INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Peraton Technology Services, Lockheed Martin, L3Harris Corp., Week of 5-15-23 to 5-19-23

Posted by Ashley Jones
aircraft

5/15

DEFENSE LOGISTICS AGENCY

Labatt Institutional Supply Co., doing business as Labatt Food Service, San Antonio, Texas, has been awarded a maximum $78,373,493 modification (P0005) exercising the second two-year option period of a two-year base contract (SPE300-20-D-3250) with one one-year option period and one two-year option period for full-line food distribution. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract. Location of performance is New Mexico, with a May 10, 2025, ordering period end date. Using customers are Army, Air Force, Marine Corps, Coast Guard, and federal civilian agencies.  Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting agency is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3250). (Awarded May 12, 2023)

US Hardware Supply Inc., Winter Park, Florida (SPE7LX-23-D-0079, $12,564,936); and Worldwide Equipment Inc., Knoxville, Tennessee (SPE7LX-23-D-0080, $12,287,754), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity long-term contract under solicitation (SPE7LX-23-R0030) for M1A1 Abrams tank parts kits. These are three-year contracts with no option periods. This was a competitive acquisition with three offers received. The performance completion date is May 14, 2026. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-23-D-0079).

UPDATE: Eastern Aviation, doing business as Titan Aviation, New Bern, North Carolina (SPE607-23-D-0082, $10,092,027), has been added as an awardee to the multiple award contract for fuel support at Hammond Northshore Regional Airport, Louisiana, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

Designed Metal Connections Inc., doing business as Permaswage, Gardena, California, has been awarded a maximum $10,085,200 indefinite-quantity contract for aircraft fuel tanks. This was a sole-source acquisition using 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. The performance completion date is March 14, 2024. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation at Richmond, Virginia. (SPE4A7-23-D-0165).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $49,000,000 firm-fixed-price contract for dredging in Alabama, Mississippi, and Florida. 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 July 15, 2024. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-23-D-0065). 

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $17,613,444 modification (P00041) to contract (W56HZV-22-C-0012) for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 24, 2024. Fiscal 2023 revolving funds and Foreign Military Sales (Kuwait and Poland) in the amount of $17,613,444 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Alliant Corp.,* Knoxville, Tennessee (W91237-23-D-0016); Axias Inc.,* Alexandria, Virginia (W91237-23-D-0017); Hunter Atlantic LLC,* McLean, Virginia (W91237-23-D-0018); Legis-Pro2Serve,* Atlanta, Georgia (W91237-23-D-0019); and MOCA Systems Inc.,* Boston, Massachusetts (W91237-23-D-0020), will compete for each order of the $10,000,000 firm-fixed-price contract for various civil works, environmental and military projects. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 14, 2028. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

NAVY

Computer Technology Associates Inc.,* Encinitas, California, is awarded a $26,383,595 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides programmatic support for the F/A-18 EA-18G Integrated Product Team Management Information System Suite consisting of multiple applications and tools supporting business operation efforts to include planning, estimation, risk management, event scheduling (including flight test events), event tracking, project execution, project monitoring and control, and reporting. Work will be performed in Colorado Springs, Colorado (16.7%); Crowley, Texas (10.2%); Phoenix, Arizona (7.2%); Oklahoma City, Oklahoma (6.0%); Norman, Oklahoma (4.3%); Coopersburg, Pennsylvania (4.0%); Palmer Lake, Colorado (4.0%); Rocky Ford, Colorado (4.0%); Upper Marlboro, Maryland (4.0%); Bend, Oregon (3.2%); Danville, California (3.2%); Elkton, Maryland (3.2%); Gilbert, Arizona (3.2%); Kremmling, Colorado (3.2%); Miami, Florida (3.2%); Midvale, Utah (3.2%); New Albany, Indiana (3.2%); North Lauderdale, Florida (3.2%); Stanford, Kentucky (3.2%); Tewksbury, Massachusetts (3.2%); Lansing, Michigan (3.1%); Roseburg, Oregon (1.1%); and Dallas, Texas (0.2%), and is expected to be completed in May 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 as a small business set-aside; four offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N68936-23-D-0032).

Raytheon Co., Tucson, Arizona, is awarded a $15,988,766 fixed-priced-incentive fee modification to previously awarded contract N00024-19-C-5412 to exercise the option and incrementally fund an existing contract line item for fiscal 2023 Standard Missile-2 Block IIIC low rate initial production. Work will be performed in Huntsville, Alabama, and is expected to be completed by December 2024. Fiscal 2023 weapons procurement (Navy) funds in the amount of $15,988,766 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.

