INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Booz Allen Hamilton, Raytheon Technologies, Lockheed Martin, Week of 6-12-23 to 6-16-23

Posted by Ashley Jones
aircraft

6/12

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded an $887,934,922 firm-fixed-price modification (P00010) to a previously awarded indefinite-delivery, indefinite-quantity contract (N0001920D0013). This modification increases the contract ceiling to procure F-135 propulsion system spare parts, modules, support equipment/packaging handling shipping and transportation material, and depot lay-in material in support of the F-135 propulsion system requirements for the Air Force, Marine Corps, Navy, Foreign Military Sales customers and non-Department of Defense participants. Work will be performed in East Hartford, Connecticut (82%); South Windsor, Connecticut (9%); North Berwick, Maine (8%); and various locations within the continental U.S. (1%), and is expected to be completed in December 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Arrow’s Edge LLC,* Huntsville, Alabama, is awarded a $200,025,257 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide maintenance, repair, overhaul, and logistics support for Fleet Readiness Center aviation support equipment, to include intermediate level and depot level scheduled, preventative and unscheduled, restorative maintenance; servicing, functional/operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; structural repairs, fabrication of parts; incorporation of modifications, support configuration, reclamation, and conversions; and perform corrosion control to include paint and final finish of support equipment. Work will be performed in Solomon’s Island, Maryland (30.2%); San Diego, California (22.4%); Portsmouth, Virginia (9.8%); Jacksonville, Florida (7.5%); Beaufort, South Carolina (6%); Lemoore, California (5.8%); New Orleans, Louisiana (5.6%); El Centro, California (4.7%); Cherry Point, North Carolina (3.6%); Fort Worth, Texas (3.4%); Everett, Washington (0.6%); and Williamsburg, Virginia (0.4%), and is expected to be completed in July 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was procured as an 8(a) program small business set-aside, four offers were received. The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852023D0012).

Aero Turbine Inc., Stockton, California (N0042123D0013); RUAG AG, Emmen, Switzerland (N0042123D0014); and U.S. Turbine & Accessory LLC,* Taylor, Michigan (N0042123D0015), are each awarded a firm-fixed-price, cost reimbursable indefinite-delivery, indefinite-quantity contract. These contracts provide for F-5F/N J85-GE-21C whole engine inspection and repair services, to include 900/1800 hour special inspections, stand-alone testing, and select repair of repairables in support of the J85-GE-21C Engine Flight Hour Program. The estimated aggregate ceiling for all contracts is $120,778,538, with the companies having an opportunity to compete for individual orders. Work will be performed in Stockton, California (34%); Emmen, Switzerland (33%), and Taylor, Michigan (33%). Percentages are estimates, as work performed at each location is not known until award of individual orders. Work is expected to be completed in June 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposal, four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Woburn, Massachusetts, is awarded a $87,531,901 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions to provide engineering and program support services in support of the relocatable over-the-horizon radar at the Forces Surveillance Support Center, Chesapeake, Virginia, that include: critical software enhancements; software re-hosts; software maintenance, installation, removal, integration and testing, as well as associated engineering, technical, training and logistics support; support for systems engineering; engineering change proposal preparation and analysis; failure analysis; configuration management; preparation, installation and/or testing of field change kits; and logistics support. The contract will include a 48-month ordering period with no options. The base ordering period is anticipated to begin August 2023, and is expected to be completed by August 2027. Work will be performed in Chesapeake, Virginia (60%); Marlboro, Massachusetts (20%); New Kent, Virginia (6%); Corpus Christi, Texas (5%); San Juan, Puerto Rico (3%); Adelaide, Australia (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, D.C. (1%); Arlington, Virginia (1%), and Key West, Florida (1%). Fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,000,000 will be obligated to fund the contract’s minimum amount, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. One company was solicited for this sole-source procurement in accordance with Federal Acquisition Regulation 6.302-1 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-23-D-Z021).

American Bureau of Shipping, Spring, Texas, is awarded a $53,874,943 cost reimbursement, cost only, indefinite-delivery/indefinite-quantity contract for engineering support services; specifically, classification, certification, and other class-related services, for ships and ship systems in the ship design, engineering, and integration support for the surface ships technical area. There are no options included on this contract. Work will primarily be performed in Spring, Texas; Washington, D.C.; and Virginia Beach, Virginia, and is expected to be completed by June 2028. Percentage of work performed per primary work locations shall be dependent upon funded Navy requirements. Fiscal 2023 research, development, test, and evaluation, Navy funds in the amount of $50,000 (0.001 percent) will be obligated at time of award. This contract was not competitively procured via the Federal Business Opportunities website, with the statutory authority permitting other than full and open competition being 10 U.S. Code § 2304(c)(1) [10 U.S. Code § 3204(a)(1)], only one responsible source and no other supplies or services will satisfy agency requirements as implemented by Federal Acquisition Number 6.302-1. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity for this action on behalf of Naval Systems Engineering Directorate (N0016423D1011).

Mercury Mission Systems LLC, Torrance, California, is awarded a $45,991,946 firm-fixed-price order (N6833523F0001) against a previously issued basic ordering agreement (N6833519G0041). This order provides for the production and delivery of 108 T-45 Head-Up Display production units and 50 spare units and associated support equipment in support of the following Small Business Innovation Research Phase III topics N091-003 titled “Dynamic Foveal Vision Display”, N152-096 titled “Miniaturized, Fault Tolerant Decentralized Mission Processing Architecture for Next Generation Rotorcraft Avionics Environment”, and 04-A-A1.01 titled “Crew Systems Technologies for Improved Aviation Safety” for the Navy. Work will be performed in Torrance, California (49.99%); Rehovot, Israel (37.52%); and Tulsa, Oklahoma (12.49%), and is expected to be completed in December 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $33,732,479; and fiscal 2022 aircraft procurement in the amount $12,259,467 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

GHD-COWI, JV, San Diego, California, is awarded an $18,853,328 firm-fixed-price modification to task order N6247323F4522 to provide initial architect-engineer designs to support fiscal 2025 and 2026 Navy construction projects in Malakal Port, Palau; and Yap Port, Yap, Federated States of Micronesia. After award of this modification, the total cumulative contract value will be $19,263,397. Work will be performed in San Diego, California, and is expected to be completed by May 2024. Fiscal 2022 military construction, (Defense-wide) contract funds in the amount of $14,653,328; and fiscal 2023 military construction (Navy) contract funds in the amount of $4,200,000 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2432).

