INSIDE THE

NEWS + ADVICE

DoD Contracts: CACI, Riverside Research Institute, ASRC Federal Facilities Logistics, Week of 6-24-24 to 6-28-24

Posted by Ashley Jones

6/24

NAVY

L3Harris Technologies Inc., Salt Lake City, Utah, was awarded an indefinite-delivery/indefinite-quantity contract with a maximum potential value of $998,828,164 for the production, retrofits, development and sustainment of the Multifunctional Information Distribution System (MIDS) Joint Tactical Radio Systems (JTRS) terminals. Currently there are three variants of MIDS JTRS terminals: the Concurrent Multi-Netting-4, the Tactical Targeting Network Technology and the F-22 variant. These terminals will continue to be procured, sustained, and updated for future growth. Funds in the amount of $123,054,277 will be placed on contract and obligated on the first delivery order concurrent with contract award, which will meet the minimum order requirement. Fiscal 2024 aircraft procurement (Navy) funding in the amount of $34,416,320; other procurement (Navy) funding in the amount of $3,232,196; ship construction procurement (Navy) funding in the amount of $1,319,424; research development test and evaluation (Navy) funding in the amount of $1,647,166, will be obligated at time of award and will not expire at the end of the current fiscal year; fiscal 2024 aircraft procurement (Air Force) funding in the amount of $19,802,089; research development test and evaluation (Air Force) funding in the amount of $1,489,261, will be obligated at time of award and will not expire at the end of the current fiscal year; fiscal 2024 Marine procurement in the amount of $6,052,254 and will not expire at the end of the current fiscal year; fiscal 2024 Army procurement in the amount of $14,914,673 and will not expire at the end of the current fiscal year; fiscal 2024 defense-wide procurement in the amount of $1,629,453; defense national guard and reserve equipment in the amount of $7,216,149, will be obligated at time of award and will not expire at the end of the current fiscal year; non-appropriated funding for Foreign Military Sales (FMS) in the amount of $23,831,156 will be obligated at time of award and will not expire at the end of the current fiscal year; fiscal 2022 aircraft procurement (Air Force) in the amount of $3,149,088; defense national guard and reserve equipment in the amount of $3,724,464; and research development test and evaluation (Navy) funding in the amount of $630,584, will be obligated at time of award and will expire at the end of the current fiscal year. This contract combines purchases for the Navy, Air Force, and MIDS Program Office, as well as purchases for NATO and all NATO nations under the FMS program. This contract was competitively procured, and three proposals were received. Work will be performed in Salt Lake City, Utah (50%); and Carlsbad, California (50%). The ordering period for this contract is through June 2029. Naval Information Warfare System Command, San Diego, California, is the contracting authority(N0003924D4005). (Awarded on June 21, 2024)

CloudLogic LLC,* Falls Church, Virginia (N00189-24-D-Z029); DWBH LCC,* Arlington, Virginia (N00189-24-D-Z030); Iberia Advisory LLC,* Washington, D.C., (N00189-24-D-Z031); Infopac Inc.,* Ashburn, Virginia (N00189-24-D-Z032); IT Partners Inc.,* Herndon, Virginia (N00189-24-D-Z033); Lynch Consultants LLC,* Arlington, Virginia (N00189-24-D-Z034); Morgan Business Consulting LLC,* Arlington, Virginia (N00189-24-D-Z035); MetroStrat LLC,* Reston, Virginia (N00189-24-D-Z036); Michael Shannon Consulting LLC,* Great Falls, Virginia (N00189-24-D-Z037); Navaide,* San Diego, California (N00189-24-D-Z038); Quattro Consulting LLC,* Washington, D.C. (N00189-24-D-Z039); Redhawk Administrative Services LLC,* Milwaukee, Wisconsin (N00189-24-D-Z040); Redwood Strategy Group,* Chantilly, Virginia (N00189-24-D-Z041); Significance Inc.,* Annapolis, Maryland (N00189-24-D-Z042); Trusted Enterprise Advisors,* Alexandria, Virginia (N00189-24-D-Z043); Veta Consulting LLC,* McLean, Virginia (N00189-24-D-Z044); St. Moritz Design JV LLC,* Orlando, Florida (N00189-24-D-Z045); and CEXEC Inc.,* Reston, Virginia (N00189-24-D-Z046), are awarded an estimated $224,662,134 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract to provide services to support the sustainment and transformation of the Department of the Navy’s (DoN) financial management operations aimed at achieving the DoN’s financial strategic goals and associated objectives. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period pursuant to Federal Acquisition Regulation (FAR) 52.217-8. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $249,000,000. The base period is expected to begin July 2024 and be completed by June 2029; if all options are exercised, work will be completed by December 2029. Work will be performed in multiple geographic regions: The predominance of performance will occur in the national capital region (75%), various DoN installations inside the continental U.S. (23%); and outside the continental U.S. (2%). More specifics on locations of work cannot be determined at this time. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $18,000 will be obligated at time of award ($1,000 on each of the 18 contracts to fund the contracts’ minimum amounts) and funds will expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year operations and maintenance funds. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on Navy Electronic Commerce Online and SAM.gov under a small business set-aside pursuant to Federal Acquisitions Regulation 16.504 with 50 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Bureau of Medicine and Surgery/Financial Management and Comptroller Directorate, Philadelphia, Pennsylvania, is the contracting activity. (Awarded June 21, 2024)

The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $210,941,000 ceiling-priced delivery order N00383-24-F-YY1T under previously awarded basic ordering agreement (N00383-22-G-YY01) for procurement of nine various configurations of flight control surface spares used on the F/A-18E/F and E/A-18G aircrafts. The delivery order does not include an option period. Work will be performed in Hazelwood, Missouri (85%); and St. Louis, Missouri (15%), and work is expected to be completed by July 2032 with no options. The announcement contains purchases under the Foreign Military Sales Program. Working capital funds (Navy) (NWCF) in the amount of $97,974,407; and Royal Australian Air Force (RAAF) funds in the amount of $5,386,683, will be obligated on the delivery order as an undefinitized contract action and funds will not expire at the end of the current fiscal year. The remaining value of the contract will be funded by NWCF ($101,973,363); and RAAF ($5,606,547). One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Marietta, Georgia, is awarded a $66,961,893 firm-fixed-price, cost reimbursable, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to procure aircraft sustaining engineering and logistics support services for the C-130J/T aircraft in support of the Navy, Marine Corps, Marine Corps Reserves, Coast Guard, and Foreign Military Sales customers. Work will be performed in: Marietta, Georgia (85%); Iwakuni, Japan (3%); Cherry Point, North Carolina (2%); Miramar, California (2%); Kaneohe Bay, Hawaii (3%); Fort Worth, Texas (2%); Elizabeth City, North Carolina (2%); and Greenville, South Carolina (1%), and is expected to be completed in June 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 (N0001924D0119).  

