INSIDE THE

NEWS + ADVICE

DoD Contracts: BAE Systems, ASRC Federal Facilities Logistics, Raytheon, Lockheed Martin, Week of 12-4-23 to 12-8-23

Posted by Ashley Jones
aircraft

12/4

SPECIAL OPERATIONS COMMAND

Raytheon Co., McKinney, Texas, is being awarded a single award, firm-fixed-price, multi-year contract (H92408-24-C-6972) in the amount of $321,266,052 for the continued production and delivery of Silent Knight Radar systems and initial spare components in support of Special Operations Command (USSOCOM). The work will be performed primarily at contractor locations in McKinney, Texas; and Forest, Mississippi, and is expected to be completed by Dec. 31, 2028. Foreign Military Sales funding of $27,500,000 will be used. Solicitation for Silent Knight Radars was issued sole-source to Raytheon Co. under authority of 10 U.S. Code 2304(c)(1), as implemented in Federal Acquisition Regulation 6.302-1 and detailed in approved Justification and Analysis 22-2147. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity. (Awarded Dec. 1, 2023)

ARMY

Tyonek Worldwide Services,* Madison, Alabama (W58RGZ-24-D-0004); Vali Inc.,* Huntsville, Alabama (W58RGZ-24-D-0005); and Yulista Support Services LLC,* Huntsville, Alabama (W58RGZ-24-D-0006), will compete for each order of the $249,955,801 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for logistics facility management support services. 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 Dec. 3, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Red River Science & Technology LLC,* Lawton, Oklahoma, was awarded a $118,869,095 cost-plus-fixed-fee contract for supply, maintenance, and transportation support services. Bids were solicited via the internet with 12 received. Work will be performed at Fort Campbell, Kentucky, with an estimated completion date of June 12, 2029. Fiscal 2023 operation and maintenance, Army funds in the amount of $118,869,095 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0031). 

United Medevac Solutions Inc.,* Georgetown, Texas, was awarded a $19,081,200 firm-fixed-price contract for patient transport services. Bids were solicited via the internet with seven received. Work will be performed Joint Base San Antonio, Texas, with an estimated completion date of Dec. 14, 2028. Fiscal 2024, 2025, 2026, 2027 and 2028 defense health program funds in the amount of $19,081,200 were obligated at the time of the award. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-24-C-0002). 

Aero Engineering Support Group, Kissimmee, Florida, was awarded a $16,125,718 firm-fixed-price contract to overhaul the Blackhawk left-hand stabilator. 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 Dec. 3, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0011). 

Total Computer Solutions Inc.,* Burke, Virginia, was awarded a $10,642,181 modification (P00004) to contract W31P4Q-23-F-D001 for programmatic support services for the Utility Helicopters Project Office. Work will be performed in Burke, Virginia, with an estimated completion date of Sept. 30, 2024. Fiscal 2023 other procurement, Army funds; fiscal 2024 operation and maintenance, Army funds; fiscal 2023 and 2024 Foreign Military Sales (Albania, Croatia, Jordan, Latvia, Lithuania, Mexico, Slovakia, Slovenia, Sweden, Taiwan, Thailand, and United Arab Emirates) funds; and fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $10,642,181, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

NAVY

Kratos Unmanned Aerial Systems Inc., Sacramento, California, is awarded a $22,913,358 modification (P00006) to a previously awarded cost-plus-fixed-fee contract (N0042123C0010). This modification adds scope to provide continued non-recurring engineering in support for the XQ-58A Unmanned Aerial Systems mission systems and subsystems integration for the Marine Corps. Additionally, this modification provides for flight test and demonstration events, associated spares, materials, and repairs. Work will be performed in Sacramento, California (75%); and Oklahoma City, Oklahoma (25%), and is expected to be completed in September 2024. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $22,913,358 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Warfare Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

Saab Inc., Syracuse, New York, is awarded a $15,877,254 firm-fixed-price contract, for the construction of underwater unmanned vehicles and associated storage containers, training naval mines, spare parts, training documentation, training and transportation. This contract involves Foreign Military Sales to the State of Kuwait. Work will be performed in Cranston, Rhode Island (75%); and Syracuse, New York (25%), and is expected to be completed by September 2025. Foreign Military Sales funds in the amount of $15,877,254 will be obligated at the 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)(4). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2204).

