INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, KBR Wyle Services, ASRC Federal Facilities Logistics, Week of 4-8-24 to 4-12-24

Posted by Ashley Jones
aircraft

4/8

NAVY

CAPE-RSI JV LLC,* Norcross, Georgia (N62470-24-D-0009); EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (N62470-24-D-0010); HGL-APTIM Technologies JV LLC,* Reston, Virginia (N62470-24-D-0011); and Sevenson-USA Environmental JV III,* Niagara Falls, New York (N62470-24-D-0012), are awarded a combined $240,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity, multiple award contract for environmental remediation services for projects at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of operations (AO). The work to be performed provides for, but is not limited to, remedial actions at environmentally contaminated sites predominately located at Navy and Marine Corps installations and other government agencies. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) at contract award. The maximum dollar value, including the base period and four option periods, is $240,000,000. Work will be performed primarily within the NAVFAC Atlantic AO which includes Virginia (25%), Florida (10%), New York (10%), North Carolina (10%), Maryland (6%), Texas (5%), Washington, D.C. (5%), Massachusetts (3%), New Jersey (3%), Pennsylvania (3%), West Virginia (3%), Connecticut (2%), Illinois (2%), Indiana (2%), Maine (2%), Mississippi (2%), Rhode Island (2%), South Carolina (2%), Puerto Rico (2%), and Georgia (1%), and is expected to be completed by April 2029. Although principal sites are identified for the contract, the contractor may be required to perform at any Naval or Marine Corps activity within the NAVFAC Atlantic AO. Work may also be added and performed outside of NAVFAC Atlantic AO, as required by the government. Fiscal 2024 environmental restoration, (Navy) funds in the amount of $40,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with four proposals received. NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity.

Reid Middleton Inc.,* San Diego, California, is awarded a $99,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for structural engineering services. The work to be performed provides for A-E design and engineering services required for a design support contract. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by April 2029. The maximum dollar value, including the base period and option period, is $99,000,000. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with five offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-24-D-5224).

KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $60,000,000 indefinite-delivery/indefinite-quantity contract for secure facility operations, maintenance, and security support. The contract does not include options and has a cumulative value of $60,000,000. An $11,332,251 cost-plus-fixed-fee task order was issued concurrently. The task order includes options and has a cumulative value of $34,063,769. Work for the initial task order will be performed at the U.S. Naval Research Laboratory (NRL), Washington, D.C. (90%); Monterey, California (5%); and Stennis, Mississippi (5%), and is expected to be completed by March 2025. Fiscal 2024 working capital fund (Navy) in the amount of $9,193,760 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with one offer received via Contract Opportunities on SAM.gov. The NRL, Washington, D.C., is the contracting activity (N0017323D2006, N0017324F2018).

Northrop Grumman Systems Corp., Launch Vehicles Division, Chandler, Arizona, is awarded a $52,145,216 modification (P00015) to a previously awarded firm-fixed-price contract (N00019C210005). This modification exercises options for the procurement and delivery of 16 GQM-163A Coyote Supersonic Sea-skimming Targets (SSST) systems and associated technical and administrative data in support of SSST full rate production Lot 17 for the Navy. Work will be performed in Chandler, Arizona (35%); Camden, Arizona (43%); Vergennes, Vermont (8%); Cincinnati, Ohio (4%); Oconomowoc, Wisconsin (4%); Lancaster, Pennsylvania (4%); and other various locations within the continental U.S. (2%), and is expected to be completed in November 2027. Fiscal 2024 weapons procurement (Navy) funds in the amount of $52,145,216 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.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia, is awarded a $34,226,211 cost-plus-fixed-fee modification to a previously awarded contract (N00024-21-2451) to exercise an option for a landing platform dock (LPD 29) fitting out availability. Specific efforts include program management, planning, engineering, design, liaison, scheduling, labor, and procurement of incidental material in support of the availabilities. Work will be performed in Norfolk, Virginia, and is expected to be completed by July 2025. Fiscal 2023 shipbuilding and conversion (Navy) post-delivery funds in the amount of $3,029,294 will be obligated at time of award and will not expire at the end of the current fiscal year. This is a modification to a contract that was already competitively procured. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-2451).