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $36,001,144 cost-plus-fixed-fee order (N0001924F0663) against a previously issued basic ordering agreement (N0001923G0002). This order procures the non-recurring effort to address hardware obsolescence in the active inceptor system on CH-53K King Stallion production and fielded aircraft for the Marine Corps. Work will be performed in Stratford, Connecticut (63.3%); Farnborough, United Kingdom (32.6%); Fort Worth, Texas (1.2%); and  various locations within the continental U.S. (CONUS) (2.9%), and is expected to be completed in January 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $36,001,144 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. (Awarded June 17, 2024)

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $31,216,902 cost-plus-fixed-fee order (N0001924F1828) against a previously issued basic ordering agreement (N0001924G0010). This order provides production and non-recurring engineering support for landing gear design, redesign, and analysis, to include analysis of aircraft component deficiencies, known or identified, to impact the ability to produce and deliver F-35 landing and arresting gear system to product specifications, as well as engineering efforts required to implement change requests to correct component deficiencies for production line cut-in and engineering release to support all three F-35 variants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,218,835; and fiscal 2022 operations and maintenance (Navy) $15,033,743, will be obligated at the time of award, of which $15,033,743 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Lockheed Martin Corp., Liverpool, New York, is awarded a $29,844,630 fixed-price incentive (firm-target) modification to previously awarded contract N00024-19-C-6120 to exercise an option for Navy equipment. Work will be performed in Liverpool, New York (67%); and Millersville, Maryland (33%), and is expected to be completed by July 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $7,630,326 (26%); fiscal 2024 other procurement (Navy) – spares funds in the amount of $6,953,652 (23%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $11,445,489 (38%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $3,815,163 (13%), 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.

BAE Systems Surface Ships Ltd. (BAE Systems), Portsmouth, United Kingdom, is awarded a $15,866,611 firm-fixed-price modification to previously awarded contract N00024-20-C-6407 to exercise an option for production of Archerfish Destructor, Mine Neutralization, Airborne MK 64 Mod 0. Work will be performed in Portsmouth, Hampshire, United Kingdom, and is expected to be completed by December 2026. Fiscal 2024 weapons procurement (Navy) in the amount of $15,866,611 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.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $13,874,581 firm-fixed-price order (N0001924F0074) against a previously issued basic ordering agreement (N0001920G0005). This order is for the continued production and delivery of 12 motor controllers, 13 n-voice and data recorders, and 12 standard automatic flight control systems to support E-2D Advanced Hawkeye aircraft production efforts for the Navy. Work will be performed in Grand Rapids, Michigan (33.4%); Los Angeles, California (33.3%); and Endicott, New York (33.3%), and is expected to be completed in June 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,034,040; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $840,541, will be obligated at time of award, $840,541 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Communications and Power Industries, Microwave Power Tube Division, Palo Alto, California, is being awarded a $13,686,480 firm-fixed-price requirements contract for the procurement of simplified drive traveling wave tubes in support of the AEGIS Combat System. The contract does not include an option provision. All work will be performed in Palo Alto, California, and is expected to be completed by October 2026. Navy working capital funds in the full amount of $13,686,480 will be obligated at 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 under authority 10 U.S. Code 3204 (a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-DA23).

RAM-System GmbH (RAMSYS), Ottobrunn, Germany, is being awarded a $8,358,785 firm-fixed-price delivery order N00024-24-F-5442 under basic ordering agreement N00024-24-G-5407 for guided missile launcher system spare material for the German Niedersachsen-Class (F126) Frigates. Work will be performed in Ulm, Germany (76%); Ottobrunn, Germany (22%); and Röthenbach, Germany (2%), and is expected to be completed by December 2026. German Memorandum of Understanding funds in the amount of $8,358,758 will be obligated at the time of award and no funds will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4), International Agreement. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Agile Decision Sciences LLC, a certified 8(a) program participant contractor, Huntsville, Alabama, has been awarded an $18,831,172 option exercise modification (P00002) to a previously awarded firm-fixed-price contract, HS0021-23-C-0012, for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises Option Period One to continue to provide DCSA Program Executive Office cybersecurity support services. Work will be performed at Quantico, Virginia, with an estimated completion of June 28, 2027 (with options). Fiscal 2024 DCSA defense working capital funds in the amount of $9,637,631 were obligated at the time of award. The cumulative face value of the contract to date is $33,623,112. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

ARMY

CACI-ISS LLC, Chantilly, Virginia, was awarded a $10,934,905 modification (P00156) to contract W15QKN-15-C-0049 for Integrated Personnel and Pay System-Army support services. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 31, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $7,900,000 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

*Small business

6/25

NAVY

Reliance Test and Technology LLC, Crestview, Florida, is awarded an $86,421,108 cost-plus-fixed-fee modification (P00045) to a previously awarded contract (N0042120C0033). This modification exercises an option to provide research, development, test, evaluation, engineering, fleet and management support services required to perform aircraft engineering and developmental flight tests, as well as fleet training events for the Navy and Marine Corps air vehicle systems and trainers in support of the Atlantic Ranges and Targets Department. Work will be performed in Patuxent River, Maryland (78%); Norfolk, Virginia (13%); Dam Neck, Virginia (5%); and various locations within the continental U.S. (4%), and is expected to be completed in June 2031. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $14,616,828; fiscal 2024 operations and maintenance (Navy) funds in the amount of $4,096,339; fiscal 2024 working capital (Navy) funds in the amount of $2,709,405; fiscal 2024 research, development, test and evaluation (Defense Wide) funds in the amount of $1,071,250, will be obligated at time of award, $4,096,339 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

ARMY

R.C. Construction Co. Inc., Greenwood, Mississippi, was awarded a $52,417,000 firm-fixed-price contract to construct a multipurpose training range. Bids were solicited via the internet with five received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of Sept. 1, 2026. Fiscal 2023 military construction, Army funds in the amount of $52,417,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-3001). 

Arizona Department of Economic Security Services for the Blind, Visually Impaired and Deaf, Phoenix, Arizona, was awarded a $21,854,558 firm-fixed-price contract for dining facility management functions. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Dec. 31, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $4,296,261 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W9124A-24-C-0004). 

Vantex Service Corp.,* Buda, Texas, was awarded a $12,500,000 firm-fixed-price contract for latrine and shower services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2029. 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity (W91248-24-D-2000). 

WASHINGTON HEADQUARTERS SERVICES 

Riverside Research Institute, Arlington, Virginia (47QRAA19D00CN), is awarded a hybrid firm-fixed-price, time-and-materials contract valued at $26,224,634 to provide engineering and technical support services to the Defense Innovation Unit Enterprise, including project management, commercial and defense engagement, due diligence, and analytical support to the portfolios, sister organizations, and supporting functional teams throughout the entirety of DIU’s acquisition lifecycle and in accordance with DIU’s unique quality standards. Fiscal 2024 research, development, test and evaluation funds are being obligated. Washington Headquarters Services, Alexandria, Virginia, is the contracting agency.

CORRECTION: The $1,500,000,000 firm-fixed-price, labor hour, time-and-materials contract awarded to Analytic Services Inc. (ANSER), Falls Church, Virginia (HQ0034-24-D-0011); Booz Allen Hamilton, McLean, Virginia (HQ0034-24-D-0012); CACI Inc. Federal, Chantilly, Virginia (HQ0034-24-D-0013); Leidos Inc., Reston, Virginia (HQ0034-24-D-0014); and Science Applications International Corp., Reston, Virginia (HQ0034-24-D-0015), announced on June 24, 2024, has not yet been awarded.

