INSIDE THE

NEWS + ADVICE

DoD Contracts: Applied Research Laboratory at the Penn State University, Hewlett Packard Enterprise, Battelle Memorial Institute, Week of 6-17-24 to 6-21-24

Posted by Ashley Jones

6/17

AIR FORCE

National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $442,227,417 modification (P00241) to previously awarded contract FA9101-15-C-0500 for test operations and sustainment. The contract modification is for test operations, technology development, equipment and facility sustainment, capital improvements, and some support services for Arnold Engineering Development Complex. The proposed action will extend contract FA9101-15-C-0500 for up to one year (if all options are exercised). The location of performance is Arnold Air Force Base, Tennessee. The work is expected to be completed by June 30, 2025. Total cumulative face value of the contract is $2,616,438,223. No funds are being obligated at the time of award. The Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity.

ARMY

Astronics Test Systems Inc., Orlando, Florida, was awarded a $215,500,000 firm-fixed-price contract for the production and delivery of radio test set TS-4549/T. 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 June 16, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0027).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $127,500,000 modification (P00001) to contract W58RGZ-24-F-0043 for the procurement of sustainment parts for CH47 aircraft. 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 Sept. 30, 2028. Army contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $20,740,804 cost-plus-fixed-fee modification to previously awarded contract (N00024-21-C-6425) to exercise an option for Hammerhead units. Work will be performed in Taunton, Massachusetts, and is expected to complete by June 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $20,740,804 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.

AeroVironment Inc.,* Simi Valley, California, is awarded a $13,691,731 cost-plus-fixed-fee order (N6833524F0079) against a previously issued basic ordering agreement (N6833519G0059). This order provides for the development of automated entity classification in video using soft biometrics, in support of advanced image and video analytics capabilities for unmanned system technologies, including the optimization of system design through machine learning and techniques to apply to aerial systems, maritime systems, and multi-vehicle coordination and heterogeneous swarming for the Navy. This contract is in support of Small Business Innovation Research Phase III topic N08-077 titled “Automated Entity Classification in Video Using Soft Biometrics”. Work will be performed in Simi Valley, California, and is expected to be completed in June 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,242,731 will be obligated at time of award, all of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

Progeny Systems Corp., Manassas, Virginia, is awarded an $11,996,038 cost-plus fixed-fee modification to previously awarded contract (N00024-19-C-6118) to exercise options to provide engineering and technical support including modernizing Virginia Class Block I/II submarines to include the common weapon launcher. Work will be performed in Manassas, Virginia, and is expected to be completed by July 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $10,535,000 (97%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $200,086 (2%); and Royal Australian Navy funds in the amount of $147,833 (1%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Alabama Shipyard LLC,* Mobile, Alabama, is awarded an $11,339,193 firm-fixed-price contract (N3220524C4220) for a 106-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fleet replenishment oiler USNS Kanawha (T-AO 196). This contract includes a base work package and four unexercised options for additional work and time which, if exercised, would increase the cumulative value of this contract to $11,807,789. Work will be performed in Mobile, Alabama, beginning Aug. 31, 2024, and is expected to be completed by Dec. 14, 2024. Fiscal 2024 working capital funds (Navy) in the amount of $11,339,193 are obligated and will not expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via sam.gov and five offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4220).

Thales USA Inc., Overland Park, Kansas, is awarded a $10,455,330 firm-fixed-price contract for the production and delivery of 11 OE-4691 tactical air navigation (TACAN) antenna systems, 196 high power assemblies, 49 low power assemblies, and 49 remote monitor and maintenance controllers, as well as associated data, to upgrade existing shipboard TACAN systems and to support new ship construction to include all air capable ships, providing range and bearing information to equipped aircraft in support of the Navy. Work will be performed in Salt Lake City, Utah, and is expected to be completed in November 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $9,761,124; and fiscal 2023 other procurement (Navy) funds in the amount of $694,206, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0021).

