INSIDE THE

NEWS + ADVICE

DoD Contracts: Canvas, Noblis, PAR Government Systems, MITRE, KPMG, CALIBRE, Week of 9-11-23 to 9-15-23

Posted by Ashley Jones
aircraft

9/11

NAVY

Lite Coms LLC,* Victor, New York, is awarded a $500,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of Marine Corps Wideband Satellite Communication-Light and -Heavy (MCWS-L/H). This contract provides for MCWS-L/H test systems, and developmental testing and logistics effort to support a fielding decision, as well as production, testing, and delivery of systems to support the Marine Corps’ fielding requirements. The contract will also require delivery of the following, as ordered: technical data, logistics data, training data, training support, fielding support, and sustainment support, as well as any technology upgrades or engineering changes needed to maintain the relevance of the MCWS-L and MCWS-H systems. Work will be performed at Victor, New York, with an expected completion date of September 2028. The maximum dollar value, including all ordering periods, is $500,000,000. Fiscal 2023 procurement (Marine Corps) funds in the amount of $7,753,632 are being obligated at the time of award. Contract funds in the amount of $7,753,632 will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management and Procurement Integrated Enterprise Environment websites, with six offers received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-2060).

Raytheon Co., Tucson, Arizona, is awarded a not-to-exceed $80,300,000 undefinitized modification (P00011) to a previously awarded fixed-price incentive (firm-target) contract (N0001921C0723). This modification adds scope to provide non-recurring tooling, equipment, and associated support required to increase the annual AIM-9X missile production capacity for the Navy. Work will be performed in St. Albans, Vermont (18.1%); Simsbury, Connecticut (16.2%); Keyser, West Virginia (10.3%); Tucson, Arizona (9.7%); Murrieta, California (8.1%); St. Petersburg, Florida (5.5%); Midland, Ontario, Canada (4.2%); Anniston, Alabama (4.2%); Vancouver, Washington (4.2%); El Cajon, California (4.2%); Niles, Illinois (4%); Heilbronn, Germany (3.1%); Goleta, California (3.1%); Logan, Utah (1.9%); Anaheim, California (1%); Lexington, Kentucky (1%); and various locations within the continental U.S. (1.2%), and is expected to be completed in June 2026. Fiscal 2023 weapons procurement (Navy) funds in the amount of $16,140,000 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.

Oceaneering International Inc., Hanover, Maryland, was awarded a $31,196,460 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-4315 to exercise options 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 2023 operation and maintenance (Navy) funds in the amount of $6,811,591 (79%); and fiscal 2023 other procurement (Navy) funds in the amount of $1,795,226 (21%), will be obligated at the time of award, and funds in the amount of $6,811,591 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 8, 2023)

General Dynamics Information Technology Inc., Falls Church, Virginia (N66604-23-D-R301); Serco Inc., Herndon, Virginia (N66604-23-D-R302); EMS Defense Technologies Inc., Norcross, Georgia (N66604-23-D-R303); Research and Development Solutions Inc.*, McLean, Virginia (N66604-23-D-R304); and SEACORP LLC, Middletown, Rhode Island (N66604-23-D-R305), were awarded a combined $24,978,772 firm-fixed-price, indefinite-delivery/indefinite quantity multiple award contract for the fabrication, assembly, testing, certification, and delivery of antenna, imaging, and electronic warfare for Navy platforms. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. Work will be performed in Pawcatuck, Connecticut (20%); Norcross, Georgia (20%); Falls Church, Virginia (10%); Chesapeake, Virginia (10%); Herndon, Virginia (10%); Ludlow, Massachusetts (10%); Groton, Connecticut (7%); Middletown, Rhode Island (7%); and Jacksonville, Florida (6%), and is expected to be completed by August 2028. Fiscal 2021 other procurement (Navy) funds in the amount of $1,500 (60%); and fiscal 2023 other procurement (Navy) funds in the amount of $1,000 (40%), will be obligated at the time of award, and $1,500 will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with six offers received. Naval Undersea Warfare Center, Newport, Rhode Island, is the contracting activity. (Awarded Sept. 8, 2023)

