INSIDE THE

NEWS + ADVICE

DoD Contracts: Amentum Services, CACI, SAIC, AECOM Technical Services, Nakupuna Solutions, Week of 2-21-23 to 2-24-23

Posted by Ashley Jones
aircraft

2/21

AIR FORCE

Blue Ivy Partners LLC, Arlington, Virginia, was awarded a maximum $148,591,972 firm-fixed-price contract for Software as a Service 2.0. This contract provides for licensing for the Sentinel systems from the cradle to the grave. Work will be performed at Hill Air Force Base, Utah; and Arlington, Virginia, and is expected to be complete by Feb. 22, 2026. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $14,256,864 are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8204-23-F-0003).

Alion Science and Technology Corp., McLean, Virginia, was awarded a $70,832,989 cost-plus-fixed-fee, firm-fixed-price, and cost reimbursement task order (FA9422-23-F-0001) under contract GS00Q14OADU303 for professional and engineering support. This contract provides program management, engineering, and other specialized support services for key programs executed by the Air Force Nuclear Weapons Center – Secure Storage Division. Work will be performed at Kirtland Air Force Base, New Mexico; and Lackland AFB, Texas, with some performance occurring at other installations and contractor facilities and is expected to be completed by Feb. 23, 2028. This contract was a competitive acquisition, and one offer was received. Fiscal 2021 procurement funds in the amount of $2,645,043; fiscal 2022 procurement funds in the amount of $662,507; fiscal 2023 procurement funds in the amount of $1,939,000; and fiscal 2023 operational and maintenance funds in the amount of $1,827,718 are being obligated at time of award. The Air Force Nuclear Weapons Center, Kirtland AFB, New Mexico, is the contracting activity.

NAVY

The Raytheon Co., McKinney, Texas, is awarded a $77,020,874 modification (P00017) to a previously awarded, firm-fixed-price, cost-plus-fixed-fee contract (N0001921C0004). This modification adds scope to procure five APY-10 Radar System production kits, as well as provide non-recurring engineering to address obsolescence issues within the Receiver Exciter Processors and Radar Data Centers in support of the P-8A Poseidon aircraft for the government of Germany. Work will be performed in McKinney, Texas (85.5%); Andover, Massachusetts (5.1%); Clearwater, Florida (2.4%); Black Mountain, North Carolina (2%); Philadelphia, Pennsylvania (1.4%); St Petersburg, Florida (1%); and various locations within the continental U.S. (2.6%), and is expected to be completed in October 2027. Foreign Military Sales customer funds in the amount of $77,020,874 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CACI Inc. – Federal, Chantilly, Virginia, was awarded an $11,012,897 cost-plus-fixed-fee and cost-only contract for technical engineering services and program support for the Canadian Surface Combatant (CSC) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,559,179. This contract involves Foreign Military Sales to Canada. Work will be performed in Washington, D.C., and is expected to be completed by February 2024. If all options are exercised, work will continue through February 2028. Foreign Military Sales (Canada) funds in the amount of $9,853,750 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304 (c) (4) — the terms of an international agreement or a treaty between the United States and a foreign government or international organization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4122). (Awarded Feb. 17, 2023)

ARMY

Sherpa 6 Inc.,* Littleton, Colorado, was awarded a $49,802,057 cost-plus-fixed-fee contract for Ground Soldier Technology Workflow, Integration, and eXperience (GS-TWIX). Bids were solicited via the internet with two received. Work will be performed in Littleton, Colorado, with an estimated completion date of Feb. 20, 2026. Fiscal 2023 procurement, defense-wide funds; and research, development, test, and evaluation, Army funds in the amount of $1,815,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY23-C-0045).

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $44,890,952 modification (P00160) to contract W31P4Q-19-C-0038 for the Javelin Missile System. Work will be performed in Tucson, Arizona, with an estimated completion date of July 29, 2024. Fiscal 2022 missile procurement, Army funds in the amount of $44,890,952 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Concurrent Technologies Corp., Johnstown, Pennsylvania (W15QKN-23-D-0013); and Jacktool LLC,* Cranbury, New Jersey (W15QKN-23-D-0014), will compete for each order of the $25,000,000 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for the procurement of non-production quantities of ammunition and ammunition components, engineer/design services, and testing services and support. 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 Feb. 21, 2028. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

EA Engineering, Science and Technology Inc. PBC,* Hunt Valley, Maryland, was awarded a $25,000,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 20, 2028. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-23-D-0010).

