-16-24

Posted by Ashley Jones
aircraft

2/12

ARMY

Alberici Constructors Inc., St. Louis, Missouri (W9127S-24-D-0001); J.F. Brennan Co. Inc., La Crosse, Wisconsin (W9127S-24-D-0002); Johnson Bros. Corp., A Southland Holdings Inc. Co., Grapevine, Texas (W9127S-24-D-0003); Massman Construction Co., Overland Park, Kansas (W9127S-24-D-0004); McMillen Inc., Boise, Idaho (W9127S-24-D-0005); and OCCI Inc., Fulton, Missouri (W9127S-24-D-0006), will compete for each order of the $200,000,000 hybrid (firm-fixed-price and fixed-price with economic-price-adjustement) contract for stoplog slot cuts conversion on the McClellan-Kerr Arkansas River navigation system. 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 Feb. 11, 2029. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity. 

L3 Technologies Inc., Londonderry, New Hampshire, was awarded a $34,856,736 firm-fixed-price contract for infrared illuminators. 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. 9, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0022).   

Chenega Base & Logistic Services LLC,* Anchorage, Alaska, was awarded a $33,829,935 hybrid (firm-fixed-price and time-and-materials) contract for base operation support services at U.S. Army Garrison Fort Wainwright. 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, 2025. Army 413th Contracting Support Brigade, Fort Shafter, Hawaii, is the contracting activity (W912CN-24-D-0007). 

RENK America, Muskegon, Michigan, was awarded a $16,212,836 modification (P00001) to contract W91CRB-24-D-0003 for piston assemblies. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

NAVY

DKW Communications Inc.,* Washington, D.C., is awarded a $72,734,022 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for corrective, adaptive, perfective and preventative software maintenance and associated minor support tasks, to include operation, maintenance, and repair of information technology; limited modification of hardware, as well as operation, maintenance, and repair of hardware for aviation, surface, and undersea fielded training systems, to include operator training systems, weapons training systems, training environments, use of sensors, and communications network systems in support of ensuring the fielded training systems are operational and training objectives are met for the Navy. Work will be performed in Norfolk, Virginia (22%); Cherry Point, North Carolina (20%); Jacksonville, Florida (16%); Pensacola, Florida (9%); Newport, Rhode Island (6%); San Diego, California (5%); North Island, California (4%); Whidbey Island, Washington (2%); Miramar, California (2%); Camp Pendleton, California (2%); Point Mugu, California (2%); Kingsville, Texas (2%); Iwakuni, Japan (2%); Mayport, Florida (1%); Orlando, Florida (1%); Beaufort, South Carolina (1%); Fallon, Nevada (1%); Corpus Christi, Texas (1%); and Fort Worth, Texas (1%), and is expected to be completed in February 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; seven offers were received. Naval Air Warfare Training Systems Division, Orlando, Florida, is the contracting activity (N6134024D0003).

Deloitte Consulting LLP, Arlington, Virginia, is awarded a $15,074,215 hybrid, cost-plus-fixed-fee and cost-only contract line-item numbers contract (N0003924C0004), for Order to Payment Process and Navy/Marine Corps Intranet Enterprise Services Tools support for Program Executive Office Digital and Enterprise Services. This is a contract for efforts that are currently being performed under contract number N0003920C0011. This contract contains a base period of performance of one year with three one-year option periods. The total cumulative value of this contract, if all options are exercised, is an estimated $55,747,949. Work will be performed in various locations within the U.S. Work is expected to be completed by February 2028. Operation and maintenance (Navy); and research, development, test and evaluation (Navy) funds in the amount of $2,750,000 will be obligated at award, of which $1,750,000 will expire at the end of the current fiscal year. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 3204(a)(1) – Only One Responsible Source and no other supplies or services will satisfy agency requirements (Federal Acquisition Regulation subpart 6.302-1). Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