General Atomics Aeronautical Systems, Inc., Poway, California, is awarded a $10,580,823 firm-fixed-price, cost-plus-fixed-fee order (N0001923F0173) against a previously issued basic ordering agreement (N0001922G0006). This order is for the production and delivery of six SkyTower I pods, four air vehicle installation kits, four ground control station installation kits, and product support materials in support of the MQ-9 program for the Marine Corps. Work will be performed in Poway, California (70%); Yuma, Arizona (20%); and Patuxent River, Maryland (10%), and is expected to be completed in January 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $186,577l; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $10,394,246, 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.

Erie Forge and Steel, Erie, Pennsylvania, is awarded $9,264,488 for a firm-fixed-price, undefinitized contract action for the procurement of two Virginia-class submarine shafts. All work will be performed in Erie, Pennsylvania. The contract will include an approximately three-year base period and one two-month option period which if exercised, the total value of this contract will be $14,052,074. Work will be completed by June 2026; if all options are exercised, work will be completed by August 2026. Other procurement (Navy) funds in the amount of $6,948,366 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. This contract resulted from a full and open competitive solicitation with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-C-ZA25).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,057,109 modification (P00025) to a cost-plus-fixed-fee, firm-fixed-price order (N0001920F0571) against a previously issued basic ordering agreement (N0001919G0008). This modification exercises options to procure material modification kits, special test/tooling equipment, and product engineering support, in support of various F-35 aircraft modifications and retrofit efforts for the Air Force, Navy, and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2028. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $6,719,986; fiscal 2023 aircraft procurement (Navy) funds in the amount of $347,342; fiscal 2022 aircraft procurement (Navy) funds in the amount of $317,056; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $86,337; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $586,388, will be obligated at the time of award, $586,388 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a firm-fixed-price, fixed-price incentive (firm-target), cost-plus-incentive-fee, cost-plus-fixed-fee, and indefinite-delivery/indefinite-quantity contract with a ceiling of $226,522,000 for Global Aircrew Strategic Network Terminal Increment 2, Block 1. This contract provides for the production of High-Altitude Electromagnetic Pulse and radiation hardened general area alerting, personal area alerting, and ultra-high frequency line of sight communications to aircraft at both fixed sites as well as dispersed locations. Work will be performed at Taunton, Massachusetts, and is expected to be completed by Sept. 10, 2030. This contract was a sole-source acquisition. Fiscal 2023 Air Force procurement funds in the amount of $10,957,773 are being obligated at time of award. The Nuclear Networks Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8735-23-D-B004).

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $36,981,022 firm-fixed-price contract action modification (P00004) to previously awarded contract FA8107-21-D-0001 for extending the engine critical design review by 10 months. Work will be performed at Indianapolis, Indiana, and is expected to be completed by Oct. 1, 2025. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

The University of Dayton Research Institute, Dayton, Ohio, was awarded a $12,530,010 cost-plus-fixed-fee contract for virtual, augmented, and mixed reality readiness. This contract provides for the development of a variety external reality system to support Air Force activities such as spraying, coating, and robotics control. Work will be performed at Dayton, Ohio, and is expected to be completed by Nov. 30, 2026. This contract was a competitive acquisition, and one offer was received. Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $12,530,010 are being obligated at time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B012). 

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $9,256,318 contract modification (P00217) to a previously awarded contract FA8823-20-C-0004 for the Eglin Sensor Com Upgrade Phase II project. The modification brings the total cumulative face value of the contract to $722,802,412. Work will be performed at is Colorado Springs, Colorado; and Eglin Air Force Base, Florida, and is expected to be completed by Sept. 11, 2025. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,100,000 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity.