DEFENSE LOGISTICS AGENCY

Northrop Grumman, Woodland Hills, California, is being awarded a maximum $19,068,036 firm-fixed-price, indefinite-delivery requirements for display control units. 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 four-year contract with no option periods. The performance completion date is May 15, 2028. Using military service is Army. The type of appropriation is fiscal 2024 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-24-D-0003).

HC Merchandisers Inc., Ontario, California, has been awarded a maximum $10,023,266 firm-fixed-price, indefinite-quantity contract for pneumatic tire inflators. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.301-1. This is a three-year base contract with two one-year option periods. The performance completion date is June 16, 2027. Using military services are Army, Marine Corps, and Air Force. 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 (SPE7LX-24-D-0062).

*Small business

6/18

NAVY

The Boeing Co., St. Louis, Missouri, is being awarded $211,986,000 for a ceiling-priced delivery order (N00383-24-F-YY1S) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of 11 various configurations of flight control surfaces used on the F/A-18 E/F and EA-18G aircrafts. The delivery order does not include an option provision. Work will be performed in Jacksonville, Florida (83%); and St. Louis, Missouri (17%). Work is expected to be completed by December 2028. Working capital funds (Navy) in the amount of $103,873,140 will be obligated at time of award as an undefinitized contract action, 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $63,534,667 modification (P00032) to a previously awarded cost-plus-incentive-fee contract (N0001922C0041). This modification extends services to provide continued infrastructure support, to include engineering, maintenance, logistics, manpower, and material for F-35 Joint Strike Fighter (JSF) laboratory facilities and F-35 developmental flight test activities in support of the F-35 JSF program for the Navy, Air Force, Marine Corps, and F-35 cooperative program partners. Work will be performed Fort Worth, Texas (81%); Orlando, Florida (7%); Linthicum, Maryland (3%); Nashua, New Hampshire (3%); San Diego, California (2%); El Segundo, California (2%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and is expected to be completed in August 2024. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $19,282,467; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $19,282,467; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $6,698,415; fiscal 2024 operations and maintenance (Navy) funds in the amount of $6,698,415; and F-35 cooperative program partners funds in the amount of $11,572,902, will be obligated at the time of award, $13,396,830 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Jacobs/B&M JV, Arlington, Virginia, is awarded a $46,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect-engineer services modification to previously awarded contract N62742-20-D-0002 for design, engineering, specification writing, cost estimating, and related services. This award brings the total cumulative value of the contract to $145,000,000. Work will be performed in Guam and the Commonwealth of the Northern Marianas Islands (75%); Australia (15%); Hawaii (5%); and Diego Garcia (5%), and will be completed by July 2025. No funds will be obligated at time of award; funds will be obligated on individual task orders and task order modifications as they are issued. Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

The Raytheon Co., McKinney, Texas, is awarded a $35,000,000 firm-fixed-price undefinitized contract to procure materials necessary to support the production and delivery of 18 APY-10 Radar Systems, to include 14 for the government of Canada; three for the government of Germany; and one for the Navy in support of the P-8A Poseidon aircraft. Work will be performed in McKinney, Texas and is expected to be completed in September 2028. Foreign military sales funds in the amount of $6,543,561 and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $384,915 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0040).

ARMY

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $124,824,386 modification (P00003) to contract W912DR-23-C-0006 for construction services. Work will be performed at Fort Meade, Maryland, with an estimated completion date of Jan. 3, 2027. Fiscal 2024 military construction, defense-wide funds in the amount of $25,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

