INSIDE THE

NEWS + ADVICE

DoD Contracts: Applied Research Associates, ITC Defense, Battelle Memorial Institute, SAIC, Week of 4-1-24 to 4-5-24

Posted by Ashley Jones
aircraft

4/1

ARMY

Leidos Inc., Reston, Virginia, was awarded a $631,174,000 hybrid (cost-no-fee, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price, fixed-price-incentive) contract for development, integration, acquisition, bridging to logistics and operations. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2034. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $116,703,697 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Apache logistics support. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of April 30, 2025. Fiscal 2024 Army working capital funds in the amount of $116,703,697 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-C-0028).

IntellecTechs, Virginia Beach, Virginia, was awarded a $15,179,601 hybrid (cost-no-fee, firm-fixed-price) contract for personnel support services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-24-F-0058).

Luhr Crosby Inc., Columbia, Illinois, was awarded a $10,002,096 firm-fixed-price contract for dredging. Bids were solicited via the internet with one received. Work will be performed in Cairo, Illinois, with an estimated completion date of Dec. 31, 2024. Fiscal 2010 civil operation and maintenance funds in the amount of $10,002,096 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-F-0086).

NAVY

ITC Defense Corp.,* North Charleston, South Carolina, is awarded a $249,520,098 cost-plus- fixed-fee, cost-indefinite-delivery/indefinite-quantity contract to provide logistic support services for program of record (POR) and non-POR platforms, weapons, and commodities, to include support of all logistics elements associated with the acquisition, production, and sustainment of the International Partners (IP) weapons systems. Additionally, this contract provides for management of spare components, special tooling, test equipment, and services to sustain weapons systems deployed on existing platforms. This requirement will provide twelve integrated product support elements. These efforts are in support of IP nation capabilities under Foreign Military Sales, Building Partner Capacity, and International Cooperative Programs. Work will be performed in Patuxent River, Maryland, 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 awarded via electronic request for proposal, four offers were received.  Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0012). 

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $86,872,607 cost-plus-fixed-fee, cost, indefinite-delivery/indefinite-quantity contract for sustainment engineering and logistics services in support of all H-60 Naval Hawk type/model/series for the Navy and the governments of Australia, Denmark, Saudi Arabia, South Korea, Greece, India, and Spain. Work will be performed in Owego, New York, 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 not competitively procured pursuant Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0106). 

Professional Contract Services Inc., Austin, Texas, is awarded $38,572,161 for an indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N40085-20-D-0040). This modification provides for the exercise of Option Year Four for base operating support services at Naval Medical Center Portsmouth, and its outlying support sites. After award of this option, the total cumulative contract value will be $173,313,651. Work will be performed in Portsmouth, Virginia. This option period is from April 1, 2024, to March 31, 2025. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $36,061,951 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Space, Titusville, Florida, is awarded a $21,450,077 cost-plus-fixed-fee, level-of-effort, and cost-plus-fixed-fee completion contract modification (P00004) to a previously awarded contract (N0003022C2023) for engineering, technical support services, operational support hardware, and consumable spares for the Fleet Ballistic Missile Program.  Work will be performed in Denver, Colorado (24.64%); Valley Forge, Pennsylvania (23.30%); Cape Canaveral, Florida (23.21%); Titusville, Florida (9.75%); Sunnyvale, California (7.77 %); Coulport, Scotland (4.19%); Kings Bay, Georgia (1.83%); and various locations below one percent (totaling 5.31%). Work is expected to be completed by March 31, 2025.  No year, non-appropriated funds in the amount of $20,953,765 will be obligated on this award and no funds 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 2304(c)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity.  

Austal USA, Mobile, Alabama, is awarded an $11,784,350 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-17-C-2301) to exercise an option for Littoral Combat Ships industrial post-delivery availability support for USS Pierre (LCS 38). Work will be performed in Mobile, Alabama (90%); and Pittsfield, Massachusetts (10%), and is expected to be completed by May 2025. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $500,000 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.