ARMY

Bristol Prime Contractors LLC,* Anchorage, Alaska (W912HP-23-D-6002); Gideon Contracting LLC,* San Antonio, Texas (W912HP-23-D-6003); Mig Gov LLC,* Virginia Beach, Virginia (W912HP-23-D-6004); and HSU EGI JV LLC,* Gaithersburg, Maryland (W912HP-23-D-6005), will compete for each order of the $99,000,000 firm-fixed-price contract for fire protection construction. Bids were solicited via the internet with seventeen received. Work locations and funding will be determined with each order, with an estimated completion date of March 11, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity.

MVL USA Inc.,* Lansing, Michigan, was awarded a $67,695,427 firm-fixed-price contract for construction services. Bids were solicited via the internet with two received. Work will be performed in Kwajalein Atoll, Marshall Islands, with an estimated completion date of May 30, 2027. Fiscal 2023 military construction, Army funds in the amount of $67,695,427 were obligated at the time of the award. U.S. Army Corps of Engineers is the contracting activity (W9128A-23-C-0010).

BAE Systems Information and Electronic Systems Integration Inc., Fort Wayne, Indiana, was awarded a $64,786,234 firm-fixed-price contract for AN/ARC-231, AN/ARC-231A, AN/ARC-164A, MXF-4058, MXF-4059, MXF-4027, MXF-4027, and MXF-4032 radios with associated spare parts and ancillary training. 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 Aug. 31, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-D-5000).

Carlisle Construction LLC,* Pine Mountain, Georgia, was awarded a $50,000,000 modification (P00007) to contract W911SF-20-D-0003 for a ceiling increase to the multiple award task order contract. Bids were solicited via the internet with 33 received. Work locations and funding will be determined with each order, with an estimated completion date of May 7, 2025. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-20-D-0003).

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $49,241,529 cost-plus-fixed-fee contract for an energy conservation and steam distribution rehabilitation/repair project for the development and implementation of a comprehensive energy conservation plan. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 ammunition procurement, Army funds in the amount of $49,241,529 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-F-0412).

CALIBRE Systems Inc., Alexandria, Virginia, was awarded a $35,746,328 firm-fixed-price contract to provide training to Department of Defense personnel. 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 Sept. 15, 2028. Field Directorate Office – Fort Sam Houston, Fort Belvoir, Virginia, is the contracting agency (W91QV1-23-D-0014).

HDR Architecture Inc., Omaha, Nebraska (W912GB-23-D-0023); CH2MHill Inc., Greenwood Village, Colorado (W912GB-23-D-0024); and WSP USA Solutions Inc., Washington, DC (W912GB-23-D-0025), will compete for each order of the $35,000,000 firm-fixed-price contract for architect-engineering general services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 10, 2028. U.S. Army Corps of Engineers, European District, is the contracting activity.

P&W Construction Company LLC,* Knoxville, Tennessee, was awarded a $27,123,600 firm-fixed-price contract for construction of an aircraft maintenance facility. Bids were solicited via the internet with two received. Work will be performed in Louisville, Tennessee, with an estimated completion date of Sept. 8, 2025. Fiscal 2023 military construction funds in the amount of $27,123,600 were obligated at the time of the award. U.S. Property and Fiscal Officer, Purchasing and Contracting, Tennessee, is the contracting activity (W50S98-23-C-0002).

Mark Cerrone Inc,* Niagara Falls, New York, was awarded a $17,553,000 firm-fixed-price contract for environmental remediation. Bids were solicited via the internet with two received. Work will be performed in Tonawanda, New York, with an estimated completion date of Nov. 16, 2026. Fiscal 2023 civil construction funds in the amount of $17,553,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-23-C-0019).

DEFENSE LOGISTICS AGENCY

UPDATE: Caterpillar Inc., Peoria, Illinois (SPE8EC-23-D-0020, $255,000,000), has been added as an awardee to the multiple award contract for material handling equipment, issued against solicitation SPE8EC-21-R-0001 and awarded July 22, 2022.

