INSIDE THE

NEWS + ADVICE

DoD Contracts: Booz Allen Hamilton, Raytheon, Lockheed Martin, Northrop Grumman, Week of 9-5-23 to 9-8-23

Posted by Ashley Jones
aircraft

9/5

AIR FORCE

ELB Services LLC, Columbus, Georgia, has been awarded a single-award, indefinite-delivery/indefinite-quantity contract with a $600,000,000 ceiling for mission planning support services. This contract provides for continued mission planning support of mission planning systems consisting of UNIX-Mission Planning System, portable flight planning system, joint mission planning system, and joint precision airdrop system. Work will be performed in locations worldwide; with Hill Air Force Base, Utah, serving as the main location, and is expected to be completed Sept. 4, 2034. This contract involves Foreign Military Sales (FMS). FMS customers comprise an estimated 12% of the value of the contract and includes Australia, Belgium, Canada, Chile, Denmark, Egypt, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, the United Arab Emirates, and the United Kingdom. This contract was a competitive acquisition and seven offers were received. Fiscal 2023 operations and maintenance funds in the amount of $245,069 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8217-23-D-0003).

Sea Box Inc., Cinnaminson, New Jersey, was awarded a $45,000,000 indefinite-delivery/indefinite-quantity contract for the side-opening International Organization for Standardization Containers. This contract provides for 20-foot International Maritime Dangerous Goods ISO commercial containers for global transport of Air Force munitions.  Work will be performed at Cinnaminson, New Jersey, and is expected to be completed by March 4, 2029. This contract was a competitive acquisition and eight offers were received. Fiscal 2023 operation and maintenance funds in the amount of $6,660,006 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-23-D-B001).

Mesotech International Inc., Rancho Cordova, California, has been awarded a $31,264,919 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fixed base weather system consolidation. The contract provides for the sustainment and maintenance of currently fielded fixed-based weather systems and the acquisition and installation of systems at new sites and integrate new technology. Work will be performed at Rancho Cordova, California, and is expected to be completed Sept. 4, 2028. The contract was a competitive acquisition and three offers were received. Fiscal 2023 operations and maintenance funds in the amount of $2,838,894; and fiscal 2023 other procurement funds in the amount of $185,307 are being obligated at the time of award. The Aerospace Management Systems Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2330-23-D-B001).

Skookum Educational Programs, Bremerton, Washington, was awarded a $16,923,318 firm-fixed-price contract for material management services to be performed on Fort Eustis, Virginia.  This contract provides for military supply warehouse operations to include operating a Central Issue Facility.  Work will be performed Fort Eustis, Virginia, and is expected to be complete by Sept. 1, 2028. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $506,870 are being obligated at time of award.  The 633d Contracting Squadron, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity (FA4800-23-C-0023). 

NAVY

AECOM-SmithGroup NAVFAC Atlantic Medical JV, Roanoke, Virginia (N62470-23-D-0021); Rogers, Lovelock & Fritz Inc., Orlando, Florida (N62470-23-D-0022); and Sherlock, Smith & Adams Inc.,* Montgomery, Alabama (N62470-23-D-0023), are awarded a combined-maximum-value $249,000,000 multiple-award, firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for design and engineering services for medical treatment facilities design projects. Work will be performed worldwide and is expected to be completed by September 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $30,000 ($10,000 per awardee) will be obligated at time of award in order to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with 13 offers received. Naval Facilities Engineering Systems Command, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $49,500,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides technical, management, and process support to maintain the software for all H-60 aircraft variants in support of the Navy and the governments of Australia, Denmark, Saudi Arabia, South Korea, Greece, and Norway. Work will be performed in Owego, New York, and is expected to be completed in September 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 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0018).

Fairbanks Morse LLC, Norfolk, Virginia, is being awarded $9,020,007 for a firm-fixed-price, spares delivery order contract for the purchase of the non-air engine turbo supercharger in support of the landing, platform dock main propulsion diesel engine. All work will be performed in Beloit, Wisconsin, and work is expected to be completed by March 2024 with no option periods. Working capital funds (Navy) in the full amount of $9,020,007 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 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-F-YA06).

The Boeing Co., St. Louis, Missouri, is awarded an $8,536,111 firm-fixed-price order (N0001923F0588) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the production, delivery, and integration of 70 1990A Radio Retrofit kits for the Navy; 36 1990A Radio Retrofit kits for the Royal Australian Air Force (RAAF); 70 Audio Management System Retrofit kits for the Navy; and 47 Audio Management System Retrofit kits for the RAAF on the F/A-18 E/F/G aircraft. Work will be performed in St. Louis, Missouri, and is expected to be completed in March 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,219,354; and Foreign Military Sales customer funds in the amount of $3,316,757, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is being awarded an $8,390,341 delivery order (N00383-23-F-X94W) under previously awarded basic ordering agreement N00383-20-G-X901, for the repair of 17 motor controls and five actuator mechanical control processors in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options, and work is expected to be completed by March 2027. Annual working capital funds (Navy) in the full amount of $6,929,755 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 non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

ARMY

Conti Federal Services LLC, Orlando, Florida, was awarded a $43,924,087 firm-fixed-price contract for hangar renovation. Bids were solicited via the internet with three received. Work will be performed at Ellsworth Air Force Base, Florida, with an estimated completion date of Sept. 20, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $43,924,087 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0033). 

