INSIDE THE

NEWS + ADVICE

DoD Contracts: BAE Systems, Systems Planning and Analysis, Intrepid, HPE, Leidos, Raytheon, Week of 7-17-23 to 7-21-23

Posted by Ashley Jones
aircraft

7/17

DEFENSE LOGISTICS AGENCY

LiteFighter Tactical LLC,** Roswell, Georgia, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters and related components. This was a competitive acquisition with seven offers received. This is a four-year contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE1C1-22-R-0069) and awardees will compete for a portion of the maximum dollar value. Locations of performance are Kentucky, Mississippi, Texas, Massachusetts, and Colorado, with a July 13, 2027, ordering period end date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0051).

Aurora Industries LLC,*** Orocovis, Puerto Rico, has been awarded a maximum $16,610,963 modification (P00021) exercising the third one-year option period of a one-year base contract (SPE1C1-20-D-1283) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is July 17, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.    

DEFENSE THREAT REDUCTION AGENCY

Systems Planning and Analysis Inc., Alexandria, Virginia, was awarded an Indefinite-Delivery/Indefinite-Quantity contract (HDTRA1-23-D-0001) with a ceiling of $84,000,000 for advisory and assistance services for the Defense Threat Reduction Agency (DTRA) Strategic Integration Directorate (SI). The principal place of performance is Fort Belvoir, Virginia. Performance is expected to be completed by July 2028. The ordering period of the contract will commence at the date of award through 60 months thereafter (66 months if Federal Acquisition Regulation 52.217-8 Option to Extend Services is exercised). The ceiling is for the life of the contract. Funding will be obligated at the Task Order (TO) level. DTRA operations and maintenance funds in the amount of $416,870; $1,430,343; and $7,151,362, will be obligated to TO 1 for the SI, TO 2 for the Strategic Trends Division, and TO 3 for the SI’s Plans and Exercises Division respectively. These awards is the result of a competitive acquisition. SAM.gov was used to solicit proposals and six proposals were received. DTRA, Fort Belvoir, Virginia, is the contracting activity.

NAVY

General Atomics, Aeronautical Systems Inc., Poway, California, is awarded a $30,191,431 cost-plus-fixed-fee modification (P00014) to a previously awarded contract (N0001921C0016). This modification exercises options to provide maintenance, supply chain and spares management, logistics, and sustainment support for the MQ-9 Reaper aircraft, and dual control mobile ground control stations to ensure they are mission capable for the Marine Corps. Work will be performed in Oahu, Hawaii (35%); Yuma, Arizona (20%); Patuxent River, Maryland (15%); Poway, California (10%); and various locations outside the U.S. (20%), and is expected to be completed in January 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $30,191,431 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $10,729,026 firm-fixed-price contract (N3220523C0189) for an 81-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fleet replenishment oiler USNS John Lenthall (T-AO 189). This contract includes a base period and five unexercised options, which if exercised, would increase the cumulative value of this contract to $11,265,523. Work will be performed in Mobile, Alabama, beginning Sept. 11, 2023, and is expected to be completed by Nov. 30, 2023. Working capital funds (Navy) in the amount of $10,729,026.00 are obligated for fiscal 2023 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and six offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C0189).

L3 Technologies Inc., Camden, New Jersey, is awarded a $8,818,717 firm-fixed-price, cost-plus-award-fee, and cost-only modification to a previously-awarded contract (N00024-22-C-5218) to exercise options for Cooperative Engagement Capability System spares, repair material, engineering studies and analyses, other direct cost, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Largo, Florida (48%); Menlo Park, California (19%); Lititz, Pennsylvania (17%); and Salt Lake City, Utah (16%), and is expected to be completed by July 2024. Fiscal 2023 procurement (Marine Corps) funds in the amount of $2,197,729 (62%); fiscal 2023 other procurement (Navy) funds in the amount of $613,254 (16%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $263,584 (7%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $131,792 (4%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $131,792 (4%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $131,792 (4%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $100,776 (3%), will be obligated at time of award, of which $100,776 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Matthews Brothers Dredging LLC, Pass Christian, Mississippi, was awarded a $17,707,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Houston, Texas, with an estimated completion date of April 15, 2024. Fiscal 2020 civil operation and maintenance funds, and fiscal 2012, 2022 and 2023 civil operation and maintenance – Recovery Act Funds in the amount of $17,707,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0016). 