Pegasus Support Services LLC, Woodstock, Georgia, was awarded a $17,111,760 modification (P00003) to contract W9124M-23-F-0012 for operation and maintenance support at Fort Stewart and Hunter Army Airfield. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of Oct. 31, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $17,111,760 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity.

Aptim Federal Services LLC, Alexandria, Virginia, was awarded an $8,183,019 modification (P00013) to contract W912DY-20-F-0164 for maintenance and minor repair of petroleum systems. Bids were solicited via the internet with seven received. Work will be performed in Birmingham, Alabama; Montgomery, Alabama; Avon Park, Florida; Fort Walton, Florida; Homestead, Florida; Panama City, Florida; Tampa, Florida, Biloxi, Mississippi; Columbus, Mississippi; Gulfport, Mississippi; Jackson, Mississippi; Meridian, Mississippi; and Carolina, Puerto Rico, with an estimated completion date of March 7, 2024. Fiscal 2023 revolving funds in the amount of $8,183,019 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The County of Harnett, Lillington, North Carolina, has been awarded a maximum $48,427,595 modification (P00116) to a 40-year contract (SP0600-06-C-8254) with no option periods incorporating the change in wastewater commodity charge rate for unregulated services. This is a fixed-price, non-regulated tariff contract. The performance completion date is Sept. 25, 2046. Using military service is Army. Type of appropriation is fiscal 2023 through 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Seiler Instrument and Manufacturing Co., Inc.,* St. Louis, Missouri, has been awarded a maximum $30,722,692 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for feeder assembly units. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The performance completion date is Feb. 22, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0012).

Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $9,202,500 modification (P00004) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-B107) with four one-year option periods for wind and cold weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 25, 2024. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

*Small business
**Mandatory source

2/22

AIR FORCE

ITSC Secure Solutions LLC, Huntsville, Alabama, was awarded a not to exceed $415,000,000 cost-reimbursable and fixed-price task order for Support for Technical, Advisory, and Resource Services (STARS). This contract provides the Secretary of the Air Force Concepts, Development, and Management Office with a broad range of professional services to include program management, contract management, financial management, engineering, information assurance, administrative support, intelligence support, security management support, analysis, policy support, and technical assistance services. Work will be performed in Washington, D.C.; Fairfax, Virginia; and Tampa, Florida, and is expected to be completed by Dec. 15, 2027. This contract was a competitive acquisition, and four offers were received. Fiscal 2023 operations and maintenance funds in the amount of $150,000 are being obligated at the time of award. The Secretary of the Air Force Concepts, Development, and Management Office, Fairfax, Virginia, is the contracting activity (FA714623F0007). (Awarded Feb. 21, 2023)

DEFENSE LOGISTICS AGENCY

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $100,389,285 firm-fixed price, indefinite-delivery/indefinite-quantity contract for backpacks and related components. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. The ordering period end date is March 21, 2026. Using military service is Marine Corps. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0022).

NAVY

RAM-System GmbH, Ottobrunn, Germany, is awarded a €41,059,056 firm-fixed-price contract for fiscal 2023 for German Navy’s requirements for German Rolling Airframe Missile Block II Guided Missile Round Pack recertification. This contract is for the German Navy under a cooperative memorandum of understanding (MOU). Work will be performed in Ueberlingen, Germany (36%); Schrobenhausen, Germany (34%); Roethenbach, Germany (15%); Ottobrunn, Germany (10%); and Ulm, Germany (5%), and is expected to be completed by August 2027. German MOU funds in the amount of €41,059,056 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(4) — international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5404).