Murtech Inc.,* Glen Burnie, Maryland, was awarded a $35,000,000 firm-fixed-price contract for lateral flow immunoassay strips. 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 Sept. 4, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-23-D-0057). 

W. M. Schlosser Co. Inc., Hyattsville, Maryland, was awarded a $20,777,000 firm-fixed-price contract for flocculation and sedimentation improvements at Washington Aqueduct. Bids were solicited via the internet with five received. Work will be performed in Washington, D.C., with an estimated completion date of July 21, 2026. Fiscal 2023 Washington Aqueduct Capital Improvements funds in the amount of $20,777,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-C-0030). 

Abhe & Svoboda Inc., Jordan, Minnesota, was awarded an $8,169,000 firm-fixed-price contract for gate and monorail painting. Bids were solicited via the internet with two received. Work will be performed in Modoc, Illinois, with an estimated completion date of Sept. 5, 2025. Fiscal 2023 civil operations and maintenance funds in the amount of $8,169,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-C-0013). 

*Small business

9/6

AIR FORCE

Nodak Electric & Construction Inc., Wasilla, Alaska (FA5000-23-D-0004); Frawner Corp., Anchorage, Alaska (FA5000-23-D-0005); SD Construction LLC, Palmer, Alaska (FA5000-23-D-0006); Kuchar Construction LLC, Eagle River, Alaska (FA5000-23-D-0007); and Orion Construction, Wasilla, Alaska (FA5000-23-D-0008), were awarded a $150,000,000 indefinite-delivery/indefinite-quantity contract for a mini-multiple award construction contract. These contracts provide for minor construction, facility repair and alteration, and real property repair and alteration projects. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and is expected to be completed by Sept. 5, 2028. These contracts were a competitive acquisition and 15 offers were received. Fiscal 2023 operation and maintenance funds in the amount of $13,384 are being obligated at time of award. The 673rd Contracting Squadron, JBER, Alaska, is the contracting activity.

NAVY

Austal USA, Mobile, Alabama, is awarded a $91,535,551 fixed-price incentive (firm-target) and firm-fixed-price type modification to definitize previously awarded letter contract N00024-22-C-2463 for the detail design and construction of three Landing Craft Utility (LCU) 1700 class craft, and options for nine additional craft and associated support efforts. This modification includes options for construction of additional LCU 1700 class craft, which may be subject to future competition in accordance with the terms and conditions of the contract. Therefore, the dollar values associated with the contract options are considered competition sensitive information and will not be made public at this time. Work will be performed in Mobile, Alabama (72%); Harahan, Louisiana (5%); Shoreline, Washington (4%); Semmes, Alabama (3%); Peoria, Illinois (2%); Houma, Louisiana (2%); Mandeville, Louisiana (2%), and other locations below 1% (collectively totaling 10%). Work is expected to be completed by July 2026. If all options are exercised, work will continue through July 2029. Fiscal 2021 shipbuilding and conversion, Navy (SCN) funding in the amount of $37,410,147 (41%); and fiscal 2022 SCN funding in the amount of $54,125,404 (59%), 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.

Oasis Systems LLC, Burlington, Massachusetts, was awarded a $19,144,708 cost-plus-fixed-fee delivery order (N00024-23-F-6311) under an indefinite-delivery/indefinite-quantity contract (N00024-20-D-6337) for Sea Hunter and Seahawk operations and sustainment. This award includes options which, if exercised, would bring the cumulative value of this delivery order to $37,435,818. Work will be performed in San Diego, California (90%); Ventura, California (5%); Rockville, Maryland (2%); Burlington, Massachusetts (1%); and various locations across the U.S., each less than 1% (2%). Work is expected to be completed by August 2024. If all options are exercised, work will continue through August 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $635,875 will be obligated at time of award and will not expire at the end of the current fiscal year. This delivery order was competitively procured via the Unmanned Surface Vehicle Family of Systems multiple award contract, with four offers received in response to this solicitation. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity. (Awarded Sept. 1, 2023)

Mnemonics Inc.,* Melbourne, Florida, is awarded a $13,397,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of a maximum of 600 Radio Frequency Blanking units (RFBU) for production and 100 RFBU for retrofitting existing RFBUs with new precision timing cards in support of the Growler capability modifications, and Block III upgrades for the EA-18G Growler and F/A-18E/F Super Hornet aircraft for the Navy. Work will be performed in Melbourne, Florida, and is expected to be completed in March 2030. 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 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0021).