RTX Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a 
not-to-exceed $11,245,975 definitized modification (P00027) to a previously awarded cost-plus-incentive-fee, fixed-price incentive (firm-target) contract (N0001920C0011). This modification exercises an option and adds scope to procure Marine Corps unique spares to include three roll post ducts and nozzles; three roll post hydraulic control units; three driveshaft assemblies; and four spare clutches as well as associated engineering assistance production and program administrative labor in support of Lots 15-17 F-35 Lighting II Joint Strike Fighter. Work will be performed in East Hartford, Connecticut (20%); Indianapolis, Indiana (14.8%); Minneapolis, Minnesota (10.9%); Rocky Mountain, North Carolina (9.4%);  Cleveland, Ohio (6.2%); Hartford Connecticut (2.3%); Laconia, New Hampshire (2.3%); Detroit, Michigan (1.6%); Joplin, Missouri (1.6%); Redmond, Oregon (1.6%); Phoenix, Arizona (1%); various locations within the continental U.S. (1.6%); and various locations outside the continental U.S. (26.7%), and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $11,245,975 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business

4/2

DEFENSE LOGISTICS AGENCY

Foster-Caviness Inc., Colfax, North Carolina, has been awarded a maximum $181,875,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is April 2, 2029. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, and U.S. Department of Agriculture schools and Indian tribal organizations. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-P422).

AIR FORCE

Martinez-DRMP JV, LLC, Merritt Island, Florida, will be awarded a not to exceed $49,999,999, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect and engineering Services. This contract provides mission support to the Space Launch Delta 45 (SLD 45), mission partners, tenant units, and the eastern range. Services will be performed at the following locations: Cape Canaveral Space Force Station, Florida; Patrick Space Force Base, Florida; Jonathan Dickinson Missile Tracking Annex, Florida; Malabar Missile Tracking Annex, Florida; and Ascension Auxiliary Airfield, South Atlantic. The work is expected to be completed by March 31, 2029. These awards are the result of a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance funds are being obligated at the time of award through an initial task order with a minimum award guarantee of $2,500. 45th Contracting Squadron, Patrick Air Force Base, Florida, is the contracting activity (FA2521-24-D-0002). (Awarded April 1, 2024)

Criterion Corp., Marquette, Michigan, was awarded a $43,567,606 firm-fixed-price contract for base operations support services. This contract provides for administration and management of materiel, ground transportation, vehicle maintenance, traffic management, real property maintenance, and fuels management. Work will be performed in Dobbins Air Reserve Base, Georgia, and is expected to be completed by May 31, 2029. This contract was a competitive acquisition, and nine offers were received. Fiscal 2024 operations and maintenance funds in the amount of $7,669,780 are being obligated at the time of award. The 94th Contracting Flight, Dobbins Air Reserve Base, Georgia, is the contracting activity. (FA6703-24-D0002)

Science Applications International Corp., Reston, Virginia, has been awarded a $20,992,067 cost-plus-fixed-fee modification (P00055) to contract FA8650-19-C-6024 for optical radiation bioeffects and safety. This research will advance understanding of the personal effects of directed energy and kinetic energy systems and associated protection. This additional work modification includes novel radio frequency bioeffects research, directs additional testing for laser bioeffects and clothing effects, and related Augmented Reality and Virtual Reality training development. Work will be performed at Fort Sam Houston, San Antonio, Texas, and is expected to be completed Aug. 1, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $415,000 will be obligated at time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. This contract was awarded March 29, 2024.

