INSIDE THE

NEWS + ADVICE

DoD Contracts: ASRC Federal, Peraton, Lockheed Martin, BAE Systems, The MIL Corp., Week of 10-30-23 to 11-3-23

Posted by Ashley Jones
aircraft

10/30

AIR FORCE

Lockheed Martin Corp., King of Prussia, Pennsylvania, was awarded a $996,215,214 contract for the MK21A Reentry Vehicle (RV) program. This contract provides for conducting engineering, manufacturing, and design to provide a low technical risk and affordable RV for Sentinel. Work will be performed in King of Prussia, Pennsylvania, and other various locations, and is expected to be completed by Oct. 20, 2039. This contract is a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $26,612,031 are being obligated at time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8219-24-C-0001).

KT Consulting Inc., Phoenix, Arizona, has been awarded an $11,915,833 firm-fixed-price modification (P00010) to previously awarded contract FA4890-23-F-0005 to exercise Option Year 1 for F-15E, F-16, and F-22A contract aircrew training and courseware development. The modification brings the total cumulative face value of the contract to $59,700,952. Work will be performed at Langley Air Force Base, Virginia; Mountain Home AFB, Idaho; Shaw AFB, South Carolina; and Seymour Johnson AFB, North Carolina, and is expected to be completed by Dec. 31, 2024. Fiscal 2024 operation and maintenance funds in the amount of $9,971,238 are being incrementally obligated at time of award. Air Combat Command, Acquisition Management and Integration Center, Langley AFB, Virginia, is the contracting activity.

ARMY

Northbank Civil and Marine Inc.,* Vancouver, Washington, was awarded a $45,000,000 fixed-price, with economic-price-adjustment, contract to rehabilitate levee pump stations. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 29, 2028. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-24-D-0005). 

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $14,788,873 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for commercial third-party logistics support including warehousing, storage, logistics and distribution functions for a wide variety of clothing items. This is a two-year base contract with three one-year option periods. The ordering period end date is Oct. 31, 2025. Using military services are Army, Navy, 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-N001).

Breeze-Eastern LLC, Whippany, New Jersey, has been awarded a maximum $11,589,413 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cargo hooks. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1(a)(2). This is a three-year contract with no option periods. The performance completion date is Oct. 25, 2026. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-23-R-0044).

*Small Business
**Mandatory source

10/31

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded a $542,926,499 cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm-target) modification (P00046) to a previously awarded contract (N0001919C0008). This modification provides for the production and delivery of MQ-4C Triton Unmanned Aircraft System Low-Rate Initial Production Lot Six, to include three unmanned aircraft (UA) for the Navy; one UA for the government of Australia; and one main operating base for the Navy, as well as associated support and related technical and administrative data. Work will be performed in San Diego, California (25.7%); Palmdale, California, (18.4%); Red Oak, Texas (10.1%); Linthicum, Maryland (9.5%); Grand Rapids, Michigan (5.1%); Bridgeport, West Virginia (5.1%); Indianapolis, Indiana (4.3%); Rolling Meadows, Illinois (2.5%); Moss Point, Mississippi (2.5%); Chantilly, Virginia (1.7%); Longueil, Quebec, Canada (1.1%); San Clemente, California (1.1%); various locations within of the continental U.S. (CONUS) (12.1%); and various locations outside of the CONUS (0.5%), and is expected to be completed in January 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $411,380,298; fiscal 2022 aircraft procurement (Navy) funds in the amount of $971,678; and Royal Australian Air Force cooperative funds in the amount of $40,000,000 will be obligated at the time of award, $971,678 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Collins Aerospace, Cedar Rapids, Iowa, was awarded a $10,490,356 firm-fixed-price delivery order (N00383-24-F-0SS0) under a previously awarded performance-based logistics requirements contract (N00383-22-D-SS01) for 388 parts used to repair the heads up displays on the F/A-18 aircrafts. This life-of-type procurement contract has no options and is expected to be completed by September 2029. All work will be performed in Greenwood, Indiana. Annual working capital funds (Navy) in the amount of $5,461,474 will be obligated at time of award. Aircraft procurement (Navy) funds will be used for remaining amount. 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. (Awarded Oct. 30, 2023)

DEFENSE LOGISTICS AGENCY

Vitol Aviation Co., Houston, Texas, has been awarded an estimated $215,606,200 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for F76 marine diesel fuel and JA1 jet turbine fuel. This was a competitive acquisition with 14 responses received. This is a one-year contract with a 30-day carryover period. Locations of performance are outside the continental U.S. in the Western Pacific, and Middle East regions, with a Dec. 31, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-24-D-0458).

