INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Pratt & Whitney, SAIC, Amazon Web Services, Booz Allen Hamilton, Week of 5-20-24 to 5-24-24

Posted by Ashley Jones

5/20

DEFENSE LOGISTICS AGENCY

Rockwell Collins Inc., Cedar Rapids, Iowa, has been awarded a maximum $196,636,862 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for various tactical airborne navigation systems spare parts. This was a sole-source acquisition using 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year base contract with one five-year option period. The performance completion date is May 19, 2029. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-24-D-0003).

Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $8,960,500 modification (P00005) exercising the second 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, 2025. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Goodwill Services Inc.,** Richmond, Virginia, has been awarded a maximum $8,863,398 firm-fixed-price for base supply store support services. This is a one-year base contract with four one-year option periods. The performance completion is June 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office Richmond, Virginia (SP4703-24-C-0013).

NAVY

Pacific Rim Constructors Inc.,* Tamuning, Guam, is awarded a $176,929,610 firm-fixed-price contract for design and construction (design-build) for the replacement of Andersen Housing Phases VII and VIII, Naval Support Activity Andersen, Guam. Work will be performed in Yigo, Guam, and is expected to be completed by December 2028. Fiscal 2024 family housing (Navy) funds in the amount of $176,929,610 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 four proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1331).

Oceaneering International Inc., Hanover, Maryland, is awarded a $17,775,259 cost-plus-fixed-fee modification to a previously awarded contract (N00024-20-C-4315) for continued support of the Navy’s domestic and international submarine rescue program, Submarine Rescue Operations Maintenance Contractor. Work will be performed in San Diego, California, and is expected to be completed by September 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,256,607 will be obligated at the time of award, and funds in the amount of $5,256,607 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

The Boeing Co., St. Louis, Missouri, is awarded a $7,964,183 modification (P00003) to a firm-fixed-price order (N0001923F0267) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises an option to reconstitute 29 All-Up-Round Encapsulated Harpoon Missiles for the Navy. Work will be performed in St. Charles, Missouri (100%), and is expected to be completed in September 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $7,964,183 will be obligated at the time of award, $7,964,183 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DZSP 21 LLC, Marlton, New Jersey, is awarded a $7,856,351 modification to previously awarded cost-plus-award-fee contract (N40192-23-C-5300) to provide additional work and funds for option period three for base operation support services, Joint Region Marianas, Guam. This award brings the cumulative value of the contract to $398,977,419. Work will be performed at various Navy, Marine Corps, and Air Force installations in Joint Region Marianas, Guam, and is expected to be completed by July 2024. Fiscal 2024 operation and maintenance (Navy); fiscal 2024 operation and maintenance (Marine Corps); and fiscal 2024 operation and maintenance (Department of Defense) funds in the amount of $7,856,351, will be obligated at time of award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Marianas, Guam, is the contracting activity.

AIR FORCE

CACI NSS Inc., Colorado Springs, Colorado, has been awarded a $54,198,829 modification (P00317) to previously awarded FA8823-16-C-0004 for the Satellite Control Network. This contract modification provides a one-year extension, in quarterly intervals, to avoid a break in service while waiting for the Satellite Control Network Tracking Station Operations, Remote Site, and Mission Partner Support follow-on contract to be awarded. The extension will be exercised in quarterly increments to afford the government the flexibility to offramp to the follow-on contract upon award. The modification brings the total cumulative face value of the contract to $668,642,992. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by May 20, 2025. Fiscal 2024 operation and maintenance funds in the amount of $13,570,353 are being obligated at time of award. Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.

ARMY

Dewatto Bay Services LLC, Lilliwaup, Washington, was awarded a $10,000,000 firm-fixed-price contract for repair and maintenance projects. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 19, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2010). 

H&H Builders Inc., Tooele, Utah, was awarded a $10,000,000 firm-fixed-price contract for sustainment, restoration and modernization projects. 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 May 19, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SA-24-D-2013).