Aviation Systems Engineering Co., Inc., Lexington Park, Maryland, is awarded an $8,764,670 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable modification (P00006) to a previously awarded contract (N6833522C0256). This modification exercises an option to procure engineering, technical and logistics assistance to safely operate and maintain the P-8A weapons systems in the U.S. and the Republic of Korea. These services include training to incorporate the mission systems desktop trainer (MSDT) and flight management systems trainer (FMST) training devices. The curriculum is based upon existing Navy classroom and flight training syllabi and utilizes MSDT, FMST commercial operational flight trainer, aircraft on ground events, and flight training evolutions in the actual aircraft. Work will be performed in Jacksonville, Florida, and is expected to be completed in May 2024. Foreign Military Sales customer funds in the amount of $8,746,670 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

AIR FORCE

Lockheed Martin, Orlando, Florida, has been awarded a $74,000,000 indefinite-delivery/indefinite-quantity modification (P00001) to contract FA3002-23-D-0004 to allow non-source directed countries and operational training capability for Foreign Military Sales (FMS) F-16 Block 70/72, F-16 upgrades and F-16V models when country-specific technical orders are not available prior to aircraft delivery. Subsequent task orders will be in support of FMS international F-16 training for various Partner Nation Air Forces. Work will be performed in Orlando, Florida, and several locations outside the continental U.S, and is expected to be completed by March 21, 2026. Task Orders awarded off this contract will use FMS funds, which do not expire, and the amount will be determined at the time of task order award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

Anthony Allega Cement Contracting Inc., Richfield, Ohio, has been awarded a $43,100,000 indefinite-delivery/indefinite-quantity contract, for on-call base wide pavement and grounds construction services. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by June 11, 2028. This award is the result of a sole-source acquisition, and three offers were received. No funding will be obligated on the contract. Funding will be listed in each individual task order. Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-23-D-0007). 

Enterprise Roofing & Sheet Metal, Dayton, Ohio, has been awarded a $20,958,525 firm-fixed-price, indefinite-delivery/indefinite-quantity, single-award contract for several roofing-related construction tasks, such as demolition, preparation of roof and decking surfaces, sealing, waterproofing, insulating, flashing, venting, coating, resurfacing, inspecting, scoping and drain work. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 12, 2028. This award is the result of a competitive, small business, set-aside acquisition and three offers were received. Fiscal 2023 operations and maintenance funds in the amount of $2,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity (FA8601-23-D-0008).

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $9,000,284 cost-plus-fixed-fee contract for support of the Integrated Demonstrations and Applications Laboratory, to include research to define and evaluate system requirements and to conduct technology and systems demonstrations involving Electronic Warfare, Radio Frequency, and other sensor technologies. Work will be performed in Atlanta, Georgia, and is expected to be completed by May 26, 2026. Fiscal 2022 research, development, test, and evaluation funds in the amount of $600,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-23-F-0027).

U.S. SPECIAL OPERATIONS COMMAND

Parry Labs LLC, Alexandria, Virginia, is being awarded an indefinite-delivery/ indefinite-quantity contract (H92408-23-D-0002) for integration and testing support, including development of design and test planning/documentation required for Airworthiness Review approval for Special Operations Forces peculiar aircraft modifications in support of U.S. Special Operations Command, Special Operations Forces Acquisition, Technology, and Logistics, Program Executive Office Fixed Wing. The contract has a ceiling of $49,000,000. Fiscal 2023 procurement funds in the amount of $7,449,473 are being obligated at the time of award. The work will be performed in Alexandria, Virginia, and is expected to be completed within the contract’s five-year ordering period, or by June 2028. This contract was awarded through full and open competition. One solicitation was released, and two proposals were received. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

DynCorp International LLC, Fort Worth, Texas, was awarded a $31,079,358 modification (P00039) to contract W58RGZ-16-C-0016 for maintenance support services for the government of Saudi Arabia’s aviation program. Work will be performed in Saudi Arabia, with an estimated completion date of Jan. 31, 2024. Fiscal 2023 Foreign Military Sales (Saudi Arabia) funds in the amount of $31,079,358 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

Booz Allen Hamilton, McLean, Virginia, was awarded a $28,805,119 firm-fixed-price contract to assess energy vulnerabilities, define requirements for energy resilience projects, and identify third-party funding sources for energy resilience and security projects. Bids were solicited via the internet with two received. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 12, 2026. Fiscal 2023 operation and maintenance, Army funds in the amount of $7,079,926 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-23-F-0131).

The Nutmeg Companies Inc.,* Norwich, Connecticut, was awarded a $21,990,520 firm-fixed-price contract for to construct an aircraft-support-equipment and vehicle-maintenance facility. Bids were solicited via the internet with five received. Work will be performed in East Granby, Connecticut, with an estimated completion date of June 29, 2025. Fiscal 2020, 2021, and 2022 military construction, defense-wide funds in the amount of $21,990,520 were obligated at the time of the award. U.S. Property and Fiscal Office, Connecticut, is the contracting activity (W50SC2-23-C-0002).