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $177,048,070 firm-fixed-price and a maximum amount to include a time and material ceiling amount of $100,000 on contract for F-16 Systems Program Office Foreign Military Sales support. This contract provides for Foreign Military Sales support to Chilean/Fuerza Aérea de Chile F-16 M6.6 Operational Flight Program and Systems Upgrade. Work will be performed at Fort Worth, Texas; Greenville, South Carolina; and Chile, and is expected to be completed by Nov. 30, 2032. This contract involves Foreign Military Sales to Chile. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $177,148,070 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-24-C-0001).

Northrop Grumman Systems Corp., Melbourne, Florida; and Warner Robins, Georgia, has been awarded a $21,086,635 indefinite-delivery/indefinite-quantity modification (P00004) to previously awarded FA8529-23-D-0001 for the support, sustainment, and closeout of the E-8C Joint Surveillance Target Attack Radar System weapon system. The modification brings the total cumulative face value of the contract to $108,952,028. Work will be performed at Melbourne, Florida, and is expected to be completed by Oct. 31, 2024. Fiscal 2024 operation and maintenance funds in the amount of $2,627,688 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Peraton Inc., Herndon, Virginia, was awarded a $14,885,326 time and material and firm-fixed-price task order for commercial agile software development services in support of the Command and Control, Software Engineering and Support 4 suite of software applications. This contract provides agile software development services including continuous, incremental software deliveries for the maintenance, sustainment, and development of the system in support of the U.S. Strategic Command mission and requirements. The location of performance is Bellevue, Nebraska; and Offutt Air Force Base, Nebraska, and is expected to be completed by Feb. 28, 2025. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $47,707 are being obligated at time of award. The Air Force Life Cycle Management Center, Offutt AFB, Nebraska, is the contracting activity (FA2217-24-F-B001).

ARMY

Lockheed Martin Global Inc., Orlando, Florida, was awarded an $82,645,352 firm-fixed-price contract for mobile and permanent advanced gunnery training systems. Bids were solicited via the internet with one received. Work will be performed in Wesola, Poland, with an estimated completion date of July 22, 2027. Fiscal 2024 Foreign Military Sales (Poland) funds in the amount of $82,645,352 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0004). 

Osprey Management LLC, Atlanta, Georgia, was awarded a $65,905,000 firm-fixed-price contract for sustainment, renovation, modernization and construction projects. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 3, 2026. 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-24-D-4005). 

Callan Marine Ltd., Galveston, Texas, was awarded a $34,605,893 modification (P00010) to contract W912HY-20-C-0009 to construct a redesigned revetment. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Feb. 24, 2025. Fiscal 2023 non-federal Port of Corpus Christi funds; and fiscal 2020 and 2023 civil construction funds in the amount of $34,605,893 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity. 

Cashman Dredging & Marine Contracting Co. LLC, Quincy, Massachusetts, was awarded a $29,131,250 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Baltimore, Maryland, with an estimated completion date of March 31, 2024. Fiscal 2023 civil construction funds and fiscal 2023 and 2024 civil operation and maintenance funds in the amount of $29,131,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0006). 

Rheinmetall Waffe Munition GMBH, Trittau, Germany, was awarded a $9,400,000 firm-fixed-price contract for high-energy cannon system parts and maintenance. 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. 30, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-D-0002). 

MISSILE DEFENSE AGENCY

ASRC Federal Cyber LLC,* Columbia, Maryland, is being awarded a noncompetitive, cost-plus-fixed-fee contract with a total value of $99,578,037. Under this new contract, the contractor will provide 24 hours a day, seven days a week maintenance, repair, and sustainment services for the facilities, real property, and building equipment at the Missile Defense Complex and Cantonment area in Fort Greely, Alaska. These services are in direct support of the operational Ground-Based Midcourse Defense weapon system under the Missile Defense Agency (MDA) mission umbrella. The work will be performed in Fort Greely, Alaska. The performance period is from November 2023 through December 2028. One offer was solicited, and one offer was received. Fiscal 2024 operations and maintenance funds in the amount of $900,000 are being obligated on this award and will expire at the end of the current fiscal year. MDA, Redstone Arsenal, Alabama, is the contracting activity (HQ0856-24-C-0001).

