INSIDE THE

NEWS + ADVICE

DoD Contracts: Arcfield, CACI, ManTech Advanced Systems International, Lockheed Martin Space, Week of 2-26-24 to 3-1-24

Posted by Ashley Jones
aircraft

2/26

NAVY

The Boeing Co., St. Louis, Missouri, is awarded an $86,427,453 cost-plus-fixed-fee order (N6833524F0122) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the design, development, and production of two Operational Test Program Sets prototypes and special test equipment in support of the AN/ASG-34A (V)1 Infrared Search and Track System field testing for the Navy and the government of Australia. Work will be performed in St. Louis, Missouri and is expected to be completed in February 2029. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $16,345,133; fiscal 2023 aircraft procurement (Navy) funds in the amount of $42,128,028; fiscal 2022 aircraft procurement (Navy) funds in the amount of $22,954,291; and Foreign Military Sales customer funds in the amount of $5,000,000 will be obligated at the time of award, $22,954,291 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.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $31,003,429 cost-plus-fixed-fee order (N0001924F0168) against a previously issued basic ordering agreement (N0001922G0006). This order provides non-recurring engineering for the installation, integration, systems test and evaluation, calibration, and logistics in support of the development and production of electronic warfare pods for the Marine Corps. Work will be performed in Poway, California (45%); Patuxent River, Maryland (45%); and Greenville, Texas (10%), and is expected to be completed in July 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $13,400,000; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $9,858,485 will be obligated at the time of award, $9,858,485 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $30,885,042 cost-plus-fixed-fee order (N0001924F5565) against a previously issued basic ordering agreement (N0001922G0006). This order provides for the development, integration, test, and certification of the MQ-9A Detect and Avoid System for the Marine Corps. Work will be performed in Poway, California (85%); and Patuxent River, Maryland (15%), and is expected to be completed in April 2026. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $14,174,839 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.

SOLUTE, San Diego, California, was awarded a $19,247,894 cost-plus-fixed-fee and cost contract for the Autonomy Baseline Manager to support oversight and management of autonomous systems development and the associated central software repository for unmanned autonomy artifacts, processes, and procedures. This contract includes options which, if exercised, would bring the cumulative value of this contract to $59,314,021. Work will be performed in Arlington, Virginia (70%); Panama City, Florida (20%); and San Diego, California (10%), and is expected to be completed by February 2025. If all options are exercised, work will continue through February 2029. Fiscal 2023 research, development, testing, and evaluation (Navy) funds in the amount of $480,963 will be obligated at time of award, of which $480,963 will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6301). (Awarded Feb. 9, 2024)

Triumph Gear Systems Inc., Park City, Utah, is awarded $18,480,000 for a delivery order (N00383-24-F-S802) under previously awarded contract N00383-22-G-S801 for the repair of one item that is part of the V-22 pylon conversion actuator system. All work will be performed in Park City, Utah. Work is expected to be completed by April 2025. Annual working capital funds (Navy) in the full amount of $18,480,000 will be obligated at the time of award. 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.

Sustainment & Restoration Services LLC,* Milwaukee, Wisconsin, is awarded a maximum-value $14,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for operational range clearance, range residue removal, and maintenance to support Navy, Marine Corps, and other Department of Defense installations and federal agencies worldwide. This contract includes options which, if exercised, would extend the period of performance to February 2029. No task orders are being issued at this time. Work will be performed at Navy and Marine Corps facilities and other government facilities within the Naval Facilities Engineering Systems Command Atlantic area of responsibility, and is expected to be completed by January 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award in order to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was procured via sole-source acquisition pursuant to Federal Acquisition Regulation 19.805-1(b)(2) (Small Business Association-accepted Indian tribe or Alaska Native Corporation). The Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-24-D-0003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $11,237,786 cost-plus-fixed-fee order (N0001924F0205) against a previously issued basic ordering agreement (N0001919G0008). This order provides for the completion of all fabrication, hardware and software integration, documentation, and verification testing for final operational capability of the Mission Systems Test Capability systems in support of enabling multi-ship F-35 testing with a single F-35 in a ground-test environment. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2026. Fiscal 2023 research, development, test and evaluation (Defense-Wide) funds in the amount of $7,100,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Applied Research Laboratories, The University of Texas at Austin, Austin, Texas, is awarded an $8,141,445 cost-plus-fixed-fee contract for the Ownship Vulnerability Development. This contract provides for research focused on two complementary technical thrusts. The first will develop algorithms to assess the probability of detection of underwater sound sources by estimating the background noise level relative to platform signal level and using this information in a decision aid. The second thrust will employ numerical modeling and the development of experimental procedures and apparatus to measure the vibroacoustic response of materials for Navy applications. This portion of the effort will develop detailed analytic and numerical models to predict those responses and then to assess the accuracy of those models for their use in design studies. Work will be performed in Austin, Texas, and is expected to be completed in February 2029. The total cumulative value of this contract, including a 60-month base period with no option periods, is $8,141,445. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $420,000 are obligated at time of award. Funds in the amount of $20,000 will expire at the end of the current fiscal year. This contract was competitively procured under N0001423SB001 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 (N0001424C1315).