DEFENSE LOGISTICS AGENCY

Pomp’s Tire Service Inc., New Berlin, Wisconsin, has been awarded an estimated $20,150,346 firm-fixed-price requirements contract for ground vehicle tires. This was competitive acquisition with seven responses received. This is a three-year contract with no options. The performance completion date is Sept. 24, 2027. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-24-D-0075).

AIR FORCE

AAR Manufacturing Inc., Cadillac, Michigan, has been awarded a $9,290,190 contract delivery order on contract FA8534-20-D-0003. This delivery order acquisition is for the repair of 5,810 463L legacy cargo pallets. These pallets will provide the warfighter with the ability to effectively transport air cargo on specific compatible aircrafts. The location of performance is Cadillac, Michigan. The work is expected to be completed by Aug. 23, 2024. This award is the result of a sole source acquisition. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-24-F-0043). 

Impres Technology Solutions Inc., Round Rock, Texas, and place of performance Joint Base San Antonio, Texas, has been awarded a $7,743,549 delivery order off of a mandatory use General Services Administration (GSA) 2nd Generation Information Technology (2GIT) blanket purchase agreement (47QTCA21A001G) for Dell equipment with VMWare. This contract provides for Dell Equipment with VMWare to the 318th Test Squadron. The location of performance is Joint Base San Antonio, Texas. The delivery of equipment is expected to be complete by July 30, 2024. This award is the result of a competitive acquisition and publicized on the GSA 2GIT website for all 79 small businesses, and four offers were received. Fiscal 2024 other procurement funds in the amount of $7,743,549 are being obligated at the time of award. The Acquisition Management Integration Center, Detachment 2, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-24-F-0102).  

*Small business

6/26

NAVY

Lockheed Martin Space, Littleton, Colorado, is awarded a cost-plus-incentive-fee and cost-plus-fixed-fee unpriced letter contract modification (P00085) with a not-to-exceed amount of $534,000,000 under contract N00030-19-C-0025. This effort will support systems engineering and development and testing for the Conventional Prompt Strike. The modification will also incorporate an optional line item which, if exercised, would increase the value, and not-to-exceed amount, to $570,000,000. Work will be performed in Denver, Colorado (48%); Sunnyvale, California (15%); Cambridge, Massachusetts (11%); Sunnyvale, California (7%); Pittsfield, Massachusetts (6%); Huntsville, Alabama (4%); Magna, Utah (3%); East Aurora, New York (1%); Bristol, Pennsylvania (1%); Simsbury, Connecticut (1%); and various other locations (less than 1.0% each, 3% total. Work under this undefinitized contract is expected to be completed on June 19, 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $115,000,000 will be obligated upon award. 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 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Shipcom Federal Solutions LLC,* Houston, Texas, is awarded a $42,996,685 cost-plus-fixed-fee order (N6833524F0065) against a previously awarded basic ordering agreement (N6833523G0031). This order provides digital tracking enterprise support to include integration of blended hardware solutions for digital tracking and tracing as well as development of artificial intelligence software critical to the success of the Navy’s digital depot and digital trace concept in support of the Small Business Innovation Research (SBIR) Phase III effort under SBIR topics N201-X02 “ADAPT – Naval Depot Modernization and Sustainment” and N201-X02-FA6 “ADAPT – Focus Area six Global Parts Tracking System (Command, Control and Communications),” significantly supporting overall fleet readiness for the Navy. Work will be performed in Cherry Point, North Carolina (80%); Jacksonville, Florida (10%); and San Diego, California (10%), and is expected to be completed in July 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $24,976,836 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Raytheon Co., Tucson, Arizona, was awarded a $26,213,906 cost-plus-fixed-fee modification to a previously awarded contract (N00024-21-C-5434) to exercise options for engineering and technical support for the Evolved SeaSparrow Missile and NATO SeaSparrow Missile Systems programs. This contract action combines the purchases for the Navy (99%); and the governments of Japan, and Chile (1%), under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (73%); Portsmouth, Rhode Island (26%); and various other locations (each less than 1%), and is expected to be completed by December 2025. Fiscal 2024 other customer funds in the amount of $14,101,762 (54%); fiscal 2023 other customer funds in the amount of $4,400,620 (17%); fiscal 2024 weapons procurement navy in the amount of $4,113,360 (16%); fiscal 2024 operations and maintenance (Navy) in the amount of $1,109,485 (4%); fiscal 2024 other procurement Navy in the amount of $1,068,128 (4%); fiscal year 2022 other customer funds in the amount of $823,725 (3%); fiscal 2024 research, development, test and evaluation in the amount of $482,250 (2%); Foreign Military Sales (Japan) funds in the amount of $72,000 (less than 1%); and fiscal 2020 other customer funds in the amount of $42,576 (less than 1%), will be obligated at the time of award, of which $1,109,485 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 17, 2024)

The Boeing Co., Seattle, Washington, is awarded a $19,284,424 modification (P00001) to a cost-plus-fixed-fee order (N0001923F0458) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises options to provide integration and capability assessment of the Mobile User Objective System satellite communications on the P-8A Poseidon aircraft for the Navy. Work will be performed in Seattle, Washington (96%); and Patuxent River, Maryland (4%), and is expected to be completed in March 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $19,284,424 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.

MBDA Inc., Arlington, Virginia, is awarded a $16,349,952 firm-fixed-price contract modification for the purchase for the procurement of decoy rounds compatible with the Automated Launch of Expendables Decoy Launching System for the multi-mission surface combatant ships. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Salisbury, England (71%); and Arlington, Virginia (29%), and is expected to be completed by June 2026. Foreign Military Sales funds for the Kingdom of Saudi Arabia in the amount of $16,349,952 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)(4) (formerly 2304(c)(4)) (the terms of an international agreement of treaty between the United States and foreign government or international organization, or the written directions of a foreign government reimbursing the agency for the cost of the procurement of the property or services for such government, have the effect of requiring the use of procedures other than competitive procedures). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2301).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $10,541,342 cost-plus-incentive-fee modification to previously awarded contract (N00024-23-C-5123) to exercise options for in-Service AEGIS combat system baseline sustainment and product documentation. Work will be performed in Moorestown, New Jersey and is expected to be completed by Dec. 31, 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,742,364 (64%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,965,236 (19%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,424,865 (13%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $272,955 (2%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $113,559 (1%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $22,269 (1%), will be obligated at time of award and funds in the amount of $2,260,459 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

GPS Source Inc., Colorado Springs, Colorado, is awarded a $10,200,000 firm-fixed-price indefinite-delivery, indefinite-quantity contract to procure up to a maximum quantity of 2000 global positioning system (GPS) source signal splitters and up to a maximum quantity of 4000 GPS source antennas to improve signal reliability in military environments with high electromagnetic interference and provide critical radio frequency links to other equipment to support the U.S. Special Operations Command Family of Specialized Operations Vehicles. Work will be performed in Colorado Springs, Colorado, and is expected to be completed in June 2029. Fiscal 2024 operations maintenance (Defense) funds in the amount of $36,000 will be obligated at time of award; $36,000 of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0019).

