INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, General Dynamics Mission Systems, Northrop Grumman, Lockheed Martin Space, Week of 2-5-24 to 2-9-24

Posted by Ashley Jones
aircraft

2/5

ARMY

Talbert Manufacturing Inc.,* Rensselaer, Indiana, was awarded a $155,171,315 fixed-price with economic-price-adjustment contract for M872A4 semi-trailers and associated items. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0006).  

SRC Inc., Syracuse, New York, was awarded a $43,600,000 cost-plus-fixed-fee contract for analysis, production, and process support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-24-D-0001).  

Torch Technologies Inc., Huntsville, Alabama, was awarded a $19,241,751 modification (P00092) to contract W31P4Q-21-F-0052 for simulation support to the Systems Simulations Software and Integration Directorate, Aviation and Missile Center Combat Capabilities Development Command. Work will be performed in Huntsville, Alabama, with an estimated completion date of Dec. 31, 2024. Fiscal 2023 and 2024 research, development, test, and evaluation, defense-wide funds in the amount of $668,747 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.   

WASHINGTON HEADQUARTERS SERVICES

American Systems Corp., Chantilly, Virginia, is awarded a modification (P00017) valued at $31,775,730 on a task order (HQ003422F0091) off a firm-fixed-price, level-of-effort, cost contract (HQ003421D0003) to exercise an option year. Fiscal 2024 research, development, test, and evaluation funds in the amount of $6,823,976 are being obligated at the time of award. The cumulative total of the contract is $31,775,730. The total if all options are exercised is $54,025,384. The purpose of this contract is to provide research, development, test, and evaluation, engineering and technical support services for the Office of the Under Secretary of Defense for Research and Engineering’s Directorate of Defense Research and Engineering for Advanced Capabilities. Tasks typically include providing software, systems, and specialty engineering; modelling and simulation of engineering tools and environments; subject matter expertise; data collection and analysis; facilitation of working groups; consultation on creation and maintenance of policy, guidance, and standards; software modernization; technical assessments and reviews of programs and projects; and modernization of technologies, procedures, handbooks, tools, and training for the Joint Staff, military departments, and Defense agencies. The work will be performed at the Pentagon Reservation, Arlington, Virginia; the Mark Center, Alexandria, Virginia; and the contractor facility, Chantilly, Virginia. The estimated completion date is Feb. 28, 2027. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

Systems Application and Technologies Inc.,* Largo, Maryland, is awarded an $18,510,797 cost-plus-fixed-fee, cost contract. This contract provides operational and intermediate level maintenance for aerial assets, to include subsonic and supersonic aerial targets and seaborne assets, to include a combination of target and training support vessels, as well as vessels used for manned and unmanned training and test events for the Navy. Work will be performed in Port Hueneme, California (57%); Point Mugu, California (35%); Ridgecrest, California (2%); Las Cruces, New Mexico (2%); Salt Lake City, Utah (1%); Lompoc, California (1%) (labor surplus area); Kauai, Hawaii (1%); and Hebrides, Scotland (1%), and is expected to be completed in Sept 2024. Working capital funds (Navy) in the amount of $3,129,500 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside; three offers were received. Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N6893624C0006).

Lithion Battery Inc.,* Henderson, Nevada, was awarded a $8,034,490 firm-fixed-price contract for research and development activities associated with advancement and improvement in current and future shipboard electric power and energy systems. Work will be performed in Henderson, Nevada and is expected to be completed by January 2025. Fiscal 2023 research, development test and evaluation (Navy) funds in the amount of $8,034,490 will be obligated at time of award, of which $8,034,490 will expire at the end of the current fiscal year. This contract was competitively procured via white paper selection under a Broad Agency Announcement via the beta.SAM.gov website, with 60 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4126). (Awarded Feb. 2, 2024)

Burns and McDonnell Engineering Co., Inc., Kansas City, Missouri, is awarded a $7,591,817 firm-fixed-price contract for architect-engineer design and related services for project P200, Nuclear Power Training Unit Simulator Training Facility Expansion. Work will be performed at Joint Base Charleston, South Carolina, and is expected to be completed by November 2024. Fiscal 2024 military construction (Navy and Marine Corps) funds in the amount of $7,591,817 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 sam.gov website, with two offers received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-C-0014).