AIR FORCE

Adacel Systems Inc, Orlando, Florida, has been awarded a $49,157,122 firm-fixed price, commercial services contract for contractor logistics support. This contract provides contractor logistics support of the Tower Simulation System program for Air Force, Air Force Reserve Command and Air National Guard sites worldwide. Work will be performed globally and is expected to be completed by Aug. 31, 2029. This contract was a sole-source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $3,517,406 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8100-24-C-0001).

Accenture Federal Services LLC, Arlington, Virginia, was awarded an $11,462,043 firm-fixed-price contract modification (P00024) to previously awarded contract FA8307-21-F-0035 to exercise Option Year 2 for the Joint Cyber Command and Control Joint Application Support Contract Team 5. Work will be performed in the continental U.S. and is expected to be completed Feb. 24, 2025. Operation and maintenance funds in the amount of $1,400,000; and research, development, test and evaluation funds in the amount of $355,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Joint Base San Antonio, Texas, is the contracting activity. (Awarded Feb. 23, 2024)

ARMY

Geotechnical Construction Inc., Mount Olive, Illinois, was awarded a $24,000,000 firm-fixed-price contract for rehabilitation, repair, construction, and maintenance functions at the Wappapello Lake Project. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2029. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912P9-24-D-0004).  

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $21,554,936 modification (P00002) to contract W56HZV-23-C-0059 for receipt, inspection, testing, diagnosis, repair, storage, issue and unique identification marking of parts. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2026. Fiscal 2024 Army working capital funds in the amount of $21,554,936 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Direct Viz Solutions, Chantilly, Virginia, was awarded a $21,464,052 modification (P00039) to contract W91RUS-19-C-0014 for command, control, communications, computers and information management; common-user services; and operating, managing and defending IT infrastructure. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Aug. 31, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $21,464,052 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Kansas Department for Children and Families, Topeka, Kansas, was awarded a $10,810,588 firm-fixed-price contract for food service program support services. 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. 28, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-D-0004). 

Ajax Tocco Magnethermic Corp., Warren, Ohio, was awarded an $8,364,300 firm-fixed-price contract for a new induction furnace system. Bids were solicited via the internet with one received. Work will be performed in Watervliet, New York, with an estimated completion date of June 30, 2026. Fiscal 2023 other procurement, Army funds in the amount of $8,364,300 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911PT-24-C-0003). 

DEFENSE LOGISTICS AGENCY

Travis Association for the Blind,** doing business as The Lighthouse for the Blind, Austin, Texas, has been awarded a maximum $21,665,041 modification (P00010) exercising the first one-year option period of a two-year base contract (SPE1C1-22-D-B123) with three one-year option periods for warehousing, storage, logistics and distribution functions. This is a firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 28, 2025. Using military services are Air Force 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. 

UPDATE: Veterans Healthcare Supply Solutions Inc., Jacksonville, Florida (SPE2DE-24-D-0012, $45,000,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021.

DEFENSE HEALTH AGENCY

Axiom Resource Management Inc., Falls Church, Virginia, is awarded a $7,567,018 modification (P00004) to a firm-fixed-price order (HT001123F0015) for program management support services to the TRICARE Health Plan (THP), clinical services, pharmacy, and all subordinate chiefs, managers and staff.  The services will support functions of management and administration of THP programs; management of the Military Health System health plan and associated managed health care programs; program and acquisition management of TRICARE purchased health care services; management and administration of programs and activities; operation of elements of the Office of the Deputy Assistant Director, Health Care Operations, and THP; and overall accomplishment of the missions, functions, and tasks of the THP enterprise and its organizational entities. The modification obligates $7,567,018 in fiscal 2024 operations and maintenance appropriations for services through March 8, 2024. Total value of the order is $18,161,293. Places of performance are Falls Church, Virginia; Aurora, Colorado; and San Antonio, Texas. The order was procured under limited sources justification with one quote received. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Jan. 19, 2024)

*Small Business
** Mandatory source

2/27

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $210,343,447 hybrid (cost-plus-fixed-fee and cost-plus-incentive-fee) contract for the purchase, warehousing, repair, issue, shipment, disposal, obsolescence management and configuration management of parts to support the Stryker Brigade Combat Team. Bids were solicited via the internet with one received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 28, 2030. Fiscal 2024 Army working capital funds; and fiscal 2024 operation and maintenance, Army funds in the amount of $210,343,447, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0031). 

HSG Park JV 2 LLC, Harvey, North Dakota, was awarded a $13,208,257 firm-fixed-price contract for the Fargo Moorhead Metropolitan Area Flood Risk Management Project. Bids were solicited via the internet with three received. Work will be performed in Fargo, North Dakota, with an estimated completion date of March 12, 2027. Fiscal 2024 civil construction funds in the amount of $13,208,257 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-24-C-0008). 

DEFENSE HEALTH AGENCY

ManTech Advanced Systems International Inc., Herndon, Virginia, was awarded a $166,002,668 General Services Administration (GSA) Alliant 2 hybrid, firm-fixed-price, and cost-plus-award-fee, non-personal service contract for full software lifecycle services for the LogiCole application and legacy applications of Defense Medical Logistics Standard Support and Theater Enterprise-Wide Logistics System until their full rationalization into LogiCole no later than August 2027. The performance-based outcome objectives will be in the form of working software where functionality can be showcased and used by the end-user. The period of performance is Feb. 1, 2024, to Jan. 31, 2029. This is a 12-month base period to include a 30-day transition-in period with four 12-month option periods. This contract was a competitive acquisition on GSA Alliant 2, and fiscal 2024 Defense Health Agency operations and maintenance funds in the amount of $33,802,893, are being obligated at time of award. The place of performance is Fort Detrick, Maryland. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (47QTCK18D0031, Task Order HT9425-24-F-0015).