Applied Research Associates Inc., Albuquerque, New Mexico, has been awarded a $12,500,000 ceiling increase (P00009) to the indefinite-delivery/indefinite-quantity contract (FA2487-18-D-0129) for joint munitions effectiveness manuals production (JMEMs). The effort includes technical and analytical studies, theoretical investigation, software engineering, mathematical computations, and drafting and editing of technical reports. The effort also includes direct interface with JMEMs end-users and external software developers. Work will be performed in Albuquerque, New Mexico, and is expected to be completed Sept. 30, 2024. The award is the result of sole-source acquisition. Fiscal 2023 Army production, and fiscal 2023 research, development, test and evaluation funds will be used for this contract with no funds being obligated at time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. This contract was awarded March 29, 2024.

ARMY

Kinder Brothers Excavating Inc.,* Dexter, Missouri (W912EQ-24-D-0011); Maloney-Odin, a JV,* Novato, California (W912EQ-24-D-0012); and Southern Contracting LLC,* Biloxi, Mississippi (W912EQ-24-D-0013), will compete for each order of the $45,000,000 firm-fixed-price contract for seepage remediation projects. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of April 16, 2029. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity. 

SEH-Tepa ES JC LLC, La Crosse, Wisconsin, was awarded a $15,000,000 firm-fixed-price contract for architecture and engineering design 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 April 15, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2004). 

Optics1 Inc., Bedford, New Hampshire, was awarded a $10,618,611 firm-fixed-price contract to manufacture and install Geonyx XP Land Inertial Navigation Systems with accessories and support equipment, and to provide installation, integration, testing and training services. Bids were solicited via the internet with one received. Work will be performed in Bedford, New Hampshire, with an estimated completion date of March 30, 2029. Fiscal 2010 Foreign Military Sales (Jordan) funds in the amount of $10,618,611 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5001). 

DEFENSE HEALTH AGENCY

CliniComp International Inc., San Diego, California, was awarded a $29,469,074 modification to award Option Year Four of a firm-fixed price, indefinite-delivery/indefinite-quantity contract (HT001120D0003) with a maximum ceiling value of $411,905,935. The contract provides operational support and sustainment for all existing clinical information system components currently in operation and support decommissioning activities during the phased transition to MHS GENESIS, or otherwise discontinuing clinical information system operations. This effort has a 12-month base period of performance with six 12-month option periods with an estimated completion date of March 2027. This contract was procured as a sole source acquisition in accordance with Federal Acquisition Regulation 6.301. Fiscal 2024 operations and maintenance funds were obligated for a subsequent task order under HT001120D0003 to fully fund Option Year Four contract line item 4001 for 12 months from April 1, 2024, to March 31, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Mar. 29, 2024.)

NAVY

FLUKE Electronic Corp., Everett, Washington, is awarded a $33,799,248 firm-fixed-price contract for Fluke 5730A/03/AN multimeter calibrators in support of the Naval Air Systems Command Metrology and Calibration Program. The multimeter calibrators are devices that measure AC/DC voltage, AC/DC current, wideband frequency, four wire and two wire resistance. Work will be performed in Everett, Washington, and is expected to be completed by April 2029. Aircraft Procurement Navy fiscal 2024 funds in the amount of $2,615,418 will be obligated at time of award, of which 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). The Naval Surface Warfare Center, Corona Division, Norco, California, is the contracting activity (N6426724D0150).

General Dynamics Mission Systems Inc., Pittsfield, Massachusetts, is awarded a $33,689,682 cost-plus-fixed-fee term contract for design agent and lifecycle sustainment services in support of the Independence Variant Littoral Combat Ship Combat System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,562,666. Work will be performed in Pittsfield, Massachusetts (84%); San Diego, California (11%); Mobile, Alabama (5%), and is expected to be completed by March 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $4,753,024 will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S. Code 2304 (c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center, Port Hueneme Division is the contracting activity (N6339424C0004).