*Small business

9/12

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $841,490,130 firm-fixed-price, cost-plus-incentive-fee modification (P00003) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001923D0010). This modification exercises options to provide non-recurring site activation, initial sustainment and associated administrative support, to include fleet management, support equipment, pilot flight equipment, post ejection survival training material, program management, and earned value management in support of the F-35 Joint Strike Fighter program of the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-Department of Defense participants. Work will be performed in El Segundo, California (52%); Orlando, Florida (44%); Fort Worth, Texas (3%); and Lancashire, United Kingdom (1%), and is expected to be completed in December 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $458,208,037 cost-plus-incentive-fee, cost-plus-fixed-fee order (N0001923F2625) against a previously issued basic ordering agreement (N0001920G0005). This order provides for retrofit installation of the cockpit technical refresh and theater combat identification, to replace the current integrated navigation and controls and display systems and tactical mission computer and display systems on E-2D Advanced Hawkeye aircraft. Work will be performed in Melbourne, Florida (49.7%); Cedar Rapids, Iowa (17.3%); Bloomington, Maryland (15.7%); St. Augustine, Florida (2.3%); Rolling Meadows, Illinois (2%); Ft. Lauderdale, Florida (1.7%); Greenlawn, New York (1.6%); Falls Church, Virginia (1.6%); Woodland Hill, California (1.4%); Laval, Quebec, Canada (0.01%); and various locations within the continental U.S. (6.69%), and is expected to be completed in September 2028. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $66,517,434 will be obligated at 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. 

B.L. Harbert International LLC, Birmingham, Alabama, is awarded a $210,239,736 firm-fixed-price construction contract for a weapons generation facility. This contract provides for, but is not limited to, construction of five new construction facilities, and renovation of an existing one story facility. Work will be performed at Barksdale Air Force Base, Bossier Parrish, Louisiana, and is expected to be completed by January 2026. Fiscal 2023 military construction (Air Force) contract funds in the amount of $109,336,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with two offers received. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-23-C-0044).

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, is awarded a $54,114,430 cost-plus-incentive-fee contract for the design, development, integration, testing, production, and delivery of the Dual Band Decoy countermeasure and associated assemblies for the Navy. Work will be performed in Nashua, New Hampshire (70.8%); Wenatchee, Washington (4.5%); Fremont, California (3.7%); Hopkinton, Massachusetts ( 2.8%); Newark, Delaware (2.2%); Keene, New Hampshire (2.1%); Wilmington, Massachusetts (1.7%); and various locations within the continental U.S. (12.2%), and is expected to be completed in December 2026. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $5,354,403; and fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $5,542,457, will be obligated at the time of award, $5,542,457 of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal, two offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0029).

Northrop Grumman Systems Corp., Bethpage, New York, was awarded a $46,705,533 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-6311 for Littoral Combat Ship Mission Module engineering and sustainment support. This modification includes options which, if exercised, would bring the cumulative value of this modification to $161,210,500. Work will be performed in Bethpage, New York (57%); Mayport, Florida (14%); Oxnard, California (14%); San Diego, California (14%); and Portsmouth, Virginia (1%), and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2026. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $11,211,936 (72%); fiscal 2023 other procurement (Navy) funds in the amount of $3,574,000 (23%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $810,111 (5%), will be obligated at the time of award, of which $11,211,936 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 8, 2023)

The Boeing Co., Seattle, Washington, is awarded a $31,718,461 cost-plus-fixed-fee order (N0001923F0635) against a previously issued basic ordering agreement (N0001921G0006). This order provides non-recurring engineering in support of the flight evaluation, analysis, installation, integration, and delivery of the Multi-Mission Pod capabilities to the P-8A aircraft for the Navy. Work will be performed in Seattle, Washington (81%); and Patuxent River, Maryland (19%), and is expected to be completed in September 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $17,870,892; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $159,346; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $13,688,223 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.

Lockheed Martin Corp., Manassas, Virginia, is being awarded a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a value of $18,308,576, and a five-year ordering period. This effort is for the continued software design agent for the existing Common Submarine Radio Room (CSRR) system and integrated Radio Communication System (iRCS). Also, to manage the software requirements database, control the CSRR and iRCS Control and Management (C&M) software baseline, provide platform- specific C&M software configurations, provide and prepare C&M software documentation, and implement software enhancements. Work will be performed in San Diego, California (70%); and Newport, Rhode Island (30%), with an expected completion date of September 2028. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $206,482 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-23-D-4001). 