NAVY

Raytheon Co., Tucson, Arizona, is awarded a $73,919,678 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-5410) to exercise options for Standard Missiles Two and Six engineering and technical support. This modification involves Foreign Military Sales (FMS) to Australia. Work will be performed in Tucson, Arizona (95%); Camden, Arkansas (2%); St. Petersburg, Florida (2%); and Huntsville, Alabama (1%), and is expected to be completed by September 2025. Fiscal 2023 weapons procurement (Navy) funds in the amount of $3,400,000 (69%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,229,512 (25%); and FMS funds (Australia) in the amount of $300,000 (6%), 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 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

AIR FORCE

Analex Corp., doing business as Arcfield, Chantilly, Virginia, was awarded a $52,636,850 cost-plus-fixed-fee level of effort order for Xdomain Technology Through Research, Evolution, Enhancements, Maintenance and Support – Next Generation software and hardware. This contract provides for essential life cycle support functions for, and to evolve, the Information Support Server Environment and the X-domain Agile Rules-Based Information Transfer OrchestratoR Cross Domain Solution National Security Systems and associated core data services suite of solutions and technologies. Work will be performed in Rome, New York; and various locations worldwide, and is expected to be completed by April 25, 2029. This contract involves Foreign Military Sales to Australia, the Netherlands, and the United Kingdom. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $2,455,278; fiscal 2024 procurement funds in the amount of $$3,101,736; and fiscal 2024 operation and maintenance funds in the amount of $600,615, are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-F-B003).

Carahsoft Technology Corp., Reston, Virginia, has been awarded a $27,881,486 firm-fixed-price contract action, for Salesforce and third-party licenses and support. This contract provides for Salesforce Customer Relationship Management software licenses. Work will be performed in Washington, D.C., and is expected to be completed Feb. 27, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $18,023,730 are being obligated at time of award. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-F-0087).

LinQuest Corp., Los Angeles, California, has been awarded a $18,459,367 cost-plus-incentive-fee modification (P00096) to previously awarded contract FA8808-19-C-0006 for additional systems engineering, integration, and test support. The modification brings the total cumulative face value of the contract $672,193,257. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 27, 2027. No funds are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. (Awarded Feb. 26, 2024)

*Small Business

2/28

NAVY

Mercury Systems Inc., Andover, Maine, is awarded a $243,755,168 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to produce and deliver Digital Radio Frequency Memory units to include incidental teardown, evaluation, repair, and hardware modifications supporting the AN/ULQ-21(V) threat electronic attack jamming suite. This contract is in support of Small Business Innovation Research Phase III topic N06-036 titled, “Advance Techniques for Digital Radio Frequency Memory” for the Navy. Work will be performed in Cypress, California, and is expected to be completed in February 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 15 U.S. Code 638(r)(4). Naval Air Warfare Center Weapons Division is the contracting activity (N6893624D0002).

NCS/EML SB Joint Venture LLC,* Louisville, Kentucky, is awarded a $13,171,189 firm-fixed price modification to a previously awarded contract (N69450-19-D-1740) to exercise option Period Five for base operations support services. This award brings the total cumulative value of the contract to $74,390,075. Work will be performed in Milton, Florida (67%); and outlying areas (33%), and is expected to be completed by March 2025. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy); fiscal 2024 Defense Health Program; fiscal 2024 Defense working capital fund; and fiscal 2024 operation and maintenance (Air Force) funds in the amount of $9,212,098, for recurring work will be obligated on a task order issued during the option period. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Lockheed Martin Rotary Mission Systems, Moorestown, New Jersey, is awarded a $12,739,254 cost-plus-fixed-fee contract for in-service engineering agent services in support of Command, Control, Communications, Computers, Combat Systems and Intelligence system elements specific to the Freedom variant of the Littoral Combat Ship. This contract includes options which, if exercised, would bring the cumulative value of this contract to $68,956,741. Work will be performed in Baltimore, Maryland (5%); Mayport, Florida (50%); Moorestown, New Jersey (20%); San Diego, California (10%); Oldsmar, Florida (5%); Orlando, Florida (5%); and Virginia Beach, Virginia (5%), and is expected to be completed by February 2025. If all options are exercised, work will continue through February 2029. Fiscal 2023 other procurement (Navy) funds in the amount of $90,000 (84%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $16,588 (16%), will be obligated at time of award, of which $16,588 will expire at the end of the current fiscal year. This 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, Port Hueneme, California is the contracting activity (N6339424C0003).

ARMY

Northrop Grumman Systems Corp., Minneapolis, Minnesota, was awarded a $92,057,685 firm-fixed-price contract for production and delivery of the XM343 Standoff Activated Volcano Obstacle system. 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 Dec. 31, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0013). 