Raytheon Co., McKinney, Texas, is awarded $13,041,693 for a firm-fixed price delivery order N00383-24-F-PF01 under previously awarded basic ordering agreement (N00383-19-G-PF01) for the repair of nine APY-10 radar system weapon repairable assemblies in support of the P-8A aircraft. The delivery order does not include an option period. Work will be performed in Jacksonville, Florida (68%); and McKinney, Texas (32%), and work is expected to be completed by July 2026. Working capital funds (Navy) in the full amount of $13,041,693 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

*Small Business

4/3

NAVY

Fairbanks Morse LLC, Beloit, Wisconsin (N3220521D4106); and MAN Energy Solutions Middle East LLC, Dubai (N3220521D4105), are each receiving modifications (P00004) to previously awarded multiple-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts N3220521D4105 and N3220521D4106 to increase the shared contract ceiling by $163,000,000 to a value of $333,000,000. These are hybrid contracts with firm-fixed-price and time-and-material orders. These modifications will allow continuous procurement of parts and services from the original equipment manufacturer (OEM) for ships’ diesel engines, and OEM authorized parts and service technicians in order to maintain the diesel engines aboard multiple classes of ships, including Military Sealift Command’s submarine tenders, hospital ships, dry cargo ammunition ships, fleet replenishment oilers, expeditionary mobile Bases, expeditionary transfer docks, large, medium speed roll-on/roll-off ships and the Kocak class of roll-on/roll-off container ships. Work will be performed worldwide, with the period of performance ending May 20, 2026. A five-year ordering period with a shared contract ceiling of $170,000,000 is currently on these contracts. No funding is being obligated via these modifications, as this is an indefinite-delivery/indefinite-quantity contract, where funding is obligated at the order level. Funding for the fiscal year in which orders are place will be utilized at that time. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded a $40,594,709 cost-plus-fixed-fee contract for the Controlled, Advanced, Distributed Radio Frequency Effects (CADRE) effort. This contract provides for further development of selected capabilities known as CADRE for possible integration into the Next Generation Jammer (NGJ) program. The objective is to increase the technology readiness of the CADRE capability from Technology Readiness Level (TRL) Three to TRL Six, making it suitable for integration into the NGJ program. The work is divided into three phases: System Design and Risk Reduction; Detailed Design, Integration and Verification; and Ground Test and Flight Demonstration. These phases aim to achieve measurable progress milestones toward the long-term Future Naval Capabilities (FNC) objective of multi-aircraft flight demonstration. Work will be performed in McKinney, Texas, and the base effort is expected to be completed in November 2025. The total cumulative value of this contract, including an 18-month base period, a 19-month Option One, and a 22-month Option Two is $40,594,709. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,000,000 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under (N00014-23-S-B001) entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C1108).

Mercury Mission Systems LLC, Torrance, California, is awarded a $17,751,442 firm-fixed-price modification (P00007) to a previously awarded contract (N0001922C0038). This modification exercises an option for the production and delivery of 48 1553 data transfer units and 121 high definition video recorders in support of F/A-18C-F and EA-18G aircraft retrofit efforts for the Navy. Work will be performed in Torrance, California, and is expected to be completed in September 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $17,751,442 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 (NAVAIR), Patuxent River, Maryland, is the contracting activity.

ARMY

Record Steel & Construction Inc., Boise, Idaho, was awarded a $90,899,000 firm-fixed-price contract for construction of a water treatment plant. Bids were solicited via the internet with one received. Work will be performed at Mountain Home Air Force Base, Idaho, with an estimated completion date of Sept. 21, 2026. Fiscal 2021 military construction, defense-wide funds in the amount of $90,899,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-C-0005).  

G&G Steel Inc.,* Russellville, Alabama, was awarded an $18,269,886 firm-fixed-price contract for lock lower miter gates and spare parts. Bids were solicited via the internet with two received. Work will be performed in Russellville, Alabama, with an estimated completion date of Aug. 8, 2028. Fiscal 2024 civil operation and maintenance funds in the amount of $18,269,886 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0023). 