*Small Business
**Mandatory source

11/1

ARMY

Global Military Products Inc.,* Tampa, Florida (W15QKN-24-D-0001); Northrop Grumman Systems Corp., Radford, Virginia (W15QKN-24-D-0002); and Blane International Group Inc.,* Cumming, Georgia (W15QKN-24-D-0003), will compete for each order of the $490,000,000 firm-fixed-price contract for procurement of special ammunitions and weapons systems. 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 Oct. 31, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity.

ABCD Geotechnical-JV LLC,* Nashville, Tennessee, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer 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 Oct. 31, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-24-D-0001).

DEFENSE LOGISTICS AGENCY

BRZ Investment & Consulting LLC,* Boynton Beach, Florida (SPE605-24-D-4502, $247,744,050); GLA Global Co.,* Chicago, Illinois (SPE605-24-D-4506, $125,224,534); Ryzhka International LLC,** Fort Lauderdale, Florida (SPE605-21-D-4514, $41,113,773); Petroleum Traders Corp.,*** Fort Wayne, Indiana (SPE605-24-D-4511, $31,215,023); VetJet Fuels LLC,** Dallas, Texas (SPE605-21-D-4518, $30,487,389); Merrimac Energy Group,* Long Beach, California (SPE605-24-D-4509, $26,795,476); Pinnacle Petroleum Inc.,* Huntington Beach, California (SPE605-21-D-4512, $17,643,520); Royal Aquarian Consultancy,** Iselin, New Jersey (SPE605-21-D-4513, $15,027,162); Stonewin LLC,* Miami, Florida (SPE605-21-D-4516, $13,122,029); Panhandle Cooperative Association,* Scottsbluff, Nebraska (SPE605-24-D-4510, $11,139,635); and Tayrona Oil,** West Palm Beach, Florida (SPE605-21-D-4517, $9,586,560) have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-23-R-0206 for various types of fuel. This was a competitive acquisition with 33 responses received. These are 30-month base contracts with one six-month option period. Locations of performance are Colorado, Idaho, Illinois, Iowa, Kansas, Michigan, Minnesota, Nebraska, New Mexico, North Dakota, Oklahoma, South Dakota, Texas, Wisconsin and Wyoming, with a June 30, 2028, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $176,198,704 firm-fixed-price contract modification (P00002) to previously awarded contract FA8682-23-C-B001 for the exercise of options for an additional 61 Lot 8 Long Range Anti-Ship Missiles with containers being produced under the basic contract, and initial spares. The modification brings the total cumulative face value of the contract to $621,381,541.  Work will be performed at Orlando, Florida; and Troy, Alabama, and is expected to be completed by July 18, 2027. Fiscal 2024 U.S. Air Force missile procurement funds in the amount of $78,278,704; and Navy weapons procurement funds in the amount of $97,920,000, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Telecote Research Inc., Goleta, California, has been awarded a $21,949,118 firm-fixed-price contract modification (P00033) to previously awarded contract FA8806-20-F-0001 to exercise Option 1 for software development operations environment. The modification brings the total cumulative face value of the contract to $80,208,567 from $58,259,449. Work will be performed at El Segundo, California, and is expected to be completed by Oct. 31, 2024. Fiscal 2023 research, development, test and evaluation funds in the amount of $10,148,436 are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

MCR Federal LLC, McLean, Virginia, has been awarded a $9,433,467 firm-fixed-price contract modification (P00032) to previously awarded contract FA8806-20-F-0002 to exercise Option 1 for software development operations environment. The modification brings the total cumulative face value of the contract to $61,866,330 from $52,432,863.  Work will be performed at El Segundo, California, and is expected to be completed by Oct. 31, 2024. Fiscal 2023 research, development, test, and evaluation funds in the amount of $2,000,000 are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. 