Ahtna-Great Lakes E&I JV,* West Sacramento, California, was awarded a $12,431,346 firm-fixed-price contract for Mormon Island Auxiliary Dam improvements. Bids were solicited via the internet with two received. Work will be performed in West Sacramento, California, with an estimated completion date of Sept. 30, 2024. Fiscal 2023 civil construction funds in the amount of $12,431,346 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0018).

* Small business

6/13

AIR FORCE

Copper River Infrastructure Services LLC, Anchorage, Alaska (FA4419-23-D-0002); PWE Inc., Lawton, Oklahoma (FA4419-23-D-0003); CCI General Contractors LLC Altus, Oklahoma (FA4419-23-D-0004); KOMAN Sustainable Solutions LLC, Anchorage, Alaska (FA4419-23-D-0005); and Pono Aina Management LLC, Norman, Oklahoma (FA4419-23-D-0006), have collectively been awarded a multi-year $47,500,000 indefinite-delivery/indefinite-quantity construction contract. This multiple award construction contract will be utilized to execute a broad range of maintenance, repair, and minor construction projects on real property at Altus Air Force Base, Oklahoma; Vance AFB, Oklahoma; Sheppard AFB, Texas; and Ebbing Air National Guard Base, Arkansas, and is expected to be completed by June 15, 2028, and is the result of a competitive acquisition with 10 offers received. Fiscal 2023 operations and maintenance funds in the total amount of $521,452 will be obligated at the time of award. The 97th Contracting Squadron Altus AFB, Oklahoma, is the contracting activity.

Raytheon Co., McKinney, Texas, has been awarded a $36,138,347 contract for Defense Experimentation Using Commercial Space Internet (DEUCSI). This contract seeks to establish the ability to communicate with military platforms via multiple commercial space internet constellations in various orbital regimes using common user terminal and hardware elements. Work will be performed in McKinney and is expected to be completed by March 6, 2026. This award is the result of a competitive acquisition under the DEUCSI Advanced Research Announcement Open Two Step Solicitation. This award is the result of a competitive acquisition with one offer received. Fiscal 2023 research, development, test and evaluation funds in the amount of $15,000,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-23-C-9312). (Awarded June 9, 2023)

The Boeing Co., St. Louis, Missouri, has been awarded a $35,000,000 cost-plus-fixed-fee ceiling increase modification (P00001) to previously awarded contract FA8651-22-D-A009. This contract provides for continued research and development to investigate advanced missile sub-system components to support the Compact Air-to-Air Missile and Extended Range Air-to-Air Missile Systems.  The modification brings the total cumulative face value of the contract to $44,800,000. Funding will be provided on the task order level. Work will be performed at St. Louis, Missouri, and is expected to be completed by Sept. 28, 2027. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity. 

Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a not-to-exceed $11,894,400 time and materials task order for the continued development of the Nuclear Planning and Execution Recapitalization software application.  Work will be performed in Bellevue, Nebraska, and is expected to be completed by Feb. 29, 2024. This award is the result of a fair opportunity exception and involves no foreign military sales. Fiscal 2023 and 2024 Air Force operations and maintenance funds in the amount of $1,223,000; and fiscal 2023 and 2024 Air Force research, development, test, and evaluation funds in the amount of $1,446,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Offutt Air Force Base, Nebraska, is the contracting activity (FA2217-23-F-8527). (Awarded June 9, 2023)

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a $7,730,690 cost-plus-fixed-fee contract for sustainment support for the prototype Band 8 Reactivation hardware for the B-1B. Work will be performed in Atlanta, Georgia; Warner Robins, Georgia; and Owego, New York, and is expected to be completed May 31, 2026. Fiscal 2023 operations and maintenance funds in the amount of $7,730,690 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-23-F-0012). (Awarded June 9, 2023)

NAVY

Northrop Grumman Systems Corp., Sykesville, Maryland, is awarded a $34,718,114 cost-plus-fixed-fee contract. This contract provides for finalizing the development of the Advanced Recovery Control (ARC) upgrade for engineering change proposal I-ARC-0518, as well as establishes the construction of ARC prototype systems in support of requirements verification, to include design verification and environmental testing and provides engineering and test support for validation for the Navy Aircraft Launch and Recovery Equipment Department. Work will be performed in Sykesville, Maryland (77%); Thorofare, New Jersey (10%); Danbury, Connecticut (3%); Passaic, New Jersey (2%); and various locations within the continental U.S. (8%), and is expected to be completed in October 2026. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $6,113,310; and fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $560,904 will be obligated at time of award, $560,904 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833523C0248).

Zapata Group Inc.,* Charlotte, North Carolina, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services. This contract provides for professional engineering services for the preparation of design-bid-build documents and design-build request for proposals. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of responsibility and will be completed by June 2028. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on SAM.gov, with 17 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-23-D-0018).

Vigor Marine LLC,* Portland, Oregon, is awarded a $27,937,090 firm-fixed-price contract (N3220523C4032) for a 165-calendar day shipyard availability for the post shakedown availability of Military Sealift Command’s fleet replenishment oiler USNS John Lewis (T-AO 205). This contract includes a base period and 12 options which, if exercised would bring the cumulative value of this contract to $29,780,233. Work will be performed in Portland, Oregon, beginning Sept. 1, 2023, and is expected to be completed by Feb. 12, 2024. Working capital funds (Navy) in the amount of $27,937,090 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was solicited as full and open competition with proposals solicited via the Government Point of Entry website and two offers received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded a $22,037,728 firm-fixed-price contract for the production and delivery of eight OE-120/UPX antenna group systems (seven for the Navy, and one for government of Canada); six OE-120 retrofit kits for the Navy; two OE-120 installation and checkout kits for the Navy; and two OE-120 delta installation and checkout kits (one for the Navy, and one for the government of Australia). The antenna group supports a wide range of systems, including identification friend or foe, secondary surveillance radar and air traffic control radar. Work will be performed in Nashua, New Hampshire, and is expected to be completed in December 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $2,684,733; fiscal 2023 ship conversion (Navy) funds in the amount of $7,191,018; fiscal 2023 procurement (Defense) funds in the amount of $2,397,006; fiscal 2022 other procurement (Navy) funds in the amount of $2,397,006; fiscal 2022 ship conversion (Navy) funds in the amount of $4,794,012; and Foreign Military Sales customer funds in the amount of $2,573,503 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 Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0052).