Augustine Consulting Inc.,* Hamilton, New Jersey, was awarded a $35,886,589 cost-plus-fixed-fee contract for technical and production support for the Nett Warrior Tactical Capability Suite and other systems. Bids were solicited via the internet with one received. Work will be performed in Hamilton, New Jersey, with an estimated completion date of Aug. 30, 2025. Fiscal 2024 other procurement, Army funds in the amount of $25,706,981 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-0011). 

Greenup-Cajun JV LLC, Kenner, Louisiana, was awarded a $20,287,532 modification (P00007) to contract W912P8-22-C-0009 for drainage and excavation projects. Work will be performed in Braithwaite, Louisiana, with an estimated completion date of April 28, 2028. Fiscal 2024 civil construction funds in the amount of $20,287,532 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. 

Garco Construction Inc., Spokane, Washington, was awarded a $19,687,000 firm-fixed-price contract for construction of a warehouse. Bids were solicited via the internet with one received. Work will be performed in Yakima, Washington, with an estimated completion date of Dec. 19, 2025. Fiscal 2023 and 2024 military construction, Army Reserve funds in the amount of $19,687,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0005). 

PROJECTXYZ Inc., Huntsville, Alabama, was awarded a $14,708,127 cost-plus-fixed-fee contract for programmatic services for U.S. Army Security Assistance Command. 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 Oct. 31, 2024. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0017). 

The Boeing Co., Mesa, Arizona, was awarded a $7,866,863 modification (P00012) to contract W58RGZ-21-C-0015 for the procurement of multi-core mission processors. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 27, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

LOC Performance Products LLC, Plymouth, Michigan, has been awarded a maximum $41,331,268 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for T-107 track shoes. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a Feb. 28, 2029, performance completion date. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0009).

AIR FORCE

Tecolote Research Institute, Goleta, California, has been awarded a $27,136,492 bridge extension contract modification (P00043) to previously awarded contract FA8807-19-F-0008 for Space and Missile Systems Center acquisition and financial support follow-on services. The modification brings the total cumulative face value of the contract to $181,949,771. Work will be performed at El Segundo, California, and is expected to be completed by Feb. 28, 2025. Fiscal 2023 Space Force procurement funds in the amount of $1,998,002; and fiscal 2024 research, development, test, and evaluation funds in the amount of $1,095,389, are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

The Boeing Corp., St. Louis, Missouri, has been awarded a $21,300,367 firm-fixed-price contract modification (P00037) to previously awarded contract FA8634-21-C-2702 for the F-15 Eagle Passive/Active Warning Survivability System. The modification brings the total cumulative face value of the contract to $805,527,798. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Nov. 30, 2025. Fiscal 2023 procurement funds in the amount of $21,300,367 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Guidehouse LLP, McLean, Virginia, was awarded a $12,000,000,000 cost-plus-award-fee contract for Integration Support Contract 2.0. This contract provides for the support of the government as the systems integrator and augment government resources for intercontinental ballistic missile, weapon system, systems engineering and integration, and professional services. Work will be performed at Hill Air Force Base, Utah, with various other locations, and is expected to be completed by Aug. 27, 2042. This contract was a competitive acquisition, and five offers were received. Fiscal 2023 missile procurement funds in the amount of $6,204,924; fiscal 2024 research, development, test, and evaluation funds in the amount of $3,700,000; and fiscal 2024 operation and maintenance funds in the amount of $40,095,076, are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8207-24-D-0001).

DEFENSE HEALTH AGENCY

Chenega Pro Federal Solutions LLC, San Antonio, Texas, was awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HT941024D0001) for medically related administrative support services in Japan to provide medical records technician support, medical patient appointing clerical support, medical referral clerical support, medical administrative assistant support, medical advanced officer clerical support, medical administration specialist support, medical billing clerical support, medical physical evaluation board liaison officer support, medical physical evaluation board liaison, beneficiary service representative support, and reference laboratory administrative clerical support. Work will be performed at multiple Navy and Air Force military treatment facilities throughout Japan. The contract was a direct award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on Feb. 27, 2024. Period of performance is Mar. 1, 2024, to Aug. 31, 2026. Fiscal 2024 operations and maintenance funding was obligated at time of award. The Defense Health Agency, Western Healthcare Operations Contracting Division, San Diego, California, is the contracting activity.

Agile Decision Sciences LLC, Huntsville, Alabama, is awarded a $9,691,248 firm-fixed-price contract (HT001124C0007) for administrative, analytical, and consulting services to support, analyze, and investigate issues related to military public health, force health protection, and health service support during deployments, extended training missions, and operational testing. Services include management, planning and execution support; studies, analytical, and evaluation support; administrative support; document and records management; business process reengineering; logistical support; budget planning and management; knowledge management; and business office support. Supported organizations include the Deputy Assistant Secretary of Defense for Health Readiness Programs and Oversight, Principal Deputy Assistant Secretary of Defense for Health Affairs, Office of the Assistant Secretary of Defense for Health Affairs, the Director, Defense Health Agency, the Chief of Staff, and other subordinate program directorates. The award obligates fiscal 2024 operations and maintenance appropriations for services through Dec. 6, 2024. Total value of the contract is $73,187,618. The contract was procured under full and open competition set aside for small business with six proposals received. The Defense Health Agency Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. 