KPH Construction Corp.,* Milwaukee, Wisconsin (W911SA-24-D-2019); MDM Construction Supply LLC,* Rockford, Illinois (W911SA-24-D-2020); Miller Electric Co. Inc.,* Reno, Nevada (W911SA-24-D-2021); R. J. Jurowski Construction Inc.,* Whitehall, Wisconsin (W911SA-24-D-2022); RHI LLC,* Marriot-Slaterville, Utah (W911SA-24-D-2023); 2A LLC,* Aberdeen, Maryland (W911SA-24-D-2014); Bruce Kreofsky and Sons Inc.,* Plainview, Minnesota (W911SA-24-D-2015); Huot Construction and Services Inc.,* South Saint Paul, Minnesota (W911SA-24-D-2016); JMJ Construction Co. Inc.,* New Lisbon, Wisconsin (W911SA-24-D-2017); and Kaiyuh Services LLC,* Anchorage, Alaska (W911SA-24-D-2018), will compete for each order of the $25,000,000 firm-fixed-price contract for general construction services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of June 24, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

Guidehouse Inc., McLean, Virginia, was awarded a $22,692,403 modification (P0006) to contract W91CRB-23-C-0004 for audit support and financial management services. Work locations and funding will be determined with each order, with an estimated completion date of July 22, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, was awarded an $18,542,510 cost-plus-fixed-price contract for Geospatially Enabled Operational Design professional services. Bids were solicited via the internet with one received. Work will be performed in Columbus, Ohio, with an estimated completion date of June 17, 2029. Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,725,394 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W9132V-24-F-0003).  

Wright Tool Co. LLC,* Warren, Michigan, was awarded a $10,519,716 firm-fixed-price contract for Fire Suppression Refill System Tool Load program requirements. Bids were solicited via the internet with four received. Work will be performed in Warren, Michigan, with an estimated completion date of June 18, 2029. Fiscal 2024 Army procurement funds in the amount of $10,519,716 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0006).

DEFENSE LOGISTICS AGENCY

Southeastern Kentucky Rehabilitation Industries,** Corbin, Kentucky, has been awarded a maximum $48,607,173 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for caps. This is a five-year contract with no option periods. The ordering period end date is June 17, 2029. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-N017).

Melton Sales & Service, Columbus, New Jersey, has been awarded a maximum $8,930,250 firm-fixed-price, indefinite-delivery/definite-quantity contract for transfer transmissions. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is June 17, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0052).

AIR FORCE

Istari Federal LLC, Charleston, South Carolina, has been awarded a $9,100,386 firm-fixed-price contract for Air Force Battle Network support. This contract provides for the creation of an ‘Internet of Models’ for the Department of the Air Force. This effort is aimed at linking the Department of the Air Force enterprise’s existing digital engineering silos to facilitate secure collaboration across environments to drive rapid decision making. The locations of performance are Arlington, Virginia; and Cambridge, Massachusetts. The work is expected to be complete by June 17, 2026. This award is the result of a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $9,100,386 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8612-24-C-B004).