Raytheon Co., Tucson, Arizona, is awarded a not-to-exceed $24,456,200 modification (P00002) to a firm-fixed-price undefinitized order (N0001924F0171) against a previously issued basic ordering agreement (N0001920G0007). This modification adds scope to provide non-recurring tooling and equipment, to include associated labor in support of increasing production and recertification capacity to procure tactical Tomahawk missiles and related articles for the Navy. Work will be performed in Tucson, Arizona, and is expected to be completed in October 2025. Fiscal 2024 weapons procurement (Navy) funds in the amount of $4,751,707 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.

AIR FORCE

Raytheon Technologies Corp., East Hartford, Connecticut, was awarded a delivery order totaling $73,984,281 against the F100 Production Programs indefinite-delivery/indefinite-quantity contract FA8626-24-F-0002. This delivery order will provide spare engines. The location of performance is the contractor’s facilities in East Hartford, Connecticut, and is expected to be complete by Dec. 31, 2024. This is a sole source acquisition and foreign military sales funds in the amount of $73,984,281 will be obligated at time of award. The contracting activity is Air Force Life Cycle Management Center, Propulsion Acquisition Division, at Wright-Patterson Air Force Base, Ohio (FA8626-24-F-0002).

DNI Emerging Technologies LLC, Oklahoma City, Oklahoma, was awarded a cost-plus-fixed-fee contract of $12,579,442 for spectrum management services. This contract will provide mission essential support in addition to equipment certification, radio frequency authorization, foreign disclosure release and host nation coordination, and spectrum supportability assessments for the more than 70 customers across numerous stateside locations. Work is expected to be complete by April 4, 2029. This award is the result of a sole source acquisition and Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $1,505,000 are being obligated at time of award. The contracting activity is Air Force Life Cycle Management Center/PZIBT, Wright Patterson Air Force Base, Dayton, Ohio (FA8604-24-C-B001).

DEFENSE LOGISTICS AGENCY

Direct Energy Business LLC, Houston, Texas, has been awarded an estimated $11,480,863 firm-fixed-price, requirements contract to supply and deliver retail electricity and ancillary and incidental services. This was a competitive acquisition with three responses received. This is a one-year base contract with four one-year option periods. Location of performance is Maine and Rhode Island, with a May 31, 2025, performance completion date. Using military service is Navy. Using customer is solely responsible for funding this contract and funds vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE6024-D-8005).

*Small Business

4/9

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $181,000,000 firm-fixed-price, undefinitized modification (P00020) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001919D0015). This modification adds scope to procure ancillary mission equipment (AME) in support of meeting Lot 17 Group Two requirements, a subset of the overall Lot 17 AME requirements for the F-35 Joint Strike Fighter program in support of the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and F-35 Cooperative Program Partners. Work will be performed in Fort Worth, Texas, and is expected to be completed in April 2028. No funds will be obligated at the time of award; funds will be obligated on a modification to a previously issued order. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Ferrovial Construccion PR LLC, San Juan, Puerto Rico, was awarded a $150,656,472 firm-fixed-price contract for flood control and bridge replacement construction. Bids were solicited via the internet with three received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of Nov. 17, 2028. Fiscal 2024 civil construction funds in the amount of $150,656,472 were obligated at the time of the award. U.S. Army Corps of Engineers, San Juan, Puerto Rico, is the contracting activity (W51DQV-24-C-0002). 

DEFENSE LOGISTICS AGENCY

Freedom Fresh LLC,* Medley, Florida, has been awarded a maximum $108,285,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is April 9, 2029. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard and Department of Agriculture schools. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-P421).

ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 427-day bridge contract with no option periods. Locations of performance are Hawaii, Guam, and the Kwajalein Atoll, with a June 15, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0010).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 298-day bridge contract with no option periods. Locations of performance are Louisiana and Texas, with a Feb. 6, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0011).