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

7/18

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $256,315,686 cost-plus-incentive-fee modification (P00037) to a previously awarded contract (N0001921C0011). This modification exercises an option to provide depot level maintenance and repair for all fielded F135 propulsion systems at the F-35 production sites and operational locations, to include training in support of the F-35 Lightning II aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in East Hartford, Connecticut (40%); Oklahoma City, Oklahoma (21%); Indianapolis, Indiana (12%); West Palm Beach, Florida (6%); Windsor Locks, Connecticut (6%); Brekstad, Norway (4%); Leeuwarden, Netherlands (3%); Iwakuni, Japan (3%); Williamtown, Australia (2%); Cameri, Italy (1%); Marham, United Kingdom (1%); and Fort Worth, Texas (1%), and is expected to be completed in November 2023. Fiscal 2023 operations and maintenance (Air Force) funds in the amount of $106,477,203; fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $45,537,911; fiscal 2023 operations and maintenance (Navy) funds in the amount of $25,997,973; FMS funds in the amount of $28,161,450; and non-U.S. DOD participant funds in the amount of $50,141,149 will be obligated at time of award, $178,013,087 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Raytheon Co., McKinney, Texas, is awarded $10,027,859 for firm-fixed price spares delivery order N00383-23-F-PF04 under previously awarded basic ordering agreement (N00383-19-G-PF01) for the procurement of one APY-10 radar system weapon repairable assemblies (WRAs), for a total quantity on 11 WRAs, in support of the P-8A aircraft. The delivery order does not include an option period. All work will be performed in McKinney, Texas, and work is expected to be completed by April 2026. Working capital funds (Navy) in the full amount of $10,027,859 will be obligated at the 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 2304 (a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Hyster-Yale Group, Greenville, North Carolina, is awarded a $7,578,960 firm-fixed-priced contract for the procurement of the 4K electric, sit-down, counterbalanced, shipboard forklifts. This contract has no options. All work will be performed in Greenville, North Carolina, and work is expected to be completed by February 2025. Fiscal Year 2023 shipboard other procurement funds (Navy) in the full amount of $7,578,960 will be obligated, and funds will not expire at the end of the current fiscal year. This contract was competitively procured using Federal Acquisition Regulation 13.5 tradeoff procedures, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-P-K045).

DEFENSE LOGISTICS AGENCY

American Apparel Inc.,* Selma, Alabama, has been awarded a maximum $82,931,950 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s uniform all-weather coats. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. The ordering period end date is July 17, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0063).

ARMY

Civil-Military Innovation Institute Inc., Morgantown, West Virginia, was awarded a $46,019,956 firm-fixed-price for Project Emergence research and development. Work will be performed in Morgantown, West Virginia, with an estimated completion date of July 17, 2026. Fiscal 2023 research, development, test, and evaluation (Army) funds in the amount of $46,019,956 were obligated at the time of award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-C-0011). 

Winston-Salem Industries for the Blind Inc., Winston-Salem, North Carolina, was awarded a $37,830,713 firm-fixed-price contract for fuel handler sets. Bids were solicited via the internet with one received. Work will be performed in Winston-Salem, North Carolina, with an estimated completion date of Aug. 28, 2026. Fiscal 2023 operation and maintenance, Army funds in the amount of $37,830,713 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-23-C-0080).  

RaytheonLockheed Martin Javelin JV, Tucson, Arizona, was awarded a $13,488,810 modification (P00168) to contract CW31P4Q-19-C-0038 for the Javelin Missile System. Work will be performed in Tucson, Arizona, with an estimated completion date of July 29, 2024. Fiscal 2022 missile procurement, Army funds in the amount of $13,488,810 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

BAE Systems, Nashua, New Hampshire, has been awarded a $21,536,583 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee modification P00006, to previously awarded contract FA8523-19-D-0001, for sustainment services associated with the AN/ALQ-239 Digital Electronics Warfare Systems and AN/AAR-57A(V) Common Missile Warning System hardware and software. The modification brings the total cumulative face value of the contract to $49,764,441. Work will be performed in Nashua, New Hampshire, and is expected to be completed by August 18, 2025. This contract involves Foreign Military Sales to the Royal Saudi Air Force. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-19-D-0001).