*Small Business

2/6

AIR FORCE

TKC Global Solutions LLC, Henderson, Virginia (FA8604-24-D-B001); and HPI Solutions LLC, Omaha, Nebraska (FA8604-24-D-B004), were awarded a combined $750,000,000 hybrid, firm-fixed-price and time-and-materials, multiple award, indefinite-delivery/indefinite-quantity contract for communication and enterprise information technology (IT) support services.  This contract provides support for information technology services including network hardware support; physical and virtual servers, workstation deployment, laptop and peripheral support; facility access control and intrusion detection IT support; storage and backup system support; Linux, Solaris, and RedHat system administration support; RedHat operating system support; IT infrastructure installation and maintenance; storage and backup administration support; IT asset management; software vulnerability and testing support; information assurance and circuit management support. Work will be performed at Springfield Air National Guard, Springfield, Ohio; Joint Base Anacostia-Bolling, Washington, D.C.; and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Feb. 28, 2034. This contract was a competitive acquisition, and 16 offers were received. No funds are being obligated at time of award.  The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

Black River Systems Co. Inc., Utica, New York, has been awarded an $11,999,814 cost-plus-fixed-fee completion engineering change proposal modification (P00020) to previously awarded contract FA8750-21-C-1505, for Cognitive Algorithms for Signals Intelligence (SIGINT) Contested and Degraded Environments software and hardware. The contract modification is to expand signal processing libraries to include updated signal of interest for 5G; to integrate developed forward processing capabilities into enterprise-compatible open-architecture systems allowing for asynchronous operations; develop scalable SIGINT architectures for cognitive radio and machine learning; and to research, develop, implement, and test hardware architectures that have agility to be integrated on the current platform but also are applicable to future platform development. The modification brings the total cumulative face value of the contract to $23,967,226. The location of performance is Utica, New York, and is expected to be completed by Oct. 3, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $100,000; and fiscal 2024 operational system development funds in the amount of $1,428,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.  

NAVY

Black Construction/Mace International JV, Harmon, Guam (N40084-21-D-0079); ECC Diego Garcia LLC, Burlingame, California (N40084-21-D-0080); JSK Diego Services LLC, Fort Worth, Texas (N40084-21-D-0081); MVL Bromgrove JV LLC, Houston, Texas (N40084-21-D-0082); and PARSONS-COLAS UKP JV, Centreville, Virginia (N40084-21-D-0083), are awarded a combined-maximum-value $99,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to their respective previously-awarded contracts for commercial and institutional building construction at Naval Support Facility (NSF) Diego Garcia. This award brings the total combined cumulative value of all five contracts to $348,500,000. This modification provides for additional capacity to order construction services until Sept. 2, 2026. Work will be performed at NSF Diego Garcia, British Indian Ocean Territory, and will be completed by September 2026. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are awarded. Naval Facilities Engineering Systems Command Far East is the contracting activity.

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded an $82,809,017 indefinite-delivery/indefinite-quantity contract (N00039-24-D-2000) for the continued procurement, manufacturing, testing and delivery of AN/USC-61(C) Digital Modular Radio (DMR) systems, High Frequency Distribution Amplifier Group components, spares for both systems, and engineering services to support their continued fielding and maintenance plans. The current award value provides for the engineering services and sustainment support efforts for DMR. The production pricing for the DMR system and ancillary hardware is currently in negotiations and will be incorporated at a later date. DMR is a modular, software reprogrammable radio system with embedded cryptography that provides all radio frequency (RF) to-baseband and baseband-to-RF conversion functions required for line-of-sight, beyond LOS and satellite communications systems operating between 2.0 megahertz to 2.0 gigahertz. This contract has a five-year ordering period up to the contract award amount. Contract actions will be issued, and funds obligated as individual delivery orders. Fiscal 2024 shipbuilding and conversion (Navy) funds will be placed on contract with an initial task order issued shortly after award of the base contract. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Scottsdale, Arizona, and is expected to be completed by January 2029. This contract was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 3204(a)(1) – Only One Responsible Source (Federal Acquisition Regulation Subpart 6.302-1). Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039). (Awarded Feb. 5, 2024)

DEFENSE LOGISTICS AGENCY

SOPAKCO Inc.,* Mullins, South Carolina, has been awarded a maximum $25,869,450 fixed-price, indefinite-delivery/indefinite-quantity contract for halal and religious meals, ready to eat.  This was a competitive acquisition with two offers received. This is a five-year contract with no option periods. The ordering period end date is Feb. 3, 2029.  Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z101). 