AIR FORCE

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery requirements contract of $21,121,700. The award will provide support that will include obsolescence, engineering reach back, repairs, buys, software and firmware updates and future electromagnetic compatibility testing. Work will be performed at the contractor’s facility in Cedar Rapids, Iowa, and is estimated to be completed by April 8, 2029. This award is the result of a sole-source acquisition and is being funded with U.S. Special Operations Command procurement funds. This is a terms and conditions basic contract with no funding obligated at time of award. Funding will be obligated with individual delivery and task orders. The contracting activities are the Air Force Life Cycle Management Center (AFLCMC)/WIUKA and AFLCMC/WIUKB, Robins Air Force Base, Warner Robins, Georgia (FA8509-24-D-0001). 

Sierra Nevada Co. LLC, Sparks, Nevada, has been awarded a $8,852,425 task order (FA8509-24-F-0007) for Airborne Mission Networking Systems. This modification is for HC-130J line of sight (Data Link 16). Work will be performed at the following locations: Davis-Monthan Air Force Base, Arizona; Moody AFB, Georgia; Patrick AFB, Florida; Joint Base Elmendorf-Richmond, Alaska; Kirtland AFB, New Mexico; and Gabreski Air National Guard Base, New York. The work is expected to be completed by Oct. 9, 2025, and fiscal 2023 procurement funding in the amount of $8,852,425 is being obligated at the time of award. Total cumulative face value of the contract is $152,090,201. The contracting activity is Air Force Life Cycle Management Center, Robins AFB, Georgia.

FlightSafety International Defense Corp., Fort Worth, Texas, has been awarded a not-to-exceed modification of $7,892,617 (P00097) to previously awarded contract FA8621-13-C-6247 for the exercise of the KC-46 Aircrew Training System. The contract modification will provide an additional weapon system trainer, additional learning management workstations, systems engineering and program management, as well as new refresher training scenarios. Work will be performed at Broken Arrow, Oklahoma, and is expected to be completed by July 2026. Fiscal 2022 purchasing and procurement funds will be obligated at the time of award. Total cumulative face value of the contract is $474,230,650. The contracting activity is Air Force Life Cycle Management Center/WNSK, Wright-Patterson Air Force Base, Ohio.

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source, cost-plus-fixed-fee contract modification (P00099) under Aegis Ballistic Missile Defense Weapon Systems contract HQ085121C0002. The total value of this contract modification is $8,491,442. This modification will establish new contract line-item numbers for the procurement of maintenance and security required upgrades for the Beowulf Cluster, Mobile Assets, Tail Sites, and the Advanced Threat Lab for Aegis Ballistic Missile Defense. The work will be performed in Moorestown, New Jersey, with period of performance from time of award through January 31, 2025.  Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $8,491,442 will be obligated at the time of award. The value of the contract increases from $1,441,766,535 by $8,491,442, to 1,450,257,977. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

CORRECTION: A contract modification awarded to Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, on Jan. 12, 2024, was mistakenly included on the April 8, 2024, Contracts page. That announcement has been removed, but can still be seen on the Jan. 12, 2024, Contracts page.

*Small Business
**Small-disadvantaged business

4/10

ARMY

BAE Systems Information and Electronic Systems, Fort Wayne, Indiana, was awarded a $459,802,408 order-dependent contract for AN/ARC-231/A Multi-mode Aviation Radio Suite hardware components, repair services and technical/engineering/logistic support. 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 April 9, 2034. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-24-D-0002).

JJ Contracting Corp.,* Auburn, New York, was awarded an $18,274,646 firm-fixed-price contract to repair and replace roofs. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2029. 419th Contracting Support Brigade, Fort Drum, New York, is the contracting activity (W911S2-24-D-8300).

Gideon Contacting LLC,* San Antonio, Texas, was awarded a $9,866,689 firm-fixed-price contract to repair and modify an industrial waste lift station. Bids were solicited via the internet with three received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of June 24, 2025. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $9,866,689 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-C-0005).