U.S. TRANSPORTATION COMMAND

HomeSafe Alliance LLC, Houston, Texas (HTC71122DR002), is awarded a contract modification in the amount of $60,000,000 (P00013), and an additional 12 months of transition services, to ensure the rollout of Global Household Goods Contract. The location of performance is worldwide. The extended period of transition is from Feb. 12, 2024, to Feb. 11, 2025. The total cumulative value of this indefinite-delivery/indefinite-quantity contract is $6,246,747,799. Working capital funds (Transportation) will be obligated for fiscal 2024 and 2025. Task orders will be funded by each of the military services using Military Personnel funding at the task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Akima Systems Engineering (FA5215-24-C-0008), Herndon, Virginia, has been awarded a firm-fixed-price contract at $11,809,584 for administrative services providing aviation squadron functional support. ASE will provide aviation squadron functional support. Work will be performed at Kadena, Misawa, and Yokota Air Bases, Japan; Joint Base Elmendorf-Richardson and Eielson Air Force Base, Alaska; Osan and Kunsan Air Bases, Korea; and Hickam AFB, Hawaii, and is expected to be completed by Feb. 28, 2025. This award is the result of a non-competitive acquisition and fiscal 2024 operations and maintenance funds in the amount of $11,809,584 are being obligated at the time of award. This amount will fully fund the 12-month period of performance. The Joint Base Pearl Harbor-Hickam Enterprise Sourcing Squadron, Hawaii, is the contracting activity.

*Small Business

2/13

NAVY

Multi-MAC JV,* Yuma, Arizona, is awarded a maximum-value $85,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for compliance with air emission regulations, Emergency Planning and Community Right-to-Know Act regulations, greenhouse gas, and all other environmental media regulations to support Navy, Marine Corps, and other Department of Defense installations and federal agencies worldwide. This contract includes options which, if exercised, would extend the period of performance to January 2029. No task orders are being issued at this time. Work will be performed at Navy and Marine Corps facilities, and other government facilities within the Naval Facilities Engineering Systems Command Atlantic area of responsibility and is expected to be completed by January 2029. Fiscal 2024 operation and maintenance (Navy), funds in the amount of $10,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via www.sam.gov website, with five proposals received. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-24-D-0001).

L3 Technologies, Inc., Camden, Virginia, is awarded a $7,897,444 cost-plus-fixed-fee contract (N66001-24-C-0018) for enhancements to communications networks. Work will be performed in Camden, New Jersey (50%); Salt Lake City, Utah (40%); and San Diego, California (10%). Work is expected to be completed in February 2025. Funds from Naval Information Warfare Systems Command other procurement, Navy in the amount of $499,000; and the Naval Information Warfare Systems Command research, development, test, and evaluation in the amount of $1,990,000, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a)(1). Naval Information Warfare Center Pacific in San Diego, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 425-day bridge contract with no option periods. Location of performance is Alaska, with an April 15, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0008).

ARMY

Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W912WJ-24-D-0001); AECOM Technical Services Inc., Los Angeles, California (W912WJ-24-D-0002); Jacobs Engineering Group Inc., Arlington, Virginia (W912WJ-24-D-0003); HDR Architecture Inc., Boston, Massachusetts (W912WJ-24-D-0004); and CDM Federal Programs Corp., Fairfax, Virginia (W912WJ-24-D-0005), will compete for each order of the $49,000,000 firm-fixed-price contract for engineering and design services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2029. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity. 

Amentum Services Inc., Chantilly, Virginia, was awarded a $10,723,680 modification (000188) to contract W52P1J-17-G-0091 for maintenance, supply and transportation requirements at Fort Campbell. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of June 13, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $3,392,127 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

L3Harris Global Communications Inc., Rochester, New York, was awarded a $10,088,300 firm-fixed-price contract for satellite terminals, software and training. Bids were solicited via the internet with one received. Work will be performed in Rochester, New York, with an estimated completion date of June 30, 2026. Fiscal 2022 Foreign Military Sales (Romania) funds in the amount of $10,088,300 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5004). 