PAE Applied Technologies LLC, Arlington, Virginia, has been awarded a $8,402,045 firm-fixed-price, cost-reimbursable contract modification (P00006) to previously awarded FA4890-23-C-0003 to exercise Option Period 1 for base operations support at Forward Operating Location Curacao. The modification brings the total cumulative face value of the contract to $45,898,599. Work will be performed in Curacao and is expected to be completed by Oct. 31, 2024. Fiscal 2024 operation and maintenance funds in the amount of $8,402,045 are being obligated at time of award. Air Combat Command Acquisition, Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

NAVY

The MIL Corp., Bowie, Maryland, is awarded a $54,299,122 cost-plus-fixed-fee modification (P00015) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0042121D0010). This modification adds scope to allow for Global Radio Frequency and Intelligence Networks (GRFIN) related top secret/sensitive compartmented information requirements to be completed in support of the integration and installation of GRFIN related technologies, systems and equipment; the update and modernization of existing systems and equipment; and the use of legacy, current, and emerging GRFIN technologies to meet unique requirements in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field Integrated Command, Control and Intel Division. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in April 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. NAWCAD, Patuxent River, Maryland, is the contracting activity.

Resource Management Concepts Inc.,*Lexington Park, Maryland, is awarded a $46,166,398 modification (P00010) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042119D0065). This modification increases the contract ceiling to provide continued research development, test and evaluation (RDT&E) network engineering, infrastructure design, installation, and operations, as well as system administration across the entire RDT&E environment, to the Naval Air Systems Command RDT&E networking and computing infrastructure. This includes the Air Interoperability Center and High-Performance Computing and Cyber Range test and evaluation assets. Work will be performed in Patuxent River, Maryland (85%); St. Inigoes, Maryland (9%); Cherry Point, North Carolina (2%); Jacksonville, Florida (2%); and San Diego, California (2%), and is expected to be completed in September 2024.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, is awarded a $10,844,293 firm-fixed-price, cost-plus-fixed-fee modification (P00005) to an order (N0001923F0021) against a previously issued basic ordering agreement (N0001922G0006). This modification provides for the procurement, transportation, and installation of delta support equipment at seven operational sites, as well as associated non-recurring engineering in support of flight and strike operations of the Marine Air Ground Task Force Unmanned Aircraft System Expeditionary Medium Altitude Long Endurance MQ-9A Block 5 Reaper air vehicles and Ground Control Stations for the Marine Corps. Work will be performed in Poway, California (60%); Saber Springs, California (20%); and Grey Butte, California (20%), and is expected to be completed in September 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $6,124,029 and fiscal 2022 aircraft procurement (Navy) funds in the amount of $4,720,264 will be obligated at the time of award, $4,720,264 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business
**Service-disabled veteran-owned small business
***Veteran-owned small business

11/2

ARMY

Inter-Coastal Electronics LLC, Mesa, Arizona, was awarded a $92,272,836 firm-fixed-price contract to fabricate, test, qualify, deliver, install, train, troubleshoot, repair, and support the Aviation Training 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 Nov. 2, 2028. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-D-0001). 

GMH-C JV LLC, Jacksonville, Florida, was awarded a $49,500,000 firm-fixed-price contract for sustainment, renovation, modernization, and construction projects. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 3, 2026. 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-24-D-4004). 

CORRECTION: The $82,645,352 contract (W900KK-24-C-0004) announced on Oct. 31, 2023, for Lockheed Martin Global Inc., Orlando, Florida, for mobile and permanent advanced gunnery training systems was awarded on Nov. 1, 2023.

CORRECTION: The $65,905,000 contract (W91248-24-D-4005) announced on Oct. 31, 2023, for Osprey Management LLC, Atlanta, Georgia, for sustainment, renovation, modernization and construction projects was awarded on Nov. 1 in the amount of $49,500,000.

NAVY

Applied Technology Inc.,* King George, Virginia, is awarded a $90,502,527 indefinite-delivery/indefinite-quantity contract (N0017324D2001) for research and development support for Tactical Electronic Warfare. The contract does not include options and has a cumulative value of $90,502,527. A $9,037,624 time-and-materials task order (N0017324F2001) was issued concurrently. Work for the initial task order will be performed at the Naval Research Laboratory (NRL), Washington, D.C., and is expected to be completed by November 2024. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $244,000; fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $45,000; and fiscal 2024 working capital funds (Defense) in the amount of $175,000, will be obligated at time of award and funds in the amount of $289,000 will expire at the end of the current fiscal year. This contract was competitively procured with one offer received via Contract Opportunities on SAM.gov. The NRL, Washington, D.C., is the contracting activity.