Raytheon Co., Indianapolis, Indiana, is awarded a $10,174,654 cost-plus-fixed-fee order (N0001924F2603) against a previously issued basic ordering agreement (N0001920G0007). This order provides for sustainment of delivered block fleet releases, as well as ongoing development of flight test and fleet releases and analysis in support of implementation of future sustainment block fleet releases for the V-22 avionics systems for the Navy, Marines, and Air Force. Work will be performed in Indianapolis, Indiana, and is expected to be completed in March 2026. Fiscal 2024 operation and maintenance (Air Force) funds in the amount of $6,372,523; fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,167,213; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $916,230; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $281,663; fiscal 2024 aircraft procurement (Navy) funds in the amount of $237,415; and fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $199,610, will be obligated at the time of award, $8,539,736 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EnergySolutions Services Inc., Salt Lake City, Utah, is awarded a $7,976,107 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the transportation and disposal of Class A low-level radioactive waste in support the Naval Nuclear Propulsion Program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,976,107. The work directed by the contract will be performed at EnergySolutions’s Clive Disposal Site located in Clive, Utah. This contract is a follow-on and services performed under this contract are ongoing. Fiscal 2024 appropriation account operation and maintenance (Navy) and fiscal 2024 appropriation account funding in the minimum guarantee amount of $1,500 will be obligated at time of award and will not expire at the end of the current fiscal year. Funding will be provided via the issuance of individual task orders against the contract. This contract was competitively procured on the basis of full and open competition and two offers were received via Sam.gov. Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity (N42158-24-D-E001).

DEFENSE LOGISTICS AGENCY

DNO Inc.,* Columbus, Ohio, has been awarded a maximum $267,877,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Michigan, with a June 23, 2029, ordering period end date. Using customers are Department of Agriculture Lower Michigan 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-S772).

Noble Supply and Logistics,* Boston, Massachusetts, has been awarded a maximum $60,000,000 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 180-day bridge contract with no option periods. Locations of performance are Connecticut, Delaware, Maine, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, and Vermont, with a Dec. 27, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0022).

ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Beltsville, Maryland, has been awarded a maximum $60,000,000 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 180-day bridge contract with no option periods. Locations of performance are West Virginia, Virginia, and Washington, D.C., with a Dec. 27, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0023).

Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded an estimated $8,089,409 modification (P00078) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for additional electric utility system services. This is a fixed‐price with economic‐price‐adjustment contract. The performance completion date is May 1, 2069. Using military service is Army. Type of appropriation is fiscal 2024 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ARMY

Frontline King George JV LLC,* Silver Spring, Maryland, was awarded a $124,948,688 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for multifunctional base operations and maintenance support services. Bids were solicited via the internet with six received. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of June 30, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $7,567,784 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W9124A-24-C-0005).

Downrange Construction LLC,* Leitchfield, Kentucky, was awarded a $9,616,975 firm-fixed-price contract to provide complete and full preventive maintenance and repair on HVAC equipment. 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 June 30, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124D-24-D-0010).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, is being awarded a $115,158,530 firm-fixed-price modification to an existing delivery order (H9224122F0073) for procurement of MH-47G renew build rotary wing aircraft in support of the U.S. Special Operations Command (USSOCOM). This order is funded with fiscal 2024 procurement, defense-wide and aircraft procurement, Army funds. The majority of the work will be performed in Ridley Park, Pennsylvania, and is expected to be completed by July 2027. This contract was awarded through a noncompetitive modification to an existing delivery order in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Space, Huntsville, Alabama, is being awarded a $41,918,817 cost-plus-fixed-fee and firm-fixed-price modification (P00063) to previously awarded contract HQ0147-18-C-0007. The value of this contract is increased from $225,662,226 to $267,581,043. Under this modification, the contractor will support obsolescence implementation and systems engineering program management. The work will be performed in Huntsville, Alabama. The performance period is June 26, 2024, through Jan. 31, 2027. Fiscal 2024 research, development, test and evaluation totaling $7,000,000 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $ 24,797,994 firm-fixed-price definization modification (PZ0001) to previously awarded contract FA8232-22-D-0004 from an undefinitized contract action that obligated $4,000,000 and a maximum amount to include a time-and-materials ceiling amount of $100,000 for F-16 Systems Program Office Foreign Military Sales (FMS) support. The locations of performance are Fort Worth, Texas; Greenville, South Carolina; and the major portion of the modification is taking place in Poland. This modification involves FMS to Poland. The work is expected to be completed by April 30, 2029. FMS funds in the amount of $20,797,994 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

LMR Technical Group LLC, Dallas, Texas, has been awarded a $20,309,192 firm-fixed-price, level-of-effort modification (P00018) to previously awarded contract FA489020C0005 for the A3 Optimizing Human Weapon System Services. This contract modification exercises Option Period Four, which provides continued support services to increase the physical capacity of fighter aircrew, decrease the rate of injuries, and accelerate return to duty. Contractor personnel will work with active duty, Air National Guard, and Air Force Reserve Component fighter aircrew to optimize physical performance targeting neck and back pain prevention while monitoring, analyzing, and resolving physical readiness concerns. The location of performance is at multiple bases across the Air Combat Command, Pacific Air Forces, and U.S. Air Forces Europe. The work is expected to be completed by June 30, 2025. Fiscal 2024 Air Force operations and maintenance funds in the amount of $4,945,272; and Air Force research, development, test and evaluation funds in the amount $147,098, are being obligated at the time of award. Total cumulative face value of the contract is $95,888,763. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

NewBridge Partners Inc., Herndon, Virginia, has been awarded a $9,525,870 cost-plus-fixed-fee modification (P00019) to previously awarded contract FA8750-21-C-1515 for geospatial intelligence space and network architectures. The contract modification is for additional architecture development and collection orchestration capabilities to enable dynamic input from sources outside of traditional tasking methods. Specific additional activities include researching opportunities for technology insertion into the architecture developed, researching cloud and analytic ground architecture solutions, performing further modeling and simulation, developing an advanced Overhead Persistent Infrared system, and refining resourcing requirements and trade studies for advanced geospatial intelligence architectures. The location of performance is Herndon, Virginia. The work is expected to be completed Aug. 12, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount $959,820 are being obligated at the time of award. Total cumulative face value of the contract is $20,160,731. The Air Force Research Laboratory Information Directorate Contracting, Rome, New York, is the contracting activity.

Falcon Transport LLC, Lanham, Maryland, was awarded an $8,046,403 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Joint Base Anacostia-Bolling (JBAB) school bus transportation services during base year and Option Periods One and Two. The locations of performance are JBAB, Washington D.C.; and multiple local schools off base within the National Capital Region. The work is expected to be completed July 31, 2027. This award is the result of a competitive acquisition, and five offers were received. Funds will be obligated on each issued order. The 11th Contracting Squadron, JBAB, Washington, D.C., is the contracting activity (FA7060-24-D-0005).