Merrick-RS&H JV LLP, Greenwood Village, Colorado, is awarded a $13,500,000 firm-fixed-price modification to previously-awarded contract N69450-21-D-0003 to increase the not-to-exceed contract price for professional architectural and engineering services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative value of the contract to $73,500,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by October 2025. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Fairbanks Morse LLC, Norfolk, Virginia, is awarded $7,653,550 for a firm-fixed-priced, spares delivery order N00104-23-F-YA02 under previously awarded basic ordering agreement (N00104-22-G-YA01) for the purchase of the turbo supercharger E in support of the LPD main propulsion diesel engine. The delivery order does not include an option period. All work will be performed in Beloit, Wisconsin, and work is expected to be completed by October 2024. Working capital funds (Navy) in the full amount of $7,653,550 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

*Small Business

5/16

DEFENSE LOGISTICS AGENCY

Vitol Aviation Co., El Segundo, California, has been awarded a maximum $447,607,388 fixed-price with economic-price-adjustment contract for JA1 aviation fuel. This was a competitive acquisition with eight responses received. Other contracts are expected to be awarded under this solicitation (SPE602-23-R-0701). This is a one-year contract with a 30-day carry-over period. Locations of performance are United Kingdom and Defense Fuel Support Point serving the Central European Pipeline System, with a July 30, 2024, as the performance completion date. Using customer is Defense Logistics Agency. The type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-23-D-0481). 

Bernard Cap LLC, Hialeah, Florida, has been awarded a maximum $40,527,158 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-5043) with four one-year option periods for men’s and women’s blue jumpers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 23, 2024. Using military service is Navy. The type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Manus Medical LLC,* Fernandina Beach, Florida (SPE2D1-23-D-0005, $25,000,000), 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-R-0002 and awarded Feb. 10, 2022.

NAVY

Rolls Royce Marine North America, Walpole, Maine, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum value of $66,679,116 in support of the original equipment manufacturer (OEM) for the global engineering and technical support of the Littoral Combat Ships (LCS) Freedom Variant MT30 gas turbine engines. This contract includes options which, if exercised, would not increase the cumulative value of this contract above $66,679,116. Work will be performed globally and will be defined in each delivery order. Fiscal 2023 operations and maintenance (Navy) funds, which will expire at the end of the current fiscal year, will be used for the base year delivery orders. No funding will be obligated at time of award. This is a sole source contract solicited only to the OEM via www.SAM.gov, 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. Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-23-D-1002).

Lockheed Martin Rotary and Missions Systems, Moorestown, New Jersey, is awarded a $15,651,498 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, and cost type contract for computer program development, shipboard testing and installation and live fire and test planning and execution in support of the Norway Program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $48,201,842. This contract involves Foreign Military Sales to Norway. Work will be performed in Moorestown, New Jersey (94%); and Norway (6%) and is expected to be completed by July 2026. If all options are exercised, work will be completed by July 2026. Foreign Military Sales (Norway) funds in the amount of $15,651,498 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 3204 (a) (1) (only one responsible source and no other supplies or services will satisfy agency requirements) and 10 U.S. Code 3204(a)(4) (International Agreement). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5128).

ARMY

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $29,021,388 modification (P00118) to contract W56HZV-16-C-0028 for the Joint Assault Bridge and training. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Peraton Technology Services Inc., Chantilly, Virginia, was awarded a $25,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to collect, maintain, and deliver required data elements on selected models of Army aviation equipment, ground-combat systems, tactical wheeled vehicles, and ground-support equipment. 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 May 23, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0007).

Legis Consultancy Inc.,* Atlanta, Georgia (W912EF-23-D-0005); Hunter Pacific Group,* San Diego, California (W912EF-23-D-0006); and RCECM-Crawford,* Richland, Washington (W912EF-23-D-0007), will compete for each order of the $23,000,000 firm-fixed-price contract for engineering solutions to support cost estimating, risk analysis, planning and scheduling. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of May 16, 2028. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity.