Hodges Transportation Inc.,* Silver Springs, Nevada, is awarded a $13,578,400 cost-plus-fixed-fee contract for the Next Generation Medium Tactical Truck Technology Demonstrator. The work to be performed provides for the consideration of advanced technologies in the areas of propulsion, suspension and modularity. Work will be performed in Silver Springs, Nevada, and is expected to be completed in December 2025. The total cumulative value, including a 24-month base period with no option periods, is $13,578,400. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $5,478,845 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-24-C-1316).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $11,504,936 definitized 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. 31, 2028. Fiscal 2023 other procurement (Navy) funds in the amount of $11,504,936 (100%) 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.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SecuriGence LLC,* Leesburg, Virginia, has been awarded a $9,433,494 modification (P00025) to previously awarded task order HR001121F0006 for information technology multi-network support services. The modification brings the total cumulative face value of the task order to $284,783,750 from $275,350,255. Work will be performed in Arlington, Virginia, with an expected completion date of June 2024. No funds are being obligated at time of award. Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. 

*Small Business

12/5

NAVY

SKANSKA USA Civil Northeast Inc., Waltham, Massachusetts, is awarded a $146,778,932 firm-fixed-price contract for the National Oceanic and Atmospheric Administration (NOAA) Office of Marine and Aviation Operations Ship and Support Facility relocation, Naval Station Newport, Rhode Island. The base contract and four options will be awarded in the amount of $146,778,932. This contract includes nine additional options which, if exercised, would increase the value to $149,950,000. Work will be performed in Newport, Rhode Island, and is expected to be completed by July 2027. Fiscal 2024 operation and maintenance (Navy); fiscal 2022 Inflation Reduction Act (NOAA); and procurement, acquisition, and construction (NOAA) funds in the amount of $146,778,932, will be obligated at time of award, and $1,200,000 will expire at the end of the current fiscal year. This contract was competitively procured via the www.sam.gov website, with two offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-C-0002).

Utility Works, a JV, Virginia Beach, Virginia, is awarded a $65,000,000 firm-fixed-price modification to previously awarded contract N62470-21-D-0005 to increase the maximum dollar value for architect-engineer services for utility engineering, utility infrastructure management, utility operation and maintenance, and utility management services worldwide. This award brings the total cumulative value of the contract to $135,000,000. Work will be performed worldwide and is expected to be completed by February 2026. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are awarded. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity.

Anchor Innovation Inc.,* Virginia Beach, Virginia (N00167-20-D-0001); Auxiliary Systems, Inc.,* Norfolk, Virginia (N00167-20-D-0002); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N00167-20-D-0003); Fairlead Boatworks Inc.,* Newport News, Virginia (N00167-20-D-0004); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N00167-20-D-0006); and United States Marine, Inc.,* Gulfport, Mississippi (N00167-20-D-0007), were each awarded a period of performance extension to Sept. 30, 2026 to the previously-awarded indefinite-delivery/indefinite-quantity, multiple award contract for watercraft industrial services and supplies in support of the Naval Surface Warfare Center Carderock Division Detachment Norfolk, Combatant Craft Division. The overall contract value for the contract is being increased by $35,000,000. This modification increases the total contract ceiling to $78,109,222. No funding will be obligated with this contract modification. The contractor shall perform in a wide variety of locations both within the Continental United States (CONUS) and outside the Continental United States (OCONUS). The expected work distribution by performance location includes Mid Atlantic US (60%); Northeast US (1%); US Gulf Coast (2%); Southwest US (15%); Northwest US (2%); Other/OCONUS (20%). OCONUS locations typically include, but are not limited to Bahrain, Kuwait, United Arab Emirates, Spain, Italy, Horn of Africa, Guam, Japan, Hawaii and Alaska. The Naval Surface Warfare Center Carderock Division, Detachment Norfolk is the contracting activity. (Awarded on Nov. 20, 2023)