KBR Diego Garcia LLC, Houston, Texas, is awarded $64,714,169 for a firm-fixed-price modification to exercise Option Six under previously awarded indefinite-delivery/indefinite-quantity contract N62742-17-D-3600 for base operations support services at Naval Support Facility Diego Garcia. Award of this option brings the total cumulative contract value to $457,260,422. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2024. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy and Air Force) funds; and fiscal 2024 non-appropriated funds in the amount of $21,069,993 for recurring work, will be obligated on an individual task order issued during the option period and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Far East, Yokosuka, Japan, is the contracting activity.

Sygnos Inc.,* San Marcos, California, is awarded a maximum-value $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for water and sewer line and related structures construction projects at various locations within the Marine Corps Base Camp Pendleton, and Naval Weapons Station Seal Beach, California, areas of responsibility. No task orders are being issued at this time. 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 competitively procured as a HUBZone small business set-aside via the SAM.gov contract opportunities website, with five proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-24-D-2620).

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $31,805,192 cost-plus- fixed-fee modification (P00077) to a previously awarded contract (N0001918C1037). This modification adds scope to extend software support activity (SSA) services to align with the extension of the E-2D Advanced Hawkeye full rate production, Lot 11, for the Navy. SSA consists of all aspects of software management in support of all software elements of the weapon system, subsystem, and support element levels of the aircraft software that are on the production line and/or released versions. Work will be performed in Melbourne, Florida (83.7%); Liverpool, New York (10.7%); Greenlawn, New York (4.6%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2024. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $31,805,192 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 an $8,706,672 firm-fixed-price order (N0001924F0173) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the production and delivery of 90 retrofit kits, to include 64 for the EA-18G aircraft for the Navy and 26 (13 for the F/A-18F aircraft and 13 for the AEA-18F aircraft) for the government of Australia, as well as associated supplies and services in support of A-Kit procurements to support fielding the current Tactical Targeting Network Technology capability in EA-18G and F/A-18F/AEA-18F aircraft. Additionally, this order procures two C2 tool kits and two C3 tool kits for the government of Australia in support of increasing monthly kit production capacity. Work will be performed in St. Louis, Missouri (82%); and Mesa, Arizona (18%), and is expected to be completed in May 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $4,667,988; fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,716,780; and Foreign Military Sales customer funds in the amount of $2,321,904 will be obligated at the time of award, $1,716,780 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business

11/3

ARMY

County of Osceola, Kissimmee, Florida, was awarded an Other Transaction Authority agreement with a ceiling of $289,114,603 to develop a domestic, trusted, pure-play and open-access advanced packaging ecosystem for low-volume/high-mix production of 2.5-D and 3-D Advanced System Integration and Packaging secure solutions. Work will be performed in Kissimmee, Florida, with an estimated completion date of Oct. 27, 2028. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $3,658,433 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-9-2005). 

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $208,890,089 modification (P01111) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 25, 2025. Fiscal 2023 Air Force European Deterrence Initiative funds; fiscal 2023 and 2024 procurement, Air Force funds; fiscal 2023 and 2024 procurement, Marine Corps funds; and fiscal 2024 other procurement, Army funds in the amount of $208,890,089 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. 

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $41,928,702 cost-plus-fixed-fee contract for environmental remediation of the Diamond Head Oil Superfund Site. Bids were solicited via the internet with two received. Work will be performed in Kearny, New Jersey, with an estimated completion date of Nov. 2, 2028. Environmental Protection Agency funds in the amount of $30,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-3000). 

NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $211,477,415 firm-fixed-price modification to a previously awarded contract (M67854-16-C-0006) for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,552,695,877. This contract modification provides for the exercise of options for the procurement of 40 full rate production ACV Personnel variants and associated production, fielding and support costs, and support & test equipment. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of February 2026. Fiscal 2024 procurement (Marine Corps) funds in the amount of $211,477,415 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).