Maersk Line Ltd., Norfolk, Virginia, was awarded a $12,335,276 modification (0001C9) to contract W52P1J-14-G-0023 to extend services for the Army Prepositioned Stock Four. Work will be performed in Yokohama, Japan, with an estimated completion date of March 16, 2024. Fiscal 2023 operation and maintenance, defense-wide funds in the amount of $2,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $10,906,228 modification (P00025) to contract W56HZV-22-C-0072 for engineering and vehicle service support to the Vehicle Protection Systems Base Kit with Laser Warning Receiver. Work will be performed in San Jose, California, with an estimated completion date of Jan. 10, 2025. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $10,906,228 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AIR FORCE

L3Harris Corp., Colorado Springs, Colorado, has been awarded an $8,118,883 cost-plus-fixed-fee contract modification (P00131) to the previously awarded contract (FA8819-19-C-0002) for support and delivery, network, infrastructure, hardware, and architecture solutions. This proposed effort will continue to establish a prototype on-orbit range capability for the National Space Test and Training Complex. The modification brings the total cumulative face value of the contract to $485,356,932. Work will be performed at Colorado Springs, Colorado, and is expected to be complete by May 31, 2024. Fiscal 2023 funds in the amount of $3,000,000 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

CJW Construction Inc., Santa Ana, California, was awarded a $7,697,398 firm-fixed-price contract for runway construction. This contract provides for runway paving. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Nov. 6, 2023. This contract was a competitive acquisition, and three offers were received.  Fiscal 2023 research, development, test and evaluation in the amount of $7,697,398 are being obligated at the time of award. Air Force Test Center Contracting Construction Branch, Edwards AFB, California, is the contracting activity (FA9301-23-F-0097).

*Small business

5/17

DEFENSE LOGISTICS AGENCY

Remy Battery Co. Inc.,* Milwaukee, Wisconsin (SPE7LX-23-D-0062, $13,942,972); Hi-Tech Glass LLC,* Southampton, New Jersey (SPE7LX-23-D-0060, $12,733,820); and Jamison Professional Services Inc.,* Aurora, Colorado (SPE7LX-23-D-0061, $10,248,990), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE7LX-22-R-0058 for storage batteries. This was a competitive acquisition with three offers received. These are three-year base contracts with two one-year option periods. The performance completion date is May 16, 2026. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

NAVY

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, is awarded a $65,803,613 cost-plus-fixed-fee modification to previously awarded contract N00024-16-C-2116 for continued engineering and technical support for CVN 80 and CVN 81. Work will be performed in Newport News, Virginia, and is expected to be complete by Sept. 30, 2027. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $1,800,000 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 (N00024-16-C-2116).

L3 Harris Technologies Inc. – Interstate Electronics Corp., Anaheim, California, is awarded a $15,798,147 cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00016) for options under a previously awarded contract (N0003022C2001) to provide services and support for Flight Test Instrumentation systems. Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (31%); Washington, D.C. (8%); Barrow-in-Furness, United Kingdom (3%); and Groton, Connecticut (3%). Work is expected to be completed Sept. 30, 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,449,557; and fiscal 2023 other procurement (Navy) funds in the amount of $9,009,302 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The total obligated dollar value of the modification is $13,458,859 and the total cumulative face value of the options being exercised is $15,798,147. This contract modification is being awarded on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management online portal. This contract award also benefits a foreign military sale to the United Kingdom. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $10,247,842 firm-fixed-price, cost-plus-fixed-fee modification (P00011) to an order (N0001921F0005) against a previously issued basic ordering agreement (N0001919G0031). This modification provides non-recurring engineering for the development of hardware and software necessary to install Mission Computer Modernization into E-6B Block I aircraft. Work will be performed in Richardson, Texas, and is expected to be completed in February 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $10,247,842 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small business

5/18

AIR FORCE

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, was awarded a $750,552,869 firm-fixed-price contract for Lot 21 Joint Air-to-Surface Standoff Missile B-2 missiles with containers, tooling and test equipment, and spares. Work will be performed in Orlando, Florida; and Troy, Alabama, and is expected to be completed by Aug. 18, 2027. This contract involves Foreign Military Sales (FMS) to Australia. This award is the result of a sole source acquisition. Fiscal 2023 Air Force missiles procurement funds in the amount of $737,669,116; fiscal 2023 Air Force operations and maintenance funds in the amount of $209,098; fiscal 2022 Air Force missiles procurement funds in the amount of $4,840,000; and FMS funds in the amount of $7,834,655 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-23-C-B003).