*Small business
**Mandatory source

6/20

NAVY

Data Link Solutions LLC, comprised of BAE, Wayne, New Jersey; and Collins Aerospace, Cedar Rapids, Iowa, are awarded an indefinite-delivery/indefinite-quantity contract with a maximum potential value of $998,828,164 for the production, retrofits, development, and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. Currently, there are three variants of MIDS JTRS terminals: the Concurrent Multi-Netting 4, the Tactical Targeting Network Technology, and the F-22 variant. These terminals will continue to be procured, sustained, and updated for future growth. Funds in the amount of $116,119,637 will be placed on contract and obligated on the first delivery order concurrent with contract award, which will meet the minimum order requirement. Fiscal 2024 aircraft procurement (Navy) funding in the amount of $40,133,384; other procurement (Navy) funding in the amount of $2,766,725; ship construction procurement (Navy) funding in the amount of $2,334,137; and research development test and evaluation (Navy) funding in the amount of $6,075,245, will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 aircraft procurement (Air Force) funding in the amount of $11,338,692; other procurement (Air Force) funding in the amount of $45,377; and research development test and evaluation (Air Force) funding in the amount of $2,423,356, will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 Marine procurement in the amount of $1,891,896 will be obligated and will not expire at the end of the current fiscal year. Fiscal 2024 Army procurement in the amount of $7,594,498 and will not expire at the end of the current fiscal year. Fiscal 2024 defense-wide procurement in the amount of $1,182,435; and defense national guard and reserve equipment in the amount of $4,729,740, will be obligated at time of award and will not expire at the end of the current fiscal year. Non-appropriated funding for Foreign Military Sales (FMS) in the amount of $24,390,390 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2022 aircraft procurement (Air Force) in the amount of $6,481,656; aircraft procurement (Navy) in the amount of $1,418,922; ship construction procurement (Navy) funding in the amount of $839,060; defense national guard and reserve equipment in the amount of $2,364,870; and research development test and evaluation (Navy) funding in the amount of $109,254, will be obligated at time of award and will expire at the end of the current fiscal year. This contract combines purchases for the Navy, Air Force, and MIDS Program Office, as well as purchases for NATO and all NATO nations under the FMS program. This contract was competitively procured, and three proposals were received. Work will be performed in Cedar Rapids, Iowa (50%); and Wayne, New Jersey (50%). The ordering period for this contract is through June 2029. Naval Information Warfare System Command, San Diego, California, is the contracting authority (N0003924D4004). 

Amentum Services Inc., Germantown, Maryland, is awarded a $25,583,979 modification (P00004) to a firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0042124D0013) to provide for continued organizational, selected intermediate, and limited depot level maintenance and logistics support services in support of the F-5 aircraft for the Navy. Work will be performed in Yuma, Arizona (28%); Key West, Florida (28%); New Orleans, Louisiana (22%); Beaufort, South Carolina (15%); and Fallon, Nevada (7%), and is expected to be completed in September 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. 

PPG Architectural Finishes Inc., Pittsburgh, Pennsylvania, was awarded a $17,842,103 indefinite-delivery/indefinite-quantity, firm-fixed-price, bridge contract for a base year to provide worldwide paints, coatings, solvents, preservation products and engineering and technical services. The contract, which will use Navy Working Capital funds, will be performed on a worldwide basis beginning June 14, 2024, and will conclude on June 13, 2025. This was a sole source contract, in accordance with 10 U.S. Code 3204 (a) (2) and solicited via the government Point of Entry website; one timely proposal was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded June 13, 2024)

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $14,175,714 modification (P00042) to a previously awarded cost-plus-incentive-fee contract (N0001920C0032). This modification adds scope to provide continued Reliability and Maintainability Improvement Program implementation and support in identifying project opportunities to include management process documentation to support the reliability, availability, and maintainability to the F-35 and continued improvements to the F-35 total ownership costs for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense (DOD) partners, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2027. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $1,129,299; fiscal 2024 aircraft procurement (Navy) funds in the amount of $649,991; non-U.S. DOD partners funds in the amount of $12,075,794; and FMS funds in the amount of $320,630, 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. (Awarded June 18, 2024)

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary & Missions Systems, Colorado Springs, Colorado, is being awarded an extension to the indefinite-delivery/indefinite-quantity contract HQ0147-19-D-0002. The total value of this contract is $282,775,135. No task orders are being issued at this time. The work will continue to be performed in Huntsville, Alabama. This contract was previously competitively awarded to provide the development and sustainment of the Missile Defense Agency’s (MDA) Objective Simulation Framework modeling and simulation system. The government is awarding this extension with only one source under the authority of 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1. This extension will ensure continuity of critical work to deliver required capability increments. The ordering period end date is extended from April 15, 2024, to Oct. 15, 2026, and adds two 12-month options and one six-month option. The extension will allow for the execution of MDA’s integrated master test plan that includes ground test, flight test, and warfighter training and combatant command exercise events. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-19-D-0002).