CFD Research Corp., Huntsville, Alabama, has been awarded an $11,775,415, cost-plus-fixed-fee contract for research and development. This contract provides for the development of novel, autonomous sensing technologies for military requirements and to adapt state-of-the-art commercial tools to battlefield conditions. Research objectives involve knowledge generation and management. Multiple sensors, intelligence types, and domains fuse to create mission essential knowledge. These research efforts may apply machine and deep learning techniques to fuse soft and hard sources. Techniques will automate knowledge representation as well as data generation, conversion, fusion, and exploitation. The location of performance is Huntsville, Alabama, with base support at Wright-Patterson Air Force Base, Ohio. The work is expected to be complete by June 6, 2028. Fiscal 2024 research, development, test and evaluation funds in the amount of $114,000 are being obligated at the time of award. Air Force Material Command, Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2377-24-C-B021). (Awarded June 12, 2024)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Systems & Technology Research, Woburn, Massachusetts, has been awarded a $13,587,958 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Woburn, Massachusetts (66%); and Indianapolis, Indiana (34%), with an expected completion date of June 2026. Fiscal 2024 research, development, test and engineering funds in the amount of $7,614,327 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001124C0467).

*Small business
**Small-disadvantaged business

6/27

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $1,564,262,634 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-fee, and firm-fixed-price contract. This contract procures logistics support, to include ground maintenance activities, action request solution, depot activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot training, maintainer training, and training system sustainment in support of delivered F-35 Lightning II Joint Strike Fighter Air Systems for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (57%); Orlando, Florida (26%); Greenville, South Carolina, (11%); Marietta, Georgia, (4%); and Palmdale, California (2%), and is expected to be completed in December 2024. Fiscal 2024 operation and maintenance (Air Force) funds in the amount of $405,398,439; fiscal 2024 operation and maintenance (Marine Corp) funds in the amount of $215,111,926; fiscal 2024 operation and maintenance (Navy) funds in the amount of $104, 955,190; FMS customer funds in the amount of $124,424,645; and U.S. non-DOD participant funds in the amount of $270,806,575, will be obligated at time of award, $725,465,555 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1(a)(ii). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N000194C0039).

WITCO Industries Ltd., Okinawa, Japan (N40084-24-D-0066); American Engineering Corp., Okinawa, Japan (N40084-24-D-0067); Kyunan Co. Ltd., Miyazaki, Japan (N40084-24-D-0068); Mitomo Co. Ltd., Yokohama, Japan (N40084-24-D-0069); Nihon Meccs Co. Ltd., Chuo-Ku, Japan (N40084-24-D-0070); Ohna Denken Co. Ltd., Okinawa, Japan (N40084-24-D-0071); Onaka Gumi Co. Ltd., Okinawa, Japan (N40084-24-D-0072); Seikitokyu Kogyo Co. Ltd., Kunigami-Gun, Japan (N40084-24-D-0073); TECC Corp., Yokohama, Japan (N40084-24-D-0074); and Yabu Doken-Hexel Works JV, Urasoe, Japan (N40084-24-D-0075), are awarded a combined $250,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, design-bid-build, multiple award construction contract for repairs, alternation, construction and demolition work to shore facilities. Work will be performed at Okinawa, Japan, and is expected to be completed by June 2032. Fiscal 2024 operation and maintenance (Marine Corps) in the amount of $347,036 will be obligated at time of award, and funds in the amount of $347,036 will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with 16 offers received. Naval Facilities Engineering Command, Yokosuka, Japan, is the contracting activity.

Black & Veatch-Jacobs JV, Leawood, Kansas, is awarded a $249,000,000 indefinite-delivery indefinite-quantity architect-engineer (A-E) contract for A-E services for construction of missile defense system and supporting infrastructure projects. This contract provides for execution and delivery of site development and planning. Work will be performed in Guam and the Commonwealth of the Northern Marianas Islands (70%), Hawaii (20%), Australia (5%), Japan (5%). Fiscal 2023 military construction (MILCON) (planning and design) contract funds in the amount of $25,000 are obligated for the minimum guarantee of this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by MILCON, (planning and design). This contract was competitively procured via the sam.gov website with two proposals received. Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-D-0009).

Lockheed Martin, Rotary and Missions Systems, Liverpool, New York, is awarded a $40,783,601 firm-fixed-price modification to a previously awarded contract (N00024-20-C-5503) for provisioned item spares in support of the full rate production of Surface Electronic Warfare Improvement Program AN/SLQ-32(V)6 and AN/SLQ-32C(V)6 systems. Work will be performed in Liverpool, New York (98%); and Clearwater, Florida (2%), and is expected to be completed by December 2027. Working capital funds in the amount of $28,822,451 (71%); fiscal 2024 other procurement (Navy) funds in the amount of $10,292,944 (25%); and fiscal 2024 shipbuilding and conversion (Navy) in the amount of $1,668,206 (4%), 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.

RIX Industries,* Benicia, California, is awarded a not-to-exceed $31,949,367 for a firm-fixed-price, undefinitized contract action for the procurement of 25 Virginia-class high pressure air compressors. This is a stand-alone contract with no options. All work will be performed in Benicia, California, and is expected to be completed by July 2030. Annual working capital funds (Navy) in the amount of $23,962,025 will be obligated at 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 with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA41).

Air Cruisers Co. LLC, Liberty, Mississippi, is awarded a $22,101,751 firm-fixed-price requirement, long-term contract for the repair and overhaul of five parts in support of the Aviation Life Support System. This is a five-year contract with no option periods, and work will be completed by June 2029. All work will be performed in Liberty, Mississippi. No funds will be obligated at time of award and funds will not expire at the end of the current fiscal year. Appropriate fiscal year working capital funds (Navy) will be used as delivery orders are issued. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-BS01).

Applied Management Corp., Oxon Hill, Maryland, is awarded an $11,040,925 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-with-no-fee pricing for engineering services and documentation support of specialized technology in the Undersea Warfare tactical systems domain. Work will be performed in San Diego, California (93%); outside the continental U.S. (5%); and Oxon Hill, Maryland (2%). The period of performance of the base award is June 27, 2024, through June 26, 2029. No funds will be obligated at the time of award. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 3204(a)(1). Naval Information Warfare Center Pacific in San Diego, California, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $10,982,000 modification (P00006) to an undefinitized, firm-fixed-price order (N0001922F0030) against a previously issued basic ordering agreement (N0001921G0006). This modification increases the contract ceiling and adds scope to incorporate configuration changes to the Taiwan Harpoon Costal Defense System Launcher. Work will be performed in St. Charles, Missouri, and is expected to be completed in September 2028. Foreign Military Sales customer funds in the amount of $5,381,180 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 Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $9,501,920 cost-plus-fixed fee, level-of-effort, term contract. This contract provides support to the U.S. Special Operations Command and other commands with in-theater deployed military forces with critical, day-to-day support of the command, control, communications, computers, cyber, intelligence, surveillance, and reconnaissance equipment, systems, and subsystems that are fielded with those deployed military forces for the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field Special Communications Mission Solutions Division. This effort includes pre-deployment support; inspection, troubleshooting, and verification; integrated logistics support; configuration management, technical documentation, and training; and procurement support throughout the deployed mission systems life cycle. Work will be performed in U.S. Central Command (70%); U.S. Africa Command (12%); Lexington Park, Maryland (7%); U.S. European Command (5%); U.S. Indo-Pacific Command (3%); and U.S. Southern Command (3%), and is expected to be completed in July 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,135,000 will be obligated at the time of award. This contract was competitively procured via an electronic request for proposal; two offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042124C0060).