Interactive Process Technology LLC,* Burlington, Massachusetts, was awarded a $9,341,000 modification (P00018) to contract W31P4Q-23-F-0020 to support information technology services. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of Oct. 25, 2024. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $9,341,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small Business
**Mandatory Source

5/21

ARMY

Cape Environmental Management Inc.,* Norcross, Georgia (W9124J-24-D-0007); EA Engineering Science and Technology Inc.,* Hunt Valley, Maryland (W9124J-24-D-0008); Environmental Chemical Corp.,* Burlingame, California (W9124J-24-D-0009); ERRG-VERSAR JV1,* Martinez, California (W9124J-24-D-0010); FPM-AECOM JV1,* Oneida, New York (W9124J-24-D-0011); Plexus-Pika JV LLC,* Alexandria, Virginia (W9124J-24-D-0012); and TW-USAE JV LLC,* Elkridge, Maryland (W9124J-24-D-0013), will compete for each order of the $464,000,000 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of May 21, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity. 

Carnegie Mellon University, Pittsburgh, Pennsylvania, was awarded a $60,000,000 cost-no-fee contract for Edge Intelligence research and development. Work locations and funding will be determined with each order, with an estimated completion date of May 20, 2029. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-24-D-0009). 

Onshore Materials LLC,* Thibodaux, Louisiana, was awarded a $19,086,959 firm-fixed-price contract for levee and flood control infrastructure construction and improvement. Bids were solicited via the internet with one received. Work will be performed in Edgard, Louisiana, with an estimated completion date of June 5, 2028. Fiscal 2024 civil construction funds in the amount of $19,086,959 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0012). 

Dewatto Bay Services LLC,* Lilliwaup, Washington, was awarded a $10,000,000 firm-fixed-price contract for repair and maintenance projects. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of May 21, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2011).    

AIR FORCE

United Crane and Excavation Inc., Grand Forks, North Dakota, was awarded a single award, indefinite-delivery/indefinite-quantity contract with a ceiling of $60,184,023 for Airfield Paving. This contract provides for a streamlined means to complete a broad range of maintenance, repair, design, and paving projects estimated between $1,000 and $4,500,000. The successful contractor will be required to furnish all labor, tools, materials, equipment, supervision, personnel, and all else necessary to manage and accomplish design/build, and traditional paving projects. Work will be performed at Grand Forks Air Force Base, North Dakota, and is expected to be completed by May 27, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,000 are being obligated at time of award; funds will be obligated on individual orders as they are issued. The 319th Contracting Squadron, Grand Forks AFB, North Dakota, is the contracting activity (FA4659-24-D-0001).

NAVY

AMP United LLC,* Dover, New Hampshire (N42158-21-D-S001); International Marine and Industrial Applicators LLC,* Spanish Fort, Alabama (N42158-21-D-S002); and Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N42158-21-D-S003), were awarded a combined $34,205,112 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to exercise Option Year Three for the preservation and maintenance of Navy submarines. The contracts have a base one-year ordering period with four additional optional one-year ordering periods which, if exercised, would bring the cumulative value to $248,692,224 over a five-year period to the three vendors combined. Work for this option year will be performed in Portsmouth, Virginia (80%); and Kittery, Maine (20%), and is expected to be completed by June 2025. If all options are exercised, work will continue through June 2026. No funding will be obligated at time of modification. Funding will be obligated at the time of task order award. These contracts were competitively procured via the Federal Business Opportunities website with three offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

*Small Business

5/22

NAVY

Lockheed Martin Space, Littleton, Colorado is awarded a not-to-exceed $99,000,000, cost-plus-incentive-fee, and cost-plus-fixed-fee unpriced letter contract modification (PH0043) to a previously awarded contract (N00030-22-C-1025) to provide systems engineering, test planning, and long lead material in support of missile production. Work will be performed in Denver, Colorado (63%); Huntsville, Alabama (6%); Sunnyvale, California (7%); Michoud, Louisiana (2%); Stennis, Mississippi (1%); East Aurora, New York (9%); and various other locations (less than 1% each, 12% total). Work is expected to be completed Feb. 2, 2027, once the contract is definitized. Fiscal 2023 research, development, test, and evaluation (Army) funds in the amount of $29,680,000; and fiscal 2024 research, development, test, and evaluation (Army) funds in the amount of $18,830,000 will be obligated on this award for an overall total of $48,510,000. No funds will expire 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.