Raytheon Co., Tewksbury, Massachusetts, is awarded a $20,760,562 cost-plus-fixed-fee contract for the Birdseye Yonder (BEYOND) effort. This contract provides for building two wideband passive sensor systems and conducting a multilateration demonstration with the sensor systems. Work will be performed in Tewksbury, Massachusetts (75%); El Segundo, California (12.5%); and Arlington, Virginia (12.5%). Work is expected to be completed in November 2026. The total cumulative value of this contract, including a 36-month base period and one 24-month option period which will run concurrently with the base period, is $20,760,562. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $4,640,000; and fiscal 2023 research, development, test and evaluation (defense) funds in the amount of $2,755,000, are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-22-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-1111).

AIR FORCE

EMESEC Inc., Reston, Virginia, was awarded an estimated $83,088,429 firm-fixed-price task order under the General Services Administration Veterans Technology Services 2 Governmentwide Acquisition Contract for Defensive Cyber Realization, Integration, and Operational Support II Services. Work will be performed at Joint Base San Antonio-Lackland, Texas; and Scott Air Force Base, Illinois, and is expected to be completed by June 3, 2029. This contract was a competitive acquisition, and 10 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,649,945 are being obligated at time of award. The Acquisition Management and Integration Center, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA8773-24-F-0010).

AT2 LLC, Severn, Maryland, has been awarded a $16,937,356 fixed-firm-price modification (P00041) to previously awarded contract FA4890-18-C-0008 for operation, maintenance, and support services of Primary Training Range. This modification provides for the exercise of an option for continued services of range threat, scoring, and feedback systems at Air Combat Command and Air Force Global Strike Command Primary Training Ranges at Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; and Mountain Home Ranges, Idaho. The modification brings the total cumulative face value of the contract to $101,896,358. Work is expected to be completed by Dec. 31, 2024.  Fiscal year 2024 operation and maintenance funds in the amount of $8,969,292 are being obligated at time of award. Headquarters Air Combat Command, Joint Base Langley‐Eustis, Virginia, is the contracting activity.  

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $70,627,100 firm-fixed-price contract for Norfolk Harbor and channel dredging. Bids were solicited via the internet with three received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Aug. 31, 2025. Fiscal 2023 civil construction and City of Virginia Beach funds in the amount of $70,627,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-24-C-5006). 

DEFENSE LOGISTICS AGENCY

UPDATE: Echo Healthcare Inc.,* Sarasota, Florida (SPE2DH-24-D-0002, $10,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R0002 and awarded Feb. 10, 2022. 

*Small Business

12/6

ARMY

Booz Allen Hamilton, McLean, Virginia (W900KK-24-D-0003); Client Solution Architects, Virginia Beach, Virginia (W900KK-24-D-0004); General Dynamic Information Technology Falls Church, Virginia (W900KK-24-D-0005); Northup Grumman, McLean, Virginia (W900KK-24-D-0006); Phoenix Logistics, Gilbert, Arizona (W900KK-24-D-0007); Valian Global Defense Services, San Diego, California (W900KK-24-D-0008); Veterans First,* Fairfax, Virginia (W900KK-24-D-0015); Applied Training Solutions, Greensburg,* Pennsylvania (W900KK-24-D-0009); Core Government Services Corporation,* Purcellville, Virginia (W900KK-24-D-0010); Evocati Solutions JV,* Valrico, Florida (W900KK-24-D-0012); Liberty Business Solutions,* Ladson, South Carolina (W900KK-24-D-0013); and Nemean Trideum JV, Sierra Vista, Arizona (W900KK-24-D-0014), will compete for each order of the $975,000,000 order dependent contract for training service support. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 5, 2028. Army Contracting Command, Orlando, Florida, is the contracting activity. 

