INSIDE THE

NEWS + ADVICE

DoD Contracts: ASRC Federal Facilities Logistics, KBR Services, Amentum Services, GDIT, Week of 1-8-24 to 1-12-24

Posted by Ashley Jones
aircraft

1/8

NAVY

Lockheed Martin Corp., Syracuse, New York, is awarded a $311,995,464 cost-plus-incentive-fee modification to a previously awarded, indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) to exercise options for design, qualification testing, and production of the submarine electronic warfare system, AN-BLQ-10, for Technical Insertion 20, 22, and 24. Work will be performed in Syracuse, New York, and is expected to be completed by February 2029. All funding will be made available at the delivery order level as contracting actions occur. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-19-D-6200).

L3Technologies Inc. Maripro, Goleta, California, is awarded a $59,043,570 modification (P00008) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N6134021C0023). This modification exercises options to provide for installation and testing of the Barking Sands Tactical Underwater Range, Barking Sands Underwater Range Expansion, and Atlantic Undersea Test and Evaluation Center ranges, as well as associated training events in support of Undersea Warfare Training Range Increment II and III requirements. Increment II requirements include two shallow-water training ranges and Increment III requirements include three deep-water training ranges in support of the Navy’s air, surface, and subsurface forces training and assessment in shallow and deep water under adverse conditions. Work will be performed in Tanner Bank, California (30%); San Clemente Island, California (23%); Goleta, California (21%); Kauai, Hawaii (14%); and Andros Island, Bahamas (12%), and is expected to be completed in May 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $49,371,766; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $9,671,804, will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

American Petroleum Tankers LLC, Blue Bay, Pennsylvania (N3220523C4144), is being awarded a $26,169,000 option (P00002) for the fixed-price portion of a previously awarded, firm-fixed-price contract, with reimbursable elements, to exercise a 366-day option in support of the Department of Defense Logistics Agency Energy for the operation and crewing of the oil tanker M/T Evergreen State. This contract includes a 12-month base period with three 12-month option periods and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $131,806,500. Work will be performed worldwide and is expected to be completed, if all options are exercised, by December 2027. Fiscal 2024 working capital funds (transportation) in the amount of $26,169,000 are obligated, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System for Award Management website, and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4144).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded an $18,437,889 modification (P00018) to a previously awarded fixed-price incentive (firm-target), firm-fixed-price contract (N0001920C0047). This modification definitizes a previously awarded change order modification (P00009) and adds scope to provide logistics and airworthiness support for CH-53K Heavy Lift aircraft configuration changes for the government of Israel. Work will be performed in Stratford, Connecticut, and is expected to be completed in February 2026. Foreign Military Sales customer funds in the amount of $18,437,889 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.

Raytheon Co., Tucson, Arizona, is awarded a $9,616,400 cost delivery order for the procurement of the long leads items to support the low-rate initial production of the Navy Marine Expeditionary Ship Interdiction System launcher. Work will be performed in Kongsberg, Norway (80%); and Tucson, Arizona (20%), and is expected to be completed by January 2026. Fiscal 2023 procurement (Marine Corps) funds in the amount of $9,616,400 are obligated at the time of award and will not expire at the end of the current fiscal year. This action is a negotiated delivery order in accordance with 10 U.S. Code 3403(c). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-F-1000).

AIR FORCE

BAE Systems, San Diego, California, has been awarded a $48,819,192 cost-plus-fixed-fee contract for research and development. This contract provides for the Insight integration effort to develop, mature, integrate, and extend the BAE Systems Insight System to support a wider variety of real-world operations with enhanced analytics, updated open systems frameworks, and improved capabilities. Work will be performed at San Diego, California, and is expected to be completed by April 9, 2029. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $892,907 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2377-24-C-B002).