Complete Parachute Solutions Inc.,* Deland, Florida, is awarded a $11,909,208 firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders for the procurement of military free fall support services in support of Commander, Explosive Ordnance Disposal Group, Virginia Beach, Virginia. Services include the procurement of fully-qualified accelerated free fall instructors, parachute riggers, contractor personnel who are capable of providing the required instructional support, parachute rigging / quality assurance inspection, and training services associated with the delivery of the course of instruction. The contract will include a two-year base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total estimated value to $14,886,510. The base ordering period is anticipated to begin June 2023 and is expected to be completed by June 2025; if the option is exercised, the ordering period will be completed by December 2025. All work will be performed in Coolidge, Arizona. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated to fund the contract’s minimum amount, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. One company was solicited for this sole-source procurement in accordance with Federal Acquisition Regulation 6.302-1, and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-23-D-0035).

ARMY

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $16,620,812 modification (P00028) to contract W56HZV-22-C-0072 for the Bradley Active Protection System. Work will be performed in San Jose, California, with an estimated completion date of Aug. 9, 2024. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $16,620,812 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NISOU LGC JV II LLC,* Detroit, Michigan, was awarded a $12,634,173 firm-fixed-price contract to build an F-16 mission training center facility. Bids were solicited via the internet with nine received. Work will be performed in Eastover, South Carolina, with an estimated completion date of Jan. 11, 2025. Fiscal 2019, 2020, and 2022 military construction, Army National Guard funds in the amount of $12,634,173 were obligated at the time of the award. U.S. Property and Fiscal Office, South Carolina, is the contracting activity (W50S95-23-C-0001).

Pond Constructions Inc., Peachtree Corners, Georgia, was awarded a $9,215,640 modification (P00002) to contract W912DY-22-F-0266 for maintenance and minor repairs in the South Pacific region. Work will be performed in Peachtree Corners, Georgia; Fresno, California; Holloman Air Force Base, New Mexico; Kirtland AFB, New Mexico; Beale AFB, California; Tucson, Arizona; Palmdale, California; Travis AFB, California; Luke AFB, Arizona; Vandenberg AFB, California; Edwards AFB, California; Port Hueneme, California; March Air Reserve Base, California; Creech AFB, Nevada; Hill AFB, Utah; Cannon AFB, New Mexico; Reno, Nevada; Nellis AFB, Nevada; Tonopah, Nevada; Gila Bend, Arizona; and Salt Lake City, Utah, with an estimated completion date of July 6, 2024. Fiscal 2023 revolving funds in the amount of $9,215,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.  

DEFENSE LOGISTICS AGENCY

UPDATE: Ultradent Products Inc., South Jordan, Utah (SPE2DE-23-D0027, $22,500,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021.

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0109, $20,080,160), has been added as an awardee to the multiple award contract for fuel support at Clinton Sherman Airport, Oklahoma, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

UPDATE: Signature Flight Support, Orlando, Florida (SPE607-23-D-0090, $19,582,584), has been added as an awardee to the multiple award contract for fuel support at Austin Bergstrom International Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

* Small business

6/14

NAVY

CACI Inc. Federal, Chantilly, Virginia, is awarded a $125,535,639 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides production, fabrication, integration, logistics, sustainment, design, analysis, testing, verification, technical, and project management support. These services are in support of developing and providing a full range of crisis response and interoperable command, control, communications, computers, combat electronic systems (CRIC-ES) solutions and products to facilitate communications and knowledge transfer at crisis locations worldwide. This includes supporting the operational requirements of the current CRIC-ES developed systems, modifications and enhancements for these systems, and developing and maintaining solutions and products for multiple Naval Air Systems Command (NAVAIR) and non-NAVAIR customers. Work will be performed in Lexington Park, Maryland (72%); and St. Inigoes, Maryland (28%), and is expected to be completed in August 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 competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0011).

Canadian Commercial Corp., with 100% subcontracting to Standard Aero Ltd, Winnipeg, Canada, is awarded a $13,846,613 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 250-KS4 engine depot-level repairs. Work will be completed at the contractor’s facility in Winnipeg, Canada, and is expected to be completed by June 2029. The contract will have a five year ordering period. Fiscal 2023 operation and maintenance (Navy) funds in the total amount of $66,912 will be obligated at time of award, and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured using full and open competition via the SAM.gov website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N66498-23-D-4005).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded an $8,305,319 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-2120 for lead yard support and development studies and design efforts related to Virginia Class submarines. Work will be performed in the continental U.S. and is expected to be completed by December 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $8,305,319 (100%) 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. 

AIR FORCE

Rockwell Collins, Cedar Rapids, Iowa, was awarded a $57,001,423 firm-fixed-price and cost-plus-fixed-fee contract for KC-135 Avionics Sustainment Engineering Services (ASES). This contract provides for sustainment of the avionics, communications and electrical systems, subsystems, related avionics systems components, and associated ground and flight software used on the KC-135 aircraft weapon systems. This acquisition will include ASES services for Foreign Military Sales to Chile, France, and Turkey. Work will be performed at Cedar Rapids, Iowa; Tinker Air Force Base, Oklahoma; and Huntsville, Alabama, and is expected to be completed by June 14, 2033. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $7,443,699 are being obligated at time of award. The Legacy Tanker Branch at Tinker AFB, Oklahoma, is the contracting activity (FA8105-23-D-B001).