EG DesignBuild LLC,* Germantown, Maryland, is awarded a $12,791,547 firm-fixed-price task order (N4008523F6576) under previously awarded multiple-award construction contract N40085-18-D-1126 to renovate and repair Hangar LF-60 for HSC-26 at Naval Station Norfolk, Virginia. This task order includes two options which, if exercised, would increase the cumulative task order value to $13,553,847. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2025. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $12,791,547 will be obligated at time of award and will expire at the end of the current fiscal year. This task order was competitively procured via the sam.gov and Procurement Integrated Enterprise Environment websites, with two offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Professional Systems Associates Inc.,* Panama City, Florida, was awarded a $10,000,000 indefinite-delivery/indefinite-quantity requirements contract for Configuration Management Professional Software (CMPRO), to include licenses, product maintenance, product support, and training. CMPRO is used for configuration and data management for products, software, and documentation for Naval Surface Warfare Center, Panama City Division (NSWC PCD) programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $10,000,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2024. If all options are exercised work will continue through September 2028. No funding will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. NSWC PCD, Panama City, Florida, is the contracting activity (N6133123D0005). (Awarded Sept. 8, 2023)

Marine Group Boat Works,* San Diego, California, was awarded a $9,351,700 firm-fixed-price contract for the accomplishment of the SEA21 Inactive Ships requirement for the tow and dismantlement of three mine countermeasures class ships. Work will be performed in San Diego, California, and is expected to be completed April 12, 2024. Fiscal 2021 other procurement (Navy) funds in the amount of $9,351,700 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4204). (Awarded Sept. 8, 2023)

ARMY

Raytheon Co., Tucson, Arizona, was awarded an Other Transaction Authority agreement with a ceiling of $418,339,008 for Stinger missile upgrades and replacement. Work will be performed in Tucson, Arizona, with an estimated completion date of March 12, 2028. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $26,129,388 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124-P-19-90001). 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded an Other Transaction Authority agreement with a ceiling of $311,979,039 for Stinger missile upgrades and replacement. Work will be performed in Grand Prairie, Texas, with an estimated completion date of June 12, 2028. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $26,129,389 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124-P-23-900001). 

University of Houston, Houston, Texas, was awarded a $63,500,000 cost-no-fee contract to conduct basic and applied research and development efforts into the analytical underpinnings of what is needed to help enable effective and timely decision-making. 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 Sept. 17, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0009). 

Northrop Grumman Defense Systems Sector, Huntsville, Alabama, was awarded a $59,865,254 modification (PZ0033) to contract W31P4Q-19-C-0003 for Integrated Battle Command System production hardware and software. Work will be performed in Huntsville, Alabama, with an estimated completion date of June 7, 2025. Fiscal 2010 Foreign Military Sales (Poland) funds in the amount of $59,865,254 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Dynamic Group LLC,* Baton Rouge, Louisiana, was awarded a $49,535,999 firm-fixed-price contract for hurricane and storm damage risk reduction. Bids were solicited via the internet with two received. Work will be performed in Reserve, Louisiana, with an estimated completion date of Sept. 5, 2026. Fiscal 2023 civil construction funds in the amount of $49,535,999 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W-912P8-23-C-0050). 

Nordic PCL Construction Inc., Honolulu, Hawaii, was awarded a $25,299,000 firm-fixed-price contract to repair or replace failing building components. Bids were solicited via the internet with three received. Work will be performed in Wahiawa, Hawaii, with an estimated completion date of May 1, 2026. Fiscal 2023 civil construction funds in the amount of $25,229,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting authority (W9128A-23-C-0011).  

Solvus Global LLC,* Worcester, Massachusetts, was awarded a $15,000,000 firm-fixed-price contract for research and development into the repair and restoration of long-range precision cannon tubes. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2026. Army Small Business Innovation Research Catalyst Program is the contracting authority (W51701-23-D-0002).  