ARMY

TKTMJ Inc.,* Natchitoches, Louisiana, was awarded a $21,987,975 firm-fixed-price contract for re-grading the Paradise Lake Closure on the Mississippi River. Bids were solicited via the internet with four received. Work will be performed in Greenville, Mississippi; and Lake Village, Arkansas, with an estimated completion date of March 31, 2025. Fiscal 2024 civil construction funds in the amount of $21,987,975 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-24-C-0005).

Weston Solutions Inc., Peachtree Corners, Georgia, was awarded a $9,295,002 modification (P00003) to contract W912DY-22-F-0081 to maintain and repair federally funded capitalized petroleum systems and facilities. Work will be performed in Anniston, Alabama; Fort Rucker, Alabama; Starke, Florida; Columbus, Georgia; Dahlonega, Georgia; Savannah, Georgia; Palmerola, Honduras; Grenada, Mississippi; Hattiesburg, Mississippi; Morrisville, North Carolina; Salisbury, North Carolina; Pope Army Airfield, North Carolina; Southport, North Carolina; San Juan, Puerto Rico; Salinas, Puerto Rico; Guaynabo, Puerto Rico; and Peachtree Corners, Georgia, with an estimated completion date of Feb. 7, 2025. Fiscal 2024 revolving funds in the amount of $9,295,002 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

*Small Business

1/9

ARMY

Itera LLC,* New Paris, Indiana (W912ER-24-D-0001); MVL USA Inc.,* Lansing, Michigan (W912ER-24-D-0002); Dorce Prefabrication & Construction, Ankara-Istanbul, Turkey (W912ER-24-D-0003); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W912ER-24-D-0004); and Panorama Contracting and Engineering Services W.L.L., Manama, Bahrain (W912ER-24-D-0005), will compete for each order of the $250,000,000 firm-fixed-price contract to manufacture, ship and deliver relocatable buildings. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 8, 2029. U.S. Army Corps of Engineers, Middle East District, is the contracting activity.

Emergent Biodefense Operations Lansing LLC, Lansing, Michigan, was awarded a $235,800,000 firm-fixed-price contract for BioThrax anthrax vaccines. 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, 2033. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-24-D-0001).

Camenzind Dutra JV LLC,* Palo Alto, California, was awarded an $8,837,175 contract for the placement of approximately 20,900 cubic yards of quarry stone revetment on the Sacramento River. Bids were solicited via the internet with one received. Work will be performed in Sacramento, California, with an estimated completion date of April 23, 2025. Fiscal 2024 civil construction funds in the amount of $8,837,175 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-24-C-0008).

NAVY

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $101,508,183 cost-plus-incentive-fee and cost-plus-fixed-fee contract for AEGIS development and test sites operation and maintenance. This contract contains options which, if exercised, would bring the cumulative value of this contract to $462,441,229. Work will be performed in Moorestown, New Jersey and is expected to be completed by January 2028. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $5,571,107 (46%); fiscal 2024 research, development, test and evaluation (MDA) funds in the amount of $2,200,991 (18%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $1,467,279 (12%); fiscal 2024 operation and maintenance (MDA) funds in the amount of $1,291,886 (11%); fiscal 2022 other procurement (Navy) funds in the amount of $984,009 (8%); fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $306,711 (2%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $235,627 (2%); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $90,633 (1%), will be obligated at time of award, of which $1,291,886 will 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). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-5131).

AIR FORCE

STS Systems Defense LLC, San Antonio, Texas, was awarded a $99,999,999 firm-fixed-price, level of effort, indefinite-delivery/indefinite-quantity, contract for F-16 Systems Program Office Support at Hill Air Force Base, Utah. This contract provides for engineering service positions in accordance with the basic contract. Work will be performed at Hill AFB, Utah, and is expected to be completed by Feb. 17, 2029. This contract was a Small Business Administration 8(a) Direct Award. Fiscal 2024 aircraft procurement funds in the amount $618,307, and research, development, test, and evaluation funds in the amount of $246,855 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8232-24-D-0001). (Awarded Dec. 29, 2023)