NAVY

CACI International Inc., Chantilly, Virginia, is awarded a $37,535,491 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, and firm-fixed-price type contract to support integration and operation of information operations payloads into unmanned aerial vehicles used by joint forces. This three-year contract includes a two-year option which, if exercised, would bring the cumulative value of this contract to an estimated $59,911,998. Work will be performed across five geographic zones in the areas of Westminster, Colorado (40 %); Florham Park, New Jersey (40%); Jessup, Maryland (15%); and San Diego, California, and Chantilly, Virginia (5 % combined). The period of performance of the base period is from April 2024 through April 2027. If the option is exercised, the period of performance will extend through April 2029. Funding will be obligated via task and delivery orders. The anticipated types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation 6.302-1 and 10 U.S. Code 2304(c)(1), Only One Responsible Source. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-D-0013).

DEFENSE LOGISTICS AGENCY

UPDATE: US Fire Equipment LLC, Sumner, Washington (SPE8EC-24-D-0035, $523,000,000) has been added as an awardee to the multiple award contract for fire and emergency equipment, issued against solicitation SPE8EC-21-R-0005 and awarded July 24, 2023.

UPDATE: Dental Health Products Inc.,* New Franken, Wisconsin (SPE2DH-24-D-0009, $18,000,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R0002 and awarded Feb. 10, 2022. 

*Small Business

4/11

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Rotary and Mission Systems, Huntsville, Alabama, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum ceiling amount of $4,099,900,000. The ordering period is from May 1, 2024, through April 30, 2029, with an option to extend through April 30, 2034. Under this follow-on contract, Lockheed Martin will develop, model, integrate, test, verify, evaluate, validate, document, deliver, field, train, operate, sustain, and support updates and new capabilities to the command and control, battle management and communications (C2BMC) system. Task Order One, enterprise management and enterprise service, will be valued at $490,412,086; Task Order Two, C2BMC mission software development, will be valued at $34,223,764; and Task Order Three, product execution, will be valued at $321,979,748. The work will be performed at various locations worldwide. This award is a multiyear, sole source, indefinite-delivery/indefinite-quantity, with cost-plus-award-fee, cost-plus-fixed-fee, and cost contract line items. Fiscal 2024 research, development, test, and evaluation funds will be obligated on this contract. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0852-24-D-0003). 

ARMY

Bethel Industries Inc.,* Jersey City, New Jersey (W91CRB-24-D-0006); Puerto Rico Industries for the Blind Corp., Mayaguez, Puerto Rico (W91CRB-24-D-0007); Point Blank Enterprises Inc., Pompano Beach, Florida (W91CRB-24-D-0008); Bluewater Defense Inc.,* Corozal, Puerto Rico (W91CRB-24-D-0009); and Slate Solutions LLC,* Sunrise, Florida (W91CRB-24-D-0010), will compete for each order of the $628,415,825 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the Ballistic Combat Shirt. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of April 9, 2033. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.  

Zodiac-Poettker HBZ JV III LLC,* St. Louis, Missouri, was awarded a $19,710,000 firm-fixed-price contract for construction of a child development center. Bids were solicited via the internet with three received. Work will be performed at Scott Air Force Base, Illinois, with an estimated completion date of Nov. 21, 2026. Fiscal 2024 military construction, defense-wide funds in the amount of $19,710,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0006). 

Advanced Structural Technologies Inc.,* Oxnard, California, was awarded a $10,108,000 firm-fixed-price contract for aluminum roadwheel blanks. 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 April 11, 2024. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W911RQ-24-D-0009). 

Cadillac Asphalt LLC, Canton, Michigan, was awarded a $9,799,786 firm-fixed-price contract to repair a runway. Bids were solicited via the internet with three received. Work will be performed at Selfridge Air National Guard Base, Michigan, with an estimated completion date of Dec. 18, 2024. Fiscal 2024 Air National Guard Sustainment, Restoration and Modernization funds in the amount of $9,799,786 were obligated at the time of the award. U.S. Property and Fiscal Office, Michigan, is the contracting activity (W50S85-24-C-0002). 