NLGC JV LLC,* Detroit, Michigan, was awarded a $29,688,389 firm-fixed-price contract for demolition, building relocation/reconstruction and construction. Bids were solicited via the internet with three received. Work will be performed in Tifton, Georgia, with an estimated completion date of Dec. 10, 2025. Fiscal 2020 U.S. Department of Agriculture funds in the amount of $29,688,389 were obligated at the time of the award. U.S. Army Corps of Engineers is the contracting activity (W912HN-24-C-4001). 

Robert Cummins, Bradford, Pennsylvania, was awarded a $12,232,464 firm-fixed-price contract to rehabilitate a road. Bids were solicited via the internet with three received. Work will be performed in Kane, Pennsylvania, with an estimated completion date of Oct. 26, 2026. Fiscal 2024 USDA Forest Service funds in the amount of $12,232,464 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-C-8001).  

DEFENSE LOGISTICS AGENCY

ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Beltsville, Maryland, has been awarded a maximum $95,000,000 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 199-day bridge contract with no option periods. Locations of performance are West Virginia, Virginia; and Washington, D.C., with a June 30, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0003).

Noble Supply and Logistics,* Boston, Massachusetts, 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 202-day bridge contract with no option periods. Locations of performance are Connecticut, Delaware, Maine, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island and Vermont, with a June 30, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0004).

City Light & Power Inc.,** Greenwood Village, Colorado, has been awarded a maximum $23,470,368 modification (P00060) to a 50-year contract (SP0600-14-C-8291) with no option periods for the ownership, operation and maintenance of the electric utility system at Hill Air Force Base, Utah. This is a fixed-price with economic-price-adjustment contract. Location of performance is Utah, with a Nov. 30, 2064, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2064 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $60,299,575 cost-plus-fixed-fee and cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-5105 for AEGIS J7 baseline computer program development and integration. This requirement involves Foreign Military Sales to the Japan Maritime Self Defense Force. Work was performed in Moorestown, New Jersey (91%); and Yokohama, Japan (9%), and was completed in July 2022. Foreign Military Sales (Japan) funds in the amount of $1,008,332 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.

The McHenry Management Group of Chesapeake, Virginia (N3220524D0027), is being awarded a $38,100,299 firm-fixed-price contract for engineering and technical services associated with ship material assessment and readiness testing programs, safety management system programs, and damage control –environmental protection programs for Military Sealift Command’s (MSC) government-owned, government-operated fleet and government-owned, contractor-operated fleet. This contract includes a five-year base period and a six-month option period which, if exercised, would being the cumulative value of this contract to $39,653,946. Work will be performed worldwide and is expected to be completed, if the option is exercised, by June 6, 2029. Navy working capital funds in the amount of $3,500 are obligated for fiscal 2024 and will expire at the end of fiscal year. This contract was a small business set-aside with more than five companies solicited via the Procurement Integrated Enterprise Environment /SAM.gov website and one offer received. MSC, Norfolk, Virginia, is the contracting activity (N3220524D0027).

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $13,252,563 cost-plus-fixed-fee modification (P00004) to a previously awarded contract (N0001922C0046). This modification adds scope to provide reach back support for sustainment of all Norway and Italy Reprogramming Laboratory systems, as well as associated consumables and spare material/tooling support in support of the F-35 program for non-U.S. Department of Defense (DOD) participants. Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in April 2027. Non-DOD participant funds in the amount of $$4,417,521 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.

Continental Maritime San Diego, San Diego, California, is awarded a $13,026,812 firm-fixed-price modification to previously awarded contract N00024-23-C-4410. This modification exercises options for the maintenance, repair, and modernization of the USS Momsen (DDG-92) fiscal 2024 depot modernization period.¬¬ Work will be performed in San Diego, California, and is expected to be completed by June 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $990,733; fiscal 2024 other procurement (Navy) funds in the amount of $8,095,297; and fiscal 2024 operation and maintenance (Navy) funds in the amount of $3,940,782, will be obligated at the time of award, $3,940,782 of which will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 5, 2023)

Northrop Grumman Systems Corp., Charlottesville, Virginia, is being awarded $12,460,677 for a firm-fixed-price, non-commercial contract for the procurement of 12 items in support of the WSN-7 ship inertial navigation system. This is a five-year contract with no option periods, and work will be completed by June 2028. All work will be performed in Charlottesville, Virginia. Working capital (Navy) funds in the full amount will be obligated at time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-UA09).