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, was awarded a $443,760,469 firm-fixed-price contract for Lot 7 of Long-Range Anti-Ship Missile, spares, Dummy Air Training Missiles and tooling and test equipment. Work will be performed in Orlando, Florida; and Troy, Alabama, and is expected to be completed by Jan. 18, 2027. This contract action does not involve Foreign Military Sales. This award is the result of a sole source acquisition. Fiscal 2023 Air Force missile procurement funds in the amount of $211,058,011; fiscal 2023 Navy weapon procurement funds in the amount of $192,036,293; fiscal 2023 Navy research and development funds in the amount of $17,277,571; fiscal 2023 Department of Defense research and development funds in the amount of $5,760,000; fiscal 2023 Air Force research and development funds in the amount of $15,840,000; fiscal 2023 Air Force operations and maintenance funds in the amount of $1,188,796; fiscal 2022 Navy weapons procurement funds in the amount of $108,132; fiscal 2021 Air Force missiles procurement funds in the amount of $470,526; and fiscal 2021 Navy weapons procurement funds in the amount of $21,140 are being obligated at time of contract award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-23-C-0001).

Research Innovations Inc., Arlington, Virginia, will be awarded a $54,000,000 firm-fixed-price, firm-fixed-level of effort, and cost-reimbursable, indefinite-delivery/indefinite-quantity basic contract. This contract provides for capabilities required to achieve the technical and programmatic goals of the Command and Control of the Information Environment program. This includes but is not limited to new development and sustainment of software to provide the Joint Force with an artificial intelligence enabled, machine learning, scalable enterprise command and control, situational awareness, and data analytics capability to support globally integrated operations across the Department of Defense. Work will be performed in Arlington, Virginia, and worldwide performance across the Department of Defense in government facilities and contractor facilities. The work is expected to be completed by May 19, 2027. This contract is the result of a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $1,000,000 are being obligated at time of award. Air Force Life Cycle Management Center, Joint Base San Antonio, Lackland Air Force Base, San Antonio, Texas (FA8307-23-D-B005).

NAVY

Marinette Marine Corp., Marinette, Wisconsin, is awarded a $526,293,001 fixed-price incentive (firm target) modification to previously awarded contract N00024-20-C-2300 to exercise an option for detail design and construction of one Constellation class guided-missile frigate, FFG 65. Work will be performed in Marinette, Wisconsin (51%); Camden, New Jersey (17%); Chicago, Illinois (7%); Green Bay, Wisconsin (4%); Pittsburgh, Pennsylvania (3%); Hauppauge, New York (3%); Sturgeon Bay, Wisconsin (3%); Cincinnati, Ohio (3%); Kaukauna, Wisconsin (2%); Charlotte, North Carolina (2%); Bethesda, Maryland (2%); Millersville, Maryland (2%); and Atlanta, Georgia (1%), and is expected to be completed by December 2028. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $526,293,001 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.

A&R Pacific-Garney Federal JV,* Tamuning, Guam, is awarded a $154,880,873 firm-fixed-price contract for P-1231 wastewater treatment plant (WWTP) at Marine Corps Air Ground Combat Center Twentynine Palms. Work will be performed in Twentynine Palms, California, and is expected to be completed by March 2027. This contract includes six unexercised options which, if exercised, would increase the cumulative value to $160,714,723 and extend the work period to May 2027. Fiscal 2019, 2021, 2022, and 2023 military construction (Navy) funds in the amount of $154,880,873 will be obligated at time of award, and $6,000,000 will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with three offers received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-23-C-1201).

Austal USA LLC, Mobile, Alabama, is awarded a $113,906,029 fixed-price incentive (firm target) and firm-fixed-price contract for detail design of the Auxiliary General Ocean Surveillance Ship T-AGOS 25 Class. The contract includes options for detail design and construction of up to seven T-AGOS 25 class ships, special studies, engineering and industrial, provisional items orders, post-delivery mission system installation period, and data rights buy-out, which, if exercised, would bring the cumulative value of this contract to $3,195,396,097. Work will be performed in Mobile, Alabama (42%); Houma, Louisiana (13%); Camden, New Jersey (13%); Shelton, Connecticut (6%); Cincinnati, Ohio (5%); Grove City, Pennsylvania (3%); Semmes, Alabama (3%); Chesapeake, Virginia (2%); Milford, Delaware (2%); New Orleans, Louisiana (1%); and various locations across the U.S., each less than 1% (10%), and is expected to be completed by November 2024. If all options are exercised, work will continue through June 2034. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $113,906,029 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 Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2203).