DFA Dairy Brands Fluid LLC, doing business as PET Dairy, Spartanburg, South Carolina, has been awarded a maximum $16,125,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for milk and dairy items. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The ordering period end date is Feb. 6, 2027. Using customers are Army, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-V002).

DEFENSE HEALTH AGENCY

ERProsource360 LLC, Washington, D.C., was awarded a modification estimated at $10,667,342 to exercise Option Period 4 on a time-and-materials, firm-fixed-price General Services Administration contract (47QRAA19D00AK) with an estimated overall value of $43,266,617 inclusive of all options. This task order (W81XWH20F0072) is for materiel fielding and medical liaison support services in support of U.S. Army Medical Materiel Development Agency and the U.S. Army Medical Materiel Activity. Specifically, these services provide materiel fielding and medical liaison support services across the Force Integration Division, USAMMDA, and the Force Projection Directorate, USAMMA at Fort Detrick, Maryland. The overall period of performance is Feb. 3, 2020, to Feb. 2, 2025. The Option Period 4 period of performance is Feb. 3, 2024, to Feb. 2, 2025. The type of solicitation was a competitive set-aside (total small business set-aside). Fiscal 2023, 3-year, Army other procurement funds; and fiscal 2024, 1-year, Army operations and maintenance funds, will be used for the modification. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

UPDATE: The following firms were added as awardees on Jan. 31, 2024, to the global multiple award, indefinite-delivery/indefinite-quantity total small business set-aside contract with a $2.4 billion ceiling value announced on June 30, 2023, to provide support for non-personal standardized enterprise information technology support services to Defense Health Agency medical treatment facilities and other lines of business: RDBow LLC, Baltimore, Maryland (HT0015-24-D-0008); Syneren Technologies Corp., Vienna, Virginia (HT0015-24-D-0009); Synergist JV2 LLC, McLean, Virginia (HT0015-24-D-0010); Alpha Communications Services LLC, Fairfax Station, Virginia (HT0015-24-D-0011); American Tech Solutions LLC, Reston, Virginia (HT0015-24-D-0012); Creek-DDC JV LLC, Beavercreek, Ohio (HT0015-24-D-0013); CVTEK LLC, McLean, Virginia (HT0015-24-D-0014); INTEROP-ISHPI JV LLC, doing business as IOIJV, Virginia Beach, Virginia (HT0015-24-D-0015); Koniag Technology Solutions Inc., Anchorage, Alaska (HT0015-24-D-0016); RSC2 Inc., Baltimore, Maryland (HT0015-24-D-0017); Seneca Strategic Partners LLC, Salamanca, New York (HT0015-24-D-0018); Systems Plus Inc., Rockville, Maryland (HT0015-24-D-0019); T and T Consulting Services Inc., Falls Church, Virginia (HT0015-24-D-0020); Techwerks LLC, Arlington Heights, Illinois (HT0015-24-D-0021); 2Tech JV LLC; Woodbridge, Virginia (HT0015-24-D-0022); MicroTechnologies LLC, doing business as MicroTech, Vienna, Virginia (HT0015-24-D-0023); Galapagos-IntelliDyne Solutions LLC, doing business as G&I Solutions, Kihei, Hawaii (HT0015-24-D-0024); Echelon Services LLC, Manassas, Virginia (HT0015-24-D-0025); Strategic Data Systems Inc, Keller, Texas (HT0015-24-D-0026); AccelGov LLC, Bethesda, Maryland (HT0015-24-D-0027); CompTech Computer Technologies Inc., Dayton, Ohio (HT0015-24-D-0028); Envision Unlimited Solutions LLC, Vienna, Virginia (HT0015-24-D-0029); ASG CQS JV LLC, Frederick, Maryland (HT0015-24-D-0030); Trillion ERP Next Generation LLC, Reston, Virginia (HT0015-24-D-0031); VTPM Government Solutions LLC, Towson, Maryland (HT0015-24-D-0032); KL3 LLC, Apex, North Carolina (HT0015-24-D-0033); Cherokee Nation Operational Solutions LLC, Tulsa, Oklahoma (HT0015-24-D-0034); and Alesig Consulting LLC, Falls Church, Virginia (HT0015-24-D-0035).