NAVY

CJW Contractors Inc.,* Herndon, Virginia (N4008524D0030); Addon Services LLC,* Alexandria, Virginia (N4008524D0031); Bay Electric Co., Inc.,* Newport News, Virginia (N4008524D0032); Encon Desbuild JV3 LLC,* Hyattsville, Maryland (N4008524D0033); Mark Turner Construction,* Glen Allen, Virginia (N4008524D0034); MIG WMJ JV1 LLC,* Virginia Beach, Virginia (N4008524D0035); Ocean Construction Services,* Virginia Beach, Virginia (N4008524D0036); SAW Eastern JV,* Virginia Beach, Virginia (N4008524D0037); and Virtexco Corp.,* Norfolk, Virginia (N4008524D0038), are awarded a combined $450,000,000 indefinite-delivery/indefinite-quantity multiple award constructions contract for general construction in the Hampton Roads area of operations (AO). The work to be performed provides for a wide range of design-build and design-bid-build projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure and may include civil, structural, mechanical, electrical, fire protection, and communication systems. CJW Contractors Inc., are awarded $10,856,044 for the initial task order for submarine logistics support facilities. The remaining eight contractors are awarded $5,000 each (minimum contract per awardee) at contract award. The maximum dollar value, including the base period and four option years for all nine contracts combined is $450,000,000. Work will be primarily performed in the Hampton Roads AO, however, work may be required in other areas of the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic AO, if necessary. The term of the contract is not to exceed 60 months, with an expected completion of April 2029. Fiscal 2020 military construction (MILCON) funds in the amount of $10,856,044 are obligated at time of award. Fiscal 2024 operation and maintenance, (Navy) in the amount of $40,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance, (Navy) and MILCON funds. This contract was competitively procured via the www.SAM.gov website with 22 proposals received. These nine contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Mid-Atlantic CORE, Norfolk, Virginia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $126,989,166 cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5603 for ship self-defense system combat system engineering support. Work will be performed in Moorestown, New Jersey, and is expected to be completed by October 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $11,906,692 (97%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $372,399 (3%), were 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. (Awarded April 9, 2024)

The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $111,891,468 undefinitized, firm-fixed-price order (N0001924F2564) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the production and delivery of avionics long lead time parts and spares to support the advanced crew station suite inclusive of the low profile engine fuel display, large area display, and low profile head up display; life of type buys for parts that have or will become obsolete; and special test equipment in support of the F/A-18E/F Block III and E/A-18G aircraft for the Navy, Royal Australian Air Force, and the country of Kuwait. Work will be performed in Berkley, Missouri (35.1%); Haifa, Israel (26.7%); Merrimack, New Hampshire (23.1%); Stillwater, Oklahoma (5.6%); Malabar, Florida (5.0%); Torrance, California (1.5%); Netanya, Israel (1.2%); Kanata, Ontario, Canada (1.0%); and various other locations (0.8%); and is expected to be completed in May 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $16,153,298; fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,462,397; and Foreign Military Sales customer funds in the amount of $4,882,790, 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.

Insitu Inc., Bingen, Washington, is awarded a firm-fixed price, not-to-exceed $84,468,841 modification (P00006) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001922D0038). This modification increases the contract ceiling to procure six RQ-21A and 20 ScanEagle unmanned air vehicles (UAS) including payloads and turrets; support equipment; spares and special tooling. Additionally, this modification procures services to include training, site surveys, engineering and technical and repair of repairable in support of the RQ-21A Blackjack and ScanEagle UAS platforms. Work will be performed in Bingen, Washington (88%); and various locations outside of the continental U.S. (12%), and is expected to be completed in June 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command Patuxent River, Maryland, is the contracting activity.

Ocean Ships Inc., Houston, Texas, is being awarded a $7,816,418 option for the fixed price portion of a previously awarded contract (N3220519C3003) to fund the operation and maintenance of two expeditionary transfer dock vessels USNS Montford Point (T-ESD 1) and USNS John Glenn (T-ESD 2). This modification exercises Federal Acquisition Regulation 52.217-8, Option to Extend Services of this contract. This option will extend the contract by six months. The vessels will continue to support Military Sealift Command world-wide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed by Nov. 1, 2024. Working capital funds (Navy) in the amount of $5,958,245 are obligated for fiscal 2024. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220519C3003).