*Small Business

2/29

NAVY

The Boeing Co., Seattle, Washington, is awarded a $3,407,940,833 firm-fixed-price, undefinitized contract for the procurement and delivery of 17 Lot 13 P-8A Multi-Mission Maritime Aircraft (14 for the government of Canada and three for the government of Germany), as well as associated non-recurring engineering. Work will be performed in Seattle, Washington (98.22%); Huntington Beach, California (1.10%); Mesa, Arizona (0.41%); St. Louis, Missouri (0.17 %); El Segundo, California (0.06%); and Huntsville, Alabama (0.04 %), and is expected to be completed in March 2028. Foreign Military Sales customer funds in the amount of $1,190,593,943 will be obligated at 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 Section 3204(e)(4)(E). Naval Air Systems Command Patuxent River, Maryland, is the contracting activity (N0001924C0025).

The Boeing Co., St. Louis, Missouri, is awarded a $680,070,000 firm-fixed-price, cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract to produce, deliver, and install aircrew and maintenance training systems software and hardware configuration upgrades and associated logistics support to include, spares procurement, support equipment, technical manual updates, software discrepancy report correction efforts, the development of new, and updates to, courseware and curriculum and on-site training in support of existing aircrew and maintenance training systems and subsystems including the Tactical Operational Flight Trainers, brief/debrief stations, mission operation centers, advanced development stations, low-cost trainers, Integrated Visual Environment Maintenance Trainers and maintenance trainer set devices in support of the F/A-18E/F and EA-18G aircrafts for the Navy and Royal Australian Air Force. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(a)(1). Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134024D0001).

Whitman, Requardt & Associates LLP, Baltimore, Maryland, is awarded a maximum-value $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for services in support of large projects primarily in Maine, New York, New Hampshire, Rhode Island, Connecticut, New Jersey, Pennsylvania, Indiana, and Illinois. An initial task order is being awarded for $5,000 in order to satisfy the minimum guarantee. Work will be performed in the Naval Facilities Engineering Systems Command Mid-Atlantic area of responsibility and is expected to be completed by February 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 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 nine offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-D-0009).

Huntington-Ingalls Industries-Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded an $80,038,980 cost-plus-award-fee modification to a previously awarded contract (N00024-19-C-4313) to exercise options for the accomplishment of the planning yard services for the Littoral Combat Ship in-service ships. Work will be performed in Hampton, Virginia (30%); Pascagoula, Mississippi (68%); San Diego, California (1%); and Jacksonville, Florida (1%), and is expected to be completed by April 2025. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-19-C-4313).

TRU Simulation Plus Training Inc., Lutz, Florida, is awarded a $54,809,606 firm-fixed-price contract. This contract produces and delivers one T-54A Operational Flight Trainer, three unit training devices, 21 Desktop Avionics Trainers, four brief/debrief systems and one software support station including associated logistical support, and instructor, operator, and maintenance training in support of the Multi-Engine Training System Ground Based Training Systems for the Navy. Work will be performed in Lutz, Florida (70%); Orlando, Florida (10%); Herndon, Virginia (10%); and Wichita, Kansas (10%), and is expected to be completed in May 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $54,809,606 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134024C0009).

Tusas Motor Sanayii A.S., Tusas Engine Industries, Inc., Tepebasi, Eskisehir, Turkey is awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract with firm-fixed-price task order provisions, for depot level overhaul of LM2500 Single Shank Turbine Gas Generators. The contract ceiling is not to exceed $45,643,682. Work under this contract will take place at the contractor’s facility in Eskisehir, Turkey, and is expected to be completed by October 2026. The contract will have a 14-month ordering period. Fiscal 2024 operations and maintenance (Navy) funding in the total amount of $500 (minimum guarantee per contract) will be obligated at time of award via an initial individual task order and will expire at the end of the current fiscal year. This contract results from utilization of “Rolling Admissions” procedures to add additional multiple award contract (MAC) holders under an existing MAC program. This contract was competitively procured using full and open competition via the www.sam.gov website, with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity (N64498-24-D-4006).

CACI, Inc.-Federal, Chantilly, Virginia, is awarded a $19,551,186 cost-plus-fixed-fee modification to a previously awarded task order (N3904020F3000) for engineering, technical, administrative, and managerial (support) services in support of the Ships Availability Planning and Engineering Center, non-nuclear waterfront, and Deep Submergence Systems programs at Portsmouth Naval Shipyard (PNS). Work will be performed in Kittery, Maine, and is expected to be completed by March 2025. Fiscal 2024 operation and maintenance (Navy) funding in the amount of $9,785,268 will be obligated at time of award and will not expire at the end of the current fiscal year. PNS, Kittery, Maine, is the contracting activity. 

Q.E.D. Systems Inc.,* Virginia Beach, Virginia, is awarded a $9,698,632 cost-plus-award-fee contract for the Specification Development and Availability Execution Support requirements for the DDG, CG, LPD, LSD, LHA, LHD, and LCS Navy Ship classes. This contract includes options which, if exercised, would bring the cumulative value of this contract to $383,093,984. Work will be performed in Virginia Beach, Virginia (50%); San Diego, California (30%); Marysville, Washington (10%); and Atlantic Beach, Florida (10%), and is expected to be completed by February 2025. If all options are exercised, work will continue through February 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,217,961 will be obligated at time of award, of which $5,217,961 will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4201).