ARMY

Torch Technologies Inc., Huntsville, Alabama, was awarded a $9,053,227 modification (P00148) to contract W31P4Q-21-F-0038 for hardware-in-the-loop systems engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 1, 2024. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded Feb. 2, 2024) 

*Small Business

2/7

AIR FORCE

Battelle Memorial Institute, Columbus, Ohio (FA8684-24-D-B018); The Boeing Co., St. Louis, Missouri (FA8684-24-D-B019); The Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (FA8684-24-D-B014); Chip Scan Inc., Rockaway Beach, New York (FA8684-24-D-B004); General Dynamics Mission Systems Inc., Dedham, Massachusetts (FA8684-24-D-B006); GE Aviation Systems LLC Grand Rapids, Michigan (FA8684-24-D-B008); Honeywell International, Clearwater, Florida (FA8684-24-D-B010); Idaho Scientific LLC, Boise, Idaho (FA8684-24-D-B012); Kratos SRE Inc., San Diego, California (FA8684-24-D-B005); L3Harris Technologies Inc., Palm Bay, Florida (FA8684-24-D-B007); Lockheed Martin Corp., Orlando, Florida (FA8684-24-D-B009); Mercury Systems Inc., Andover, Massachusetts (FA8684-24-D-B016); Microsemi SOC Corp., San Jose, California (FA8684-24-D-B011); Northrop Grumman Systems Corp., Linthicum Heights, Maryland (FA8684-24-D-B003); Radiance Technologies Inc., Huntsville, Alabama (FA8684-24-D-B013); Raytheon Co., McKinney, Texas (FA8684-24-D-B015); and Sabre Systems Inc., Warminster, Pennsylvania (FA8684-24-D-B017), were awarded a $499,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the design, build, test, and delivery of functioning anti-tamper solutions that will be ready for follow-on production to be integrated into a broad range of Department of Defense programs. The development of these solutions enables the necessary protection of critical program information from adversarial tamper efforts.  Work will be performed in the continental United States and is expected to be completed Feb. 28, 2030. This contract was a competitive acquisition, and 20 offers were received.  Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,000 per awardee are being obligated at time of award.  The Air Force Life Cycle Management, Wright Patterson Air Force Base, Ohio, is the contracting activity. 

Roundhouse PBN LLC, Colorado Springs, Colorado, was awarded a $13,619,953 commercial, fixed-firm-price contract for a temporary and relocatable Program Integration Office/Program Management Office facility for the Sentinel Program at F. E. Warren Air Force Base, Wyoming. This contract provides for a one-time procurement for a secure, prefabricated, nominal 26,000-square-foot temporary facility, that will satisfy immediate requirements for additional office space for up to 200 Sentinel project personnel. This will be a commercial supply contract to procure a facility and furnishings, with a limited construction service component to conduct site preparation. Work will be performed at F.E. Warren AFB, Wyoming, and is expected to be completed by Feb. 7, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $1,923,839; and fiscal 2024 procurement funds in the amount of $11,696,114, are being obligated at time of award. 90th Contracting Squadron, F.E. Warren AFB, Wyoming, is the contracting activity (FA4613-24-C-0004). 