*Small business

7/19

ARMY

Lockheed Martin Aculight Corp., Bothell, Washington, was awarded an Other Transaction Authority agreement with a ceiling of $220,842,090 to develop, integrate, manufacture, test, and deliver Indirect Fire Protection Capability-High Energy Laser prototype weapon systems. Work will be performed in Bothell, Washington; Moorestown, New Jersey; Owego, New York; Oldsmar, Florida; Orlando, Florida; Sunnyvale, California; and Huntsville, Alabama, with an estimated completion date of Oct. 18, 2025. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $154,000,000 were obligated at the time of the award. Army Rapid Capabilities and Critical Technologies Office, Redstone Arsenal, Alabama, is the contracting activity (W50RAJ-23-9-0001).

ADVON Corp.,* Tallahassee, Florida (W912HP-23-D-4000); Boyer Commercial Construction Inc.,* Columbia, South Carolina (W912HP-23-D-4001); Billy W. Jarrett Construction Co. Inc.,* Montgomery, Alabama (W912HP-23-D-4002); MIG WMJ JV1 LLC,* Virginia Beach, Virginia (W912HP-23-D-4003); and Valiant Construction LLC,* Louisville, Kentucky (W912HP-23-D-4004), will compete for each order of the $99,000,000 firm-fixed-price contract for general construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 18, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.

Manson Construction, Seattle, Washington, was awarded a $35,290,000 firm-fixed-price contract for dredging services. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Nov. 10, 2024. Fiscal 2023 civil operation and maintenance funds in the amount of $35,290,000 were obligated at the time of award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity W912P8-23-C-0028).

Intrepid LLC, Huntsville, Alabama, was awarded was awarded a $15,341,055 modification (P00048) to W9113M-18-F-0012 for system engineering and technical assistance. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 17, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Southeastern Kentucky Rehabilitation Industries,** Corbin, Kentucky, has been awarded a maximum $56,779,594 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for individual first aid kits and components. This is a three-year contract with no option periods. Location of performance is Tennessee, with a July 19, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-N008). 

NAVY

Leidos, Inc., Reston, Virginia, is awarded a $36,342,898 modification to previously awarded contract N00024-22-C-6303 to exercise an option for fabrication, test, and delivery of four Medium Unmanned Undersea Vehicle (UUV) engineering development models and associated data and equipment. The contract will support the next generation of the Program Executive Office Unmanned and Small Combatants Unmanned Maritime Systems Program Office Razorback UUV program and the Expeditionary Missions Program Office Viperfish Maritime Expeditionary Mine Countermeasures UUV program. Work will be performed in Fall River, Massachusetts (80%); Lynwood, Washington (16%); Arlington, Virginia (3%); and Newport, Rhode Island (1%), and is expected to be completed by April 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $12,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $17,773,292 modification to previously awarded contract N00024-20-C-5300 for the procurement of two additional MK 110 Mod 0 Gun Mounts (GM), ammunition hoists, and associated hardware. The MK 110 GM is a multi-purpose, medium caliber gun designed to engage surface, air and missile targets. These gun mounts will be installed on a coast guard offshore patrol cutter and a Navy Constellation class frigate. Work will be performed in Karlskoga, Sweden (99%); and Louisville, Kentucky (1%), and is expected to be completed by March 2026. Fiscal 2023 weapons procurement (Navy) funds in the amount of $8,953,319 (50%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $8,819,973 (50%) will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

East Coast Repair & Fabrication LLC,* Newport News, Virginia (N4215823D0001); and Lyon Shipyard Inc.,* Norfolk, Virginia (N4215822D0002), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of services required to perform a broad range of repairs and alterations, preservation, troubleshooting, maintenance, installation, and removal of hull, mechanical, and electrical (HM&E) equipment and systems aboard Navy vessels. These contracts are additions to the HM&E program resulting in five contractors. The maximum programmatic ceiling for the HM&E program, if all options are exercised, is $70,000,000. East Coast Repair & Fabrication LLC and Lyon Shipyard Inc., are each being awarded $15,000,000, and if all options are exercised, the total value will be $70,000,000. Work will be performed in Portsmouth, Virginia (60%); Norfolk, Virginia (20%); Virginia Beach, Virginia (10%); Charleston, South Carolina (5%); and Kings Bay, Georgia (5%). If all options are exercised, work will continue until September 2027. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $1,000 will be obligated for the minimum guarantee on each contract, and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with 11 offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

*Small business 
**Mandatory source

7/20

AIR FORCE

Silicon Technologies Inc., Midvale, Utah, was awarded a ceiling of $41,983,055, a cost-plus-fixed-fee contract for an advanced analog & mixed signal rad hard microelectronics design and manufacturing project. This contract provides for improvement to access and efficiency to the back end of the line complementary electron beam lithography capabilities that enable lower cost development of advanced analog electronics for programs with high-mix and low-volume integrated circuit requirements. Work will be performed in Salt Lake City, Utah, and is expected to be completed by March 20, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research and development funds in the amount of $2,630,445 are being obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-23-C-A036).