SyQwest Inc.,* Cranston, Rhode Island, is awarded an estimated $9,096,050 fixed-price, indefinite-delivery/indefinite-quantity contract for Next Generation Fathometers in support of the Navy’s ships with a modern depth sounder that is used for safety of ship and completeness of navigational data. The contract has a five-year ordering period from 2024 to 2029. Work will be performed in Cranston, Rhode Island (100%). Delivery will be to Keyport, Washington, and work is expected to be completed by February 2029. Fiscal 2019, 2020, 2022, and 2023 shipbuilding and conversion (Navy) funds in the amount of $675,000 will be obligated at the time of issuing the first delivery order, shortly after contract award. Funds in the amount of $93,669 will expire Sept. 30, 2024.This contract was competitively procured with two offers received. Offers were solicited via the Procurement Integrated Enterprise Environment solicitation module and the System for Award Management website. Naval Undersea Warfare Center Division, Keyport, Washington, is the contracting activity (N00253-24-D-6000).

ARMY

Honeywell International Inc., Phoenix, Arizona, was awarded a $41,934,407 cost-plus-fixed-fee contract for engineering, logistics, support and services for T55-GA-714 engines. 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, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0007).

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $20,549,342 modification (P00005) to contract W519TC-23-F-0017 to finalize design, construct, commission/startup and transition a new chemical grind facility. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2026. Fiscal 2022 procurement of ammunition, Army funds in the amount of $10,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Pride Industries, Roseville, California, was awarded a $14,841,163 firm-fixed-price contract for base operations support services. Bids were solicited via the internet with one received. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Aug. 31, 2024. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124G-24-C-0003). 

DJM-Merlo JV LLC,* St. Louis, Missouri, was awarded a $12,449,322 firm-fixed-price contract for landscaping, lighting and irrigation. Bids were solicited via the internet with one received. Work will be performed in St. Louis, Missouri, with an estimated completion date of March 2, 2026. Fiscal 2019 military construction, Army funds in the amount of $12,449,322 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-7002). 

Textron Systems, Hunt Valley, Maryland, was awarded an $11,808,000 cost-plus-fixed-fee contract for design of one Advanced Reconnaissance Vehicle Medium Caliber Autocannon prototype vehicle. Bids were solicited via the internet with one received. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Sept. 24, 2024. Fiscal 2024 research, development, test and evaluation, Marine Corps funds in the amount of $5,892,192 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-C-0029). 

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $10,926,309 cost-plus-fixed-fee contract for design of one Advanced Reconnaissance Vehicle Medium Caliber Autocannon prototype vehicle. Bids were solicited via the internet with one received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 24, 2024. Fiscal 2024 research, development, test and evaluation, Marine Corps funds in the amount of $5,452,228 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-C-0030). 

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $9,876,526 modification (P00002) to contract W52P1J-22-F-0124 for procurement of major equipment at the Nitric Acid Concentrator/Sulfuric Acid Concentrator site. Work will be performed in Radford, Virginia, with an estimated completion date of Nov. 16, 2026. Fiscal 2023 procurement of ammunition, Army funds in the amount of $7,407,395 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded an $8,212,151 modification (P00062) to contract W56HZV-22-C-0012 for engineering and logistics matrixes. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 26, 2027. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds; and fiscal 2024 operation and maintenance, Army funds in the amount of $8,212,151, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

AIR FORCE

Alutiiq Commercial Enterprises LLC, Anchorage, Alaska, was awarded a $19,122,528 firm-fixed-price contract for providing base operations support services in support of the 733rd Civil Engineer Squadron, Fort Eustis, Virginia. This contract provides for all management, labor, transportation, tools, supplies, and equipment to perform preventive maintenance, corrective maintenance, and sustainment to 428 facilities at Fort Eustis, Virginia. Work will be performed at Fort Eustis, Virginia, and is expected to be completed by Jan. 31, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $8,016,545 are being obligated at time of award. 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-24-C-0006). (Awarded Feb. 28, 2024)

CORRECTION: The Feb. 28. 2024, announcement of a $27,136,492 bridge extension contract modification (P00043) to Tecolote Research Institute, Goleta, California (FA8807-19-F-0008), for Space and Missile Systems Center acquisition and financial support follow-on services included incorrect funding data. Fiscal 2024 Space Force procurement funds in the amount of $1,998,002; fiscal 2023 research, development, test, and evaluation funds in the amount of $30,748; and fiscal 2024 research, development, test, and evaluation funds in the amount of $1,064,641 are being obligated at time of award. 

DEFENSE LOGISTICS AGENCY

Capps Shoe Co. LLC,* Gretna, Virginia, has been awarded a maximum $9,851,474 fixed-price, indefinite-delivery/indefinite-quantity contract for women’s poromeric dress shoes. This was a competitive acquisition with one response received. This is a two-year contract with no option periods. The ordering period end date is Feb. 27, 2026. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0034).

UPDATE: Tennant Sales and Service Co., Eden Prairie, Minnesota (SPE8EC-24-D-0032, $93,000,000), has been added as an awardee to the multiple award contract for sweeper and scrubber equipment, issued against solicitation SPE8EC-21-R-0002 and awarded Feb. 22, 2022. 