AIR FORCE

Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a not-to-exceed $520,400,000, fixed-price incentive, (firm-target) modification (P00008) to previously awarded contract FA8615-23-C-6050 for Foreign Military Sales (FMS) Block 70/72 F-16 Viper Shield electronic warfare suite production. The contract modification expands the current long lead materials contract to allow the contractor to begin production tasks. The location of performance is Fort Worth, Texas. The work is expected to be completed by June 30, 2028. This modification involves FMS to the Kingdom of Bahrain, the Republic of Bulgaria, the Kingdom of Morocco, the Slovak Republic, and the Taiwan Air Force. Foreign Military Sales funds in the amount of $152,700,00 are being obligated at the time of award. The total cumulative face value of the contract is $897,400,00. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

General Dynamics Land System Inc., Sterling Heights, Michigan, was awarded a $322,727,273 modification (P00108) to contract W56HZV-19-C-0036 for low-rate initial production of the M10 Booker. Work will be performed in Sterling Heights, Michigan; Anniston, Alabama; and Lima, Ohio, with an estimated completion date of Oct. 20, 2026. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $322,727,273 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Ernst & Young LLP, Washington, D.C., was awarded a $220,000,000 modification (P00095) to contract W91CRB-18-F-0238 to develop and implement solutions to control gaps in Army’s business processes, monitor and validate corrective actions, and to provide education and training to the Army financial management workforce. Work will be performed in Tysons, Virginia, with an estimated completion date of June 30, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $56,426,095 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Optumserve Health Services Inc., La Crosse, Wisconsin, was awarded an $82,229,630 firm-fixed-price contract for medical referral services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-24-D-0011).

Industrieanlagen-Betriebsgesellschaft Mit Beschraenkter Haftung, Ottobrunn, Germany (W912GB-24-D-0016); Jacobs Government Services Co., Arlington, Virginia (W912GB-24-D-0017); Natural Resource Innovations GmbH, Heidelberg, Germany (W912GB-24-D-0018); NV5 Geospatial Inc., Saint Petersburg, Florida (W912GB-24-D-0019); Woolpert Inc., Beavercreek, Ohio (W912GB-24-D-0020); and WSP USA Solutions Inc., Washington, D.C. (W912GB-24-D-0021), will compete for each order of the $50,000,000 firm-fixed-price contract for general architect and engineering mapping services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of June 26, 2029. U.S. Army Corps of Engineers, European District, is the contracting activity.

AM General, South Bend, Indiana, was awarded a $48,812,882 modification (P00001) to contract W56HZV-24-F-0136 for chassis and shop equipment contact maintenance shelters. Work will be performed in Mishawaka, Indiana, with an estimated completion date of April 27, 2029. Fiscal 2024 other procurement, Army funds in the amount of $48,812,882 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Spider Strategies Inc., Arlington, Virginia, was awarded a $40,000,000 modification (P00005) to contract W91CRB-22-D-0010 for software modules, enterprise and standalone licensing, software assurance, software maintenance, software enhancements, administration of performance management software and supporting subject matter. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2027. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Tabcon Inc.,* Queen City, Arizona, was awarded a $30,000,000 firm-fixed-price contract for replacement and repair for a broad range of roof types. Bids were solicited via the internet with 6 received. Work locations and funding will be determined with each order, with an estimated completion date of June 26, 2029. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-D-4001).

Cox Construction Co.,* Vista, California, was awarded a $19,069,000 firm-fixed-price contract to construct Construction of an area maintenance support activity and vehicle maintenance shop. Bids were solicited via the internet with 10 received. Work will be performed at Camp Pendleton, California, with an estimated completion date of Dec. 14, 2026. Fiscal 2023 military construction, Army Reserve funds in the amount of $19,069,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0015).

Direct Viz Solutions, Chantilly, Virginia, was awarded a $10,197,762 modification (P00041) to contract W91RUS-19-C-0014 for IT support services. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Aug. 31, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $6,823,508 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Cruz Associates Inc., Yorktown, Virginia, is being awarded a $102,939,291 firm-fixed-price task order (47QRAD20D3050-H9224124F0044) through General Services Administration One Acquisition Solution for Integrated Services (GSA OASIS) for contractor support services in support of U.S. Special Operations Command (USSOCOM) Technology Applications Program Office. Fiscal 2024 operations and maintenance; research, development, testing, and evaluation; procurement; and Foreign Military Sales in the amount of $7,274,128, are being obligated at time of award. The work will be performed in Newport News, Virginia, and is expected to be completed by December 2029. This contract was awarded through a competitive small business set-aside. USSOCOM solicited an electronic fair opportunity notice to GSA OASIS multiple award contracts as a small business set-aside in GSA OASIS Pool Three for 211 contract holders, and one offer was received. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFNSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Agile Decision Sciences LLC, Huntsville, Alabama, a certified 8(a) program participant contractor, has been awarded a $33,526,363 modification (P00016) to a previously awarded firm-fixed-price contract HS0021-22-C-0004 for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises Option Period Two to continue to provide DCSA cybersecurity support services. Work will be performed at Quantico, Virginia, with an estimated completion of June 28, 2027 (with options). Fiscal 2024 DCSA defense wide working capital funds in the amount of $14,378,816; and fiscal 2024 operations and maintenance funds in the amount of $5,081,870, were obligated at the time of award. The cumulative face value of the contract to date is $91,369,395. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

K.R. Campbell Inc., doing business as Hot & Cold Supply, Chesapeake, Virginia, has been awarded a maximum $23,400,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for FedMall ordering platform. This was a competitive acquisition with thirty-eight responses received. This is a three-year contract with no option periods. The performance completion date is June 23, 2027. Using military services are Army, Marine Corps, Navy, Air Force, and Space Command. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus (SP47W1-24-D-0002).

Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $16,927,067 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for curvy and straight trousers. This is a five-year contract with no option periods. The ordering period end date is June 24, 2029. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-N016).

UPDATE: Benco Dental Supply Co., Pittston, Pennsylvania (SPE2DH-24-D-0013, $45,000,000), 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-16-R0002 and awarded on Oct. 6, 2016.

WASHINGTON HEADQUARTERS SERVICES

Blackstone Consulting Inc., Los Angeles, California, (HQ084724D0001), is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a ceiling of $20,000,000. No funds are being obligated at time of award. The total, if all options are exercised, is $17,044,822. This is a non-personal services contract to provide dining facility support services for the George C. Marshall Center of the Defense Security Cooperation Agency. The period of performance is one 12-months base year, plus four 12-month options and one 6-month extension. The work will be performed in at the George C. Marshall Center, Garmisch-Partenkirchen, Germany. Washington Headquarters Services, Alexandria, Virginia, is the contracting agency.