AIR FORCE

ManTech Advanced Systems International Inc., Herndon, Virginia, has been awarded a maximum ceiling $43,910,777 indefinite-delivery/indefinite-quantity contract for force structure support. The purpose of this contract is to manage multiple model and simulation tools and associated databases to analyze the air, space, cyber, and joint campaigns in support of the yearly planning, programming, budget, and execution process. To accomplish this, the contract will provide software development services, in the form of development, modification, maintenance, and operation of specified modeling and simulation tools. Work will be performed in Washington, D.C., and is expected to be completed by Feb. 14, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operations and maintenance funds in the amount of $600,000 are being obligated at the time of award. Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity. (FA7014-24-D-0003)

*Small Business

2/14

NAVY

Lockheed Martin Corp., Syracuse, New York, is awarded a $43,352,600 cost-plus-incentive-fee delivery order (N00024-24-F-6220) under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for design and qualification testing of the AN/submarine electronic warfare equipment. The delivery order includes options that if exercised will bring the value of the delivery order to $111,704,712. Work will be performed in Syracuse, New York, and is expected to be completed by February 2029. Fiscal 2024 research, test, development, and engineering (Navy) funds in the amount of $9,964,664 (50%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $9,750,000 (49%); and fiscal 2024 other procurement (Navy) funds in the amount $136,000 (1%) funding 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.

MSI Defense Solutions LLC,* Mooresville, North Carolina, was awarded a not-to-exceed $24,186,464, firm-fixed-price, undefinitized contract for the procurement of five Electronic Advanced Ground Launcher System Counter Unmanned Aerial System modular systems, as well as associated engineering and maintenance support, support equipment, spares, initial training materials, and technical manuals in support of emerging and persistent Unmanned Aerial System threats in the U.S. Central Command area of responsibility. Work will be performed in Mooresville, North Carolina (96%); Yuma, Arizona (1%); and various undisclosed locations outside the continental U.S. (3%) and is expected to be completed in February 2025. Fiscal 2022 missile procurement (Army) funds in the amount of $12,093,233 will be obligated at time of award, all of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-2. Naval Air System Command, Patuxent River, Maryland, is the contracting activity (N0001924C0029). (Awarded Feb. 13, 2024)

Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $14,947,319 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N40192-20-D-9000) to increase contract capacity for grounds maintenance and tree trimming services at Naval Base Guam, Marine Corps Base Camp Blaz, and Andersen Air Force Base, Guam. This award brings the total cumulative value of the contract to $78,442,030. Work will be performed within the Naval Facilities Engineering Systems Command Marianas area of responsibility including, but not limited to, Naval Base Guam (55%); Marine Corps Base Camp Blaz (5%); and Andersen Air Force Base, Guam (40%), and is expected to be completed by November 2024. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command Marianas, Guam, is the contracting activity.

America Electronic Warfare Associates, Inc.,* California, Maryland, is awarded an $8,872,127 modification (P00015) to a previously awarded cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract (N0042119D0076). This modification adds scope and increases the contract ceiling to provide ongoing technical support services for the Aircraft Prototype Systems Division infrastructure, engineering, technical shops and aircraft modification/ installation teams in support of aircraft research, development, experimentation and test and evaluation programs for the Navy. Work will be performed in Patuxent River, Maryland (80%); and California, Maryland (20%), and is expected to be completed in August 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hawkins Glass Wholesalers LLC,* Lorton, Virginia (SPE7L3-24-C-0017, $11,985,000); and Underground Pipeline Inc.,* doing business as UPI Manufacturing, Eagle, Wisconsin (SPE7L3-24-C0018, $8,064,378), have each been awarded a firm-fixed-price purchase order under solicitation SPE7L3-24-R-0029 for HMMWV windshield installation kits. This was a competitive acquisition with six responses received. These are one-time buy contracts, with an Oct. 6, 2025, delivery order end date. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. 