*Small Business

1/10

NAVY

General Dynamics NASSCO, San Diego, California, is awarded a not-to-exceed $438,524,107 cost-plus-fixed-fee modification to a previously awarded undefinitized contract action (N0002423C4424) for the maintenance, modernization, and repair of USS Chung-Hoon (DDG 93) and USS James E. Williams (DDG 95) fiscal 2024 Depot Maintenance Period availabilities. The scope of this acquisition includes all labor, materials, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations Availabilities for critical modernization, maintenance and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $864,141,048. If all options are exercised, work will continue through November 2030. Work will be performed in Norfolk, Virginia (53%); and San Diego, California (47%), and is expected to be completed by April 2024. This undefinitized contract action obligates a total of $185,946,619 to include: fiscal 2024 other procurement, Navy funds in the amount of $156,691,537 (84.3%); fiscal 2024 operations and maintenance, Navy funds in the amount of $19,603,435 (10.5%); fiscal 2023 other procurement, Navy funds in the amount of $9,564,027 (5.1%); and fiscal 2023 defense-wide, procurement funds in the amount of $87,584 (0.1%), will be obligated at the time of award, of which $18,987,166 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Amentum Services Inc., Chantilly, Virginia, is awarded a $216,000,000 indefinite-quantity/indefinite-delivery, cost-plus-fixed-fee contract (N6523624D8014) for Submarine Command, Control, Communications, Computers, Collaboration and Intelligence (C5I), Weapons Shipping/Handling/Launcher Integrated Test Team, and Submarine Warfare Federated Tactical Systems (SWFTS) modernization support. The contract covers test and evaluation, engineering, management, technical and logistics support services to Program Executive Office (PEO) Strategic Submarines, PEO Attack Submarines, and PEO Undersea Warfare Systems. This support encompasses engineering and analytical analysis and products, the development and execution of testing and certification, technical, management and logistics support at the platform level for C5I Non-Propulsion Electronic Systems, SWFTS, and Submarine Operating Authority. The contract includes a base five-year ordering period and a two-year option period. The option period, if exercised, would bring the cumulative potential value of this contract to $321,000,000. Fiscal 2024 shipbuilding and conversion, Navy funds in the amount of $10,250,000; fiscal 2024 other procurement, Navy funds in the amount of $3,280,000; and 2024 navy working capital funds in the amount of $600,000, will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia (51.1 %); New London, Connecticut (32.5 %); Honolulu, Hawaii (4.9 %); Bremerton, Washington (4.4 %); Portsmouth, New Hampshire (3.8 %); Washington, D.C., (1.6 %); Syracuse, New York (.6 %); Middleton, Rhode Island (.6 %); and Charleston, South Carolina (.5 %), and is expected to be completed in January 2029. If the option is exercised, work could continue until January 2031. This requirement was solicited using other than full and open competition pursuant to the authority of 10 U.S. Code 3204(a)(1) – Only One Responsible Source. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. 

Sauer Construction, Jacksonville, Florida, is awarded $20,659,300 for a firm-fixed-price modification to a previously awarded contract (N40085-23-C-0052). This modification provides for the exercise of Options One, Two, And Three, and Deductive Option One onboard Naval Weapons Station Yorktown. Work will be performed in Yorktown, Virginia, and is expected to be completed by November 2025. This award brings the total cumulative face value of the contract to $65,737,684. Option One provides for the construction of a fourth complete earth-covered magazine. Option Two provides for the construction of a fifth complete earth-covered magazine. Option Three provides for the demolition of Buildings 244, 245, 246, 247, 1217, 1219, 1220, 1221, 1222, 1223, 1363, 1364, 1365, and 1366. Deductive Option One provides for a price reduction for providing magazine embankment fill for each of the five magazines on this contract. Fiscal 2022 military construction (Navy) funds in the amount of $20,659,300 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity

AIR FORCE

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $170,804,280 task order for Air Force Civil Engineer Center Control System cybersecurity services. This task order provides the capability to research and develop new Civil Engineer Control System lifecycle strategies and methods to result in less vulnerable and more cost-effective Civil Engineer Control System deployments worldwide. Work will be performed at 188 Air Force installations worldwide and is expected to be completed by Feb. 9, 2029. This contract was a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance funds in the amount of $31,135,408 are being obligated at time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-24-F-0013).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $16,497,388 firm-fixed-price delivery order for the KC-135 Large Aircraft Infrared Countermeasures (LAIRCM) Generation 3 Pods. This effort supports the production of the LAIRCM pod for the KC-135 aircraft. Work will be performed in Rolling Meadows, Illinois, and is expected to be completed by March 23, 2026. This contract was a sole source acquisition. Fiscal 2022 National Guard and Reserve Equipment Appropriations funds in the amount of $16,497,388 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8638-24-F-0016).

ARMY

Torch Technologies Inc., Huntsville, Alabama, was awarded a $10,607,671 modification (P00144) to contract W31P4Q-21-F-0038 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 9, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

*Small Business

1/11

DEFENSE LOGISTICS AGENCY

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $611,688,910 modification (P00020) exercising the five-year option period of a five-year base contract (SPE2D1-19-D-0011) with one five-year option period for patient monitoring and capital equipment. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Jan. 13, 2029. Using military services are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Beltsville, Maryland, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 388-day bridge contract with no option periods. Locations of performance are Colorado, New Mexico, Oklahoma, Kansas, and Arkansas, with a Feb. 6, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0007).

AIR FORCE

Nationwide IT Services Inc., Fairfax, Virginia, has been awarded a $23,603,264 firm-fixed-price task order for support services to the Assistant Secretary for the Air Force for Acquisitions (SAF/AQ). This task order provides for specialized expertise to complement the organization’s inherent resources for effective and efficient mission accomplishment and continuity, introduction of innovation, and enhancement of technical competence supporting the entire spectrum of acquisition and sustainment efforts of SAF/AQ and the organizations they support. This contract includes options which, if exercised, would bring the cumulative value of this task order to $149,608,577. Work will be performed at the Pentagon and is expected to be completed by Jan. 11, 2025. If all options are exercised, work will continue through Jan. 11, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $2,077,208 are being obligated at time of award. The Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-F-0054).

NAVY

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $23,305,660 cost-plus-fixed-fee, level of effort modification (P00016) to an order (N0001921F0008) against a previously issued basic ordering agreement (N0001917G0002). This modification exercises an option to provide continued flight test support for the V-22 Osprey aircraft for the Navy, Marine Corps, Air Force, and the government of Japan. Work will be performed in Patuxent River, Maryland (70%); Philadelphia, Pennsylvania (15%); Fort Worth, Texas (10%); and Hurlburt Field, Florida (5%), and is expected to be completed in January 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,220,000; fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,891,225; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $1,831,520; fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $1,505,934; fiscal 2024 procurement (Defense-wide) funds in the amount of $532,000; fiscal 2024 research, development, test and evaluation (Defense-wide) funds in the amount of $392,000; and Foreign Military Sales customer funds in the amount of $943,202 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.

The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $14,147,000 modification (P00009) to a cost-plus-incentive-fee undefinitized order (N0001921F0886) against a previously issued basic ordering agreement (N0001921G0006.) This modification provides non-recurring engineering in support of configuration clarifications for the Harpoon Coastal Defense System (HCDS), to include the Harpoon Block II Update Grade B Canister Launch All Up Round Missiles; the HCDS launch system, and Harpoon weapon station test and production equipment for the government of Taiwan. Work will be performed in Harbor City, California (42.2%); St. Charles, Missouri (39.8%); Rochester, New York (16.1%); Taiwan, China (1.2%) and various locations within the continental U.S. (0.07%), and is expected to be completed in January 2025. Foreign Military Sales customer funds in the amount of $6,932,030 will be obligated at time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $13,178,672 modification (P00090) to contract W56HZV-19-C-0036 for the M10 Booker Combat Vehicle. Work will be performed in Sterling Heights, Michigan; Anniston, Alabama; and Lima, Ohio, with an estimated completion date of June 18, 2025. Fiscal 2023 and 2024 research, development, test and evaluation, Army funds in the amount of $13,178,672 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