Robertson Fuel Systems LLC, Tempe, Arizona, is awarded a $9,201,145 firm-fixed-price contract. This contract provides for the manufacturing and delivery of seven Delta Install kits, seven Tactical Bulk Fuel Delivery System (TBFDS) Forward Area Refueling Equipment kit inserts/Portable Fire Extinguisher kits and one TBFDS B-Kit, as well as associated non-recurring engineering, in support of the CH-53K King Stallion helicopter for the Marine Corps. Work will be performed in Tempe, Arizona and is expected to be completed in April 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,201,145 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 3204(a)(1). Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, is the contracting activity (N0001924C0017). 

Raytheon Co., McKinney, Texas, is awarded an $8,716,398 firm-fixed-price modification (P00010) to a firm-fixed-price, cost-plus-fixed-fee order (N0001921F0810) against a previously issued basic ordering agreement (N0001920G0007). This modification exercises an option to procure 13 Lot 8 Night Vision System AN/AAQ-44 forward looking infrared kits in support of CH-53K King Stallion helicopter production aircraft. Work will be performed in McKinney, Texas, and is expected to be completed in March 2026. Fiscal 2024 aircraft procurement (Navy) funds for $8,716,398 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.

*Small Business
**Small, disadvantaged business

12/7

ARMY

WSP USA Solutions Inc., Washington, D.C., was awarded a $75,000,000 firm-fixed-price contract to provide all labor, equipment, materials and supplies to support temporary emergency power activities prior to, during, and following a federally declared emergency. 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. 31, 2028. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-D-3000).

WSP USA Solutions Inc., Washington, D.C., was awarded a $75,000,000 firm-fixed-price contract to provide all labor, equipment, materials and supplies to support temporary emergency power activities prior to, during, and following a federally declared emergency. 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. 31, 2028. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-D-3001).

WSP USA Solutions Inc., Washington, D.C., was awarded a $75,000,000 firm-fixed-price contract to provide all labor, equipment, materials and supplies to support temporary emergency power activities prior to, during, and following a federally declared emergency. 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. 31, 2028. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-D-3002).

WSP USA Solutions Inc., Washington, D.C., was awarded a $75,000,000 firm-fixed-price contract to provide all labor, equipment, materials and supplies to support temporary emergency power activities prior to, during, and following a federally declared emergency. 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 Dec. 31, 2028. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-D-3003).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $15,000,000 cost-plus-fixed-fee contract for the Mission Systems Flying Test Bed. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 6, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0005).

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, was award an undefinitized contract action with a not-to-exceed price of $32,253,699 for F-16 Systems Program Office Foreign Military Sales support. This contract provides for FMS support to Poland for the F-16 Multifunction Information Distribution System-Joint Tactical Radio System Integration. Work will be performed at Fort Worth, Texas; and Poland, and is expected to be completed by Dec. 31, 2029. This contract involves foreign military sales to Poland. This contract was a sole source acquisition. Foreign Military Sales funds in the amount of $4,000,000 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-F-0066).

DEFENSE LOGISTICS AGENCY

UPDATE: Practicon Inc.,* Greenville, North Carolina (SPE2DE-24-D-0002, $40,000,000), 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-R0007 and awarded June 10, 2021.

*Small business

12/8

DEFENSE LOGISTICS AGENCY

AEP Energy Inc., Chicago, Illinois, has been awarded an estimated $315,904,088 fixed-price utilizing locational marginal price contract under solicitation SPE604-23-R-0406 for electricity. This contract was a competitive acquisition with four responses received. This is a four-year contract with no option periods. Locations of performance are Pennsylvania, New Jersey and Maryland, with a June 30, 2028, performance completion date. Using customers are Army, Air Force, Navy, Defense Intelligence Agency, Institute for Defense Analysis, National Institute of Standards & Technology, Transportation Security Administration, Department of Agriculture and Veterans Affairs Maryland Health Care System. Using customers are solely responsible to fund this contract and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE604-24-D-8003). 