NAVY

Lockheed Martin Space, Littleton, Colorado, is awarded a $193,791,834 cost-plus-incentive-fee contract modification (P00075) to a previously awarded contract (N00030-19-C-0025) for the design, development, build, and integration of equipment for missile flight test demonstrations and fielding. Work will be performed in Denver, Colorado (67%); Huntsville, Alabama (16%); Sunnyvale, California (11%); and various other locations (less than 1.0% each, 6% total). Work is expected to be completed on Feb. 25, 2025. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $17,000,000; and fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $15,000,000, will be obligated on this award with $17,000,000 expiring at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Bascom Hunter Technologies Inc., Baton Rouge, Louisiana, was awarded a $14,982,659, 12-month, modification to establish a production line, and provide initial procurement of production ready assets of the satellite transportable terminals in support of a previously awarded Small Business Innovative Research (SBIR) Phase II contract (N68335-22-C-0473) for Satellite Terminal (transportable) Non-Geostationary (STtNG) issued by the Naval Air Warfare Center Aircraft Division. This modification increases the value of the SBIR Phase II contract by $14,982,659 to $22,687,820. This modification will allow for tasking on a firm-fixed-price basis to establish a production line and provide initial procurement of production ready assets of the STtNG Increment 2 (Inc.2) terminals, Full Inc.2 and Inc.2W only, to include assembly of both the STtNG Inc.2 Variant I (Protected) and STtNG Inc.2 Variant II (Wideband), integration of components, associated testing, technical support, and STtNG terminal deliveries. Work will primarily be performed at Baton Rouge, Louisiana, and is expected to be completed by January 2025. Full funding will be placed on contract and obligated at the time of award utilizing fiscal 2023 Department of Defense wide procurement funds from the Pilot Program to Accelerate the Procurement and Fielding of Innovative Technologies. The funding will not expire at the end of the current fiscal year. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity. (Awarded Jan. 30, 2024) 

CACI Inc. – Federal, Chantilly, Virginia, is awarded an $11,336,400 cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-4122 to exercise options for an additional year of technical engineering services and program support for the Canadian Surface Combatant Program. This contract involves Foreign Military Sales to Canada. Work will be performed in Washington, D.C., and is expected to be completed by February 2025. Foreign Military Sales (Canada) funds in the amount of $10,000,000 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.

GE Medical Systems Information Technology & Innovation, Niskayuna, New York, was awarded a $10,040,188 cost-type modification to previously awarded contract N66001-21-C-4014 for research and development services. These services are aimed at developing a mobile automated manufacturing platform to provide just-in-time manufacturing of nucleic acid countermeasures to rapidly produce, formulate, and package doses of nucleic acid therapeutics and prophylactics. Work will be performed in Niskayuna, New York (38.5%); New Milford, Connecticut (0.5%); Manhattan, Kansas (9%); Baltimore, Maryland (9%); Seattle, Washington (3%); and Le Kremlin-Bicêtre, France (40%), and is expected to be completed by February 2026. Fiscal 2024 and fiscal 2025 research, development, test and evaluation funds from the Defense Advanced Research Projects Agency in the amount of $5,253,625 will be obligated upon award of the contract modification. Contract funds will expire Sept. 30, 2025. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. (Awarded Feb. 2, 2024)

Gardner Technologies Inc.,* Annapolis, Maryland, is awarded an $8,334,768 firm-fixed-price contract to provide for various components in support of Digital Helicopter Operator Surveillance System pan, tilt, and zoom camera station manufacturing, acceptance testing, and delivery of production systems for the Navy. Additionally, this contract provides for associated spares, to include lower component spares, as well as engineering change proposal support. Work will be performed in Lakehurst, New Jersey, and is expected to be completed in February 2029. 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 15 U.S. Code 637. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0009).

ARMY

Global Military Products,* Tampa, Florida (W519TC-24-F-0078); and Northrop Grumman Systems Corp., Radford, Virginia (W519TC-24-F-0077), will compete for each order of the $133,900,000 firm-fixed-price contract for special ammunition and weapons systems requirements. 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 Nov. 19, 2024. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Western Marine Construction Inc.,* Seattle, Washington, was awarded a $19,321,000 firm-fixed-price contract to provide a protective rock berm along the north bank of the Kenai River. Bids were solicited via the internet with four received. Work will be performed in Kenai, Alaska, with an estimated completion date of Feb. 10, 2026. Fiscal 2024 civil construction funds in the amount of $19,321,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0009).  