*Small Business
**Small-disadvantaged business

1/12

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a $271,286,879 modification (P00038) to a previously awarded Contract, HQ085121C0001 under Foreign Military Sales (FMS) Case JA-P-NCO. This modification includes cost-plus-incentive-fee and cost-plus-fixed-fee contract line items. The total value of the contract is increased by $271,856,809, from $674,477,035 to $946,333,844. The purpose of this modification is to increase the ceiling and extend the period of performance of the contract. The contractor will develop, test and integrate equipment, material, software and hardware end items in support of the Aegis System Equipped Vessel program. Work will be performed in Moorestown, New Jersey. The period of performance for this action is from Jan. 1, 2024, through Nov. 30, 2024. FMS Case JA-P-NCO funds in the amount of $64,372,885 are being obligated at the time of modification award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a modification (P00004) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, not-to-exceed $97,357,812 undefinitized contract (N0001923C0009). This modification exercises options to provide for the early development of AGM-88G High Speed Anti-Radiation Missile integration on the F-35A/B/C aircraft, to include procuring associated incidental hardware for the Air Force, Navy, Marine Corps, Foreign Military Sales (FMS) customers, and non-Department of Defense (DOD) participants. Additionally, this modification provides for Lot 17 U.S. Reprograming Lab development; Lot 17 Australia, Canada, and United Kingdom Reprogramming Lab development; Lot 17 Norway and Italy Reprogramming Lab development; and Lot 17 mission data files updates for the governments of Denmark, the Netherlands and FMS customers. Work will be performed in Fort Worth, Texas (60%); Nashua, New Hampshire (16%); Baltimore, Maryland (9%); Orlando, Florida (5.5%); Torrance, California (2%); San Diego, California (2%); El Segundo, California (2%); Northridge, California (1%); Clearwater, Florida (1%); Buffalo, New York (1%); and Tucson, Arizona (0.5%), and is expected to be completed in March 2026. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $5,336,306; fiscal 2024 research, development, test, and evaluation (Air Force) funds in the amount of $836,307; FMS customer funds in the amount of $772,892; and non-DOD participants funds in the amount of $11,822,289, 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.

Clark Nexsen-Michael Baker JV, Charlotte, North Carolina, is awarded a $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineer (A-E) contract for A-E services in support of large projects primarily in the Hampton Roads, Virginia, area of operations. The work to be performed provides for A-E large design projects but may also include multi-discipline services. The term of the contract is not to exceed 60 months with an expected completion date of January 2029. The first task order is being awarded at $1,299,457 for preliminary design authority for Ammunition Supply Point, Marine Corps Base Camp Lejeune. Work for this task order will be performed in Camp Lejeune, North Carolina. Fiscal 2026 military construction (MILCON) (Marine Corps) funds in the amount of $1,299,457 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy), and MILCON funds. This contract was competitively procured via the SAM.gov website with eight proposals received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008524D2500).

Progeny Systems LLC, Manassas, Virginia, is awarded a $30,944,470 cost-plus-incentive-fee and cost-plus-fixed-fee contract for engineering design development, Navy equipment, and supporting material and travel procurements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $82,880,849. Work will be performed in Manassas, Virginia (85%); and Charleroi, Pennsylvania (15%), and is expected to be completed by July 2026. If all options are exercised, work will continue through January 2031. Fiscal 2024 shipbuilding and conversion (Navy) funds, in the amount of $4,972,107 (37%); fiscal 2021 shipbuilding and conversion (Navy) funds, in the amount of $4,177,588 (31%); fiscal 2022 shipbuilding and conversion (Navy) funds, in the amount of $2,088,795 (16%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount $2,088,794(16%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6101).