Torch Technologies Inc.,* Huntsville, Alabama, was awarded a $17,696,417 modification (P00159) to contract W31P4Q-21-F-0038 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Cidra Manufacturing Inc.,** Cidra, Puerto Rico, has been awarded a maximum $28,601,156 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular lightweight load-carrying equipment components. This was a competitive acquisition with six responses received. This is a three-year contract with no option periods. The ordering period end date is April 2, 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-0043).

The Entwistle Co., Hudson, Massachusetts, has been awarded a maximum $22,814,400 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for padeye sliding assemblies. 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 three-year base contract with one one-year option period. The performance completion date is April 2, 2027. Using military service is Navy. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-24-D-0025).

*Small Business
**Small-disadvantaged business in historically underutilized business zones

4/4

NAVY

AECOM-ASO JV, Los Angeles, California (N62742-24-D-3501); Amentum Services Inc., Chantilly, Virginia (N62742-24-D-3502); Fluor Intercontinental Inc., Greenville, South Carolina (N62742-24-D-3503); IAP-ECC LLC, Cape Canaveral, Florida (N62742-24-D-3504); KBR Services LLC, Houston, Texas (N62742-24-D-3505); and Vectrus Systems Corp., Colorado Springs, Colorado (N62742-24-D-3506), are awarded a combined $2,000,000,000 indefinite-delivery/indefinite-quantity contract with the capability to issue cost-plus-award-fee and firm-fixed-price task orders for the Global Contingency Services Multiple Award Contract III. This contract provides for the ability to quickly provide short-term facility support services in support of natural disasters, humanitarian efforts, the full range of military actions, incumbent contractor’s nonperformance or potential breaks in service. Work will be performed at various locations (including remote locations) throughout the world. The term of the contract is not to exceed 102 months and is expected to be completed by September 2032. The maximum dollar value, including the base period and seven option years with one six-month extension period, for all six contracts combined, is $2,000,000,000. Each awardee will be awarded $25,000 (minimum contract guarantee per awardee) at contract award. Fiscal 2024 supervision, inspection, and overhead funds in the amount of $150,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with six offers received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $79,213,757 cost-plus-fixed-fee modification to previously awarded contract (M67854-16-C-0006) for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,838,414,624. This contract modification provides for the additional subcontract line-item numbers for the procurement of three production representative test vehicles for the ACV recovery variant and test support. 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 research and development funds in the amount of $79,213,757 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).

Prime Projects International LLC, Djibouti, Djibouti (N33191-24-D-0001); Cosmezz S.A.R.L., Djibouti, Djibouti (N33191-24-D-0002; Mapi Construction S.A.R.L., Djibouti, Djibouti (N33191-24-D-0003); SpendSmart Group LLC, Park Ridge, Illinois (N33191-24-D-0004); and Tremco LLC, Djibouti, Djibouti (N33191-24-D-0005), are awarded a combined $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for construction, renovation, or repair of buildings. The work to be performed provides for renovation, demolition, or construction of administrative buildings, community buildings, recreational facilities, containerized living units, and other infrastructure. Work will be performed primarily in Camp Lemonnier, Djibouti, the country of Djibouti, and possible locations in adjacent countries. The term of the contract is not to exceed 60 months and has a completion date of April 2029. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $506,760 are obligated on this award and will expire at the end of the fiscal year.

This contract was competitively procured via the SAM.gov website, with 13 offers received.

The Naval Facilities Engineering System Command, Europe Africa Central, Naples, Italy, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $11,470,144 undefinitized cost-plus-fixed-fee order (N0001924F2584) against a previously issued basic ordering agreement (N0001924G0010). This order provides for the redesign of the relay optical assembly on the F-35 Gen III Helmet Mounted Display System in support of the F-35 program for the Air Force, Navy, Marine Corps, and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $2,298,307; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $2,298,307; and non-DOD participant funds in the amount of $1,023,756 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.