*Small business
**Mandatory source

6/28

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $5,278,302,998 firm-fixed-price contract for Phased Array Tracking Radar to Intercept on Target Advanced Capability-3. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama; Clearwater, Florida; East Aurora, New York; Rocket Center, West Virginia; Vergennes, Vermont; Hollister, California; Wichita, Kansas; Lake Mary, Florida; Pinellas Park, Florida; Foothill Ranch, California; Ronkonkoma, New York; Camden, Arkansas; Chelmsford, Massachusetts; Lufkin, Texas; Ocala, Florida; Archibald, Pennsylvania; Lincoln, Nebraska; and Grand Prairie, Texas, with an estimated completion date of June 30, 2027. Fiscal 2024 missile procurement, Army funds and Foreign Military Sales funds in the amount of $5,278,302,998 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0022).

Georgia Vocational Rehabilitation Agency, Tucker, Georgia, was awarded a $329,771,376 firm-fixed-price contract for installation food services. 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 June 30, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-D-0001).

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $157,980,000 firm-fixed-price contract to construct a four-story office building. Bids were solicited via the internet with five received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of June 27, 2027. Fiscal 2024 military construction, Army funds in the amount of $157,980,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0018).

Mastodon Design LLC, Rochester, New York, was awarded a $99,991,845 firm-fixed-price contract for the Terrestrial Layer System Brigade Combat Team Manpack. 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 June 27, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-24-D-0004).

L3 Harris, Palm Bay, Florida, was awarded a $99,400,000 firm-fixed-price contract for large wideband satellite communications terminals and related support services. 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 June 26, 2032. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0024).

Inter-Coastal Electronics LLC, Meza, Arizona, was awarded a $94,362,000 firm-fixed-price contract for air defense training exercise capabilities. 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 June 27, 2029. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-D-0023).

Olin Winchester LLC, Oxford, Mississippi, was awarded a $58,529,810 modification (P00026) to contract W52P1J-21-C-0016 for 5.56 mm, 7.62 mm, and .50 caliber ammunition. Work will be performed in Oxford, Mississippi, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 and 2024 ammunition procurement, Army funds in the amount of $58,529,810 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Carapace Armor Technology LLC, Aberdeen, North Carolina, was awarded a $40,707,157 firm-fixed-price contract for ballistic windshield kits. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2031. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0041).

Birdon America Inc., Denver, Colorado, was awarded a $27,786,386 firm-fixed-price contract for sustainment equipment and fielding support services. Work will be performed in Denver, Colorado; Fort Johnson, Louisiana; and Fort Riley, Kansas, with an estimated completion date of July 22, 2026. Fiscal 2024 other procurement, Army funds in the amount of $27,786,386 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity is the contracting activity (W912CH-24-F-0063).

J Kokolakis Contracting Inc., New York, New York, was awarded a $20,205,093 firm-fixed-price contract for repairing, replacing, and upgrading infrastructure components to support a new radial forge at the Watervliet Arsenal. Bids were solicited via the internet with two received. Work will be performed in Watervliet Arsenal, New York, with an estimated completion date of Feb. 2, 2027. Fiscal 2023 weapons and tracked combat vehicle procurement, Army funds in the amount of $20,205,093 were obligated at the time of the award. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0016).

Hewlett Packard Enterprise Co., Spring, Texas, was awarded a $19,495,778 firm-fixed-price contract for delivery, installation and acceptance of computing systems. Bids were solicited via the internet with one received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of April 24, 2032. Fiscal 2024 other procurement, Army funds in the amount of $19,495,778 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-24-F-0213).

Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $18,723,933 modification (P00002) to contract W31P4Q-23-C-0032 for M270A2 spare parts. Work will be performed in Grand Prairie, Texas; New Boston, Texas; and Camden, Arkansas, with an estimated completion date of July 1, 2027. Fiscal 2024 Cooperative Partner United Kingdom funds and fiscal 2024 Cooperative Partner Italy funds in the amount of $18,723,933 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

H&H Builders Inc., Tooele, Utah, was awarded a $15,000,000 firm-fixed-price contract for reserve center support services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2025).

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia (HQ0034-24-D-0011); Booz Allen Hamilton, McLean, Virginia (HQ0034-24-D-0012); CACI Inc. Federal, Chantilly, Virginia (HQ0034-24-D-0013); Leidos Inc., Reston, Virginia (HQ0034-24-D-0014); and Science Applications International Corp., Reston, Virginia (HQ0034-24-D-0015), are awarded a firm-fixed-price, labor hour, time-and-materials contract valued at $1,500,000,000 to perform cybersecurity; IT; information enterprise; and administrative and program subject matter expertise and support services. No funds are being obligated at time of award. The total, if all options are exercised, is $1,500,000,000. Services include activities such as strategic planning, capital planning, technology performance, assessments, research and analysis, architectures, modeling, hardware and/or software development and/or acquisition, standards development and evaluation, customization of software analytical tools, models, decision aids, screening methods and techniques, simulation and war-gaming, and day-to-day security and administration. The work will be performed in Alexandria, Virginia; and Baltimore, Maryland. The estimated contract completion date is June 27, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Institute for Defense Analyses, Alexandria, Virginia (HQ003424D0020), is awarded a cost-plus-fixed-fee contract valued at $1,424,039,026. No funds are being obligated at time of award. The total, if all options are exercised, is $1,424,039,026. The Institute for Defense Analyses will provide research, analyses, technical evaluation, and test and evaluation support to the Office of the Secretary of Defense, the Joint Staff, the combatant commands, and defense agencies. This requirement will maintain the comprehensive evaluation of national security issues, including systems and technologies at all stages of development, deployment, and use. The tasking and future obligations will be issued via task orders and task order modifications. This notification covers all work to be awarded up to the ceiling amount of the indefinite delivery-indefinite quantity contract. The work will be performed in Alexandria, Virginia. The estimated contract completion date is June 30, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Copper River Technologies LLC, Anchorage, Alaska, is awarded a $10,691,688 modification (P00008) to firm-fixed-price contract HQ0034-23-C-0069 for services including financial management system and budget formulation tool monitoring support services. This includes technical, administrative, data control, and professional services that cover Defense Agencies Initiative and Hyperion, and budget tool sustainment, budget formulation, improvement, and optimization of the Washington Headquarters Services Revolving Fund and General Fund execution, and Direct Treasury Disbursement. Fiscal 2024 operations and maintenance funds in the amount $5,253,994 are being obligated at time of award. The total, if all options are exercised, is $26,955,910. The work will be performed in Arlington, Virginia; and Alexandria, Virginia. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Crowley Government Services Inc., Jacksonville, Florida (HTC71124DR035), has been awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price with economic-price-adjustment contract in the amount of $613,333,344. This Defense Transportation Services contract is to obtain transportation services to support the Department of Defense from receipt of a shipment request through final payment for services rendered. Transportation support for Freight All Kinds services will be provided within the continental U.S., Alaska, Puerto Rico, and Canada. The base period of performance is from Aug. 1, 2024, to July 31, 2025. Working capital funds (Transportation) will be obligated for fiscal years 2024, 2025, and 2026. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Moog Inc., East Aurora, New York, is being awarded $160,000,799 for a firm-fixed-price, long-term contract for the repair of swashplates, elevators, and flaperons in support of the V-22 aircraft. This is a three-year contract with no option periods, and work will be completed by June 2027. Work will be performed in East Aurora, New York (60%); and Cherry Point, North Carolina (40%), for the first year. The remaining two years will be distributed 50% and 50% for both locations. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance, 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 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-BL01).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $50,462,612 firm-fixed-price modification to a previously awarded contract (N00024-23-C-5325) for MK 41 Vertical Launching System (VLS) modules and ancillary hardware in support of fiscal 2022-2027 MK 41 VLS production requirements. This procurement combines purchases for the Navy (62%); and the government of the Netherlands (38%) under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey (31%); Indianapolis, Indiana (27%); Saginaw, Michigan (7%); Farmingdale, New York (6%); St. Peters, Missouri (3%); San Jose, California (2%); Radford, Virginia (1%); and various other locations (23%), and is expected to be completed by July 2030. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $19,304,910 (38%); FMS (Netherlands) funds in the amount of $12,181,928 (24%); fiscal 2024 defense-wide procurement funds in the amount of $8,691,687 (17%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,834,403 (16%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,172,610 (4%); and fiscal 2024 other procurement (Navy) funds in the amount of $277,074 (1%), 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.