ARMY

TKTMJ Inc.,* Natchitoches, Louisiana, was awarded a $49,135,000 firm-fixed-price contract for stone paving and repair. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 13, 2025. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-D-0006).

Harris Environmental Group,* Tucson, Arizona, was awarded a $9,900,000 firm-fixed-price contract to provide biological monitoring and reporting services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 13, 2028. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-D-0009).

Alliant, Knoxville, Tennessee, was awarded a $7,677,220 firm-fixed-price contract for remedial investigations, a pilot study, and a feasibility study. Bids were solicited via the internet with one received. Work will be performed in Knoxville, Tennessee, with an estimated completion date of June 13, 2027. Fiscal 2022 base closure, Defense funds in the amount of $7,677,220 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0055).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SRI International, Menlo Park, California, has been awarded an $11,355,191 cost-plus-fixed-fee contract in support of the Rational Integrated Design of Energetics (RIDE) program. In Phase 3 of this program, SRI International proposes to provide continued development and customization of their Automated Synthesis, Formulation, and Testing of Energetics (SynFORTE) system to meet the needs of the U.S. government transition partners in support of the RIDE program. Work will be performed in Menlo Park, California, with an estimated completion date of December 2024. Fiscal 2022 and fiscal 2023 research, development, test and evaluation funds in the amount of $7,941,307 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0104).

* Small business

6/15

NAVY

Amentum Services Inc., Germantown, Maryland, is awarded a $474,961,543 firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract to provide logistics support for organizational, selected intermediate, and limited depot level maintenance for the Navy’s F-16A/B/C/D aircraft fleet. Work will be performed in Fallon, Nevada (75%); and Lemoore, California (25%), and is expected to be completed in August 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal, four offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0012).

L3Harris Technologies Inc., Rochester, New York, is awarded a $246,400,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for production of tactical radios, ancillary parts (such as amplifiers, cables, mounts), radio test sets and test stations, and radio repair for the U.S. Air Force Tactical Air Control Party-Modernization program. Work will be performed in Rochester, New York, and is expected to be completed by December 2028. Fiscal 2023 operations and maintenance (Air Force) appropriation account funds in the amount of $137,552 will be obligated at time of award, of which $137,552 will expire at the end of the current fiscal year. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. L3Harris Technologies Inc., is the original equipment manufacturer of the required radios and the only company who can perform the required repairs. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423DJY53).

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $35,455,431 cost-plus-incentive fee, cost-plus-fixed-fee, and cost type modification to previously-awarded contract N00024-18-C-5103 for Advanced Electronic Guidance and Instrumentation development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. Work will be performed in Moorestown, New Jersey, and is expected to be completed by January 2024. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $5,248,517 (27%); Foreign Military Sales (Japan) funds in the amount of $3,256,810 (17%); fiscal 2023 research, development, test and evaluation funds in the amount of $2,451,310 (12%); Foreign Military Sales (Korea) funds in the amount of $2,332,694 (12%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $2,291,371 (12%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $1,309,164 (7%); Foreign Military Sales (Australia) funds in the amount of $1,264,101 (6%); fiscal 2023 other procurement (Navy) funds in the amount of $573,055 (3%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $485,652 (2%); Foreign Military Sales (Norway) funds in the amount of $232,407 (1%); and Foreign Military Sales (Spain) funds in the amount of $10,542 (1%), will be obligated at time of award and $1,309,164 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $30,665,955 firm-fixed-price modification to previously-awarded contract N00024-20-C-5605 to exercise options for Consoles, Displays, and Peripherals Technical Insertion 16 hardware in support of the Navy’s Future Surface Ship Combat Systems. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $13,067,172 (42%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,843,840 (16%); fiscal 2021 other procurement (Navy) funds in the amount of $3,896,029 (12%); Foreign Military Sales (Canada) funds in the amount of $3,757,379 (12%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $3,422,260 (10%); fiscal 2022 other procurement (Navy) funds in the amount of $778,652 (2%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $344,427 (1%); fiscal 2023 weapons procurement (Navy) funds in the amount of $178,821 (1%); fiscal 2022 weapons procurement (Navy) funds in the amount of $145,858 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $90,050 (1%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $87,751 (1%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $53,716 (1%); will be obligated at the time of the award and funds in the amount of $3,896,029 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $18,293,952 firm-fixed-price modification to previously-awarded contract N00024-22-C-2253 for the detail design and construction of one additional Yard, Repair, Berthing, and Messing craft. Work will be performed in Amelia, Louisiana, and is expected to be completed by March 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $18,293,952 (100%) will be obligated at the 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.

Troop Contracting Inc.,* Willowbrook, Illinois, is awarded an $8,614,000 firm-fixed-price contract for interior renovations. Work will be performed at James A. Lovell Federal Health Care Center Building Five, North Chicago, Illinois, and will be completed by June 2024. Fiscal 2023 funds in the amount of $8,614,000 using the Joint Department of Defense – Department of Veterans Affairs Medical Facility Demonstration Fund, Veterans Affairs will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with four proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Great Lakes, Illinois, is the contracting activity (N40085-23-C-0024).