U.S. SPECIAL OPERATIONS COMMAND

Battelle Memorial Institute, Columbus, Ohio, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240324D0002) that has a maximum value of $350,000,000 (including all options) and a minimum ordering guarantee of $2,500. The first delivery order is being awarded concurrently with the contract and obligates $647,357 for program management support. Battelle Memorial Institute is a large, not-for-profit business, and the scope of the contract is for the acquisition of non-standard commercial vehicles (NSCV)-life cycle replacement and ancillary vehicle modifications based on U.S. Special Operations Command’s (USSOCOM) requirements. In addition, it supports lifecycle replacement of USSOCOM’s NSCV fleet and includes various armament, communications, and modification packages, as well as program management, test support, driver new equipment training, engineering changes, system technical services, parts, and shipping. This contract has a seven-year ordering period (five-year base ordering period with two one year option ordering periods) with a period of performance beginning April 4, 2024, and ending on April 3, 2031.  U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

EnerSys Advanced Systems, Warrensburg, Missouri (SPE7LX-24-D-0049, $200,564,422); and FIAMM Energy Technology LLC, Waynesboro, Georgia (SPE7LX-24-D-0050, $17,6312,595), have each been awarded a firm-fixed-price, indefinite-quantity contract under solicitation SPE7LX-23-R-0108 for battery storage. This was a competitive acquisition with two responses received. These are three-year base contracts with two one-year option periods. The performance completion date is April 3, 2027. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

McRae Industries,* Mt. Gilead, North Carolina, has been awarded a maximum $31,444,644 fixed-price, indefinite-delivery/indefinite-quantity contract for hot weather boots. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. The ordering period end date is March 27, 2028. Using military service is Marine Corps. 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-0044).

AIR FORCE

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $17,214,761 cost-plus-fixed-fee task order for the U.S. Battlefield Information Collection and Exploitation System trusted network environment cross domain solution – sustainment task order. This contract will provide services and associated supplies to the U.S. government for engineering, development, testing, assessment, deployment, and support for this task order.  Work will be performed at various continental U.S. and outside the continental U.S. locations and is expected to be completed by March 31, 2025. This contract was a sole-source acquisition and fiscal 2024 operation and maintenance funds in the amount of $16,852,161 are being obligated at time of award. The Secretary of the Air Force, Concepts Development and Management Contracting Office, Fairfax, Virginia, is the contracting activity (FA7146-24-F-0014). (Awarded April 2, 2024)

Relativity Space, Long Beach, California, has been awarded a $8,765,978, fixed-price contract for real-time flaw detection in large format additive manufacturing. Work will be performed in Long Beach, California, and is expected to be complete by July 3, 2026.  Fiscal year 2023 research and development funds in the amount of $8,765,978 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B012).

ARMY

Louis Berger Hawthorne Services Inc., Greenville, South Carolina, was awarded an $11,946,046 firm-fixed-price contract for petroleum facility recurring maintenance and minor repair services. Bids were solicited via the internet with five received. Work will be performed in Greenville, South Carolina, with an estimated completion date of May 7, 2029. Fiscal 2024 revolving funds in the amount of $11,946,046 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0028). 

Massman Construction Co., Overland Park, Kansas, was awarded an $8,261,139 firm-fixed-price contract for the Algiers Lock Riverside Dolphin Replacement project. Bids were solicited via the internet with four received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Jan. 31, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $8,261,139 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0008). 

*Small Business

4/5

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $518,828,362 cost-plus-fixed-fee contract for Stryker system technical support. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0012). 

L3Harris Global Communications Inc., Rochester, New York, was awarded a $155,250,000 firm-fixed-price contract for mobile and secure communications services. 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 5, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5031). 

Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri, was awarded a $35,000,000 firm-fixed-price contract for architect and engineering services. 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 April 4, 2029. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-D-0002). 

Spence Brothers, Saginaw, Michigan, was awarded an $8,674,770 modification (P00003) to contract W911XK-21-C-0001 for construction of a bi-directional fish passage. Work will be performed in Traverse City, Michigan, with an estimated completion date of May 25, 2026. Fiscal 2023 civil construction funds in the amount of $8,674,770 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. 