Northrop Grumman Systems Corp., Melbourne, Florida, is being awarded a $41,009,379 ceiling-priced delivery order N00383-24-F-S51H under a previously awarded basic ordering agreement (N00383-22-G-S501) for the procurement of four E-2D rotodome spares that enhance the E-2D advance capabilities used on the E-2D Advanced Hawkeye aircrafts. The delivery order does not include an option period. All work will be performed in Melbourne, Florida. Work is expected to be completed by July 2030. Working capital funds (Navy) in the amount of $20,094,596 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $28,329,633 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-type modification to a previously awarded task order (N00024-23-F-5100) for Canadian surface combatant system design, analysis, computer program software development, and integrated logistics support. This contract involves Foreign Military Sales (FMS) to Canada. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2024. FMS (Canada) funds in the amount of $28,329,633 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 $27,359,086 firm-fixed-price modification (P00007) to a previously awarded contract (N0001922C0031). This modification adds scope and increases ceiling to procure 24 mid-body range safety subsystem kits and flight test kits in support of Tactical Tomahawk missiles for the Navy, Army, and Marine Corps. Work will be performed in Tucson, Arizona (50.13%); Boulder, Colorado (10.52%); Bristol, Pennsylvania (9.54%); Middletown, Connecticut (7.5%); Joplin, Missouri (6.02%); Lancaster, Pennsylvania (4.87%); Hanahan, South Carolina (3.88%); Anniston, Alabama (3.31%); Ontario, Canada (2.12%); Tampa, Florida (1.4%); and various location within the continental U.S.(below 1%), and is expected to be completed in May 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,139,962; fiscal 2023 weapons procurement (Navy) funds in the amount of $18,239,391; fiscal 2023 procurement (Marine Corps) funds in the amount of $4,559,847; fiscal 2023 research, development, test and evaluation (Army) funds in the amount of $3,419,886, will be obligated at the time of award, of which $3, 419,886 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $19,216,091 firm-fixed-price modification to previously awarded contract N00024-22-C-2253 for the detail design and construction of an additional yard repair, berthing, and messing craft, with delivery to San Diego, California. This award includes exercise of a design changes option. Work will be performed in Amelia, Louisiana, and is expected to be completed by September 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $19,216,091 will be obligated at time of award which will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Corp., Charlottesville, Virginia, is awarded a $19,153,912 firm-fixed-price modification to previously awarded contract N00024-23-C-5234 for the manufacture of surface and submarine inertial sensor module configurations, and associated support equipment, in support of the integrated warfare systems navigation program. Work will be performed in Charlottesville, Virginia, and is expected to be completed by January 2027. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $9,539,475 (50%); fiscal 2024 other procurement (Navy) funds in the amount of 5,798,647 (30%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $3,815,790 (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.

Laurel Technologies Partnership, Johnstown, Pennsylvania, is awarded an $18,955,631 firm-fixed-price modification to a previously awarded contract (N6339422C0003) for the manufacture, assembly, test, and delivery of vertical launching system launch control units and associated maintenance assistance modules, onboard repair parts and installation and checkout components kits. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by September 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $3,772,643 (20%); Presidential Drawdown Authority funds in the amount of $2,515,494 (13%); other procurement (Navy) funds in the amount of $1,812,275 (10%); and Foreign Military Sales funds in the amount of $10,855,219 (57%), will be obligated at time of award and will not expire at the end of the current fiscal year. This modification combines purchases for the U.S. government (43%); and the governments of Germany (21%), Japan (16%), Netherlands (10%), and Belgium (10%), under the FMS Program. Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Moorestown, New Jersey, is being awarded a noncompetitive, cost-plus-incentive-fee, and cost-plus-fixed-fee contract with a total value of $122,449,643. Under this contract extension, Lockheed Martin will continue systems development, sustainment, and test support of the Long-Range Discrimination Radar. The work will be performed in Moorestown, New Jersey; and Clear, Alaska. The performance period is July 1, 2024, to March 31, 2027. Fiscal 2024 research, development, test and evaluation funds in the amount of $122,449,643 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-16-C-0011).

U.S. SPECIAL OPERATIONS COMMAND

Blue Tech Inc.,** San Diego, California, is being awarded a delivery order (H9241524F0075) to a contract (NNG15SD00B) for VMware Cloud Foundation software and a technical account manager with a 12-month period of performance and four 12-month option periods starting July 1, 2024. This is a firm-fixed-price order with a value of $49,348,375 in support of U.S. Special Operations Command (USSOCOM). Fiscal 2024 operations and maintenance funds in the amount of $8,576,035 are being obligated at time of award. Subsequent funding will utilize the appropriate fiscal year operations and maintenance. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

L3 Harris ForceX Inc., Nashville, Tennessee, has been awarded a minimum $16,694,371 firm-fixed-price delivery order (SPRRA2-24-F-0146) against a six-year long-term contract (SPRRA2-24-D-0017) for material and non-recurring engineering. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1) as stated in Federal Acquisition Regulation 6.302-1. The delivery order completion date is Feb. 1, 2025. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 Army research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

MTP Drivetrain Services LLC,* Many, Louisiana, has been awarded an estimated $8,426,952 firm-fixed-price, requirements type contract for various axle assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The performance completion date is June 28, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0055).

*Small business
**Women-owned small business
This entry was posted on Monday, July 01, 2024 5:01 pm

Leave a Reply

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

Notify me of updates to this conversation