Integral Aerospace LLC, doing business as PCX Aerosystems, Santa Ana, California, is awarded an $11,254,020 firm-fixed-price contract for the production and delivery of 60 480-gallon external fuel tanks for the F/A-18 E/F and EA-18G aircraft for the Navy. Work will be performed in Santa Fe Springs, California (18%); Corona, California (14%); Chatsworth, California (10%); Schaumburg, Illinois (5%); Long Beach, California (4%); Monterey Park, California (2%); South Gate, California (2%); Gardena, California (1%); San Fernando, California (1%); Santa Clarita, California (1%); as well as in Anaheim, California (12%); Fort Worth, Texas (6%); Brea, California (5%); Santa Ana, California (5%); Goleta, California (2%); Naples, Florida (2%); Huntington Beach, California (1%); Anoka, Minnesota (1%); Kiryat Gat, Israel (1%); and various locations within the continental U.S.(7%), and is expected to be completed in July 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $11,254,020 will be obligated at the time of award, all 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, Patuxent River, Maryland, is the contracting activity (N0001923C0027).

Lockheed Martin Space, Titusville, Florida, was awarded a fixed-price-incentive-fee, unpriced letter contract (N0003023C0100), with a not to exceed amount of $9,736,000, for long lead material and the labor, planning, and scheduling necessary to support the fiscal 2024 Trident II (D5) missile production schedule. This contract award also benefits a foreign military sale to the United Kingdom. All work will be performed in Titusville, Florida, and is expected to be completed Sept. 30, 2028. Fiscal 2023 Weapons Procurement, Navy funds in the amount of $9,736,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract is being awarded to Lockheed Martin Space on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity. (Awarded Sept. 5, 2023)

UPDATE: Contract announcements for General Dynamics Bath Iron Works (GD BIW), Bath, Maine (N00024-23-C-2305) on Aug. 1, 2023; and Huntington Ingalls Inc., Ingalls Shipbuilding (HII Ingalls), Pascagoula, Mississippi (N00024-23-C-2307) on Aug. 11, 2023, for DDG 51 class ship construction did not include funding amounts.  The two firms were awarded fixed-price incentive (firm target) multiyear contracts for construction of 10 DDG 51 class ships totaling $14,580,817,751. GD BIW was awarded three DDG 51 class ships – one each in fiscal 2023, 2024, and 2026. HII Ingalls was awarded seven ships – two in fiscal 2023, one in 2024, two in 2025, one in 2026, and one in 2027. These contracts include options for engineering change proposals, design budgeting requirements, post-delivery availabilities on the awarded firm multiyear ships and options for construction of additional DDG 51 class ships.

ARMY

BL Harbert International LLC, Birmingham, Alabama, was awarded a $61,088,450 firm-fixed-price contract for construction of a training complex. Bids were solicited via the internet with three received. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Feb. 21, 2026. Fiscal 2023 civil operations and maintenance funds in the amount of $61,088,450 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama is the contracting activity (W91278-23-C-0019).  

VRC Metal Systems LLC, Box Elder, South Dakota, was awarded a $50,000,000 cost-plus-fixed-fee contract to apply high deposition rate additive manufacturing to a wide range of applications. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 6, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0006).   

Andro Computational Solutions LLC,* Rome, New York, was awarded a $15,000,000 firm-fixed-price contract to design and build an electronic signal-detection unit. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2026. Army Small Business Innovation Research Catalyst Program is the contracting activity (W51701-23-D-0003). 

Compound Eye Inc.,* Redwood City, California, was awarded a $15,000,000 firm-fixed-price contract for the Visual Inertial Distributed Aperture System. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 04, 2026. U.S. Army Small Business Innovation Research Catalyst Program is the contracting activity (W51701-23-D-0001). (Awarded Sept. 5, 2023) 

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded an $8,029,900 firm-fixed-price contract to furnish a hydraulic pipeline cutterhead dredge. Bids were solicited via the internet with four received. Work will be performed in Houma, Louisiana, with an estimated completion date of Oct. 25, 2023. Fiscal 2023 civil operations and maintenance funds in the amount of $8,029,900 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0045).  

ACME General Corp., Morgantown, West Virginia, was awarded a $7,692,330 firm-fixed-price contract for generating future armaments and systems. Bids were solicited via the internet with one received. Work will be performed in Morgantown, West Virginia, with an estimated completion date of Sept. 5, 2028. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $7,692,330 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-C-0039). 

*Small business

9/7

ARMY

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida (W15QKN-23-F-0565); and Nammo Perry Inc., Perry, Florida (W15QKN-23-F-0571), will compete for each order of the $488,656,334 fixed-price-incentive contract for manufacturing, assembly, inspection, packaging and delivery of 155 mm M119A2 propelling bag charges. 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 Sept. 6, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity.  