NAVY

The Applied Physics Laboratory, University of Washington, Seattle, Washington, is awarded a $249,996,414 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, contract ceiling increase modification to a previously awarded contract (N00024-21-D-6400) for research, development, engineering, and test and evaluation for Department of Defense (DOD) programs including: experimental oceanography, acoustic propagation, underwater instrumentation and equipment, marine corrosion, acoustic and related systems, simulations and signal processing, mission related and public service oriented research and development. This contract modification also increases the value of the contract option ceiling by $473,998,879 which, if exercised, would bring the cumulative value of this contract to $925,770,891. Work will be performed in Seattle, Washington, and is expected to be completed by October 2025. Funds of multiple different appropriation types and years from program offices and agencies throughout the DOD may be obligated on individual task orders. This contract is awarded pursuant to 10 U.S. Code 3204(a)(3), as implemented in Federal Acquisition Regulation 6.302-3; Industrial mobilization; engineering, developmental, or research capability; or expert services. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $13,175,866 modification (P00035) to a firm-fixed-price order (N0001920F0350) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to provide 105 mission computer retrofit kits (101 for the Navy, three for the government of Australia and one for the government of Denmark); 28 flight management computer retrofit kits (22 for the Navy, three for the government of Australia, one for the government of Denmark, and two for the government of Saudi Arabia); and 100 Lynx and 55 Redhat software licenses for the Navy, all in support of the H-60 aircraft. Work will be performed in Owego, New York, and is expected to be completed in November 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $12,408,194 and Foreign Military Sales customer funds in the amount of $767,672 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.

DEFENSE LOGISTICS AGENCY

The Hartford Provision Co., South Windsor, Connecticut, has been awarded a maximum $103,751,241 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is April 7, 2029. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-3011). 

Belleville Shoe Manufacturing Co.,* Belleville, Illinois, has been awarded a maximum $10,334,376 modification (P00008) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1541) with two one-year option periods for general purpose and flight deck safety boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Missouri and Arkansas, with an April 6, 2025, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $8,070,516 modification (P00005) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1544) with four one-year option periods for men’s dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 11, 2025. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

AIR FORCE

KBR Wyle Services LLC, Lexington Park, Maryland, was awarded a cost plus-fixed-fee and indefinite-delivery/indefinite-quantity contract with the ceiling of $99,000,000. This contract will be supporting the transition and integration of mission-critical Space Domain Awareness, Battle Management Command and Control, and space enterprise capabilities to support the Air Force Space Vehicles Directorate. Work is expected to be completed by April 2029. Fiscal 2024 research, development, test, and evaluation funds in the amount of $750,000 are being obligated on the first task order. Work will be performed in Colorado Springs, Colorado. This was a competitive acquisition with one offer received. The contracting activity responsible for this action is with Air Force Research Laboratory/RVKE, Kirtland Air Force Base, Albuquerque, New Mexico (FA9453-24-D-X002).

Rally Point Management LLC, Fort Walton Beach, Florida, has been awarded a $7,937,070 contract modification (P00005) exercising the first one-year option period of previously awarded contract (FA4890-23-F-0023). This modification will provide Air Force Office of Special Investigations with locally employed screening teams at Al Udeid Air Base, Qatar; Ali Al Salem Air Base, Kuwait; Al Dhafra Air Base, United Arab Emirates; Ramstein Air Base, Germany; and Shaw Air Force Base, South Carolina, and is expected to be complete April 28, 2028. This modification will bring the total cumulative face value of the contract to $14,325,184. Fiscal 2024 operations and maintenance funds in the amount of $7,937,070 are being obligated at time of award. The contracting activity is Air Combat Command, Acquisition Management Integration Center, Langley Air Force Base, Virginia.

*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 09, 2024 1:51 pm

Leave a Reply

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

Notify me of updates to this conversation