WASHINGTON HEADQUARTERS SERVICES

Booz Allen Hamilton Inc., McLean, Virginia, is awarded a modification (P00011) for an Option Year valued at $8,600,454 on a firm-fixed-price contract (HQ003421F0077) to provide technical support services to the Department of Defense Chief Information Officer. Fiscal 2024 operations and maintenance funds in the amount of $8,600,454 are being obligated at the time of award. The cumulative total of the contract is $31,153,084. The total if all options are exercised is $41,088,244. The contractor will provide services including cybersecurity reporting and scorecards; cybersecurity research and analysis; cybersecurity policies, guidance, strategies, and procedures; risk assessment and operational integration; supply chain; public key infrastructure; mobility and wireless networking; defense cyber workforce framework; cyber phishing analyses; network penetration and vulnerability analyses; acquisition systems support; and specialized network vulnerability support. The work will be performed at the Pentagon, Arlington, Virginia. The estimated contract completion date is Nov. 30, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

CACI Inc.-Federal, Chantilly, Virginia, is awarded a firm-fixed-price Task Order (HQ003424F0106) valued at $8,430,856 against a previously issued indefinite-delivery/indefinite-quantity contract (GSA47QTCK18D0009). This Task Order provides technical support services to the Under Secretary of Defense for Acquisition and Sustainment Data Services Office. Fiscal 2024 operations and maintenance funds in the amount of $4,258,013 are being obligated at the time of award. The cumulative total of the contract is $8,430,856. The total if all options are exercised is $43,400,923. The contractor will provide services in support of the Office of the Under Secretary of Defense for Acquisition and Sustainment Data Services Office. These services are in support of mission application development, application hosting, Department of Defense cloud-based infrastructure management, web services, SharePoint development, cybersecurity, database management and analytics, defense business systems, information technology governance and portfolio management, and information technology management, including liaison to broader Office of the Secretary of Defense core information technology services. The work will be performed in Alexandria, Virginia. The estimated contract completion date is Feb. 28, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE HEALTH AGENCY

CORRECTION: The Feb. 26, 2024, announcement of a $7,567,018 contract modification (P00004) to Axiom Resource Management Inc., Falls Church, Virginia (HT001123F0015), for program management support services included an incorrect period of performance. The modification’s actual period of performance is from Feb. 28, 2024, to Feb. 27, 2025. The announcement also included an incorrect amount of obligated funds. This was a competitive acquisition on GSA Alliant 2, and fiscal 2024 Defense Health Agency operations and maintenance funds in the amount of $29,042,273 are being obligated at time of award.

*Small Business

3/1

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $663,134,662 modification (P00094) to a previously awarded cost-plus-fixed-fee, cost-plus incentive-fee, firm-fixed-price-incentive, firm-fixed-price contract (N0001921C0020). This modification adds scope to provide recurring logistics support, including ground maintenance activities, action request resolution, depot activation activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot and maintainer training, and training system sustainment in support of F-35 Lightning II Joint Strike Fighter Air Systems sustainment efforts for the Navy, Air Force, Marine Corps, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed Fort Worth, Texas (57%); Orlando, Florida (26%); Greeneville, South Carolina (11%); Samlesbury, United Kingdom (4%); El Segundo, California (2%), and is expected to be completed in June 2027. Fiscal 2024 operations and maintenance (Air Force) funds in the amount of $226,328,661; fiscal 2024 operations and maintenance (Navy) funds in the amount of $80,585,851; FMS customer funds in the amount of $58,849; and non-U.S. DOD participant funds in the amount of $130,674,597, will be obligated at the time of award, $306,914,242 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $170,788,791 firm-fixed-price modification (P00019) to a previously awarded indefinite-delivery, indefinite-quantity contract (N0001919D0015). This modification adds scope to procure Ancillary Mission Equipment (AME) in support of meeting Lot 17 Batch 1B-2 Group One requirements, a subset of the overall Lot 17 AME requirements for the F-35 Joint Strike Fighter program in support of the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and F-35 Cooperative Program Partners. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Lockheed Martin Space, Titusville, Florida, is awarded a cost-plus-fixed-fee $109,254,610 contract (N0002024C2017) to support the integration of the Trident II (D5) Missile and reentry subsystems into the Common Missile Compartment for the U.S./U.K. Columbia/Dreadnought submarine construction programs. Work will be performed in Cape Canaveral, Florida (57.4%); Sunnyvale, California (15.9%); Denver, Colorado (4.4%); Poway, California (3.2%); Groton, Connecticut (1.5%); Kings Bay, Georgia (1.3%); Cocoa, Florida (1.2%); Titusville, Florida (1.2%); Courtland, Alabama (1.1%); Valley Forge, Pennsylvania (1.1%); and other various locations (less than 1.0% each, 11.7% total). Work is expected to be complete by Feb. 28, 2029. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $80,923,245; and foreign funds (non-foreign military sales) in the amount of $28,331,365, will be obligated at time of award. No funds will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 2304(c)(1) with one proposal received and was previously synopsized on the System for Award Management website. Strategic Systems Programs, Washington, D.C., is the contracting activity.   