ARMY

CORRECTION: The $10,723,680 modification to contract W52P1J-17-G-0091, announced on Feb. 13, 2024, for Amentum Services Inc., Chantilly, Virginia, to provide maintenance, supply and transportation requirements at Fort Campbell had an incorrect modification number. The correct number is (88). 

*Small Business

2/15

NAVY

New Directions Technologies Inc.,* Ridgecrest, California, is awarded an $111,409,699 cost-plus-fixed-fee, cost indefinite-delivery/indefinite-quantity contract. This contract provides engineering support services or system, test, and transition engineering and management analysis and training services in support of providing concurrent engineering and subject matter expertise for major projects across various weapons systems such as missiles and sensor systems for the Naval Air Warfare Center Weapons Division (NAWCWD) Research and Engineering Department. Work will be performed in China Lake, California (70%); and Point Mugu, California (30%), and is expected to be completed in February 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; three offers were received. NAWCWD, China Lake, California, is the contracting activity (N6893624D0001).

Gilbane Federal, Concord, California (N69450-21-D-0056); Hensel Phelps Construction Co., Orlando, Florida (N69450-21-D-0057); The Korte Co., St. Louis, Missouri (N69450-21-D-0058); M. A. Mortenson Co., doing business as Mortenson Construction, Minneapolis, Minnesota (N69450-21-D-0059); RQ Construction LLC, Carlsbad, California (N69450-21-D-0060); Sauer Construction LLC, Jacksonville, Florida (N69450-21-D-0061); Walsh Federal LLC, Chicago, Illinois (N69450-21-D-0062); B.L. Harbert International LLC, Birmingham, Alabama (N69450-22-D-0011); Balfour Beatty Construction LLC, Charlotte, North Carolina (N69450-22-D-0012); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N69450-22-D-0013), are awarded a combined-maximum-value $60,000,000 firm-fixed-price modification to increase the capacity of their respective previously-awarded contracts for general building type projects. Award of this modification brings the total cumulative value for all 10 contracts combined to $1,010,000,000. Work will be performed in Florida (15%), Georgia (15%), Louisiana (14%), Mississippi (14%), South Carolina (14%), Tennessee (14%) and Texas (14%), and is expected to be completed by September 2026. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $43,131,929 cost-plus-fixed-fee order (N0001924F0008) against a previously issued basic ordering agreement (N0001922G0006). This order provides for engineering and logistics and support services, capability development and sustainment in support of the Marine Air-Ground Task Force Unmanned Aircraft System Expeditionary/Medium Altitude Long Endurance MQ-9A for the Marine Corps. Work will be performed in Poway, California (42%); Indo-Pacific Command Theater (20%); Yuma, Arizona (13%); Kaneohe Bay, Hawaii (11%); Patuxent River, Maryland (7%); Cherry Point, North Carolina (7%); and Mechanicsburg, Pennsylvania (1%), and is expected to be completed in February 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $9,000,000; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $8,485,345 will be obligated at the time of award, $9,000,000 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Tigua Technology Services Inc.,* El Paso, Texas, is awarded a $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for technical and analytical services support. This contract provides for a wide spectrum of services supporting the Joint Non-Lethal Weapons Program and specific support for the Joint Intermediate Force Capabilities Office. Work will be performed at Quantico, Virginia, with an expected completion date of Feb. 14, 2029. The maximum dollar value is $35,000,000. No funds are obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was a sole source acquisition in accordance with Federal Acquisition Regulation 19.8. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-D-7203).

Walsh Federal LLC, Chicago, Illinois, is awarded a $10,121,251 firm-fixed-price modification to previously-awarded contract N40085-22-C-0016 for P197 Aircraft Maintenance Hangar, Marine Corps Air Station Cherry Point. This award brings the total cumulative value of the contract to $210,094,005. Work will be performed at Havelock, North Carolina, and is expected to be completed by April 2026. Fiscal 2023 military construction (Marine Corps) funds in the amount of $10,121,251 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Officer in Charge of Construction Florence, Camp Lejeune, North Carolina, is the contracting activity.