AIR FORCE

Northrop Grumman Mission Systems, McLean, Virginia, has been awarded a contract with a ceiling value of $189,000,000 for Combat Air Forces Distributed Mission Operations services. This contract provides for distributed training to capable Air Force trainers worldwide by establishing a virtual environment to conduct distributed training events, from daily team training to large-scale exercises that provides a safe training environment at a lower cost than live fly. The location of performance is Orlando, Florida. Work is expected to be completed by June 21, 2026. This award is the result of a sole source acquisition. Fiscal 2024 and 2025 operation and maintenance funds in the amount of $35,413,294 are being obligated at the time of award. The Air Force Life Cycle Management Center, Simulators, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8621-24-D-B001).

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, has been awarded an $81,297,720 modification (P00036) to exercise an option to previously awarded contract FA8730-21-C-0022 for Three-Dimensional Expeditionary Long-Range Radar (3DELRR) system. This modification provides for the exercise of options for four 3DELRR radars, and associated production management, travel and other direct costs, and data under the basic contract. The location of performance is Liverpool, New York. The work is expected to be completed by Jan. 9, 2027. Fiscal 2024 other procurement funds in the amount of $81,297,720 are being obligated at the time of award. Total cumulative face value of the contract is $343,744,944. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity. (Awarded June 18, 2024)

ARMY

Messer, Cincinnati, Ohio, was awarded a $43,986,970 firm-fixed-price contract for construction services. Bids were solicited via the internet with three received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of June 20, 2027. Fiscal 2024 military construction, Army Reserve funds in the amount of $43,986,970 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0017).

David Boland Inc., Titusville, Florida, was awarded a $31,999,576 firm-fixed-price contract for construction services. Bids were solicited via the internet with six received. Work will be performed in Asheville, North Carolina, with an estimated completion date of June 10, 2026. Fiscal 2024 military construction, Army Reserve funds in the amount of $31,999,576 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0016).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $16,782,233 cost-plus-incentive-fee contract for Integrated Air and Missile Defense Battle Command System Fire Control maintenance and optimization. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 19, 2025. Fiscal 2024 research, development, test, and evaluation, Army funds in the amount of $9,500,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-F-0014).

Cromwell Architects Engineers, Inc., Little Rock, Arkansas (W912GB-24-D-0022); EXP Federal Inc. TENG & Associates Inc., Chicago, Illinois (W912GB-24-D-0023); Jacobs Government Services Co., Arlington, Virginia (W912GB-24-D-0024); and Smith Seckman Reid Inc., Nashville, Tennessee (W912GB-24-D-0025), will compete for each order of the $15,000,000 firm-fixed-price contract for multi-disciplined architect-engineer commissioning services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2029. U.S. Army Corps of Engineers, European District, is the contracting activity.

Fiber Tek Inc.,* Herndon, Virginia, was awarded an $8,100,869 modification (P00019) to contract W911QX-22-F-0072 for scientific, engineering, and analysis support. Work will be performed in Adelphi, Maryland, with an estimated completion date of March 27, 2025. Fiscal 2024 research and development funds were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Heartland Manufacturing,* Edgewood, New York, has been awarded a maximum $8,650,008 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for sweaters. This was a competitive acquisition with four responses received. This is five-year contract with no option periods. The ordering period end date is June 19, 2029. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0056).