National Center for Defense Manufacturing and Machining, Johnstown, Pennsylvania, was awarded a $176,378,205 modification (P00005) to contract W31P4Q-21-D-0026 for manufacturing technology projects, manufacturing assessments, manufacturing process analysis and development, process demonstrations, and implementation of manufacturing solutions. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

Ho-Chunk Construction Management Services Co.,* Winnebago, Nebraska (W912LP-23-D-0001); L&L Builders Co.,* Sioux City, Iowa (W912LP-23-D-0002); RP Constructors LLC,* North Sioux City, South Dakota (W912LP-23-D-0003); RGC Constructors Inc.,* Omaha, Nebraska (W912LP-23-D-0004); K&S LLC, Sioux City,* Iowa (W912LP-23-D-0005); Lang Construction Group Inc.,* Grimes, Iowa (W912LP-23-D-0006); Vieco Development and Construction Co. Inc.,* St. Joseph, Missouri (W912LP-23-D-0007); Covenant Construction Services LLC,* Clive, Iowa (W912LP-23-D-0008); Elkhorn West Construction Inc.,* Omaha, Nebraska (W912LP-23-D-0009); Shekar Engineering PLC,* Des Moines, Iowa (W912LP-23-D-0010); GTG Construction LLC,* Johnston, Iowa (W912LP-23-D-0011); and Air Control Inc.,* Clinton, Iowa (W912LP-23-D-0012), will compete for each order of the $35,000,000 firm-fixed-price contract for maintenance, repair, construction and design-build services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 6, 2028. U.S. Property and Fiscal Office, Iowa, is the contracting activity. 

Walsh Federal LLC, Chicago, Illinois, was awarded a $26,124,200 firm-fixed-price contract to construct a hangar and maintenance shops. Bids were solicited via the internet with two received. Work will be performed in Alpena, Michigan, with an estimated completion date of Jan. 4, 2026. Fiscal 2023 military construction, defense-wide funds in the amount of $26,124,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0021). 

Raytheon, Fort Wayne, Indiana, was awarded a $14,682,090 modification (P00002) to contract W91CRB-23-C-5025 for the International Field Artillery Tactical Data System. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Jan. 31, 2025. Fiscal 2023 Foreign Military Sales (Latvia) funds in the amount of $14,682,090 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

S.P. Cramer and Associates Inc., Portland, Oregon, was awarded a $9,433,450 modification (P00002) to contract W9127N-23-F-0009 for research, monitoring and evaluation of Chinook Salmon populations in the Willamette Valley, Oregon, waterways. Work will be performed in Lowell, Oregon, with an estimated completion date of Dec. 31, 2024. Fiscal 2023 civil construction funds in the amount of $9,433,450 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity. 

Cashman Dredging & Marine Contracting Co. LLC, Quincy, Massachusetts, was awarded a $9,266,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four bids received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Feb. 26, 2024. Fiscal 2023 civil construction funds in the amount of $9,266,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W-921EP-23-C-0022). 

AIR FORCE

The Boeing Co., St. Louis, Missouri, was awarded an undefinitized contract action with a total not-to-exceed value of $474,500,000 for the F-15 Japan Super Interceptor Program. This contract provides for the Foreign Military Sales (FMS) requirement to add the Eagle Passive Warning Survivability System for the Japan Air Self Defense Force. Work will be performed at St. Louis, Missouri, and is expected to be completed by Dec. 31, 2028. This contract involves FMS to Japan. This contract was a sole-source acquisition. FMS funds in the amount of $76,392,825 are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-22-C-2705). 

U.S. SPECIAL OPERATIONS COMMAND

Barbaricum LLC, Washington, D.C. (H92401-21-D-0001-P00002); iGov Technologies Inc., Reston, Virginia (H92401-21-D-0002-P00002); and NexTech Solutions LLC, Orange Park, Florida (H92401-21-D-0003- P00004), were awarded a $161,000,000 indefinite-delivery/indefinite-quantity contract ceiling increase for Targeted Requirement Execution (TREX) contracts. The contractors provide intelligence, surveillance, and reconnaissance (ISR) related equipment solutions and related incidental development and/or other related services to the government in system integration, hardware and modifications, specialized communications solutions and networks, and signal processing capabilities. The TREX multiple award contract was originally awarded on Oct., 16, 2020. J&A 23-3676 (Federal Acquisition Regulations 6.302-2) was approved on July 19, 2023. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