AECOM Technical Services Inc., Los Angeles, California, is awarded a $14,751,481 modification to previously awarded, cost-plus-award-fee task order (N62742-22-F-0122) for Red Hill drinking water long-term monitoring at Joint Base Pearl Harbor-Hickam, Oahu, Hawaii. The total cumulative face value of the contract task order is $38,790,594. The contract modification exercises the option to extend the term of the contract through May 31, 2024. Work will be performed at the Red Hill Pumping Station at Joint Base Pearl Harbor-Hickam and is expected to be completed by May 2024. Fiscal 2023 Commander, Navy Installation Command funds in the amount of $14,751,481 will be obligated at time of award, and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity (N62742-17-D-1800). 

Aboda Inc., Woodinville, Washington, was awarded an $11,702,400 firm-fixed-price task order under a previously awarded Federal Supply Schedule contract (47QMCB19D000V) to provide 300 long-term lodging units. Long-term lodging units will be provided from March 1, 2023, to Aug. 31, 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $11,702,400 will be obligated at time of award and will expire at the end of the current fiscal year. This task order was competitively procured via the General Services Administration’s e-Buy website, with four offers received. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. (Awarded Feb. 17, 2023)

ARMY

SAVIT Corp.,* Rockaway, New Jersey, was awarded a $40,160,222 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for research and development into new demilitarization technology and processes in order to safely and effectively treat and render unusable or inert ammunition, dispose of all by-products safely and in compliance with environmental regulation, and remove all explosive hazards. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 22, 2028. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-D-0021).

CORRECTION: The modification (P00013) to contract W912DY-20-F-0164 that was announced on Feb. 21, 2023, for Aptim Federal Services LLC, Alexandria, Virginia, for maintenance and minor repair of petroleum systems was actually awarded today, Feb. 22, 2023.

WASHINGTON HEADQUARTERS SERVICES

Group W Inc., Vienna, Virginia, is awarded a five-year, hybrid (firm-fixed-price, labor hour, and time and materials) contract (HQ003423C0014) valued at $12,087,919 for Information Management & Analysis Group support services to the Office the Secretary of Defense, Cost Assessment and Program Evaluation (CAPE). Fiscal year 2023 operations and maintenance funds in the amount of $12,087,919 are being obligated at the time of the award. The total value of the contract if all options are exercised is $69,666,855. The contractor will support CAPE staff with information and information systems software to conduct timely, high-quality analyses, as required by CAPE’s Program Resources Information Systems Management Division. Such analyses will be provided to senior leadership at the Department of Defense. The work will be performed at the Pentagon, Arlington, Virginia; the Mark Center, Alexandria, Virginia; and other CAPE offices in the National Capital Region. The estimated contract completion date is March 21, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

2/23

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $170,000,000 undefinitized cost-plus-fixed-fee order (N0001923F0157) against a previously issued basic ordering agreement (N0001919G0008). This order provides non-recurring engineering for flight test instrumentation modifications to four production aircraft (BF-139, AF-413, CF-95, and CF-110) in support of the Joint Strike Fighter Program’s Tech Refresh 3 and Block 4 weapons testing objectives and ship suitability testing for the Air Force, Marine Corps, Navy, and non-U.S. Department of Defense (DOD) program participants. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Nagoya, Japan (5%); and Baltimore, Maryland (5%), and is expected to be completed in July 2026. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $6,864,218; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $6,864,218; and non-U.S. DOD participant funds in the amount of $3,024,056 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $32,508,282 modification (P00002) cost-plus-fixed-fee, level of effort order (N0001921F0849) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to design, develop, and establish the F-35 NextGen Open Mission services in support of the Mission Planning Enterprise Software, encompassing the usage of modern cloud-based technologies and modern software methodologies for the Joint Strike Fighter Program. Work will be performed in Fort Worth, Texas (87%); and Eglin, Florida (13%), and is expected to be completed in March 2027. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $1,680,419; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,680,418; and non-U.S. Department of Defense participant funds in the amount of $6,729,349 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $9,112,824 modification (P00005) to a firm-fixed-price order (N0001922F1175) against a previously issued basic ordering agreement (N0001921G0008). This modification exercises options to provide continued unmanned aircraft systems intelligence, surveillance, and reconnaissance services for the U.S. Department of Defense, other government agencies, and domestic and overseas contingency operations. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $9,112,824 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Technology Solutions and Services, Inc., Rockville, Maryland, is awarded a $7,631,454 cost-plus-fixed-fee modification (P00059) to a previously awarded contract (N0042120C0003). This modification exercises an option to provide engineering and technical support, to include engineering analysis, technical documentation review and production, system assessment, and technical services to analyze, evaluate, and produce design change documentation and proposal for system upgrades in support of the integrated communications and information systems radio communications for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in February 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $3,215,308 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $164,341,145 modification (P00002) to contract W31P4Q-22-D-0021 for Phased Array Tracking Radar to Intercept on Target (PATRIOT) Advanced Capability-3 product assurance and launcher recapitalization. Work locations and funding will be determined with each order, with an estimated completion date of May 25, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Amentum Services, Germantown, Maryland, was awarded a $45,381,681 modification (P00199) to contract W58RGZ-17-C-0011 for contractor logistics support. Work will be performed in Germantown, Maryland, with an estimated completion date of Sept. 28, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $45,381,681 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