Lockheed Martin Space, Littleton, Colorado, was awarded a $98,999,952 cost-plus-fixed-fee contract modification (P00077) to previously awarded contract N00030-19-C-0025 to provide program management and systems engineering support for Army All Up Round plus Canister definition and support.  Work will be performed in Denver, Colorado (48); Courtland, Alabama (39%); Huntsville, Alabama (7%); Sunnyvale, California (3%); and various other locations (less than 1.0% each, 3% total).  Work is expected to be completed on Feb. 25, 2025.  Fiscal 2023 Research Development Test and Evaluation, Army funds in the amount of $3,480,000 will be obligated on this award and will expire at the end of the current fiscal year.  This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity. (Awarded Feb. 27, 2024)

Aerostar Environmental and Construction LLC,* Mobile, Alabama, is awarded a maximum-value $20,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for environmental consulting services. Work will be performed in the contiguous United States and is expected to be completed by January 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was not competitively procured, in accordance with 10 U.S. Code 2304(a)(5) as implemented by Federal Acquisition Regulation 6.302-5 (authorized or required by statute). The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-24-D-0050).

AIR FORCE

Boeing Space, El Segundo, California, has been awarded a $439,619,617 contract modification (P00156) to previously awarded contract FA8808-10-C-0001 for the production and launch of Wideband Global Satellite Communications Space Vehicle 12. The modification brings the total cumulative face value of the contract to $3,095,978,753. Work will be performed at El Segundo, California, and is expected to be completed by Jan. 31, 2029. Fiscal 2023 Space Force procurement funds in the amount of $439,619,617 are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $46,173,222 firm-fixed-price modification (P00064) to contract FA8823-21-C-0001 for space-based infrared system contractor logistics support, product support integration, and contract evolution. The modification brings the total cumulative face value of the contract $1,222,900,308. Work will be performed at Peterson Space Force Base, Buckley SFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Feb. 28, 2027. Fiscal 2023 and 2024 procurement funds in the amount of $46,173,222 are being obligated at time of award.  Space Systems Command, Peterson SFB, Colorado, is the contracting activity.

L3Harris Corp., Colorado Springs, Colorado, has been awarded a $7,682,118 contract modification (P00150) to the previously awarded contract FA8819-19-C-0002 for continued support, sustainment, infrastructure, and delivery for satellite communications and modifications. The contract modification continued the enhancements, maintenance, and support of the range control software, specifically including maintenance and support for minimal viable product deployments. The modification brings the total cumulative face value of the contract to $577,308,734. Work will be performed at Kirtland Air Force Base, New Mexico; Schriever Space Force Base, Colorado; and MITRE Corp., Colorado Springs, Colorado, and is expected to be completed by Feb. 28, 2025. Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,245,010 are being obligated at time of award. Space Systems Command, Los Angeles AFB, California, is the contracting activity.

MISSILE DEFENSE AGENCY

Strategic Alliance Solutions LLC*, JV, Fairfax, Virginia, is being awarded a competitive cost-plus-fixed-fee, level-of-effort contract.  The total value of this contract is $359,969,996.  Under this new contract, the contractor will provide support that includes: studies, analysis, and evaluations; and management and professional services. The work will be performed in Huntsville, Alabama; Fort Belvoir, Virginia; Colorado Springs, Colorado; Dahlgren, Virginia; Hanscom Air Force Base, Massachusetts; Kirkland AFB, New Mexico; and Peterson Space Force Base, Colorado.  The performance period is from March 2024 to August 2029. This contract was competitively procured via publication on the SAM.gov website with six proposals received.  Fiscal 2024 research, development, test and evaluation funds in the amount of $4,751,045 are being obligated on this award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-24-C-0002).

Aerojet Rocketdyne, Coleman Aerospace Inc., a wholly owned subsidiary of Aerojet Rocketdyne Inc., in Orlando, Florida, is being awarded an $11,100,000 modification (P00205) to a previously awarded contract (HQ1047-14-C-0001) to increase direct production labor hours.  The value of this contract, including unexercised options, is increased from $1,509,078,305 to $1,520,178,305. Under this modification, the contractor will provide Contract Line Item Number 0213 direct product labor hours for task instructions as set forth in the performance work statement. The work will be performed in Orlando, and Cape Canaveral Space Force Station, Florida. The performance period is from March 1, 2024, through Dec. 31, 2025. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $11,100,000 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

ARMY

Environmental Chemical Corp., Burlingame, California (W912GB-24-D-0014); and Pond Constructors Inc., Peachtree Corners, Georgia (W912GB-24-D-0015), will compete for each order of the $29,000,000 firm-fixed-price contract for fuel systems sustainment, restoration and modernization 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. 28, 2029. U.S. Army Corps of Engineers, European District, is the contracting activity. 

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded a $14,700,250 firm-fixed-price contract for the Webbers Falls Stilling Basin Repairs project. Bids were solicited via the internet with two received. Work will be performed in Webbers Falls, Oklahoma, with an estimated completion date of July 16, 2026. Fiscal 2024 civil construction funds in the amount of $14,700,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-C-0004).

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $7,859,917 modification (P00088) to contract W31P4Q-19-C-0059 for repair and maintenance support for the Javelin Weapon System. Work will be performed in Tucson, Arizona, with an estimated completion date of Aug. 30, 2024. Fiscal 2023 Foreign Military Sales funds; and fiscal 2024 special funds in the amount of $7,859,917, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

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, March 05, 2024 5:55 pm

Leave a Reply

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

Notify me of updates to this conversation