Coastal Mechanics Company Inc., Houston, Texas (N0017823D4310); Astro Machine Works Inc., Ephrata, Pennsylvania (N0017823D4311); Globe Tech LLC, Plymouth, Michigan (N0017823D4312); M&S Machining Inc., Winchester, Kentucky (N0017823D4313); SAVIT Corp. Rockaway, New Jersey (N0017823D4314); Sunbelt Design and Development Inc., San Antonio, Texas (N0017823D4315); Total Machine LLC, King George, Virginia (N0017823D4316); and Waltonen Engineering Inc., Warren, Michigan (N0017823D4317), were awarded a combined $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the rapid manufacture, assembly, inspection and delivery of machined prototypes and assemblies. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. Work will be performed in Houston, Texas; Ephrata, Pennsylvania; Plymouth, Michigan; Winchester, Kentucky; Rockaway, New Jersey; San Antonio, Texas; King George, Virginia; and Warren, Michigan. Work is expected to be completed by May 2028. A combined total of $4,000 in fiscal 2023 working capital funds will be obligated at the time of award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the system for award management website, SAM.gov, with eight complete offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity. (Awarded May 17, 2023)

Element Environmental LLC,* Aiea, Hawaii, is awarded a $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineering services for environmental investigations, permit applications and related studies at various Navy and Marine Corps activities in the Pacific area of operations. No task orders are being issued at this time. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations, including, but not limited to, Hawaii (60%); Japan (25%); Guam (10%); and other NAVFAC command locations worldwide (5%), and is expected to be completed by May 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award in order to satisfy the minimum guarantee and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the www.SAM.gov website, with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-23-D-1805).

Patriot Contract Services LLC, Concord, California, is awarded an $18,164,537 firm-fixed-price contract with reimbursable elements (N3220523C4018) for a time charter of one U.S. Flag tanker, Haina Patriot, with segregated ballast tanks, that is capable of carrying a minimum of 40,000 barrels of clean product (intentions F76, JP5, JP8, or JA1) within the vessel’s natural segregation in designated cargo tanks with double valve isolation. This contract includes a 12-month base period with three 12-month option periods and one 11-month option, which, if exercised, would bring the cumulative value of this contract to $68,204,293. Work will be performed in Hawaii and worldwide and is expected to be completed if all options are exercised by March 2028. Working capital funds (transportation) in the amount of $18,164,537 are obligated for fiscal 2023, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4018).

Hawthorne Machinery Co.,* San Diego, California, is awarded a $7,761,775 firm-fixed-price contract for a first article unit and a quantity of up to three shock-qualified ship service diesel generator sets to serve as replacements of existing legacy generator sets on the USS Blue Ridge (LCC 19). This contract includes options which, if exercised, would bring the cumulative value of this contract to $23,419,255. Work will be performed in San Diego, California, and is expected to be completed by November 2024. If all options are exercised, work will continue through April 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $7,761,775 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 Federal Business Opportunities website, with three offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-C-4007).

ARMY

General Dynamics-OTS, St. Petersburg, Florida, was awarded a $489,959,792 fixed-price with economic price adjustment contract to manufacture and deliver 120 mm ammunition. 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 May 17, 2028. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-D-0035).

Seed Innovations LLC, Monument, Colorado, was awarded a $67,829,523 firm-fixed-price contract in support of the Advana Edge effort. Bids were solicited via the internet with two received. Work will be performed in Monument, Colorado, with an estimated completion date of May 17, 2026. Fiscal 2023 operation and maintenance, Army funds in the amount of $4,338,144 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0169).

Lockheed Martin Missile and Fire Control, Grand Prairie, Texas, was awarded a $42,000,000 modification (P00012) to contract W31P4Q-22-C-0047 for Block III modernization of a common fire control system. Work will be performed in Palm Bay, Florida, with an estimated completion date of Dec. 30, 2025. Fiscal 2022 operation and maintenance, Army funds in the amount of $42,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

TEPA EC LLC,* Colorado Springs, Colorado, was awarded a $12,129,000 firm-fixed-price contract for construction of a fire station support facility at Fort Carson. Bids were solicited via the internet with three received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of Nov. 18, 2024. Fiscal 2023 military construction, Army funds in the amount of $12,129,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0022).