Austal USA LLC, Mobile, Alabama, is awarded a $7,872,390 cost-plus-fixed-fee task order N69316-23-F-4001 against a previously awarded basic ordering agreement N00024-19-G-2318 to provide advance planning, material procurement, and accomplishment of work for emergent availabilities in support of the littoral combat ship USS Augusta (LCS 34). This effort is to develop and provide planning, engineering support, planning and logistics technical documentation, funds and man-hour expenditure data, projected costs, cost estimates, rough order of magnitude, material, and labor for the accomplishment of Post. Work will be performed in National City, California, and is expected to be completed by December 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,872,390 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion, and Repair Gulf Coast, Pascagoula, Mississippi, is the contracting activity. 

AIR FORCE

National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, has been awarded a $192,887,036 modification (P00212) to contract FA9101-15-C-0500 for test operations and sustainment. This modification adds option year seven for test operations, technology development, equipment and facility sustainment, capital improvements, and some support services for the Arnold Engineering Development Complex. This modification brings the total cumulative face value of the contract to $2,255,719,767. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed June 30, 2024. No funds are being obligated at the time of award. The Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity.

Palantir USG Inc., Palo Alto, California, has been awarded a $58,463,148 firm-fixed-price contract for a Data-as-a-Service Platform solution for Headquarters Air Force (HAF). This contract provides for automatic data ingestion with data across the Department of the Air Force that continually push personnel, equipment, planning, health, and other readiness data sources into their common data foundation. This readiness information is a critical component of HAF-wide decision-making and data analysis. Work will be performed in Palo Alto, California, and is expected to be completed by June 15, 2024. This award is the result of a sole-source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $12,520,000 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8806-23-C-0002).

Palantir USG Inc., Palo Alto, California, has been awarded a $32,791,667 firm-fixed price contract for Data-as-a-Service Platform for two separate mission areas in support of Space Command and Control (C2) and Mission Partner. This contract provides for mission-critical Space situational awareness and C2 capabilities to operational users at the National Space Defense Center and the Combined Space Operations Center through the furnishing of commercial software licenses. This contract also provides for support to enable the platform to ingest Special Access Program data. Work will be performed in Palo Alto, California, and is expected to be completed by June 15, 2024. This award is the result of a sole-source acquisition. Fiscal 2023 Space Force research, development, test, and evaluation funds in the amount of $8,533,334 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8806-23-C-0001).

Work Services Corp., Wichita Falls, Texas, was awarded a $22,930,449 firm-fixed-price contract for food services. This contract provides for food service employees to provide full food service operations at three main dining facilities, one central preparation kitchen and the Sheppard Annex site. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by June 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $22,930,449 are being obligated at the time of award. The 82d Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA3020-23-C-0007).

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $20,652,990 modification (P00006) to previously awarded FA8630-22-C-5001 for Technical Security Team support services. This contract provides for program management, technology security support, food services support, and facilities management support. Work will be performed in Pakistan, and is expected to be completed by June 18, 2024. This contract involves 100% Foreign Military Sales and was a sole source acquisition. Foreign Military Sales funds in the amount of $20,652,990 were obligated at time of award. The Air Force Security and Assistance Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Palantir USG Inc., Palo Alto, California, has been awarded a $19,200,000 firm-fixed-price contract for a Data-as-a-Service Platform in support of North American Aerospace Defense Command/U.S. Northern Command. This contract provides for the Command and Control Center to ingest data into the platform from across functional and geographic domains to support ongoing planning and operations for Joint All-Domain Command and Control. Work will be performed in Palo Alto, California, and is expected to be completed by June 15, 2024. This award is the result of a sole-source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $9,600,000 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8806-23-C-0003).

Carahsoft Technology Corp., Reston, Virginia, has been awarded an $8,826,952 modification (P00003) to previously awarded FA8684-21-C-B002 for technology integration. The contract modification extends Lighthouse platform operations and sustainment activities while maturing existing technology partner integrations by making integration enhancements into the Lighthouse Integration Technology Engine platform enabling the Lighthouse Maintenance Digital Ecosystem. This modification will provide critical activities to maintain and support the continued operations of the Lighthouse Maintenance Digital Ecosystem. The modification brings the total cumulative face value of the contract is $30,564,822. The location of the performance is Reston, Virginia. The work is expected to be completed by June 20, 2024. Fiscal 2023, 2023 operations and maintenance funds in the amount of $8,826,952 will be obligated at the time of award. The Air Force Life Cycle Management Center, Rapid Sustainment Office, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

L-3 Harris Communications Integrated Systems L.P., Greenville, Texas, was awarded an $8,148,708 cost-plus-fixed-fee contract for electronic intelligence (ELINT) software and hardware. This contract provides the requirements definition, development, and demonstration of prototype capabilities tailored for manned and unmanned platform applications to enable improved detection, collection, characterization, and reporting of emerging ELINT threats. Work will be performed in Greenville, Texas, and is expected to be completed by Aug. 15, 2028. This contract was a competitive acquisition, and two offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $2,450,000 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-C-1502).

ARMY

Walsh Federal LLC, Chicago, Illinois, was awarded a $99,909,000 firm-fixed-price contract to design and build a MILSTAR satellite communication station. Bids were solicited via the internet with one received. Work will be performed on Offutt Air Force Base, Nebraska, with an estimated completion date of Oct. 17, 2025. Fiscal 2019, 2020 and 2023 military construction, Air Force funds in the amount of $99,909,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0015).

System Studies & Simulation Inc., Huntsville, Alabama, was awarded an $85,816,267 hybrid (firm-fixed-price and time-and-materials) contract to develop, field, and upgrade Strategic and Operational Rocket and Missiles Technical Support Project Office weapon systems. Bids were solicited via the internet with seven received. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 16, 2028. Fiscal 2023 procurement, Army funds in the amount of $85,816,267 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-D003).