Pacific Propeller International LLC, doing business as PPI, Kent, Washington, has been awarded a $22,804,292 modification (P00001) to a previously awarded contract (FA8553-23-D-0002) for the overhaul support for the C-130 54H60 series propeller. This contract provides for the overhaul and repair of the C-130 54H60 series propeller for the Air Force and multiple countries. All work will be performed in Kent, Washington, and individual orders will be placed by the Air Force and Foreign Military Sales partners through Feb. 27, 2028. The modification brings the total cumulative face value of the contract to $73,704,292. No funds are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

IT Mentor Group, Inc., Poway, California, has been awarded a $19,273,659 cost-plus-fixed-fee contract for Chemical, Biological, Radiological, and Nuclear Tactical Edge Targeting. This contract provides for research, development, and demonstration of CBRN threat mitigation and defeat capabilities. Work will be performed in Poway, California; and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by October 19, 2028. This contract was a sole-source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $750,000 are being obligated at the time of the award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson AFB, Ohio, is the contracting activity (FA2384-23-C-B002).

ARMY

SGS LLC,* Yukon, Oklahoma, was awarded a $36,029,647 firm-fixed-price contract to construct a child development center. Bids were solicited via the internet with two received. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of July 20, 2025. Fiscal 2023 military construction, Army funds in the amount of $36,029,647 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0011).

Hewlett Packard Enterprise Co., Spring, Texas, was awarded a $26,480,000 firm-fixed-price contract to deliver, install and accept computer systems. Bids were solicited via the internet with one received. Work will be performed at Wright Patterson Air Force Base, Ohio, with an estimated completion date of March 15, 2023. Fiscal 2023 other procurement, Army funds in the amount of $26,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-23-F-0200).

First Environment Inc.,* Butler, New Jersey, was awarded a $12,000,000 firm-fixed-price contract for biological, environmental and cultural resource investigations. 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 July 20, 2028. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-D-0006).

DEFENSE LOGISTICS AGENCY

Dominion Energy South Carolina Inc., Cayce, South Carolina, has been awarded an estimated $12,551,467 modification (P00032) to a 50‐year contract (SP0600‐18‐C‐8326) with no option periods for the ownership, operation and maintenance of the natural gas distribution utility systems at Fort Jackson, South Carolina. This is a regulated tariff contract. The performance completion date is Nov. 18, 2069. Using military service is Army. Type of appropriation is fiscal 2023 through 2070 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY

L3Harris Technologies, Inc., Van Nuys, California, is awarded a $10,506,355 cost-plus-fixed-fee delivery order under Basic Ordering Agreement N00024-19-G-5500 for the procurement of supplies and services for the Land Based Radars refurbishment of AN/SPS-48. This delivery order includes options which, if exercised, would bring the cumulative value of this contract to $14,553,316. This delivery order involves Foreign Military Sales to Egypt. Work will be performed in Van Nuys, California (87%); and Egypt (13%), and is expected to be completed by April 2026. If all options are exercised, work will continue through April 2026. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $10,506,355 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-F-5502). 

The University of Southern California, Los Angeles, California, is awarded a $9,827,419 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract. This university affiliated research center contract with the University of Southern California Institute for Creative Technologies provides for modeling and simulation, immersion, content creation, graphics, artificial intelligence, sound, and creative technologies and simulations in support of providing prototypes for the design of a fully immersive simulation environment for education and training across multiple weapon and aircraft platforms for the Navy. Work will be performed in Los Angeles, California, and is expected to be completed in July 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-3(a)(2)(ii). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893623D0003).