L-3 technologies Inc., Salt Lake City, Utah, was awarded a $20,815,286 modification (P00003) to contract W58RGZ-22-F-0293 for the Manned/Unmanned Teaming hardware, as well as technical and engineering support. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc., San Marcos, California, was awarded a firm-fixed-price order (H92415-23-F-0048) with a value of $14,871,608 for Dell laptops and associated equipment in support of U.S. Special Operations Command Special Operations Forces Acquisition, Technology, and Logistics (SOF-AT&L) Program Executive Office Command, Control, Computers and Communications (PEO-C4), with a delivery of 60 days after the date of the order. Fiscal operations and maintenance funds in the amount of $14,871,608 are being obligated at time of award. The blanket purchasing agreement was solicited and issued using a Full and Open Competition strategy in accordance with Federal Acquisition Regulation 8.405-3. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

*Small business

2/24

NAVY

Science Application International Corp., Reston, Virginia, is awarded a $102,475,669 firm-fixed-price and cost-plus-fixed fee modification to previously awarded contract N00024-22-C-6419 to exercise options for the production, spares, production support material, engineering support and hardware repair of components for MK 48 Heavyweight Torpedo All Up Round. This modification is in support of the MK 48 Mod 7 Heavyweight Torpedo program. This contract combines purchases to support the Navy, the Royal Australian Navy, and the government of Taiwan under the Foreign Military Sales (FMS) program. Work will be performed in Bedford, Indiana (80%); and Middletown, Rhode Island (20%), and is expected to be completed by January 2026. Fiscal 2022 weapons procurement (Navy) in the amount of $29,904,600 (29%); and fiscal 2023 weapons procurement (Navy) in the amount of $26,295,524 (26%) 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.

ACE Maintenance & Service Inc.,* Austin, Texas, is awarded a $21,278,230 indefinite-delivery/indefinite-quantity modification to previously awarded contract N40080-21-D-0004 to exercise Option Year Two for janitorial services at Naval Support Activity Bethesda. This award brings the total cumulative contract value to $60,995,161. Work will be performed in Bethesda, Maryland, and will be completed by February 2024. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy); and fiscal 2023 Defense Health Program funds in the amount of $21,026,740 will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command, Washington, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is awarded a $16,874,321 cost-plus-incentive-fee contract for engineering and maintenance services at Intermediate Maintenance Activity, Pearl Harbor, Hawaii in support of the MK 48 Heavyweight Torpedo efforts. This contract includes options which, if exercised, would bring the cumulative value of this contract to $91,922,540. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by February 2024. If all options are exercised, work will continue through February 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $7,448,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code Section 2304 (c)(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 (N00024-23-C-6106).

Frontier Technology Inc., Beavercreek, Ohio, is awarded a $13,13,923 cost-plus-fixed-fee modification to previously awarded, indefinite-delivery/indefinite-quantity contract (N6426720D0041) to exercise Option Period Three for the accomplishment of innovative airborne systems life cycle planning and analysis. Work will be performed in San Diego, California, and is expected to be completed by February 2025. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $3,422,304 (82%); and fiscal 2023 other procurement, (Navy) funds in the amount of $750,000 (18%) will be obligated at time of award on task order (N6426723F4018) and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity.