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $23,720,969 cost-plus-fixed-fee contract for the Full Spectrum Undersea Warfare Innovative Naval Prototype Unmanned Underwater Vehicle Autonomy and Simulation Development and Support effort. This contract provides for work that will focus on development of specialized autonomy using a model-based systems engineering approach. Autonomy will be developed for autonomous platforms to include automated target detection and recognition, autonomous behaviors, signal processors, advanced machine learning techniques and multi-vehicle collaborative autonomy. Work will be performed in Cambridge, Massachusetts, and is expected to be completed in January 2029. The total cumulative value of this contract, including a 60-month base period and no option periods, is $23,720,969. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $20,000; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $971,781, 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 N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-24-C-2204).

Cherokee Nation Management and Consulting LLC, Catoosa, Oklahoma, is awarded a $23,360,961 firm-fixed-price, cost bridge contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twentynine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2024. If all options are exercised, work will continue through (insert month) 2024. This contract includes two one-month option periods which, if exercised, could bring the cumulative value of this contract to $23,360,961. Fiscal 2024 operation and maintenance, Marine Corps funds in the amount of $17,539,790 are being 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). The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-24-P-4002).

Pololei Solutions LLC,* Orlando, Florida, is awarded a $8,408,656 firm-fixed-price contract to provide operations, administrative, and programmatic support. Support services will include programmatic planning, investment planning, life cycle planning, operations and maintenance support planning, and conducting assessments. Work will be performed at Orlando, Florida (99%); and Quantico, Virginia (1%), with an expected completion date of Jan. 14, 2025. The maximum dollar value, including the base period and four option years, is $44,456,301. Fiscal 2024 operation and maintenance, (Marine Corps) contract funds in the amount of $8,206,428 are being obligated on this award and will expire at the end of the current fiscal year. Contract funds in the amount of $202,228 will not expire at the end of the current fiscal year. This contract was procured as a direct sole-source award under the auspices of the Small Business Administration 8(a) Program. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-C-8009). 

ARMY

KBR Services LLC, Houston, Texas, was awarded a $59,037,714 modification (0002CD) to contract W52P1J-12-G-0061 for logistics support services for Army Prepositioned Stocks. Work will be performed in North Charleston, South Carolina, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $59,037,714 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Northwest Planning Solutions JV,* Colorado Springs, Colorado, was awarded a $10,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 11, 2029. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-D-4000). 

Maloney Odin JV, Novato, California, was awarded a $7,674,707 modification (P00012) to contract W912P7-21-C-0010 for levee construction. Work will be performed in Alviso, California, with an estimated completion date of Aug. 1, 2025. Fiscal 2018 civil operation and maintenance funds in the amount of $7,674,707 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity. 

AIR FORCE

Northrop Grumman Systems Corp., Sierra Vista, Arizona, has been awarded a $23,014,791 modification (P00003) to previously awarded contract FA8690-21-C-1000 for Global Hawk (RQ-4) aircraft sustainment. The contract modification is for the purchase of replenishment spares for operational use and to support depot repair. This modification also provides an option for procurement of an additional quantity of spares. The modification brings the total cumulative face value of the contract to $164,506,728. Work will be performed in Japan; and Sierra Vista, Arizona, and is expected to be completed by Jan. 31, 2029. This contract involves Foreign Military Sales to Japan. Foreign Military Sales funds in the amount of $23,014,791 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small Business

Author

  • Ashley Jones

    Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

This entry was posted on Tuesday, January 16, 2024 7:11 pm

Leave a Reply

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

Notify me of updates to this conversation