*Small business

6/21

NAVY

The Applied Research Laboratory (ARL), Pennsylvania State University (PSU), State College, Pennsylvania, is awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modification with a ceiling increase of $1,390,000,000 to a previously awarded contract (N00024-18-D-6401) for research, development, engineering, and test and evaluation for programs throughout the Department of Defense (DOD) within its approved core competency areas of: (1) guidance, navigation and control, (2) advanced thermal propulsions, (3) advanced propulsors, (4) materials technology and manufacturing technology, (5) atmosphere and defense communications, and (6) mission related and public service. Work will be performed in State College, Pennsylvania, and is expected to be completed by February 2028. Funds of multiple different appropriation types and years from program offices and agencies throughout the DOD may be obligated on individual task orders for efforts that fall within the ARL/PSU core competency areas. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Austal USA, Mobile, Alabama, is awarded a $47,451,920 cost-plus-fixed-fee, firm-fixed-price, and cost-only modification to previously awarded contract (N00024-17-C-2301) to exercise an option for Littoral Combat Ships class design support, and integrated data and product model environment support. Work will be performed in Mobile, Alabama (60%); and Pittsfield, Massachusetts (40%), and is expected to be completed by June 2025. Fiscal 2019 shipbuilding and conversion (Navy) funding in the amount of $4,999,660 (99.9%) will be obligated at time of award. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $340 (< 1%) will also be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Tracks Unlimited LLC,* Mountainside, New Jersey, is awarded a $47,400,259 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance and repair of railroad trackage. This contract provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to maintain and repair railroad trackage. Work will be performed at Naval Weapon Station Earle, Colts Neck, New Jersey (60%); and Naval Support Activity Mechanicsburg, Pennsylvania (40%), and is expected to be completed by July 2029. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance, (Navy) contract funds in the amount of $8,386,348 will be obligated for recurring and non-recurring work on individual task orders issued during the base period. This contract was competitively procured via SAM.gov, with three offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008524D0002). 

Progeny Systems LLC, Manassas, Virginia, is awarded a $24,472,588 cost-plus-fixed fee and cost only contract for engineering and technical support including software development, and hardware and software integration to Navy Submarines. This contract includes options which, if exercised, would bring the cumulative value to $120,710,357. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be completed by June 2025. If all options are exercised, work will continue through June 2029. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $10,477,834 (100%) 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 pursuant to 10 U.S. Code 3204(a)(5). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6230).

Owl International Inc., Global, 1st Flagship,* Irvine, California, is awarded a $16,748,031 cost-plus-fixed-fee modification to previously-awarded contract (N00024-22-C-4202) as part of the Inactive Ships Maintenance Bremerton requirement. Work will be performed in Bremerton, Washington, and is expected to be completed by August 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,087,844 will be obligated at the time of the award and funds in the amount of $2,087,844 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-4202).

Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded $13,223,362 for firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded contract (N62478-21-D-2402) for custodial services. This award brings the total cumulative contract value to $47,906,824. Work will be performed at Oahu, Hawaii, and will be completed by June 2025. Fiscal 2024 operations and maintenance, Navy, funds; fiscal 2024 operations and maintenance, Marine Corps funds; fiscal 2024 Department of Defense (DOD) working capital funds; fiscal 2024 operations and maintenance, Defense funds; fiscal 2024 operations and maintenance, Space Force funds; fiscal 2025 operations and maintenance, Navy funds; and fiscal 2025 DOD working capital funds in the amount of $12,632,291, will be obligated on a task order, of which $7,199,949 will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity. 

Vadum Inc.,* Raleigh, North Carolina, is awarded an $8,897,445 cost-plus-fixed fee, level-of-effort contract for supplies and services in support of research and development and platform integration services for airborne electronic warfare projects. This contract includes options which, if exercised, would bring the cumulative value of this contract to $8,897,445. Work will be performed in Raleigh, North Carolina (85%); Syracuse, New York (5%); Baltimore, Maryland (2%); Lexington Park, Maryland (2%); Camarillo, California (2%); Bethpage, New York (2%); and Crane, Indiana (2%). Work is expected to be completed by June 2025. If all options are exercised, work will continue through June 2029. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $530,066 will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424CWS69). 