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $33,405,737 cost-plus-fixed-fee and cost modification to previously awarded contract (N00024-19-C-6407) to exercise options to provide BYG-1 Tactical Control System engineering support. Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,595,260 (48%); fiscal 2024 other procurement (Navy) funds in the amount of $6,210,000 (46%); Year 15 Royal Australian Navy Unique funds in the amount of $603,993 (4%); and fiscal 2024 Australia, United Kingdom, United States funds in the amount of $218,000 (2%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

The National Institute of Building Sciences, Washington, D.C., was awarded a $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services. This contract provides for developing, publishing, and interpreting the building criteria/codes, standards, specification guides, and other facilities-related technical information necessary to enable optimal planning, construction, operation, sustainment, restoration, and modernization of built infrastructure. Work will be performed primarily in Washington, D.C., and is expected to be completed by May 21, 2029. This contract was a sole source acquisition. Air Force and Navy operation and maintenance funds in the amount of $2,061,830 are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (FA8003-24-D-0013)

DEFENSE LOGISTICS AGENCY

Vincorion LLC,* El Paso, Texas, has been awarded a maximum $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Patriot EPP III program support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The ordering period end date is Dec. 31, 2028. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen, Maryland (SPRBL1-24-D-0008). (Awarded May 3, 2024)

Pratt & Whitney, a division of RTX Corp., East Hartford, Connecticut, has been awarded a maximum $9,272,175 firm-fixed-price delivery order (SPRTA1-24-F-0210) against a five-year basic ordering agreement (SPE4A1-21-G-0001) for F100 engine case diffusers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery order end date is Dec 31, 2027. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma.

ARMY

Science Applications International Corp., Reston, Virginia, was awarded a $23,383,421 modification (P00111) to contract W31P4Q-21-F-0095 for hardware-in-the-loop modeling and simulation and development engineering services. Work will be performed in South Korea, with an estimated completion date of April 14, 2025. Fiscal 2024 operation and maintenance, Air Force funds in the amount of $23,383,421 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Raytheon Co., Fort Wayne, Indiana, was awarded a $9,080,000 firm-fixed-price contract for the Field Artillery Tactical Data System. Bids were solicited via the internet with one received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of March 29, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5037).

*Small Business

5/23

NAVY

Marinette Marine Corp., Marinette, Wisconsin, is awarded a $1,044,529,113 fixed-price incentive (firm-target) modification to previously awarded contract (N00024-20-C-2300) to exercise options for detail design and construction of two Constellation-class guided-missile frigates, FFG 66 and FFG 67. 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 April 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,044,529,113 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.

Raytheon Co., Tucson, Arizona, is awarded a $227,350,165 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide depot level repairs, logistics support, sustainment engineering, software support, integration support, failure analysis, configuration management, technical data, diminishing manufacturing sources, and material shortages management, training, field support, spares predictions, ordnance assessment,  reliability, and management of government property to support AIM-9X and AIM-9X Block II missile sustainment efforts for the Navy, Air Force, Army, and Foreign Military Sales customers. Work will be performed in Tucson, Arizona (93%); Cheshire, Connecticut (3%); Indianapolis, Indiana (2%); and various locations within the continental U.S. (2%) and is expected to be completed in May 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 Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0114).