NAVY

Allen Integrated Solutions LLC, Stafford, Virginia (M00264-23-D-0007); Advanced Management Solutions Group Inc., Dumfries, Virginia (M00264-23-D-0008); Cervello Global Corp., Safety Harbor, Florida (M00264-23-D-0009); Claxton Logistics Services LLC, Stafford, Virginia (M00264-23-D-0010); Innovative Reasoning LLC, Orlando, Florida (M00264-23-D-0011); People, Technology & Process LLC, Tampa, Florida (M00264-23-D-0012); SimIS Inc., Portsmouth, Virginia (M00264-23-D-0013); Strategic Ventures Consulting Group LLC, Falls Church, Virginia (M00264-23-D-0014); and Targeted Approach LLC, Alexandria, Virginia (M00264-23-D-0015), are awarded a 100% small business set-aside, multiple award, indefinite-delivery/indefinite-quantity contract with an aggregate ceiling value of $99,391,488. The contract will include hybrid task orders consisting of firm-fixed-price arrangements for services and cost reimbursement for travel. The scope of the contract is to provide technical, analytical, and engineering support to the Marine Corps Capabilities Development Directorate. The preponderance of work will be performed at the contractors’ facilities. The ordering period will commence on or around Sept. 7, 2023, with a completion date of Sept. 6, 2028. If the task order is exercised during the fifth ordering period the work may continue until Sept. 6, 2033. Each contract includes a 60 month ordering period which, if consumed, could bring the cumulative value of this contract to $99,391,488. These contracts were competitively procured via solicitation on the System for Award Management (SAM.gov) web site under solicitation number M00264-23-R-0003 and nine proposals were received. The Marine Corps Installations Command, National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity.

Kato Engineering Inc., North Mankato, Minnesota, is awarded an $89,825,364 firm-fixed-price contract for the production, inspection, testing, and management of 12 Electromagnetic Aircraft Launch System energy storage subsystem, as well as associated program management, systems engineering, logistics support, obsolescence, and financial management functions required to support production for the CVN 81 aircraft carrier. Work will be performed in Mankato, Minnesota (70%); and Cheswick, Pennsylvania (30%), and is expected to be completed in December 2027. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $70,000,000 will be obligated at the 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 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0040).

Curtiss-Wright Electro-Mechanical Corp., Cheswick, Pennsylvania, is awarded a not-to-exceed $59,086,116 firm-fixed-price, stand-alone contract for the procurement of 10 secondary propulsion units. This is a stand-alone contract with no options. All work will be performed in Cheswick, Pennsylvania, and is expected to be completed by September 2028. Working capital (Navy) funds in the amount of $44,314,587 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This was a sole-sourced requirement, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-C-ZA21).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $21,550,469 cost-plus-incentive-fee modification to previously-awarded contract N00024-23-C-5123 for capability package development and fielding, system integration and fielding, and in-service sustainment in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2023. Fiscal 2023 other procurement, Coast Guard funds in the amount of $1,919,841 (33%); fiscal 2023 research, development, test and evaluation, Navy funds in the amount of $1,795,160 (31%); fiscal 2023 operations and maintenance, Navy funds in the amount of $1,635,160 (28%); fiscal 2023 other procurement, Navy funds in the amount of $292,500 (5%); and fiscal 2023 research, development, test and evaluation, Missile Defense Agency funds in the amount of $189,495 (3%), will be obligated at time of award, of which $1,635,160 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

U.S. TRANSPORTATION COMMAND

Gannett Fleming Inc., Camp Hill, Pennsylvania (HTC71123DD004), was awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, labor hour, and time and material line items contract with a cumulative face value of $25,100,000 to perform traffic engineering services for the Military Surface Deployment & Distribution Command, Transportation Engineering Agency. The location of performance is at the contractor’s site.  Services are to be performed between Oct. 30, 2023, and Sept. 30, 2028, with an optional ordering period from Oct. 1, 2028, to Sept. 30, 2033.  This award is the result of a competitive acquisition, and three offers were received. Fiscal 2024 working capital funds (Transportation) will be obligated at individual task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

American Water Operations & Maintenance LLC, Camden, New Jersey, has been awarded a maximum $19,520,592 modification (P00059) to a 50-year contract (SP0600-14-C-8290) with no options periods for the ownership, operation and maintenance of water and wastewater utility systems at Hill Air Force, Utah. This is a fixed-price with economic-price-adjustment contract. Location of performance is Utah, with an Aug. 31, 2064, performance completion date. Using military service is the Air Force. Type of appropriation is fiscal 2023 through 2064 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Gulf Coast Electric Cooperative Inc., Wewahitchka, Florida, has been awarded a $16,581,850 modification (P00165) to a 50-year contract (SP0600-10-C-8253) with no option periods for the electric and water utility systems at Tyndall Air Force Base, Florida. This modification provides for the established annual inflationary adjustment to the contract’s electric and water utility service charges, including an adjustment to the increases in asset inventory, and incorporates the hourly inspection charge rate increase, as approved by the government. This is a firm-fixed-price with economic-price-adjustment contract. Location of performance is Florida, with a May 31, 2061, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2010 through 2061 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Belleville Shoe Manufacturing Co.,* Belleville, Illinois, has been awarded a maximum $7,816,274 fixed-price, indefinite-delivery/indefinite-quantity contract for temperate weather combat boots. This was a competitive acquisition with two responses received. This is a two-year contract with no option periods. Locations of performance are Arkansas and Missouri, with a Sept. 6, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0073).