Marinex Construction Inc., Charleston, South Carolina, was awarded a $13,542,300 firm-fixed-price contract for coastal storm risk management. Bids were solicited via the internet with three received. Work will be performed in Wrightsville Beach, North Carolina, with an estimated completion date of April 30, 2024. Fiscal 2023 civil operation and maintenance funds in the amount of $13,542,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting authority.  

Stanley Consultants Inc., Muscatine, Iowa, was awarded a $12,057,524 modification (P00002) to contract W912BV-22-F-0160 for the completion of a pilot study of surface water. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. 

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $12,005,812 modification (P00143) to contract (W56HZV-18-C-0133) to prevent a production break between the current Bradley production contract and the follow-on Bradley production contract. Work will be performed in York, Pennsylvania, with an estimated completion date of Dec. 31, 2023. Fiscal 2023 weapons and tracked combat vehicle procurement, Army funds in the amount of $12,005,812 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting authority. 

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded an $8,046,150 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Willacy, Texas, with an estimated completion date of June 1, 2024. Fiscal 2023 civil construction funds of $8,046,150 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting authority (W912HY-23-C-0020). 

AIR FORCE

Phoenix Management Inc., Cedar Park, Texas (FA4452-23-D-0016); Triad LSC, Arizona (FA4452-23-D-0012); T Square Logistics, Colorado Springs, Colorado (FA4452-23-D-0010); TA1 LLC, Goodyear, Arizona (FA4452-23-D-0011); Shiloh Services Inc., Smithsville, Texas (FA4452-23-D-0009); MACCS EASI JV2, Summersville, South Carolina (FA4452-23-D-0008); TA1 LLC, Goodyear, Arizona (FA4452-23-D-0015); Tanaq Government Services LLC, Anchorage, Alaska (FA4452-23-D-0013); and PDO-Vision JV LLC, Milwaukee, Wisconsin (FA4452-23-D-0014), were awarded multiple award, indefinite-delivery/indefinite-quantity contracts with a contract ceiling of $195,000,000 for transient alert services to be performed via fixed-price task orders. These contracts provide for transient alert services to support aircraft which are not assigned to a base, or that are en route from one location to another and may require routine servicing, including aircraft management control, arrival, processing, and departure services, aircraft emergency response, services for both in-flight emergency and ground emergency, and environmental compliance, in accordance with applicable Air Force instructions. Work will be performed at 59 Air Force bases, and is expected to be completed by Aug. 31, 2028. These awards are the result of a competitive acquisition and 24 offers were received. Fiscal 2023 operation and maintenance funds in the amount of $18,000 are being obligated at time of award through issuance of nine separate task orders to satisfy the minimum guarantee for each awardee in the amount of $2,000. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity. (Awarded Sept. 11, 2023)

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $26,012,097 firm-fixed-price and cost-plus-incentive-fee modification (P00058) to previously awarded contract FA8823-21-C-0001 for Space Based Infrared System Contractor Logistics Support and product and support integration contract evolution. The modification brings the total cumulative face value of the contract to $1,152,037,374. Work will be performed at Peterson Space Force Base, Colorado; Buckley SFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed by Sept. 11, 2025. Fiscal 2023 operation and maintenance funds in the amount of $26,012,097 are being obligated at time of award. Space Systems Command, Peterson SFB, Colorado, is the contracting activity.

Axient LLC, Huntsville, Alabama, has been awarded a $24,999,950 within scope, additional work modification (P00045) to previously awarded task order FA9453-19-F-0203 for the research and development integrated space experiments indefinite-quantity contract. The task order provides the Small Satellite Portfolio and the University Nanosat Program with research and development, systems engineering, mission development, assembly, integration and test capabilities, and program management for Cubesat and Smallsat space experiments and satellite programs. Work will be performed at Albuquerque, New Mexico, and is expected to be completed by March 5, 2027.  Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $5,177,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity. (Awarded Sept. 11, 2023)