Conquest USA Inc., Virginia Beach, Virginia,* is awarded a maximum-value $176,083,405 firm-fixed-price, indefinite-delivery/indefinite-quantity asphalt paving and minor concrete contract for various government sites in the Hampton Roads area. An initial task order is being awarded for $5,000 to satisfy the minimum guarantee. Work will be performed in the greater Hampton Roads, Virginia, area and is expected is to be completed by May 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at the 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 two offers received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-D-0062).

Civileon Research and Technology LLC,* Centreville, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, single award contract (M6739924D0002) for the Marine Corps Tactics and Operations Group (MCTOG) training support. This contract provides for training support services for the Marine Corps authorized programs or projects of record in 14 technical areas that are implemented across MCTOG and the Training Education Command. Work will be performed at Twentynine Palms, California, with an expected completion date of Aug. 25, 2029. The contract includes a five-year ordering period and a six-month extension under Federal Acquisition Regulation clause 52.217-8 with a maximum value of $47,995,814. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $3,500 is being obligated under the contract’s initial task order to fund the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with four proposals received. The Regional Contracting Office, Twentynine Palms, California, is the contracting activity. 

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $30,085,225 firm-fixed-price contract (N3220524C4073) for a 156-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s hospital ship USNS Comfort (T-AH 20). This contract includes a base work package and five unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $30,900,268. Work will be performed in Mobile, Alabama, beginning Aug. 1, 2024, and is expected to be completed by Jan. 3, 2025. Working capital funds (Navy) in the amount of $30,085,225 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was a small business set-aside solicited via the sam.gov website and two offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4073).

Vigor Marine LLC, Portland, Oregon, is awarded a $20,294,106 firm-fixed-price contract (N3220524C4089) for a 76-calendar day shipyard availability for the mid-term availability (MTA) of Military Sealift Command’s fleet replenishment oiler USNS Guadalupe (T-AO 200). This contract includes a base work package and five unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $22,894,910. Work will be performed in Portland, Oregon, beginning Aug. 20, 2024, and is expected to be completed by Nov. 3, 2024. Working capital funds (Navy) in the amount of $20,294,10 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was solicited via the Government Point of Entry website and one offer received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

Raytheon Co., Tucson, Arizona, is awarded a $17,982,837 cost-plus-fixed-fee modification (P00013) to a previously award contract (N0001922C0067). This modification adds scope and increases ceiling to provide continued studies involving future updates to the AIM-9X missile system in conjunction with the AIM-9X Block II and Block II+ System Improvement Program Increment IV for the Navy, Air Force, Army, and Foreign Military Sales customers. Work will be performed in Tucson, Arizona, and is expected to be completed in June 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $300,000 will be obligated at the time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

FFI Aerospace and Defense, doing business as Flight Fab,* Westminster, Maryland, is awarded a $13,866,723 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of plastic waste processing equipment for use on navy ships. Work will be performed at the contractor’s facility in Westminster, Maryland, and is expected to be completed by May 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $665,770 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was competitively procured via the SAM.gov website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4008).

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $9,208,926 firm-fixed-price contract (N3220524C4098) for the 103-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fast combat support vessel USNS Supply (T-AOE 6). This contract includes a base period and two unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $9,312,142. Work will be performed in Mobile, Alabama, beginning Sept. 9, 2024, and is expected to be completed by Dec. 20, 2024. Working capital funds (Navy) in the amount of $9,208,926 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and seven offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4098).

Tricom Research Inc.,* Irvine, California, is awarded an $8,750,929 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a maximum quantity of 756 75-watt multi-band radio frequency amplifiers to increase performance for vehicular tactical radios in the very-high frequency and ultra-high frequency ranges in support of the U.S. Special Operations Command family of specialized operations vehicles. Work will be performed in Irvine, California, and is expected to be completed in May 2029. Fiscal 2024 operation and maintenance (Defense) funds in the amount of $327,664 will be obligated at time of award, $327,664 of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0018).