Goodrich Corp., doing business as Collins Aerospace, Landing Systems, Troy, Ohio, has been awarded a maximum $34,653,480 modification (P00004) exercising the second and third option periods of a one-year three-month base contract (SPRHA1-21-C-0004) with four one-year option periods for B-52 aircraft wheels and brakes. This is a firm‐fixed‐price contract. The performance completion date is Aug. 31, 2028. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2028 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA1‐21‐C‐0004).

UPDATE: Kaufman Trailers Group LLC, Lexington, North Carolina (SPE8EC-24-D-0027, $248,000,000), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022.

AIR FORCE

Vertex Aerospace LLC, Madison, Mississippi, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contractor logistics support services contract with an estimated total value of $299,965,743 for the C-12 fleet used by Air Force Materiel Command (AFMC), Pacific Air Forces (PACAF), the Defense Intelligence Agency (DIA), and the Defense Security Cooperation Agency (DSCA). The C-12 CLS contract is entering into Option Year VII. Task Order FA8134-24-F-6007 will be issued to fund work performed at Joint Base Elmendorf-Richardson, Alaska; Edwards Air Force Base, California; Joint Base Andrews, Maryland; Madison, Mississippi; Holloman AFB, New Mexico; Okmulgee, Oklahoma; San Angelo, Texas; Buenos Aires, Argentina; Gaborone, Botswana; Brasilia, Brazil; Bogota, Columbia; Cairo, Egypt; Accra, Ghana; Tegucigalpa, Honduras; Budapest, Hungary; Yokota Air Base, Japan; Nairobi, Kenya; Rabat, Morocco; Manila, Philippines; Riyadh, Saudi Arabia; Bangkok, Thailand; Ankara, Turkey; and Oslo, Norway, and is expected to be completed Dec. 31, 2024. This contract was a competitive acquisition and three offers were received. Fiscal 2024 operation and maintenance funds for AFMC and PACAF, and some DIA and DSCA; fiscal 2024 research, development, test, and evaluation funds for Edwards AFB, California, and Holloman AFB, New Mexico; fiscal 2024 operation and maintenance funds for the remainder of DIA and DSCA; and fiscal 2024 aircraft procurement funds in total amount of $21,249,417 are being obligated at time of task order award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8106-17-D-0001).

Modular Management Group Inc., Fort Worth, Texas, was awarded an $8,072,402 firm-fixed-price delivery order for Survivable Air Operations Center Relocatable Facilities. This contract provides for the design, fabrication, delivery, and installation of one relocatable secure facility. Work will be performed in Fort Worth, Texas, with delivery to Edwards Air Force Base, California, and is expected to be completed by Feb. 5, 2025. This contract was a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $8,072,402 are being obligated at time of award. The Air Force Testing Center, Edwards AFB, California, is the contracting activity (FA9301-24-F-0036).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded a firm-fixed-price modification to an existing delivery order (H92241-22-F-0073) with a value of $271,215,944 for procurement of MH-47G renew build rotary wing aircraft in support of U.S. Special Operations Command (USSOCOM). Fiscal 2023 and 2024 procurement and aircraft procurement, Army (APA) funds in the amount of $271,215,944 are being obligated at time of award. The majority of the work will be performed in Ridley Park, Pennsylvania, and is expected to be completed by May 2027. This contract was awarded through a noncompetitive modification to an existing delivery order in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

NAVY

Textron Aviation Inc., Wichita, Kansas, is awarded a $128,180,782 modification (P00005) to a previously awarded firm-fixed-price contract (N0001923C0020). This modification exercises options to provide for the production and delivery of 10 Multi-Engine Training System (METS) aircraft, initial spares, peculiar support equipment, and METS aircraft interim contractor logistics support to provide intermediate and advanced training for accession into P-8, EP-3, KC-130, E-6, E-2, CMV-22 and MV-22 aircraft in support of the mission of Chief Naval Air Training for the Navy. Work will be performed in Wichita, Kansas (99%); and Corpus Christi, Texas (1%), and is expected to be completed in June 2024. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $128,180,782 will be obligated at the time if 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.