Prism Maritime LLC,* Chesapeake, Virginia, is awarded a $7,939,991 cost-plus-fixed-fee, completion-type modification to previously-awarded contract N0016422CJQ86 to exercise options for shipboard and facility installations of Special Warfare and Expeditionary Systems Department technology systems, to be installed on Navy, Coast Guard, U.S. Allies Naval, and other U.S. military-affiliated platforms and facilities; and various other customers and/or maritime and ashore platforms pierside. Work will be performed in Crane, Indiana (40%); San Diego, California (20%); Portsmouth, Virginia (20%); Norfolk, Virginia (15%); Bangor, Washington (3%); and Kings Bay, Georgia (2%), and is expected to be completed by February 2027 if all options are exercised. This effort will be incrementally funded. Fiscal 2022 other procurement (Navy) funds in the amount of $1,421,344 (73%); Navy working capital funds in the amount of $254,489 (13%); fiscal 2023 operations and maintenance (defense-wide) funds in the amount of $225,000 (12%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $49,684 (3%); and fiscal 2023 other procurement (Navy) funds in the amount of $4,144 (0.2%) will be obligated at time of award, of which funds in the amount of $1,696,027 will expire at the end of the current fiscal year. The Naval Surface Warfare Center Crane Division, Crane, Indiana, is the contracting activity.

ARMY

Elwood National Forge Co., Irvine, Pennsylvania, was awarded a $49,726,165 firm-fixed-price contract for bomb body assembly and munitions handling unit pallets. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 15, 2029. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0005).

L.S. Black Constructors LLC, St. Paul, Minnesota, was awarded a $27,239,284 firm-fixed-price contract for design-bid-build construction of barracks. Bids were solicited via the internet with two received. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of April 5, 2026. Fiscal 2023 military construction, Army Reserve funds in the amount of $27,239,284 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0003).

Pearson Engineering LTD, Newcastle, United Kingdom, was awarded an $11,210,158 modification (P00015) to contract W56HZV-18-D-0046 for Assault Breacher Vehicle Engineering Breaching Systems. Work will be performed in Anniston, Alabama, with an estimated completion date of June 30, 2025. Fiscal 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $11,210,158 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Certified Stainless Service Inc., doing business as West-Mark, Ceres, California, was awarded a $10,471,909 modification (P00003) to contract W56HZV-22-D-0078 for the Bulk Fuel Distribution System. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 6, 2032. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

System High Corp.,* Chantilly, Virginia, has been awarded a $34,436,914 modification (P00011) to previously awarded contract HR001122C0073 for program security services. The modification brings the total cumulative face value of the contract to $89,033,704 from $54,596,790. Work will be performed in Arlington, Virginia, with an estimated completion date of March 2025. Fiscal 2024 research and development funds in the amount of $5,213,361 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Goodrich Corp., doing business as Collins Aerospace, Troy, Ohio, has been awarded a maximum $10,854,795 firm-fixed-price, requirements contract for F-15E heat sink performance-based support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with two four-year option periods. The ordering period end date is Jan. 31, 2026. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2026 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA1-24-D-0002).

AIR FORCE

BAE Systems Information and Electronic Systems Integration Inc. (BAE), Cedar Rapids, Iowa (FA8807-24-C-B009), has been awarded an $8,598,512 firm-fixed-price contract for BAE Systems Selective Availability Anti-Spoofing Module (SAASM) Single Chip Modules (SCMs). Work will be performed in Cedar Rapids, Iowa, and is expected to be complete by Aug. 9, 2024. This contract involves Foreign Military Sales to Israel and is the result of a sole source acquisition funded with appropriation funds in the amount of $8,598,512, obligated at the time of award. Space Systems Command Military Communications & Positioning, Navigation and Timing (PNT) Contracting Division, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. (Awarded Feb. 9, 2024)