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc., Virginia Beach, Virginia, has been awarded a maximum $46,113,370 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical and surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. The ordering period end date is Feb. 6, 2025. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-24-D-0001).

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $13,338,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for modular lightweight load-bearing equipment 4000 rucksacks. This is a three-year contract with no option periods. The ordering period end date is Feb. 6, 2027. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-N005). 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $11,061,573 cost-plus-fixed-fee contract to support a Defense Advanced Research Projects Agency project. Work will be performed in Baltimore, Maryland (68%); San Jose, California (18%); and Fairfax, Virginia (14%), with an expected completion date of August 2025. Fiscal 2023 research, development, test, and engineering funds in the amount of $500,000; and fiscal 2024 research, development, test, and engineering funds in the amount of $1,027,575, are being obligated at time of award. DARPA is the contracting activity (HR001124C0310).

*Small Business
** Mandatory Source

2/8

ARMY

D-2 Inc.,* Bourne, Massachusetts, was awarded a $106,531,487 hybrid (firm-fixed-price and fixed-price with economic-price-adjustment) contract for the Petroleum Expeditionary Analysis Kit. 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 Feb. 8, 2034. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0014). 

BL Harbert International LLC, Birmingham, Alabama, was awarded a $66,999,438 firm-fixed-price contract for to build a training facility. Bids were solicited via the internet with five received. Work will be performed at Holloman Air Force Base, New Mexico, with an estimated completion date of Feb. 22, 2027. Fiscal 2022 military construction, Air Force funds in the amount of $66,999,438 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-24-C-0002). 

Watterson Construction Co., Anchorage, Alaska, was awarded a $52,499,000 firm-fixed-price contract to design and build a physical readiness fieldhouse at Fort Wainwright. Bids were solicited via the internet with four received. Work will be performed in Fairbanks, Alaska, with an estimated completion date of June 5, 2026. Fiscal 2023 military construction, Army funds in the amount of $52,499,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0008). 

NAVY

Chugach Technical Solutions LLC,* Anchorage, Alaska, was awarded a $57,157,228 indefinite-delivery/indefinite-quantity contract (N6523624D1011) with provisions for firm-fixed-price, cost-plus-fixed-fee, and cost orders. The contract will provide for the delivery of Shipboard Unclassified Video Systems (UVS). This contract will also provide for services and other direct costs that are incidental to the UVS. The contract includes a five-year base ordering period with a potential value of $57,157,228 and a five-year option ordering period, which, if exercised, would bring the cumulative potential value of this contract to $124,286,726. Fiscal 2021 and 2022 shipbuilding and conversion, Navy funds in the amount of $300,238 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Chesapeake, Virginia. Work is expected to be completed by February 2029. If the option is exercised, work could continue until February 2034. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command – Electronic Commerce Central and System for Award Management websites, with one offer received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. (Awarded Feb. 6, 2024)

The Boeing Co., St. Louis, Missouri, is awarded a $9,048,297 firm-fixed-price order (N0001924F0051) against a previously issued basic ordering agreement (N0001921G0006). This order provides follow-on integrated logistics and engineering support, in support of the Harpoon/ Standoff Land Attack Missile Expanded Response Missile System and Harpoon Launch Systems for the Navy and various Foreign Military Sales customers. Work will be performed in St. Charles, Missouri (91.89%); St. Louis, Missouri (5.47%); and Yorktown, Virgina (2.64%), and is expected to be completed in February 2025. Fiscal 2024 operation and maintenance funds in the amount of $2,259,542 will be obligated at time of award, all of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

RQ-WM Jordan JV, Carlsbad, California, is awarded an $8,806,804 firm-fixed-price modification to previously awarded contract N40085-20-C-0059 for Hurricane Florence Recovery Package Three. This award brings the total cumulative value of the contract to $230,018,659. The contract modification is for concept design workshop changes to the logistical operations school, including changes to site utilities, room sizes and locations, and the electrical and mechanical designs. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by July 2026. Fiscal 2020 military construction (Marine Corps) funds in the amount of $8,806,804 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Officer in Charge of Construction Florence, Camp Lejeune, North Carolina, is the contracting activity.