Bath Iron Works (BIW), Bath, Maine; and Huntington Ingalls Inc., Ingalls Shipbuilding (Ingalls), Pascagoula, Mississippi, are being awarded cost-plus-award-fee, modifications to previously-awarded contracts N00024-22-C-2318 and N00024-22-C-2319, respectively, for shipbuilder engineering and design analysis in order to produce design products in support of the Guided Missile Destroyer (DDG(X)) preliminary design and contract design. The modification to the contracts will be awarded without full and open competition pursuant to 10 U.S. Code 2304(c)(3), Industrial mobilization; engineering, development, or research capability; or expert services. The specific contract award amounts for these requirements is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulations 2.101 and 3.104) and will not be made public at this time. BIW work will be performed in Bath/Brunswick, Maine (99%); Washington, D.C. (1%), and is expected to be completed by July 2024. Ingalls work will be performed in Pascagoula, Mississippi (89%); Avondale, Louisiana (10%); and Newport News, Virginia (1%), and is expected to be completed by July 2024. Fiscal 2023 research development test & evaluation funds will be obligated at time of award for each contract, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D. C., is the contracting activity (N00024-22-C- 2318 and N00024-22-C-2319). 

*Small Business

7/21

AIR FORCE

Deloitte & Touche LLP Arlington, Virginia, has been awarded a $211,000,000 maximum ceiling contract modification (P00013) to a previously awarded contract (FA7014-18-D-5000) for financial improvement & audit remediation efforts. The modification brings the total cumulative ceiling value of the contract to a maximum $1,011,000,000 from $800,000,000. Work will be performed at various Air Force locations and is based on issued Task Order requirements and is expected to be completed by July 31, 2025. Fiscal 2023 operations and maintenance funds will be obligated in future Task Orders requirements. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity.

Assured Information Security Inc., Rome, New York, has been awarded a $98,500,000 maximum ordering amount cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for software and reports. This contract provides for Artificial Intelligence/Machine Language-based tools and techniques developed in industry, academia, and in previous phases of this effort, to improve emergent and operational cyber capabilities developed by the Air Force and partnering combatant commands. Work will be performed in Rome, New York, and is expected to be completed by July 20, 2028. This contract was a competitive acquisition and 1 offer was received. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,000 and fiscal 2023 operations and maintenance in the amount of $8,642,421 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity.

Bering Global Solutions LLC, Anchorage, Alaska, has been awarded a $19,774,916 firm-fixed-price modification (P00012) to previously awarded contract FA4887-19-D-A005 for the Human Performance Optimization program in support of the Comprehensive Readiness for Aircrew Flying Training program design and support. Work will be performed in various U.S. locations and is expected to be completed by Aug. 31, 2024. No funds are being obligated at the time of award. The 56th Contracting Squadron Services Flight, Luke Air Force Base, Arizona, is the contracting activity.

Redhorse Corp., San Diego, California, has been awarded a $9,191,028, firm-fixed-price modification (P00002) to previously awarded FA8684-22-C-B008 for an innovative methodology for Enhanced Reliability Centered Maintenance/Long Range Supply Forecast for the Air Force. This modification provides for the exercise of options to continue work from the base year. Work will be performed in Rosslyn, Virginia, and is expected to be completed by July 21, 2024. Fiscal 2023 operations and maintenance funds in the amount of $9,191,028 are being obligated at the time of award. The modification brings the total cumulative face value of the contract to $32,711,285. The Air Force Life Cycle Management Center, Rapid Sustainment Office, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $393,091,720 modification (P00005) to contract W58RGZ-21-C-0015 for Apache AH-64E aircraft, supporting services, and equipment. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2027. Fiscal 2023 aircraft procurement, Army funds and Foreign Military Sales (Egypt and Kuwait) funds in the amount of $393,091,720 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

Cummins Inc., Columbus, Indiana, was awarded a $347,411,254 firm-fixed-price contract for the procurement of new commercial, remanufactured and remanufactured conversion V903 Cummins series 600 and 675 horsepower diesel engines. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 29, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0048). 

W. A. Ellis Construction Co.,* Independence, Missouri (W9128F-23-D-0039); Bloomsdale Excavating Co. Inc.,* Bloomsdale, Missouri (W9128F-23-D-0040); Dubuque Barge and Fleeting Service Co., doing business as Newt Marine Service,* Dubuque, Iowa (W9128F-23-D-0041); and Western Contracting Corp,* Sioux City, Iowa (W9128F-23-D-0042), will compete for each order of the $49,000,000 firm-fixed-price contract for the repair and maintenance of navigation channels along the Missouri River. 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 June 30, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. 