Nakupuna Solutions LLC,* Arlington, Virginia, is awarded a $12,024,072 firm-fixed-price modification (P00006) to previously awarded firm-fixed-price contract M67854-21-C-4905 for the modernization efforts at Marine Corps Logistics Base (MCLB) Albany. The total cumulative face value of the contract is $46,369,437. The contract modification provides for the exercise option for a Base Area Network Transport and Enterprise Unified Communications Voice solution for the modernization of the existing communication infrastructure at MCLB Albany. Work will be performed in Albany, Georgia, with an expected completion date of May 31, 2024. Fiscal 2023 procurement (Marine Corps) funds in the amount of $12,024,072 are obligated at time of award. Contract funds $12,024,072 will not expire at the end of the current fiscal year. This procurement is a direct 8(a) sole-source award to a Native Hawaiian Organization in accordance with Defense Federal Acquisition Regulation 6.302-5 — authorized or required by statute. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

AIR FORCE

Optima Government Solutions LLC, Alexandria, Virginia, was awarded a $90,132,680 indefinite-delivery/indefinite-quantity contract to support Air Force Reserve Command information technology services. This contract provides for services to support the planning, operation, sustainment, and modernization of the information technology environment of the Air Force Reserve Command. Work will be performed at Warner Robins Air Force Base, Georgia, and is expected to be completed by March 19, 2028. This contract was a competitive acquisition; one solicitation and eight offers were received. Fiscal 2023 operations and maintenance funds in the amount of $12,383,942 are being obligated at the time of award. The Air Force Reserve Command, Warner Robins Air Force Base, Georgia, is the contracting activity (FA6643-23-D-0001).

Lakota Solutions LLC, Warner Robbins, Georgia, was awarded a $49,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for aerospace ground equipment maintenance and support. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Feb. 27, 2029. This award is the result of a competitive acquisition. This contract was a competitive acquisition and four offers were received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,462,000 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2486-23-DA001).

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $63,688,908 modification (P00009) to a five-year base contract (SPE7LX-21-D-0110) with one four-year option period for multiple items used in the Abrams Main Battle Tank, Stryker Family of Vehicles, Light Armored Vehicle Family of Vehicles, Cougar, Buffalo and RG-31. This is a firm-fixed-price, indefinite-delivery/definite-quantity contract. Location of performance is Florida, with a July 29, 2029, delivery order end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

Hologic Sales and Service LLC, Marlborough, Massachusetts, has been awarded a maximum $27,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for commercial laboratory equipment, accessories and consumables. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE2DE-22-R-0006), and awardees will compete for a portion of the maximum dollar value of $495,000,000. The ordering period end date is Feb. 23, 2028. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-23-D-0018).

ARMY

AM General, South Bend, Indiana, was awarded a $19,992,898 firm-fixed-price delivery order for 108 pre-priced packaged kits under the Joint Light Tactical Vehicle Family of Vehicles contract W56HZV-23-D-0008. Bids were solicited via the internet with two received. Work will be performed in South Bend, Indiana, with an estimated completion date of Aug. 31, 2024. Fiscal 2023 other procurement, Army funds in the amount of $19,992,898 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV23-F-0189).

DEFENSE HEALTH AGENCY

Deloitte Consulting LLP, Falls Church, Virginia, was awarded a $13,167,914 bridge contract (HT0011-23-C-0065) to continue engineering management support services. Services that will be provided entail oversight and technical management of all Solutions Delivery Division (SDD) product activities across the entirety of the system development lifecycle (SDLC), execution of software quality assurance across SDD products, providing engineering management support to include the planning, execution and follow up for conduct of SDLC Milestones Review, and acquisition requirements and activities, and other information technology support services to the Defense Health Agency. Work will be primarily performed at Defense Health Headquarters, Falls Church, Virginia. Operation and maintenance funds for $9,576,665 are obligated for fiscal 2023 to fund the period of performance, which runs from Feb. 17, 2023, through Oct. 16, 2023, with a three-month option period from Oct. 17, 2023, to Jan. 16, 2024. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Feb. 21, 2023)

*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 Monday, February 27, 2023 1:27 pm

Leave a Reply

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

Notify me of updates to this conversation