*Small business

9/8

DEFENSE LOGISTICS AGENCY

BP North America Products Inc., Chicago, Illinois (SPE602-23-D-0487, $911,705,990); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-23-D-0494, $499,356,499); Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-23-D-0496, $326,272,174); Petro Star Inc.,* Anchorage, Alaska (SPE602-23-D-0495, $278,711,570); Par Hawaii Refining LLC,* Houston, Texas (SPE602-23-D-0493, $218,708,157); Chevron U.S.A. Inc., San Ramon, California (SPE602-23-D-0488, $208,017,555); Phillips 66 Co., Houston, Texas (SPE602-23-D-0489, $127,811,208); U.S. Oil and Refining Co.,* Tacoma, Washington (SPE602-23-D-0492, $109,308,912); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Houston, Texas (SPE602-23-D-0486, $51,167,251); and Sinclair Oil Corp., Salt Lake City, Utah (SPE602-23-D-0485, $49,052,846) have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-23-R-0702 for various types of fuel. These were competitive acquisitions with 19 offers received. These are one-year contracts with a 30-day carryover. Locations of performance are Colorado, Idaho, Montana, New Mexico, Texas, Utah, Wyoming, Alaska, Arizona, California, Hawaii, Nevada, Oregon, and Washington, with an Oct. 30, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $38,471,600 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-N152) with three one-year option periods for GEN III fleece cold weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 16, 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. 

Sysco-Central Florida, Ocoee, Florida, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Sept. 9, 2028. Using customers are Air Force, Army, Coast Guard, and federal civilian agencies. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-3362).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $14,276,250 firm-fixed-price delivery order (SPRDL1-23-F-0215) against a three-year indefinite-delivery/indefinite-quantity contract (SPRDL1-23-D-0024) with no option periods for pneumatic tire wheels. This was a competitive acquisition with one response received. Location of performance is New Jersey, with an April 27, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Warren, Michigan.

C.E. Niehoff & Co., Evanston, Illinois, has been awarded a maximum $9,939,195 firm-fixed-price, indefinite-delivery/indefinite-quantity long-term contract for alternating generators. This is a five-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 8, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0048).

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $220,979,197 cost-plus-incentive-fee contract. This contract provides material and support equipment, program administrative, labor, supplies, services, planning, and unit level support equipment for F135 propulsion depot maintenance, non-recurring sustainment activities, and depot activations in support of the F-35 Joint Strike Fighter Program for the Air Force, Navy, Marine Corps, Military Sealift Command, Foreign Military Sales (FMS) customers, and non-U.S. Department for Defense (DOD) participants. Work will be performed in East Hartford, Connecticut (56.3%); Windsor Locks, Connecticut (8.9%); Cherry Point, North Carolina (7.6%); Indianapolis, Indiana (5.6%); Oklahoma City, Oklahoma (2.9%); Jacksonville, Florida (2.9%); Volkel Air Base, Netherlands (1.7%); Marham Air Base, Norfolk, United Kingdom (1.4%); Yuma, Arizona (1.2%); USS Kearsarge (1.1%); various locations within the continental U.S. (CONUS) (5%); and various location outside the CONUS (5.4%), and is expected to be completed in September 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $83,681,745; fiscal 2023 aircraft procurement (Navy) funds in the amount of $81,029,721; fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $521,960; FMS customer funds in the amount of $13,493,433; and non-U.S. participant funds in the amount $42,252,338 will be obligated at the 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(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0056).

SiteMaster Inc.,* Tulsa, Oklahoma (N39430-23-D-2521); GrayDS Inc.,* Scottsdale, Arizona (N39430-23-D-2522); Shape Construction Inc.,* Poulsbo, Washington (N39430-23-D-2523); HICAPS Inc.,* Greensboro, North Carolina (N39430-23-D-2524); and International Towers LLC,* St. Ignatius, Montana (N39430-23-D-2525), are awarded a $99,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for maintenance and repair of communication facilities located at naval installations worldwide. Work for this task order will be completed by September 2024. Fiscal 2023 operation and maintenance, Navy contract funds in the amount of $1,792,471 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management Contract Opportunities website with five proposals received. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Acacia7,* Diamond Bar, California (N62473-23-D-1812); ACS Habitat Management Inc.,* Oceanside, California (N62473-23-D-1813); Gulf South Research Corp.,* Baton Rouge, Louisiana (N62473-23-D-1814); Sierra JV,* Yuma, Arizona (N62473-23-D-1815); and Tierra Data Inc.,* Escondido, California (N62473-23-D-1816), are awarded a $98,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award service contract for habitat and invasive species services. Work will be performed at California (85%); Arizona (5%); Nevada (5%); Colorado (less than 1%); New Mexico (less than 1%), and Utah (less than 1%). Work may also occur outside of the Naval Facilities Engineering Systems Command Southwest area of responsibility, including locations in Oregon (less than 1%); and Washington (less than 1%), and is expected to be completed by September 2025. Fiscal 2023 operations and maintenance, Navy contract funds in the amount of $5,000 will be obligated to each award as a minimum guarantee task order amount and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov with nine proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity. 