HHI Corp., Ogden, Utah, was awarded a $25,134,676 firm-fixed-price contract to construct a Special Operations Forces tactical equipment maintenance facility. Bids were solicited via the internet with two received. Work will be performed at Fort Carson, Colorado, with an estimated completion date of Jan. 30, 2025. Fiscal 2023 military construction, Special Operations Forces funds in the amount of $25,134,676 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0025). 

AeroVironment Inc., Simi Valley, California, was awarded a $12,051,941 firm-fixed-price contract for RQ-20B Puma AE3 UAS systems. Bids were solicited via the internet with one received. Work will be performed in Simi Valley, California, with an estimated completion date of Sept. 30, 2024. Fiscal 2023 other procurement, Army funds in the amount of $12,051,941 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-C-0039). 

Quarterline Consulting Services LLC,* Herndon, Virginia, was awarded an $11,816,539 firm-fixed-price contract for nursing and ancillary personal services support. Bids were solicited via the internet with 17 received. Work will be performed at Fort Meade, Maryland, with an estimated completion date of Nov. 30, 2027. Fiscal 2023 Defense Health Program funds in the amount of $11,816,539 were obligated at the time of the award. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-23-F-0201).

CDM Stanley a Joint Venture, Fairfax, Virginia, was awarded a $9,611,838 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with one received. Work will be performed in Fort Worth, Texas, with an estimated completion date of July 28, 2027. Fiscal 2022 civil construction funds in the amount of $9,611,838 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0014).

Weeks Marine Inc., Covington, Louisiana, was awarded an $8,932,500 modification (P00001) to contract W912P8-23-C-0026 for dredging services. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Aug. 22, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $8,932,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Symmetry Energy Solutions LLC, Houston, Texas (SPE604-23-D-7519, $28,916,705); Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-23-D-7522, $28,552,445); and Tiger Natural Gas Inc., Tulsa, Oklahoma (SPE604-23-D-7523, $27,480,919), have each been awarded a fixed-price with economic-price-adjustment requirements contract under solicitation SPE604-23-R-0402 for pipeline quality direct supply natural gas. This was a competitive acquisition with six offers received. These are two-year contracts with a possible six-month carryover. Locations of performance are Arizona, California, Nevada, New Mexico, Utah, and Washington, with a Sept. 30, 2025 performance completion date. Using customers are Army, Air Force, Navy, and federal civilian agencies. No money is obligated at time of award; using customers are solely responsible to fund these requirements contracts and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY

Invicta Global LLC,* Fort Worth, Texas, is awarded $9,977,399 for firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-20-D-0002. This modification provides for the exercise of Option Year Three for base operating support services at U.S. Naval Research Laboratory. Work will be performed in Washington, D.C., and is expected to be completed by July 2024. This award brings the total cumulative face value of the contract to $36,269,110. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $6,936,675 for recurring work will be obligated on individual task orders issued during the option period, of which $1,990,015 will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Public Works Department, Washington, D.C., is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Ultimate Training Munitions, Inc., North Branch, New Jersey; Sig Sauer, Newington, New Hampshire; Black Hills Ammunition, Rapid City, South Dakota; Bighorn Government Services LLC, Cleveland, Tennessee; Eagle Eye Precision Ammunition, Mesa, Arizona; General Dynamics Ordnance and Tactical Systems, St. Petersburg, Florida; Capstone Precision Group LLC, Mesa, Arizona; OCR Global Inc., McLean, Virginia; PCP Tactical, Sebastian, Florida; UDC Inc., Tampa, Florida; and Vista Outdoor Sales LLC, Anoka, Minnesota, are being awarded an Indefinite Delivery Indefinite Quantity contract (H92403-23-R-0002) to allow U.S. Special Operations Command (USSOCOM) the flexibility to procure numerous types of ammunition requirements for all USSOCOM components. Fiscal 2023 operations & maintenance funding in the amount of $27,500 is being obligated at time of award. The contract has a maximum total ceiling of $750,000,000. Source selection procedures used full and open competition. 16 proposals were received, 11 met the criteria for award. USSOCOM, MacDill Air Force Base, Florida, 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, July 25, 2023 11:58 am

Leave a Reply

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

Notify me of updates to this conversation