Lockheed Martin and Fire Control, Grand Prairie, Texas, was awarded a $49,950,000 cost-plus-incentive-fee contract to provide associated engineering support for Terminal High Altitude Air Defense 5.0 Patriot Advanced Capability-3 missile segment enhancement component development. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 31, 2025. Fiscal 2023 missile procurement, Army funds in the amount of $49,950,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-0104).

CORRECTION: The $49,135,000 contract (W912P8-23-D-0006) announced June 14, 2023, and awarded to TKTMJ Inc.,* Natchitoches, Louisiana, was actually awarded to Pine Bluff Sand & Gravel Company, Pine Bluff, Arkansas, in the amount of $49,711,000.

DEFENSE LOGISTICS AGENCY

Emerald Coast Utility Services Inc., Eglin Air Force Base, Florida, has been awarded an estimated $72,105,264 modification (P00067) to a 50-year contract (SP0600-16-C-8311) with no option periods, adding the economic-price-adjustment agreement for water and wastewater utility services. This is a fixed-price with economic-price-adjustment contract. The performance completion date is June 14, 2067. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2067 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Federal Prison Industries, Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $65,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for warehouse storage aids and storage systems. This is a five-year contract with no option periods. Location of performance is Oklahoma, with a June 15, 2028, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300-23-D-0007).

*Small business
**Mandatory source

6/16

DEFENSE LOGISTICS AGENCY

Southeastern Kentucky Rehabilitation Industries Inc.,** Corbin, Kentucky, has been awarded a maximum $102,483,225 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced tactical assault panels. This is a three-year contract with no option periods. The ordering period end date is June 15, 2026. 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-N010). 

UPDATE: Associated Energy Group, doing business as AEG Fuels, Miami, Florida (SPE607‐23‐D‐0103, $29,636,705), has been added as an awardee to the multiple award contract for fuel support at Tucson International Airport, Arizona, issued against solicitation SPE607‐23‐R‐0202 and awarded March 6, 2023.

NAVY

Lyon Shipyard Inc.,* Norfolk, Virginia (N5005420D0001); BMFT JV,* Chesapeake, Virginia (N5005420D0002); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N5005420D0003); Fairlead Boatworks,* Newport News, Virginia (N5005420D0004); and East Coast Repair and Fabrication,* Newport News, Virginia (N5005420D0005), are awarded a modification to increase the cumulative ceiling value in the amount of $40,271,481 to the previously awarded multiple award indefinite delivery/indefinite quantity contracts. These contracts provide messing and berthing barges support for the Navy. Work will be performed in the Hampton Roads area of Virginia and is expected to be completed by February 2024. Fiscal 2023 operations and maintenance, Navy funding will be utilized through the issuance of delivery orders. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $22,134,608 firm-fixed-price delivery order for the procurement of one MT30 Gas Turbine Engine (P/N MT3036B01/A); one PMA gear kit and associated running blanks (P/N MKM004801); one electric starter interface kit (P/N LCP0008); one transportation stand with storage blanks and covers (P/N KTM507404); and one ISO container (P/N LOT102049). Work will be performed at the contractor’s facility located in Bristol, United Kingdom, and is expected to be completed by February 2027. Fiscal 2023 other procurement, Navy (OPN) funds in the amount of $22,134,608 will be obligated at time of award, and will not expire at the end of the current fiscal year. This order 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). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-F-4161).

The Boeing Co., Huntington Beach, California, is awarded a $16,848,306 cost-plus-fixed-fee contract for design agent and technical engineering services for the AN/USQ-82(V) family of systems consisting of the Data Multiplex System (DMS), Fiber Optic Data Multiplex System (FODMS), and Gigabit Ethernet Data Multiplex System (GEDMS). This contract includes options which, if exercised, would bring the cumulative value to $99,995,070. This contract involves Foreign Military Sales to Japan, Korea, Australia, and Canada. Work will be performed in Huntington Beach, California (67%); Arlington, Virginia (14%); remote Navy and foreign military shipyards and labs (14%); Annapolis Junction, Maryland (3%); Colorado Springs, Colorado (1%); and Tukwila, Washington (1%). If all options are exercised, work will continue through May 2028. Fiscal 2023 shipbuilding, new construction (Navy) funds in the amount of $8,727,835 (52%); fiscal 2023 other procurement (Navy) funds in the amount of $5,223,244 (31%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $1,446,527 (8%); research, development, technology and evaluation funds in the amount of $800,000 (5%); and Foreign Military Sales funds in the amount of $650,700 (4%) will be obligated at time of award, of which $1,446,219 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 3204(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-23-C-4103).

Opportunities and Resources Inc., Wahiawa, Hawaii, is awarded a $12,877,197 indefinite-delivery/indefinite-quantity modification to previously awarded contract N62478-21-D-2402 for custodial services. This award brings the total cumulative contract value of the contract to $34,775,565. Work will be performed at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations on Oahu, Hawaii, and will be completed by June 2024. Fiscal 2023 operation and maintenance (O&M), Navy funds; fiscal 2023 O&M, Marine Corps funds; fiscal 2023 Department of Defense working capital funds (WCF); fiscal 2023 O&M, Defense funds; fiscal 2023 O&M, Army funds; fiscal 2023 O&M, Director Force Health Protection funds; fiscal 2023 O&M, Office of the Inspector General funds; fiscal 2023 general funds; fiscal 2024 O&M, Navy funds; and fiscal 2024 DOD WCF funds in the amount of $12,298,126 will be obligated on a task order, of which $8,846,294 will expire at the end of the current fiscal year. NAVFAC Hawaii, Joint Base Pearl-Harbor-Hickam, Hawaii, is the contracting activity. 