U.S. SPECIAL OPERATIONS COMMAND

WorldWide Language Resources LLC, Fayetteville, North Carolina, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240224D0001) with a maximum value of $138,176,848 for Linguist Support Services II (LSSII) in support of U.S. Special Operations Command. The work will be performed in overseas contingency operations and is expected to be completed by Aug. 15, 2029. This contract was awarded through competitive source selection procedures using best value tradeoff in accordance with Federal Acquisition Regulation Part 15. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

Conti Federal Services LLC, Orlando, Florida, was awarded a $135,492,086 firm-fixed-price contract to construct a maintenance hangar. Bids were solicited via the internet with four received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of May 28, 2027. Fiscal 2024 military construction, Air Force funds in the amount of $135,492,086 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0013).

Walsh Construction Co. LLC, Chicago, Illinois, was awarded a $59,219,000 firm-fixed-price contract to construct a ground transportation equipment building. Bids were solicited via the internet with four received. Work will be performed in Warren, Michigan, with an estimated completion date of Nov. 16, 2026. Fiscal 2024 military construction, Army funds in the amount of $59,219,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0011).

Hensel Phelps Construction Co., Orlando, Florida, was awarded a $31,574,000 firm-fixed-price contract to construct a training complex. Bids were solicited via the internet with two received. Work will be performed in Orlando, Florida, with an estimated completion date of May 13, 2026. Fiscal 2020 and 2022 military construction, defense-wide funds in the amount of $31,574,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0029).

Roundhouse PBN-TEPA EC JV, Warner Robins, Georgia, was awarded a $27,375,007 firm-fixed-price contract to renovate a hangar. Bids were solicited via the internet with three received. Work will be performed at Patrick Space Force Base, Florida, with an estimated completion date of May 13, 2026. Fiscal 2024 operation and maintenance, Air Force Reserve funds in the amount of $27,375,007 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0008).

Advanced Technology Construction,* Tacoma, Washington (W50S9D-23-D-0001); Ahtna Global LLC,* Renton, Washington (W50S9D-23-D-0002); Apex Mechanical,* Battle Ground, Washington (W50S9D-23-D-0003); Avalon Contracting Inc.,* Tacoma, Washington (W50S9D-23-D-0004); Bristol Prime Contractors,* Anchorage, Alaska (W50S9D-23-D-0005); Halme Builders, Davenport,* Washington (W50S9D-23-D-0006); Imperial Construction NW LLC,* Wapato, Washington (W50S9D-23-D-0007); MJ Takisaki Inc.,* Seattle, Washington (W50S9D-23-D-0008); P&L General Contractors Inc.,* Oak Harbor, Washington (W50S9D-23-D-0009); Pacific Tech Construction,* Kelso, Washington (W50S9D-23-D-0010); Sealaska Constructors,* Seattle, Washington (W50S9D-23-D-0011); and Vet Con Souza JV,* Farmersville, California (W50S9D-23-D-0012), will compete for each order of the $25,000,000 firm-fixed-price contract for construction, maintenance and repair projects. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 3, 2028. U.S. Property and Fiscal Office, Washington, is the contracting activity.

Amazon Web Services, Seattle, Washington, was awarded a $22,000,000 firm-fixed-price contract for cloud services. Bids were solicited via the internet with one received. Work will be performed in Seattle, Washington, with an estimated completion date of May 30, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $22,000,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-24-F-0032).

National Native American Construction Inc., Coeur D’Alene, Idaho, was awarded a $10,850,989 firm-fixed-price contract for the construction of a new squadron operations facility. Bids were solicited via the internet with 11 received. Work will be performed in Tinker, Oklahoma, with an estimated completion date of Oct. 5, 2025. Fiscal 2024 military construction, Air Force Reserve funds in the amount of $10,850,989 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0012).