Jacobs/B&V JV (Federal Services), Arlington, Virginia, is awarded an $85,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62478-20-D-5036 for architect-engineer services. This award brings the total cumulative face value of the contract to $170,000,000. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%), with an expected completion date of June 2025. Task orders will be primarily funded by operation and maintenance, Navy; and military construction funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity (N62478-20-D-5036).

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $46,705,533 cost-plus-fixed-fee modification to previously-awarded contract N00024-17-C-6311 for Littoral Combat Ship Mission Module engineering and sustainment support. This modification includes options which, if exercised, would bring the cumulative value of this modification to $161,210,500. Work will be performed in Bethpage, New York (57%); Mayport, Florida (14%); Oxnard, California (14%); San Diego, California (14%); and Portsmouth, Virginia (1%), and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2026. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $11,211,936 (72%); fiscal 2023 other procurement (Navy) funds in the amount of $3,574,000 (23%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $810,111 (5%), will be obligated at the time of award, of which $11,211,936 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Nutmeg Co.,* Norwich, Connecticut, is awarded a $36,246,142 firm-fixed-price contract for renovation and repairs to permanent bachelor quarters building BQ455 at Naval Submarine Base New London. Work will be performed in Groton, Connecticut, and is expected to be completed by September 2025. Fiscal 2023 operations and maintenance, Navy funds in the amount of $36,246,142 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the www.sam.gov website, with two offers received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (N40085-23-C-0045)

VACCO Industries, South El Monte, California, is awarded a not-to-exceed $21,140,532 firm-fixed-price, undefinitized contract for the manufacture of a total of 56 various vent, air line manifold, and manifold assembly valves in support of the Virginia-class submarine atmosphere control system. This is a stand-alone contract with no options. All work will be performed in South El Monte, California, and is expected to be completed by September 2027. Annual working capital funds (Navy) in the amount of $15,855,399 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 (N00104-23-C-NA36).

ProSecure LLC,* Titusville, Florida, is awarded a $10,205,145 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N44255-20-D-5018 for regional security services. This award brings the total cumulative face value of the contract to $40,985,458. Work will be performed at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility and is expected to be completed by September 2024. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $9,622,880 will be obligated on an individual task order issued during the option period that will expire at the end of the current fiscal year. No funds will be obligated at time of award. NAVFAC Northwest, Silverdale, Washington, is the contracting activity. 

Professional Systems Associates Inc.,* Panama City, Florida, is awarded a $10,000,000 indefinite-delivery/indefinite-quantity requirements contract for configuration management professional software (CMPRO), to include licenses, product maintenance, product support, and training. CMPRO is used for configuration and data management for products, software, and documentation for Naval Surface Warfare Center, Panama City Division (NSWC PCD) programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $10,000,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2024. If all options are exercised, work will continue through September 2028. No funding will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. NSWC PCD, Panama City, Florida is the contracting activity (N6133123D0005).

ARMY

Flatiron Constructors Inc., Broomfield, Colorado, was awarded a $94,162,610 firm-fixed-price contract for floodwall and levee improvements. Bids were solicited via the internet with six received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Nov. 30, 2027. Fiscal 2023 civil construction funds in the amount of $94,162,610 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0018). 

Evergreen Fire Alarms LLC, Tacoma, Washington, was awarded a $53,130,899 firm-fixed-price contract for intrusion detection systems hardware and software. 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 Sept. 6, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-23-D-0004). 

Propper International Inc., Cabo Rojo, Puerto Rico, was awarded a $45,000,000 firm-fixed-price contract for Modular Lightweight Load-carrying Equipment, Close Combat Rifleman Sets, and MOLLE Close Combat Automatic Weapon Sets. 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 Sept. 7, 2028. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-23-D-0007). 

McMillen Inc., Boise, Idaho, was awarded a $20,943,000 firm-fixed-price contract for upgrading power and controls for the McNary Dam Navlock. Bids were solicited via the internet with three offers received. Work will be performed in Umatilla, Oregon, with an estimated completion date of June 18, 2025. Fiscal 2023 civil construction funds in the amount of $20,943,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-23-C-0002). 

Pine Bluff Sand and Gravel Co., White Hall, Arizona, was awarded a $20,000,000 firm-fixed-price contract to repair revetments and dikes. 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 March 31, 2025. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-23-D-0002).  