AIR FORCE

Lockheed Martin Space, Sunnyvale, California, has been awarded a $977,599,318 cost-plus-incentive-fee contract modification (P00127) to previously awarded contract FA8810-18-C-0005 for Phase 2.1B. The Phase 2.1B contract modification is for on-orbit developmental and operational testing, calibration, and tuning of the Overhead Persistent Infrared (OPIR) main mission payload, entrance into the interim operations period, and interim contractor support for the Next Generation OPIR Geosynchronous System for two space vehicles consistent with the space vehicle 3 descope. The locations of performance include Sunnyvale, California; Boulder, Colorado; and Aurora, Colorado. The work is expected to be completed July 31, 2029. Fiscal 2024 research, development, test and evaluation funds in the amount of $183,649,905 are being obligated at the time of award. Total cumulative face value of the contract is $8,193,503,619. Space Force, Space Systems Command, Space Sensing, Los Angeles Air Force Base, California, is the contracting activity. 

Collins Aerospace, a Raytheon Co., Westford, Massachusetts, has been awarded a $264,595,890 predominately firm-fixed-price, indefinite-delivery/definite-quantity with a portion on a cost-plus-fixed-fee and cost-reimbursement incentive contract. This contract provides for sustainment for the DB-110 and MS-110 Reconnaissance Pod program executed in the Air Force Life Cycle Management Center, Intelligence Surveillance Reconnaissance and Special Operations Forces International Support Branch, Foreign Military Sales (FMS) program office. The contract will have a ceiling of $300,000,000. Sustainment services in support of this effort include, but are not limited to, hardware and software delivery support, technical support for organizational-level and intermediate-level maintenance, performance of all depot-level repairs and return repaired items in accordance with the country specific FMS transportation plan, field service representative support, and call back support. This contract involves foreign military sales to Greece, Saudi Arabia, Poland, Egypt, Morocco, Oman, Bahrain, Taiwan, Iraq, Qatar, and Jordan.  The work is expected to be completed by June 30, 2027. Foreign Military Sales funds in the amount of $2,294,107 are being obligated at the time of award. Air Force Life Cycle Management Center, Intelligence Surveillance Reconnaissance & Special Operations Forces International Support Branch is the contracting activity (Wright-Patterson Air Force Base, Ohio, FA8691-24-D-B001).

A-1 Sheffield Team LLC, Miami, Florida (FA3020-24-D-0002); ACTS Group, Virginia Beach, Virginia (FA3020-24-D-0003); CCI General Contractors LLC, Altus, Oklahoma (FA3020-24-D-0004); COHO Construction Management LLC, Anchorage, Alaska (FA3020- 24-D-0005); Colt Builders and Weil Construction JV LLC, Des Moines, New Mexico (FA3020-24-D-0006); Mia General Contracting LLC, Pace, Florida (FA3020-24-D-0007); and PAM WCI JV LLC, Midwest City, Oklahoma (FA3020-24-D-0008), have been awarded a $150,000,000 cumulative indefinite-delivery/indefinite-quantity, multiple award construction contract. This contract provides for a contracting vehicle for two base locations, Sheppard Air Force Base, Texas; and Altus AFB, Oklahoma, to expedite construction contract awards. The locations of performance are at Sheppard AFB, Texas; Altus AFB, Oklahoma; Sheppard Annex, Lake Texoma, Texas; Clinton-Sherman Airfield, Oklahoma; Frederick Airfield, Oklahoma: and Ebbing Field, Arkansas. Work is expected to be completed by June 19, 2029. This award is the result of a competitive 8(a) set aside acquisition. Fiscal 2024 operation and maintenance funds in the amount of $10,500 are being obligated at the time of award. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting authority. (Awarded June 20, 2024)  

Alutiiq Logistics & Maintenance Services LLC, Anchorage, Alaska, has been awarded a $34,971,201 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Marine Helicopter Squadron One and Defense Information Systems Agency base operations support with a five-year ordering period and two-month phase-in period. The location of performance is Joint Base Anacostia Bolling, Washington D.C., and multiple off base and sites within the National Capital Region. Work is expected to be completed Feb. 28, 2030. This award was the result of a competitive performance price tradeoff source selection. Funds will be obligated through execution of orders. The 11th Contracting Squadron, Joint Base Anacostia Bolling, Washington, D.C., is the contracting activity (FA7060-24-D-0001). (Contract awarded June 18, 2024)