AIR FORCE

K&K JL Services Inc., Concord, California, was awarded an $11,969,643 firm-fixed-price contract in support of Joint Base Langley-Eustis’(JBLE) grounds maintenance services. This contract provides non-personal services to include all personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed at JBLE in a manner that will ensure habitat management in accordance with the JBLE Bird/Wildlife Aircraft Strike Hazard plan, promote the growth of healthy grass, trees, shrubs, and plants, and present a clean, neat, and professional appearance. Work will be performed on Fort Eustis, Newport News, Virginia, and Langley Air Force Base, Hampton, Virginia, and is expected to be completed by June 8, 2029. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,205,354 are being obligated at time of award. 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-24-F-0042).

Leota Professional Resources LLC, Lanham, Maryland, was awarded a $10,527,348 firm-fixed-price contract for dining facility attendant contract services. This contract provides for project management, transportation, tools, supplies, equipment, and labor necessary to perform the mess attendant services required in dining facilities at buildings B140 and B759. Work will be performed at Langley Air Force Base, Virginia, and is expected to be completed by May 31, 2029. This contract was a competitive 8(a) set-aside posted on the Government Point of Entry and ten proposals were received. Fiscal 2024 operation and maintenance funds in the amount of $615,698 are being obligated at time of award. 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-24-C-0009).

*Small Business

5/24

AIR FORCE

The Boeing Co., doing business as Boeing Defense Space and Security, St. Louis, Missouri, was awarded a $7,479,640,772 fixed-price-incentive-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for Joint Direct Attack Munition (JDAM). This contract provides for JDAM tail kits, spares, repairs, technical and Laser Joint Direct Attack Munition sensor kits. Work will be performed at St. Louis, Missouri, and is expected to be completed by Feb. 29, 2030. This contract was a sole source acquisition.  Fiscal 2022, 2023, and 2024 procurement funds; operation and maintenance funds; research, development, test, and evaluation funds; Navy funds; and Foreign Military Sales funds in the amount of $228,196,923, are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B002).

Science Applications International Corp., San Diego, California, was awarded $29,332,051 requirements contract for Joint Range Extension/Joint Range Extension Gateway/Joint Range Extension Gateway Tactical Equipment Package. This contract tasks include but are not limited to the following: repair services, program management, engineering services, technical support desk, government furnished equipment management, scheduled/unscheduled maintenance, software updates, logistics, cyber security, field support, configuration management, submission of engineering change proposals, deficiency report investigation, and other support as directed by the government. The preponderance of work for this effort is in computer systems integration design services which comprises 45% of the effort to include sustainment and maintenance, field support, technical support desk, and software sustainment as described above. The rest of the effort is broken into tasks with smaller percentages such as cyber security, training, stock/storage parts, and travel. Work will be performed in San Diego, California, and is expected to be completed by May 27, 2029. This contract was a sole source acquisition. No funds are being obligated at time of award. Robins Air Force Base, Georgia, is the contracting activity (FA8574-24-D-0001). 

Booz Allen Hamilton, McLean, Virginia, has been awarded a $9,898,028 task order modification (P00009) to previously awarded contract FA8650-21-F-1007 for research and development for Open Digital Automated Architecture. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 16, 2025. Fiscal 2024 research, development, test, and evaluation funds in the amount of $804,394 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity.