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $173,568,509 definitized contract action for capability upgrades to four MQ-9A unmanned air vehicles and two ground control stations, as well as support equipment, spares, and upgrade kits. Work will be performed in Poway, California, and is expected to complete by Jan. 15, 2029. This contract involves Foreign Military Sales to the Netherlands and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $85,048,549 will be obligated at the time of award. The contracting activity is the Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio (FA8689-24-C-2020).

BAE Systems Ltd., Kent, United Kingdom, has been awarded a contract with a total value of $7,923,498. This contract will provide heads up displays for AC-130Js and services such as repairs, training, equipping, and initial set up of a repair facility to support. The location of performance is at the contractor’s facilities in Kent, United Kingdom, as well as Warner-Robins Air Force Base, Warner Robins, Georgia. The work is expected to be complete by April 10, 2029. No funds are being obligated at the time of award. The contracting activity is Air Force Life Cycle Management Center /WIUKA, Warner-Robins AFB, Warner Robins, Georgia. (FA8509-24-D-0002).

AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a sole-source acquisition delivery order in the amount of $7,912,401 for previously awarded contract FA8534-20-D-0003. This delivery order acquisition is for the production of cargo legacy pallets. These pallets will provide the warfighter with the ability to effectively transport air cargo on aircraft. The location of performance is Cadillac, Michigan. Work for this contract is expected to be completed by June 14, 2024, and procurement program management admin funds were used. The contracting activity is Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, (FA8534-24-F-0038).

*Small Business

4/12

NAVY

Carahsoft Technology, Corp., Reston, Virginia, is awarded a five-year multiple award, firm fixed-price Department of Defense (DOD) Enterprise Software Initiative blanket purchase agreement (BPA) using the General Services Administration (GSA) Multiple Award Schedule. The overall estimated value of this agreement is $261,190,000. This BPA reduces costs and increases efficiency for DOD ordering activities that have a requirement for Forescout network access control products and incidental services. The Coast Guard is also authorized to use this agreement under the provisions of 14 U.S. Code Section 3 and Section 145; 10 U.S. Code Section 2571; and 31 U.S. Code Section 1535. No funds will be obligated at time of award. Funds will be obligated via delivery orders. Future requirements will be procured in accordance with Federal Acquisition Regulation 8.405-3(c)(1). This requirement was competitively procured via the GSA Electronic-Buy website, whereby five quotes were received, and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-A-0003).

Balfour Beatty Construction LLC, Dallas, Texas (N62473-21-D-1202); B.L. Harbert International LLC, Birmingham, Alabama (N62473-21-D-1203); Clark Construction Group – California LP, Irvine, California (N62473-21-D-1204); ECC Infrastructure LLC, Burlingame, California (N62473-21-D-1205); Harper Construction Co. Inc., San Diego, California (N62473-21-D-1206); Heffler Contracting Group,* El Cajon, California (N62473-21-D-1207); Korte Construction Co., doing business as The Korte Co., St. Louis, Missouri (N62473-21-D-1208); M. A. Mortenson Co., doing business as M.A. Mortenson Construction, Minneapolis, Minnesota (N62473-21-D-1209); R. A. Burch Construction Co. Inc.,* Ramona, California (N62473-21-D-1210); RQ Construction LLC, Carlsbad, California (N62473-21-D-1211); Sundt Construction Inc., Tempe, Arizona (N62473-21-D-1212); Walsh Federal LLC, Chicago, Illinois (N62473-21-D-1213); Webcor Construction LP, doing business as Webcor Builders, Alameda, California (N62473-21-D-1214); and The Whiting-Turner Contracting Co., Baltimore, Maryland (N62473-21-D-1215), were awarded a combined $98,000,000 to increase the maximum value of a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair of commercial and institutional facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). The work to be performed provides for, but is not limited to, airport buildings, office and administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital and medical facilities, warehouse facilities, school facilities, and/or retail facilities. The contract consists of a base period of two years and one three-year option period. The maximum dollar value, including the base period and option period, combined is not to exceed $2,598,000,000. No funds were obligated at time of award. Funds will be obligated on individual task orders as they are issued. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (3%), Utah (2%), Colorado (2%), and New Mexico (1%), and is expected to be completed by November 2025. This contract was competitively procured via the sam.gov website, with 28 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity. (Awarded Feb. 22, 2024.)