ALLTRACK Inc.,* Pendleton, Indiana, is awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity requirements contract for railroad maintenance and repair services at the Naval Support Activity, Crane. All work on this contract will be performed in Crane, Indiana, and will be completed by December 2027. No funds will be obligated at time of award; funds will be obligated on individual task orders. No task orders are being issued at this time. Future task orders will be funded by Army Working Capital Funds and Navy Working Capital Funds. This contract was competitively procured via the Contract Opportunities website with one proposal received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Public Works Department Crane, Crane, Indiana, is the contracting activity (N40085-24-D-0017).

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $24,926,055 modification (P00001) to a cost-plus-fixed-fee order (N0001923F0023) against a previously issued basic ordering agreement (N0001922G0009). This modification exercises options to provide for the continued redesign of the AN/UPX-50(C) digital interrogator assemblies to resolve parts obsolescence and implement solutions to achieve compliance with the latest specifications, qualification, and certification standards for the Navy. Additionally, this order adds tasking for the integration of Target Report Processing capabilities into the Common Core DI, formerly hosted in the Interrogator Set, AN/UPX-24(V). Work will be performed in Green Lawn, New York (95%); and Hudson, New Hampshire (5%), and is expected to be completed in November 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $17,897,463; and fiscal 2023 other procurement (Navy) funds in the amount of $7,028,592 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.

J&J Maintenance Inc., doing business as J&J Worldwide Services, Austin, Texas, is awarded a $15,531,107 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded contract N62470-21-D-0024 for base operation support services at Naval Station Rota, Spain. This award brings the total cumulative value of the contract to $31,021,761. Work will be performed in Rota, Spain and is expected to be completed by Dec. 31, 2024. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy) funds will be obligated on individual task orders, subject to the availability of funds. The Naval Facilities Engineering Systems Command Europe, Africa, Central; Rota, Spain, is the contracting activity.

The Survice Engineering Co. LLC,* Belcamp, Maryland, is awarded an $11,025,156 modification (P00020) to a previously awarded firm-fixed-price contract (N0001923C0033). This modification exercises options to provide for the production and delivery of 28 TRV-150C Tactical Resupply Unmanned Aircraft Systems including 12 months of systems engineering program management support and program protection implementation plan services in support of the Navy and Marine Corps Small Tactical Unmanned Aircraft Systems program office. Work will be performed in Churchville, Maryland, and is expected to be completed in March 2025. Fiscal 2024 procurement (Marine Corps) funds in the amount of $6,479,282; fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $2,386,113 and fiscal 2022 procurement (Marine Corps) funds in the amount of $2,159,761 will be obligated at the time of award, $4,545,874 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $95,000,000 firm-fixed-price contract for dredging Freeport Harbor, Texas. 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. 7, 2027. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-D-0003).

Raytheon Co., Integrated Defense Systems, Andover, Massachusetts, was awarded a $77,027,262 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for hardware and services for the Patriot program. Bids were solicited via the internet with one received. Work will be performed in Tewksbury, Massachusetts, with an estimated completion date of Dec. 7, 2028. Fiscal 2024 Foreign Military Sales (United Arab Emirates) funds in the amount of $77,027,262 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0006).

Krempp Construction Inc.,* Jasper, Indiana, was awarded a $16,516,500 firm-fixed-price contract to construct a missile evaluation technology facility and a strategic systems evaluation technology facility. Bids were solicited via the internet with one received. Work will be performed in Crane, Indiana, with an estimated completion date of Aug. 29, 2025. Fiscal 2021 defense working capital funds in the amount of $16,516,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0001).

*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, December 12, 2023 12:21 pm

Leave a Reply

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

Notify me of updates to this conversation