AIR FORCE

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded a $38,000,000 indefinite-delivery/indefinite-quantity ceiling increase modification (P00003) to previously awarded contract FA8651-23-D-B002 to further develop the True Pulse Logic algorithm concept, intended to not only address short-term needs, but also prepare for future next-generation upgrades to Semi-Active Laser Seekers. The modification brings the total cumulative face value of the contract from $9,900,000 to $38,000,000. Work will be performed at Nashua, New Hampshire, and is expected to be completed by July 17, 2028. No funds are being obligated at time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Original Footwear Manufacturing BR Inc.,* Big Rapids, Michigan, has been awarded a maximum $30,238,042 fixed-price, indefinite-delivery/indefinite-quantity contract for men’s poromeric dress shoes. This was a competitive acquisition with one response received. This is a two-year contract with no option periods. The ordering period end date is Feb. 7, 2026. Using military services are Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0029).

UPDATE: UTS Systems LLC,* Fort Walton Beach, Florida (SPE1C1-24-D-0014, $200,000,000), has been added as an awardee to the multiple award contract for commercial shelters, issued against solicitation SPE1C1-22-R-0069 and awarded July 17, 2023. 

*Small Business

2/9

DEFENSE LOGISTICS AGENCY

AM General LLC, South Bend, Indiana (SPE7LX-24-D-0020); Ruta Supplies Inc.,* Dover, New Jersey (SPE7LX-24-D-0021); and SupplyCore Inc.,* Rockford, Illinois (SPE7LX-24-D-0022), are sharing an estimated $45,666,667 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE7LX-21-R-0071 for joint light tactical vehicle parts. This was a competitive acquisition with five responses received. These are one-year base contracts with two one-year option periods. Location of performance is Georgia, with a Feb. 17, 2025, ordering period end date. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

NAVY

Northrop Grumman Systems Corp., San Diego, California, was awarded a $42,781,241 cost-plus-fixed-fee, cost-only and firm-fixed price contract for engineering and sustainment support, other direct costs, and provisioned item order in support of Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Increment One Block One Systems. This contract includes options which, if exercised, would bring the cumulative value of this contract to $123,232,184. This contract combines purchases for the Navy (37%); Air Force (60%); and the government of Australia (3%), under the Foreign Military Sales program. Work will be performed in San Diego, California, and is expected to be complete by February 2024. If all options are exercised, work will continue through January 2028. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $1,389,375 (30%); fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $835,205 (18%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,718,924 (36%); fiscal 2024 operations and maintenance (Air Force) funds in the amount of $600,000 (13%); and FMS (Australia) funds in the amount of $141,934 (3.0%), will be obligated at time of award, of which $1,989,375 will expire at the end of the current fiscal year. This contract was competitively procured via sam.gov, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6400). (Awarded Jan. 31, 2024)

Jacobs/HDR, A JV (Naval Facilities Engineering Systems Command (NAVFAC) Atlantic sustainment, restoration, and modernization), Arlington, Virginia, is awarded a $30,000,000 firm-fixed-price modification to previously awarded contract (N62470-21-D-0008) to increase the maximum dollar value for architect-engineer services in support of the Navy’s sustainment, restoration, and modernization program. This award brings the total cumulative value of the contract to $120,000,000. Work will be performed primarily in the Naval Facilities Engineering Systems Command Atlantic area of responsibility, but also worldwide, and is expected to be completed by June 2026. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are awarded. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity.

Progeny Systems LLC, Manassas, Virginia, was awarded a $22,416,560 cost-plus-fixed fee contract for engineering and technical development and production procurement. This contract includes options which, if exercised, would bring the cumulative value of this contract to $116,039,941. Work will be performed in Manassas, Virginia (30%); Groton, Connecticut (25%); Port Orchard, Washington (15%); Las Vegas, Nevada (10%); Cleveland, Ohio (10%); Chesapeake, Virginia (4%); Pearl Harbor, Hawaii (2%); San Diego, California (2%); and Kings Bay, Georgia (2%), and is expected to be completed by January 2025. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $5,454,705 (65%); fiscal 2024 national sea-based deterrence fund in the amount of $2,454,705 (29%); and fiscal 2024 other procurement (Navy) funds in the amount of $497,191 (6%), were obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(5). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6240). (Awarded Jan. 30, 2024)