DEFENSE HEALTH AGENCY

Dynamic-HHS JV LLC, Winnebago, Nebraska (HT940824D0001); Forefront Healthcare LLC, St. Clair Shores, Michigan (HT940824D0002); Frontline King George JV LLC, Silver Spring, Maryland (HT940824D0003); IG Solutions LLC, Raleigh, North Carolina (HT940824D0004); Main Building Maintenance Inc, San Antonio, Texas (HT940824D0005); Teya Support Services LLC, Anchorage, Alaska (HT940824D0006); TFOM Corp., Austin, Texas (HT940824D0007); Titan Facility Services LLC, Gilbert, Arizona (HT940824D0008); Truleader Services JV LLC, Grovetown, Georgia (HT940824D0009); and The Victor Group Inc., San Antonio, Texas (HT940824D0010) have been awarded these healthcare environmental cleaning (HEC) indefinite-delivery/indefinite-quantity, multiple award contracts with an estimated combined value of $4,100,000,000. The Defense Health Agency (DHA) supports the delivery of integrated, cost effective, and high-quality health services to military beneficiaries of the Military Health System (MHS). Patient care services are provided in a variety of settings within the MHS, including military clinics, hospitals, and medical centers, which are collectively referred to as military medical treatment facilities (MTF). The DHA Enterprise requires highly specialized healthcare environmental cleaning services, conforming to the highest standards of quality and complying strictly with all applicable certification requirements and with rigorous and exacting medical industry standards for maintaining an aseptic space for the administration of healthcare ranging from clinical to surgical. The DHA Enterprise HEC multiple-award contracts will provide such services for MTFs in the U.S., and outlying areas such as Puerto Rico, Guam, the U.S. Virgin Islands, and minor outlying islands. The highly specialized, aseptic cleaning services to be acquired are Q901-healthcare environmental cleaning, defined as “cleanliness, disinfection and aesthetic maintenance of public and patient care spaces within Department of Defense MTFs.” The contractor is responsible for the performance of the entire scope of HEC operations including management activities such as planning, scheduling, cost accounting, report preparation and submission, establishing and maintaining records, quality control, and performance management. The period of performance is June 1, 2024, to May 31, 2031. This competitive acquisition was a total small business set aside and was solicited through sam.gov, with 13 proposals originally received. Fiscal 2024 operations and maintenance funding in the amount of $2,500 to each awardee was obligated at time of award. The Defense Health Agency, Southern Markets Contracting Division, San Antonio, Texas, is the contracting activity.

Qbase LLC, Herndon, Virginia, was awarded a sole source, fixed-price contract (HT001524C0006) with a value of $13,925,414. This contract provides network sustainment and deployment support services to Military Health System military treatment facilities inside and outside the continental U.S. This work includes functions such as network performance measurement and monitoring, assistance with network design and development, network measurement, customer service in the form of trouble tracking and troubleshooting at the Tier 0 level, onsite support for both contractor and government support teams for escalated trouble tickets, as well as maintenance and sparing support. This is a six-month base contract with one six-month option period, with a June 27, 2025, performance completion date. The base year is funded with fiscal 2024 operations and maintenance funds in the amount of $6,833,617. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity. (Awarded May 23, 2024.)

WASHINGTON HEADQUARTERS SERVICES

The University of Maryland, College Park, Maryland, is awarded an indefinite-delivery/indefinite-quantity contract (HQ003424D0003) valued at $500,000,000. The purpose of the contract is to provide for operation of the University of Maryland Applied Research Laboratory for Intelligence and Security University Affiliated Research Center and serve as the primary sponsor contract. The University of Maryland will execute activities consistent with the University Affiliate Research Center mission and provide essential research and development capabilities in human and social systems applied artificial intelligence, automation, and augmentation, and advanced computing and emerging technologies for a wide variety of security and intelligence applications. This vehicle will enable the contractor to respond to evolving government requirements; maintain comprehensive knowledge of government requirements and problems; and acquire broad access to necessary information, including proprietary data, to meet and anticipate the government’s current and future needs. The contracting agency is Washington Headquarters Agency, Alexandria, Virginia. 