DEFENSE HUMAN RESOURCES ACTIVITY

Rape, Abuse, and Incest National Network, Washington, D.C., is awarded a $61,560,778 firm-fixed-price contract for Department of Defense (DOD) Safe Helpline (SHL) services. DOD SHL services is a confidential worldwide service that provides anonymous, live, one-on-one crisis intervention, support, information, and resources to members of the DOD community who have been affected by sexual assault, in support of the department’s Sexual Assault Prevention and Response program. Services include a telephone helpline, online helpline, website, text-for-information service, mobile self-care app, anonymous online peer support, and resource database for transitioning service members, publicly searchable responder database, follow-up support and self-paced educational courses. Work will be performed at the contractors’ facility and the government site located in Alexandria, Virginia, with an expected completion date of May 26, 2028. Fiscal 2023 operation and maintenance funds in the amount of $7,586,277 were obligated at the time award. Defense Human Resources Activity Operations, Enterprise Acquisition Directorate, Alexandria, Virginia, is the contracting activity (H9821023C0011).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI, Inc. – Federal, Chantilly, Virginia, is being awarded a labor-hour contract option with a maximum value of $13,698,215 for Comptroller Mission Systems Support for the Office of the Under Secretary of Defense (Comptroller). This modification exercises Option Year 3 with a period of performance of June 16, 2023, through June 15, 2023. The modification brings the total cumulative face value of the contract to $76,481,294 from $62,783,079. Work will be performed in Chantilly, Virginia, with an expected completion date of June 15, 2024. Fiscal 2023 Office of the Undersecretary of Defense (Comptroller) defense-wide operations and maintenance funds in the amount of $13,698,215 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-20-F-0099).

*Small business

5/19

ARMY

Unit Co., Anchorage, Alaska, was awarded a $67,609,000 firm-fixed-price contract for dormitory construction. Bids were solicited via the internet with three received. Work will be performed at Clear Space Force Station, Alaska, with an estimated completion date of Dec. 4, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $67,609,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-23-C-0013).

SGS LLC,* Yukon, Oklahoma, was awarded a $34,852,808 firm-fixed-price contract for construction of an information systems facility. Bids were solicited via the internet with one received. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of May 19, 2025. Fiscal 2021 and 2023 military construction, Army funds in the amount of $34,852,808 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0008).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,345,138 modification (P00075) to contract W56HZV-19-C-0036 for low-rate initial production of the Mobile Protected Firepower system. Work will be performed in Sterling Heights, Michigan; Anniston, Alabama; and Lima, Ohio, with an estimated completion date of Oct. 20, 2024. Fiscal 2022 and 2023 research, development, test, and evaluation, Army funds in the amount of $10,345,138 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $56,142,887 firm-fixed-price, cost-reimbursement-no-fee modification (P00006) to contract FA8509-19-D-0001 for the MC-130J Airborne Mission Networking program’s low-rate initial production. This modification provides for the procurement of production kits, spares, interim-contractor support, program management, and provisioning support. Work will be performed in Centennial, Colorado, and is expected to be completed May 19, 2023. Fiscal 2022 U.S. Air Force aircraft procurement funds in the amount of $9,943,000; fiscal 2023 U.S. Southern Command other procurement funds in the amount of $15,620,000; and fiscal 2023 U.S. Air Force other procurement funds in the amount of $30,579,887 are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded a $29,186,424 modification (P00030) to previously awarded contract FA8682-21-C-0001 for maintenance, additional tooling and equipment for Joint Air-to-Surface Standoff Missile (JASSM) Lot 19/20. The modification brings the total cumulative face value of the contract to $1,090,980,036. Work will be performed in Orlando, Florida, and is expected to be completed by Jan. 31, 2026. Fiscal 2021 Air Force missile procurement funds are being obligated at the time of award. The award is the result of sole source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

The Boeing Co., Tukwila, Washington has been awarded a maximum $27,500,000 modification P00114 to previously awarded contract FA8625-16-C-6599 for two VC-25B aircraft. The modification brings the total cumulative face value of the contract to $4,216,423,299 from $4,188,923,299. Work will be performed in San Antonio, Texas, and is expected to be completed by May 16, 2024. Fiscal 2023 research, development, test, and evaluation funds in the amount of $13,750,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

*Small business
This entry was posted on Monday, May 22, 2023 2:04 pm

Leave a Reply

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

Notify me of updates to this conversation