L3Harris Interstate Electronics Corp. (L3-IEC), Anaheim, California, is awarded a cost-plus-fixed-fee $15,141,987 modification (P00023) to a previously awarded contract (N00003022C2001) for TRIDENT II (D5) Flight Test Instrumentation systems support. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (30%); Washington, D.C. (7%); Barrow-in-Furness, United Kingdom (3%); Kings Bay, Georgia (2%); Bremerton, Washington (1%); and Silverdale, Washington (1%). Work is expected to be completed by Feb. 8, 2027. Fiscal 2024 shipbuilding and conversion procurement (Navy) funds in the amount of $5,177,468, fiscal 2024 other procurement (Navy) funds in the amount of $599,666; and fiscal 2024 weapons procurement (Navy) funds in the amount of $502,216, are being obligated at time of award. No Funds will expire at the end of the current fiscal year. The total dollar value of the modification, including options, is $15,141,987 and the total cumulative face value of the contract is $335,161,461. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $10,083,352 undefinitized cost modification (P00006) to a previously awarded contract (N0001923C0003). This modification adds scope to procure production parts with significant lead times in support of equipping a Marine Corps short take-off and vertical landing F-35 aircraft with flight test instrumentation. Work will be performed in Fort Worth, Texas (30%); El Segundo, California (25%); Warton, United Kingdom (20%); Orlando, Florida (10%); Nashua, New Hampshire (5%); Grenaa, Denmark (5%); and Baltimore, Maryland (5%), and is expected to be completed in January 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $5,041,675 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $7,851,661 cost-plus-fixed-fee order (N0042124F0190) against a previously issued basic ordering agreement (N0042121G0005). This order provides for software updates to interface the AN/ARC-210 (V) Gen5A radio with the CDU-7000A control display unit and associated software development stations in support of software development and testing for the Navy. Work will be performed in Cedar Rapids, Iowa (40%); Huntsville, Alabama (37%); Puerto Rico (20%); and Patuxent River, Maryland (3%), and is expected to be completed in August 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $6,851,661; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,000,000, will be obligated at the time of award, $1,000,000 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

DEFENSE HEALTH AGENCY

RB Consulting Inc., Frederick, Maryland, was awarded a firm-fixed-price requirements contract (HT9425-24-F-0029) with an estimated value of $34,972,983 to support the Defense Health Agency Integrated Clinical Systems Program Management Office Technology Assessment and Requirements Analysis program, Picture Archiving and Communication Systems program, cyber security and risk management framework support, financial program support, and contract support. This contract was a competitive acquisition under General Services Administration Multiple Award Schedule Professional Services Schedule with two offers received. This is a one-year base period with four 12-month option periods. The place of performance is Frederick, Maryland, with a Feb. 19, 2029, performance completion date. The base period is funded with fiscal 2024 operations and maintenance funds in the amount of $4,478,861. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

ARMY

Agile Defense Inc., Reston, Virginia, was awarded a $12,312,919 modification (P00006) to contract W9124P-22-F-0036 for IT support services. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of Jan. 31, 2025. Fiscal 2023 aircraft procurement, Army funds in the amount of $12,312,919 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Ideal Innovations Inc., Arlington, Virginia, was awarded an $8,876,770 modification (P00015) to contract W15QKN-18-F-0090 for IT support services. Work will be performed in Clarksburg, West Virginia, with an estimated completion date of Aug. 9, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $8,876,770 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

Valiant Global Defense Services Inc., Herndon, Virginia, was awarded an $8,106,101 modification (P00008) to contract W564KV-23-F-2001 for non-personal joint training analytical support. Work will be performed in Germany, with an estimated completion date of March 9, 2028. Fiscal 2023 and 2024 operation and maintenance, Air Force funds in the amount of $8,106,101 were obligated at the time of the award. Army 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity. 

*Small Business

Author

  • Ashley Jones

    Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

This entry was posted on Monday, February 12, 2024 1:02 pm

Leave a Reply

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

Notify me of updates to this conversation