NAVY

Science Application International Corp., Reston, Virginia, is awarded a $143,330,865 firm-fixed-price, cost-plus-fixed-fee, and cost modification to previously awarded contract (N00024-22-C-6419) for the production, spares, production support material, engineering support, and hardware repair of components for MK 48 Heavyweight Torpedo All Up Round in support of the MK 48 MOD 7 Heavyweight Torpedo program. This contract combines purchases to support the Navy, the Royal Australian Navy, and the Foreign Military Sales program. Work will be performed in Bedford, Indiana (80%); and Middletown, Rhode Island (20%), and is expected to be completed by July 2027. Multiple lines of funding totaling $141,543,379 to include fiscal 2024 weapons procurement (Navy) funds in the amount of $101,894,602 (72%); fiscal 2023 weapons procurement (Navy) funds in the amount of $10,832,118 (8%); and Foreign Partner Funds in the amount of $28,816,659 (20%), will be obligated at the 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $22,735,844 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-18-C-2300) to exercise an option for industrial post-delivery availability support for the Freedom-variant Littoral Combat Ship USS Cleveland (LCS 31). Work will be performed in Marinette, Wisconsin, and is expected to be completed by March 2025. Fiscal 2024 shipbuilding and conversion (Navy) post-delivery funds in the amount of $1,500,000 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.

FFI Aerospace and Defense, doing business as Flight Fab,* Westminster, Maryland, is awarded a $13,866,723 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of plastic waste processing equipment for use on Navy Ships. Work will be performed at the contractor’s facility in Westminster, Maryland, and is expected to be completed by May 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $665,770 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was competitively procured via the SAM.gov website, with two offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4008).

Green Expert Technology, Inc.,* Haddonfield, New Jersey, is awarded a $13,004,009 cost-plus-fixed fee task order for cybersecurity support for Arleigh Burke-class integrated bridge control systems. This task order includes options which, if exercised, would bring the cumulative value of this task order to $67,669,637. Work will be performed in Haddonfield, New Jersey (81%); and Philadelphia, Pennsylvania (19%), and is expected to be completed by May 2025. If all options are exercised, work will continue through May 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $9,883,047 (76%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,080,641 (16%), and fiscal 2024 shipbuilding and conversion (Navy) $1,040,321 (8%) will be obligated at time of award, of which $2,080,641 will expire at the end of the current fiscal year. This task order was competitively procured via the Navy SeaPort, with one offer received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N0017819D7732, N6449824F3062).

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $108,935,583 firm-fixed-price contract for the Family of Medium Trucks. 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 Sept. 30, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-F-0082). 

MorseCorp Inc., Cambridge, Massachusetts, was awarded a $66,676,574 firm-fixed-price contract for data and software engineering 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 May 21, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0015). 

Torch Technologies Inc., Huntsville, Alabama, was awarded a $9,296,371 modification (P00016) to contract W31P4Q-23-F-C002 for technical services support for aviation mission systems. Work will be performed in Madison, Alabama, with an estimated completion date of May 7, 2028. Fiscal 2024 aircraft procurement, Army funds; operation and maintenance, Army funds; and Foreign Military Sales (Germany) funds in the amount of $9,296,371, were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (Awarded May 23, 2024) 

DEFENSE LOGISTICS AGENCY

Elbit Systems of America–Night Vision LLC, Roanoke, Virginia, has been awarded a maximum $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aviator’s night vision imaging system support. The was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The ordering period end date is May 23, 2029. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen, Maryland (SPRBL1-24-D-0006).

Aurora Industries LLC,** Orocovis, Puerto Rico, has been awarded a maximum $17,044,200 modification (P00031) exercising the fourth one-year option period of a one-year base contract (SPE1C1-20-D-1283) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 24, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.    

Hamilton Sundstrand Corp., Winsor Locks, Connecticut, has been awarded a maximum $14,934,642 firm-fixed-price purchase order (SPRTA1-24-F-0179) against a five-year basic ordering agreement (SPRPA1-19-G-CE01) for B-52 alternating current generators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. Location of performance is Illinois, with an Aug. 29, 2031, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma. 

National Industries for the Blind,*** Alexandria, Virginia, has been awarded a maximum $8,642,500 modification (P00010) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-B112) with four one-year option periods for physical fitness uniform pants. This is an indefinite-delivery contract. Locations of performance are North Carolina and Tennessee, with a June 9, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small Business
**Small-disadvantaged business
***Mandatory source
This entry was posted on Tuesday, May 28, 2024 1:31 pm

Leave a Reply

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

Notify me of updates to this conversation