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $16,160,200 firm-fixed-price contract for beach nourishment. Bids were solicited via the internet with three received. Work will be performed in Cape May, New Jersey, with an estimated completion date of March 20, 2024. Fiscal 2023 civil construction funds in the amount of $16,160,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0030).

R-DEX Systems Inc.,* Woodstock, Georgia, was awarded a $15,000,000 firm-fixed-price contract to increase the technological readiness for AI-based signal classifiers. Bids were solicited via the internet with 26 offers received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2026.  U.S. Army Small Business Innovation Research Catalyst Program is the reporting activity (W-51701-23-D-0004).

Kokosing Alberici, Westerville, Ohio, was awarded a $12,123,879 modification (P00004) to contract W911XK-20-C-0018 for construction of the upstream approach wall at the Soo Locks. Work will be performed in Sault Saint Marie, Michigan, with an estimated completion date of July 24, 2024. Fiscal 2021 civil construction funds in the amount of $12,123,879 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. 

Booz Allen Hamilton, McLean, Virginia, was awarded a $10,955,171 hybrid (cost-no-fee and firm-fixed-price) contract for training support. Bids were solicited via the internet with one received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of March 15, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $10,955,171 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0038). 

DARPA

The Boeing Co., Huntsville, Alabama, has been awarded a $70,554,525 cost-plus-fixed-fee contract, excluding one unexercised option, for the Glide Breaker Phase 2 program. Work will be performed in Huntsville, Alabama (36%); Seal Beach, California (21%); St. Louis, Missouri (18%); Elkton, Maryland (14%); Buffalo, New York (4%); Gardner, Massachusetts (3%); College Station, Texas (2%); West Lafayette, Indiana (1%); and Minneapolis, Minnesota (1%), with an expected completion date of February 2027. Fiscal 2023 research and development funds in the amount of $8,169,311 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original Broad Agency Announcement HR001122S0036. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0044).

WASHINGTON HEADQUARTERS SERVICES

CCS Lintech JV LLC, Milwaukee, Wisconsin, is awarded a single-award, indefinite-delivery/indefinite-quantity contract (HQ0034-23-D-0037) with firm-fixed-price contract-line-item-numbers.  The ceiling of this contract is $50,000,000.  No funds will be obligated at the time of award.  The contractor shall provide secure on-site contractor information technology support services for the Raven Rock Mountain Complex (RRMC). Services include information technology (IT) services essential for the engineering, implementation, and operations and maintenance of the RRMC IT systems to include, but not limited to, virtual desktop infrastructure, joint consolidated server room, audio visual conference room, network, and security camera systems, as well as providing IT equipment and supplies.  The work will be performed at the RRMC, and other locations throughout the National Capital Region.  The estimated contract completion date is Sept. 7, 2028.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

AIR FORCE

FlightSafety International Defense, Fort Worth, Texas, was awarded a $48,000,000 firm-fixed-price contract to provide KC-46 aircrew training systems and spares for the Japan Air Self Defense Force at Miho Airbase, Tottori, Japan; and Komaki Airbase, Aichi, Japan. This contract provides for the training system that will consist of one weapon system trainer, one boom operator trainer, and all simulator components, familiarization training, 18 months of initial spares, support equipment, storage, installation, checkout and demonstration and an airfield database. Work will be performed at Denver, Colorado; and at the Miho and Komaki airbases, and is expected to be completed by Dec. 11, 2025. This contract involves Foreign Military Sales to the Japan Air Self-Defense Force. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $48,000,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Agile Combat Support Directorate, Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-23-C-B002).

M1 Support Services, Denton, Texas, has been awarded a $12,744,648 modification (P00008) to previously awarded FA3002-22-F-0105 for trainer maintenance services. This contract modification is to exercise Option Period One. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed by September 30, 2024. Fiscal 2024 operation and maintenance funds in the amount of $12,744,648 are being obligated at the time of award. The total cumulative face value of the contract is $24,716,663. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

DEFENSE HEALTH AGENCY

Advancia Aeronautics LLC, Milwaukee, Wisconsin, is awarded an indefinite-delivery/indefinite-quantity, single award contract (HT9410-23-D-5009) with a maximum of $25,000,000. This contract provides personal medical services in support of military hospitals and clinics in Okinawa, Japan. This effort has a 60-month ordering period from Sept. 7, 2023, through Sept. 6, 2028. Work location is task order dependent but primarily will occur at Okinawa, Japan. Task orders will be funded by operations and maintenance funds. This contract was awarded as an 8(a) sole source contract under the Small Business Administration 8(a) program. The contracting activity is the Defense Health Agency, Western Markets Contracting Division, San Diego, California.

*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 Tuesday, September 12, 2023 3:41 pm

Leave a Reply

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

Notify me of updates to this conversation