Leidos Inc., Reston, Virginia, was awarded a $55,277,507 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the provision of Southeast Alaska Measurement Facility (SEAFAC) operations support services. This contract will provide logistics, maintenance, operations, and program management assistance services in support of Navy and Marine signature silencing programs for naval ships and undersea systems at SEAFAC for the Naval Surface Warfare Center Carderock Division (NSWCCD). Work will be performed in Ketchikan, Alaska (90%); Poulsbo, Washington (7%); Long Beach, Mississippi (1%); Lynnwood, Washington (1%); and other locations (1%), and is expected to be completed in April 2030 Fiscal 2024 Working Capital Funds in the amount of $6,410,000 will be obligated at time of contract award. This contract was competitively procured with one offer received via the System for Award Management. NSWCCD, West Bethesda, Maryland, is the contracting activity (N0016724D0020). (Awarded April 11, 2024)

ARMY

Renk America LLC, Muskegon, Michigan, was awarded a $101,135,946 modification (P00049) to contract W56HZV-20-C-0124 for hydro-mechanically propelled transmissions. Work will be performed in Muskegon, Michigan, with an estimated completion date of April 30, 2026. Fiscal 2024 Army working capital funds in the amount of $101,135,946 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $21,998,374 modification (P00067) to contract W56HZV-22-C-0012 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Jan. 15, 2025. Fiscal 2024 research, development, test, and evaluation, Army funds in the amount of $21,998,374 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Torch Technologies Inc.,* Huntsville, Alabama, was awarded a $19,227,081 modification (P00162) to contract W31P4Q-21-F-0038 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of April 11, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Perikin Enterprises LLC,* Albuquerque, New Mexico, was awarded an $8,732,956 firm-fixed-price contract for construction of a reentry vehicle integration lab. Bids were solicited via the internet with seven received. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of Aug. 25, 2025. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $8,732,956 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912PP-24-C-0007). 

CORRECTION: The $11,946,046 firm-fixed-price contract (W912DY-24-F-0028) announced on April 4, 2024, for Louis Berger Hawthorne Services Inc., Greenville, South Carolina, to conduct petroleum facility recurring maintenance and minor repair services was actually awarded on April 10, 2024, to VGS Infrastructure Services Inc., Greenville, South Carolina. 

DEFENSE LOGISTICS AGENCY

American Polymers LLC,** doing business as AMPO USA, Vernon, California, has been awarded a maximum $30,750,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is New Jersey, with an April 11, 2029, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0049).

AIR FORCE

Far West Contractors Corp., Placentia, California, has been awarded a contract totaling $15,143,700 for the delivery and installation of a target flip tower. Work will be performed at Holloman Air Force Base, New Mexico, and is expected to be complete 436 days after date of award. This award is the result of a competitive acquisition, for which two offers were received. Fiscal 2024 Department of Defense funds in the amount of $15,143,700 are being obligated at the time of award. The contracting activity is Air Force Test Center, Arnold AFB, Tennessee, and Holloman AFB, New Mexico (FA9101-24-C-B003).

WASHINGTON HEADQUARTERS SERVICES

Syneren Technologies Corp., Arlington, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ0034-23-F-0152) valued at $11,932,019 to provide support to operate the Defense Technology Security Administration Information Technology Enterprise and its users. Fiscal 2023 operations and maintenance funds in the amount of $6,050,872 are being obligated at the time of award. The total, if all options are exercised, is $31,149,422. The contractor shall be required to provide the following support services: basic services, program management, service and enterprise information technology management, training, and enhanced information technology surge capabilities. Services are intended to achieve maximum cost effectiveness, high customer satisfaction, and compliance with applicable federal laws and regulations. The work will be performed at the Mark Center, Alexandria, Virginia. The estimated contract completion date is April 16, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small Business
*Service-disabled veteran-owned 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, April 15, 2024 7:15 pm

Leave a Reply

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

Notify me of updates to this conversation