*Small Business

2/16

AIR FORCE

Salient CRGT Inc., a wholly owned subsidiary of GovCIO, LLC, Fairfax, Virginia (FA4890-24-D-0007), has been awarded a single award, indefinite-delivery/indefinite-quantity contract with a ceiling not-to-exceed $865,000,000 for communications technical support services. This contract provides services at multiple locations throughout the U.S. Central Command area of responsibility. The ordering period will be March 5, 2024, through March 4, 2029, with incentive options, if earned, to extend until March 4, 2031. This award is the result of a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance appropriations funds in the amount of $6,316,359 are being obligated at the time of award. Acquisition Management Integration Center of Air Combat Command, Hampton, Virginia, is the contracting activity. 

ARMY

Leidos Inc., Reston, Virginia, was awarded a $249,000,000 firm-fixed-price contract for the Automated Installation Entry system. 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 Feb. 8, 2030. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-24-D-0001). 

Critical Contingency Solutions LLC, Belton, Texas, was awarded a $61,267,297 firm-fixed-price contract for life-support structures and services at Fort Johnson. 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 Feb. 11, 2029. Army 418th Contracting Support Brigade, Fort Johnson, Louisiana, is the contracting activity (W9124E-24-D-0002). 

J&J Maintenance, doing business as J&J Worldwide Services, Austin, Texas, was awarded a $20,544,196 firm-fixed-price contract for operation and maintenance, repair and minor construction at multiple locations in support of the Defense Health Agency program. Bids were solicited via the internet with four received. Work will be performed at Fort Detrick, Maryland, with an estimated completion date of Aug. 2, 2027. Fiscal 2024 Defense Health Program funds in the amount of $20,544,196 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0014). 

Enviremedial Services Inc.,* Oceanside, California, was awarded an $18,636,626 firm-fixed-price contract for facilities investment services. 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. 31, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-D-1001). 

Enviremedial Services Inc.,* Oceanside, California, was awarded an $17,932,719 firm-fixed-price contract for facilities investment services. 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. 31, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-D-1002). 

Next Tier Concepts Inc.,* Vienna, Virginia, was awarded a $12,886,541 cost-plus-fixed-fee contract to develop robust synthetic aperture radar object-detection capabilities. Work will be performed in Vienna, Virginia, with an estimated completion date of Feb. 18, 2029. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $385,478 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-C-0007). 

NAVY

Gibbs & Cox Inc., Arlington, Virginia, is awarded up to a $36,747,326 cost-plus-award-fee and cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-2313) to exercise options for supporting surface combatant ship design and engineering efforts for the Navy’s Future Surface Combatant Force, primarily in support of the DDG(X) program, as well as other emerging ship concepts, and to conduct feasibility studies as part of supporting the broader Navy fleet. Work will be performed in Washington, D.C. (60%); Arlington, Virginia (35%); Philadelphia, Pennsylvania (5%), and is expected to be completed by February 2025. Fiscal 2023 and 2024 research, development, test and evaluation (Navy) funds in the amount of $7,258,924 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 (N00024-22-C-2313).

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,147,783 cost-plus-incentive-fee, and cost-only modification to a previously awarded contract (N00024-21-C-5105) to exercise options for Combat System Ship Integration and Test on Littoral Combat Ships and Large Unmanned Surface Vessels. Work will be performed in Camden, New Jersey (27%); Pittsfield, Massachusetts (24%); Jacksonville, Florida (17%) Pascagoula, Mississippi (16%); Moorestown, New Jersey (10%); San Diego, California (4%); Virginia Beach, Virginia (1%); and Marinette, Wisconsin (1%), and work is expected to be completed by February 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $499,942 (67%); and fiscal 2024 other procurement (Navy) funds in the amount of $250,000 (33%), will be obligated at time of award, of which none will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., 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, February 20, 2024 2:56 pm

Leave a Reply

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

Notify me of updates to this conversation