Atlantic Fabrication & Boiler Services Inc.,* Portsmouth, Virginia (N3220524D0005); Auxiliary Systems Inc.,* Norfolk, Virginia (N3220524D0006); Bay Marine JV LLC,* Chesapeake, Virginia (N3220524D0007); Bluepoint Engineering LLC,* Portsmouth, Virginia (N3220524D0008); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N3220524D0009); Confluence Corp.,* Honolulu, Hawaii (N3220524D0010); East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N3220524D0011); EMS Industrial Inc.,* Chesapeake, Virginia (N3220524D0012); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N3220524D0013); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220524D0014); G I Industrial Marine LLC,* Portsmouth, Virginia (N3220524D0015); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220524D0016); JAG Welding, Fab, & Services Inc.,* Milton, Georgia (N3220524D0017); KD Shipyard LLC,* Virginia Beach, Virginia (N3220524D0018); Lyon Shipyard Inc.,* Norfolk, Virginia (N3220524D0019); Mid Atlantic Engineering Technical Services Inc.,* Chesapeake, Virginia (N3220524D0020); Neal Technical Innovations LLC,* Daphne, Alabama (N3220524D0021); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N3220524D0022); Standard Inspection Services,* San Diego, California (N3220524D0023); TECNICO Corp.,* Chesapeake, Virginia (N3220524D0024); and Walashek Industrial & Marine Inc.,* Norfolk, Virginia (N3220524D0025), are awarded a combined, maximum-value $140,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a broad range of ship repair for Military Sealift Command vessels. Each awardee will be awarded a $3,500 minimum contract guarantee at contract award. This contract includes a five-year base period and a six-month option period. Work will be performed at government and commercial facilities located on the east coast continental U.S. and is expected to be completed by March 30, 2029. Working capital funds (Navy) in the amount of $3,500 per contract, for a total of $73,500, will be obligated on the initial delivery orders for the minimum guarantee for fiscal 2024, and will expire at the end of the fiscal year. This contract was a small business set-aside solicited via the Government Point of Entry website and 22 offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Professional Analysis Inc., Alexandria, Virginia, is awarded a $74,392,335 firm-fixed-price contract (N3220524C4140) to provide worldwide logistics services in the following eight functional areas: lifecycle logistics support, special materials type desk support, material handling equipment and ordnance handling equipment support, ships acquisition support, consolidated maintenance and logistics system support, combat logistics force support, ordnance management support, and supply chain support. The contract contains a phase-in period of one month and 14 days, a base period of 10 months, and four option years, plus Federal Acquisition Regulation 52.217- Option to Extend Services for a total of 60 months. The contract will be performed on a worldwide basis beginning Nov. 6, 2023, and will conclude on Oct. 19, 2028. This contract was a consolidated and bundled full and open with proposals solicited via the Government Point of Entry website and two proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $35,264,435 modification to previously awarded cost-plus-fixed-fee contract N00024-20-C-2114 to exercise fiscal 2024 options for reactor plant planning yard support for nuclear-powered submarines, and support yard for the Navy’s moored training ships. Work will be performed in Groton, Connecticut, and is expected to be completed by September 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $6,440,758 (68%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $3,000,000 (32%) will be obligated at time of award, of which $3,000,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $15,823,616 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2103 for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut (96%); Bremerton, Washington (2%); Kings Bay, Georgia (1%); and Newport, Rhode Island (1%), and is expected to be completed by September 2024. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $5,583,537 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $9,590,245 undefinitized contract action under previously awarded contract N00024-19-C-2125 to provide rotatable pool material. Work will be performed in Groton, Connecticut, and is expected to be completed by Dec. 29, 2028. Fiscal 2022 other procurement (Navy) funds in the amount of $4,795,123 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded an $8,791,995 cost-plus-fixed-fee modification to previously awarded contract N00024-22-C-2105 to exercise options for planning and design yard activities for Standard Navy Valves installed in commissioned nuclear-powered submarines, submersibles, and aircraft carriers. Work will be performed in Newport News, Virginia. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2105).

IAN Corp.,* Barrigada, Guam, is awarded a $7,863,140 firm-fixed-price contract for construction involving improvements for a temporary expeditionary, containerized initial deployment capability of an integrated air and missile defense at Andersen Air Force Base to support testing. Work will be performed at Andersen AFB, Guam, and is expected to be completed by September 2024. Fiscal 2020 military construction (Department of Defense); and fiscal 2023 and 2024 research, development, test and evaluation (DOD) funds in the amount of $7,863,140, will be obligated at time of award, and $7,558,856 will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with six proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1311).

DEFENSE LOGISTICS AGENCY

Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $15,175,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women’s service uniform dress slacks. This is a five-year contract with no option periods. The ordering period end date is Nov. 2, 2028. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-N004). 

Trijicon Inc.,* Wixom, Michigan, has been awarded a maximum $13,393,381 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for bore-sight optic riflescopes. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Oct. 27, 2028. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0002).

*Small Business
** Mandatory source

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 Wednesday, November 08, 2023 1:24 pm

Leave a Reply

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

Notify me of updates to this conversation