University of Toledo, Toledo, Ohio, has been awarded a cost-reimbursement contract with a ceiling of $14,997,547 for new materials for space power and thin film photovoltaic energy. This contract provides photovoltaic space cell technologies that focuses on the translation of polycrystalline thin film cells, including chalcogenides as well as perovskites, to space applications based on high efficiency single-and multi-junction designs. The location of performance is Toledo, Ohio. The work is expected to be completed by July 26, 2029. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2023 Congressional funds; and research, development, test, and evaluation funds, in the amount of $2,658,000 are being obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X004).

RSI Services LLC, Oak Ridge, Tennessee, has been awarded a $13,987,004 firm-fixed-price contract for excavation of radium contaminated soil at Old Magpie Creek. This contract provides for excavation of radium contaminated soil, disposal of excavated soil, radiological final status survey of the excavated site, surface restoration, restoration and preservation of Building 690, unrestricted radiological release, and certification of remedy completion. The location of performance is former McClellan Air Force Base, California. The work is expected to be completed by June 20, 2028. This award is the result of a competitive acquisition, and three offers were received. Base realignment and closure operation and maintenance funds in the amount of $13,987,0004 are being obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Lackland AFB, San Antonio, Texas, is the contracting activity (FA8903-24-C-0006).

ARMY

AECOM International Inc., Neu-Isenburg, Germany (W912GB-24-D-0026); Black and Veatch Special Projects Corp., Overland Park, Kansas (W912GB-24-D-0027); CDM Federal Services Europe JV, Bickenbach, Germany (W923GB-24-D-0028); Stantec Jacobs Buchart Horn JV, Charlottesville, Virginia (W912GB-24-D-0029); Tetra Tech Inc., Marlborough, Massachusetts (W912GB-24-D-0030); and WSP USA Solutions Inc., Washington, D.C. (W912GB-24-D-0031), will compete for each order of the $95,000,000 firm-fixed-price contract for multidisciplined architect-engineer services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of June 20, 2026. U.S. Army Corps of Engineers, European District, is the contracting activity.   

AECOM International Inc., Neu-Isenburg, Germany (W912GB-24-D-0032); Black and Veatch Special Projects Corp., Overland Park, Kansas (W912GB-24-D-0033); CDM Federal Services Europe JV, Bickenbach, Germany (W923GB-24-D-0034); Coplan-Merrick JV LLP, Greenwood Village, Colorado (W912GB-24-D-0035); Stantec Jacobs Buchart Horn JV, Charlottesville, Virginia (W912GB-24-D-0036); and WSP USA Solutions Inc., Washington, District of Columbia (W912GB-24-D-0037), will compete for each order of the $95,000,000 firm-fixed-price contract for multidisciplined architect-engineer services. 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 June 20, 2026. U.S. Army Corps of Engineers, European District, is the contracting activity. 

Hewlett Packard Enterprise Co., Spring, Texas, was awarded a $26,489,184 firm-fixed-price contract for the High-Performance Computing Modernization Program. Bids were solicited via the internet with two received. Work will be performed in Aberdeen, Maryland, with an estimated completion date of June 27, 2032. Fiscal 2024 other procurement, Army funds in the amount of $26,489,184 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-24-F-0199). 

C.J. Mahan Construction Co. LLC, Urbancrest, Ohio, was awarded an $18,620,919 firm-fixed-price contract to construct a pump station. Bids were solicited via the internet with one received. Work will be performed in Urbancrest, Ohio, with an estimated completion date of Feb. 18, 2025. Fiscal 2024 civil construction funds in the amount of $18,620,919 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-24-C-0010). 

*Small business
This entry was posted on Wednesday, June 26, 2024 1:19 pm

Leave a Reply

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

Notify me of updates to this conversation