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $12,790,407 cost-plus-incentive-fee modification (P00067) to a previously awarded contract (N0001918C1048). This modification adds scope to provide for the integration of the handheld imaging tool into the F-35 Joint Strike Fighter in support of establishing a baseline organic maintainer capability, as well as providing joint technical data, training and services required to allow for the transition to organic maintainer capability for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers and non-Department of Defense participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $7,523,752; fiscal 2021 aircraft procurement (Navy) funds in the amount of $2,957,539; and non-DOD participant funds in the amount of $2,309,116 will be obligated at the time of award, $10,481,291 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

The Boeing Co., St. Louis, Missouri, is awarded a $11,983,156 firm-fixed-price, cost-plus-fixed-fee, and cost modification to previously awarded contract N00024-22-C-6407 to exercise options for the production of High Altitude Anti-Submarine Warfare (ASW) Weapon Capability (HAAWC) Air Launch Accessory (ALA) equipment, production support material (PSM), and related engineering and hardware support. Work will be performed in St. Charles, Missouri (44%); St. Louis, Missouri (26%); Salt Lake City, Utah (12%); Minneapolis, Minnesota (4%); Joplin, Missouri (2%); Piedmont, Missouri (2%); Orlando, Florida (2%); Cedar Rapids, Iowa (2%); Chandler, Arizona (1%); Berea, Ohio (1%); Wichita, Kansas (1%); Albuquerque, New Mexico (1%); Lexington, Kentucky, (1%); and Chatsworth, California (1%), and is expected to be completed by Dec. 31, 2025. Fiscal 2023 weapons procurement (Navy) funds in the amount of $11,844,383 (99%) will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2021 weapons procurement (Navy) funds in the amount of $138,773 (1%) will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

MRI Global, Kansas City, Missouri, is awarded a $10,414,755 cost-type contract modification to previously awarded contract N66001-21-C-4048 for research and development services. These services are aimed at developing a flexible detection system consisting of Clustered Regularly Interspaced Short Palindromic Repeats (CRISPR)-based assays paired with reconfigurable point-of-need and massively multi-plexed devices for diagnostics and surveillance. Work will be performed in Kansas, Missouri; Gaithersburg, Maryland; Carlsbad, California; Cambridge, Massachusetts; and Salt Lake City, Utah. Work is expected to be completed by November 2024. Funds in the amount of $10,160,551 will be obligated upon award of the contract modification. Contract funds will expire at the end of fiscal 2024. Two-year fiscal 2023-2024 funds will be obligated using research, development, test and evaluation funding from the Defense Advanced Research Projects Agency (DARPA). The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

AIR FORCE

Interfuze Corp., Huntsville, Alabama, was awarded a $30,951,629, firm-fixed price, cost-plus-fixed-fee, cost-reimbursement incentive contract for Contractor Logistic Support. This contract provides for program management and engineering support, sustainment and maintenance of hardware, software upgrades and end user training. Work will be performed at multiple Department of Defense sites geographically dispersed throughout the continental U.S. and is expected to be completed by June 17, 2028. This contract was a competitive acquisition, and four offers were received. Fiscal 2023 operations and maintenance funds in the amount of $1,459,724 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Warner Robins, Georgia, is the contracting activity (FA8574-23-D-0001).

Raytheon Co., Largo, Florida, has been awarded a $23,272,341 modification (P00056) to the previously awarded Presidential and National Voice Conferencing Integrator contract (FA8735-20-C-0001). This contract modification provides for the procurement of interim contractor support, program support, security upgrades, software releases, testing, and site support. Work will be performed in Largo, Florida; and Burlington, Massachusetts, and is expected to be completed by June 16, 2025.  Fiscal 2023 Space Force research, development, test and evaluation funds in the amount of $7,743,029; and fiscal 2023 Space Force procurement funds in the amount of $3,026,980 are being obligated at the time of the award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $20,955,770 firm-fixed-price contract for Oakland harbor maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Oakland, California, with an estimated completion date of Dec. 30, 2023. Fiscal 2023 civil construction funds in the amount of $20,955,770 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-23-C-0013).

Titan Associates Group Inc.,* Athens, Tennessee (W91248-23-A-2001); Castle Hill Associates LLC,* Waterville, Ohio (W91248-23-A-2002); and Solutions, A.E. Inc., Chamblee, Georgia (W91248-23-A-2003), will compete for each order of the $14,750,000 firm-fixed-price contract for agricultural wash services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 18, 2028. U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Avantus Federal LLC, McLean, Virginia, was awarded an option year (P00003) worth $11,372,323 on a firm-fixed-price, level-of-effort contract (HQ003422F0294) to provide executive-level office management services (OMSS) to all offices in the Office of the Under Secretary of Defense for Policy (OUSD(P)). The contractor will provide consistent OMSS across OUSD(P). Services will include office management, calendar and schedule management, travel planning and processing, correspondence management, human resource management, security support, resource management, and event support. Fiscal 2023 operations and maintenance funds in the amount of $11,372,323 were obligated at the time of award. The cumulative total of the contract is $20,573,035. The total value of the contract if all options are exercised is $56,778,640. Work will be performed at the Pentagon in Arlington, Virginia. The estimated contract completion date is Jan. 14, 2027. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded June 14, 2023)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Southwest Research Institute, San Antonio, Texas, has been awarded a $9,854,404 cost-plus-fixed-fee contract, excluding unexercised options, for the Cancun program. This contract provides for distributable nodes to measure the high-frequency (HF) radio environment for improved warfighter situational awareness in the critical HF radio band. Work will be performed in San Antonio, Texas (66%); Utica, New York (14%); Seattle, Washington (15%); and Chapel Hill, North Carolina (5%), with an expected completion date of December 2024. Fiscal 2023 research, development, test, and engineering funds in the amount of $2,127,667 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001123S0014, and 10 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0116).

* 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, June 20, 2023 8:05 am

Leave a Reply

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

Notify me of updates to this conversation