The Boeing Co., Ridley Park, Pennsylvania, has been awarded an $8,361,229 not-to-exceed, firm-fixed-price, undefinitized modification (P00082) to previously awarded contract FA8739-18-C-5030 for installation of the P25 Radio. Work will be performed at Ridley Park, Pennsylvania; and Philadelphia, Pennsylvania, and is expected to be completed by Oct. 31, 2025. Fiscal 2023 aircraft procurement funds in the amount of $4,172,254 are being obligated at time of award. Helicopter Program Office Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity. (Awarded Sept. 8, 2023)

WASHINGTON HEADQUARTERS SERVICES

Science Applications International Corp., Reston, Virginia, is awarded a firm-fixed-price, level-of-effort, time-and-materials contract (HQ003423F0571) valued at $96,398,403 to provide support to the Office of the Under Secretary of Defense for Research and Engineering, Business Operations Directorate.  Fiscal 2023 and 2024 research, development, test, and evaluation funds in the amount of $12,006,089 are being obligated at the time of award, which is also the cumulative total of the contract.  The total value of the contract, if all options are exercised, is $96,398,403.  The contractor will provide highly specialized scientific engineering and technical assistance support services, including executive administration, financial, budget, human resources, public affairs, security, information technology management, and Special Access Programs, among others.  The work will be performed at the Pentagon, Arlington, Virginia; and the Mark Center, Alexandria, Virginia.  The estimated contract completion date is Sept. 10, 2028.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Thundercat Technology LLC, Reston, Virginia, a service-disabled veteran-owned small business, is being awarded a $17,655,959 firm-fixed-price contract (H92415-23-F-0185) for Hypori Virtual Mobile Infrastructure support, with a six month base period of performance, and two 12 month option periods starting Sept. 30, 2023, in support of U.S. Special Operations Command (USSOCOM), Special Operations Forces Acquisition, Technology, and Logistics Program Executive Office Command, Control, Computers and Communications. Fiscal 2023 operations and maintenance funds in the amount of $3,531,191 are being obligated at time of award. The requirement was solicited using a brand name specification acquisition strategy; consideration was not restricted to any particular vendor, and fair opportunity was provided to over 100 small businesses on the NASA SEWP contract vehicle in accordance with Federal Acquisition Regulation16.505. USSOCOM, Tampa, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Creation Gardens Inc., Louisville, Kentucky, has been awarded a maximum $122,659,607 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruit and vegetables. This was a competitive acquisition with three responses received. This is a four-year six-month contract with no option periods. The ordering period end date is March 11, 2028. Using customers are Army, Air Force, Air National Guard, Job Corps, and U.S. Department of Agriculture schools. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P407).

ROICOM USA LLC,* El Paso, Texas, has been awarded a maximum $34,145,064 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s service uniform all-weather coats. This was a competitive acquisition with eight responses received. This is a five-year contract with no option periods. The ordering period end date is Sept. 11, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0078).

*Small business

9/13

NAVY

LMR Technical Group LLC, Dallas, Texas, is awarded a $61,379,635 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Certified Athletic Trainer and Strength Conditioning Specialist/Sports Medicine and Injury Program. This contract provides for on-site certified athletic trainer and strength and conditioning specialist services for the Training and Education Command in support of the Marine Corps Operational Forces. Work will be performed at the following locations: Lejeune, North Carolina (22%); Camp Pendleton, California (9%); Kaneohe Bay, Hawaii (9%); Camp Schwab, Okinawa (7%); Twentynine Palms, California (5%); Miramar, California (5%); Camp Horno, California (4%); Camp Mateo, California (4%); Cherry Point, North Carolina (4%); Camp Courtney, Okinawa (4%); Del Mar, California (3%); New River, North Carolina (3%); San Diego, California (2%); Camp Foster, Okinawa (2%); Camp Hansen, Okinawa (2%); Camp Kinser, Okinawa (2%); Futenma, Okinawa (2%); Beaufort, South Carolina (2%); Parris Island, South Carolina (2%); Yuma, Arizona (1%); Iwakuni, Japan (1%); Marine Corps Detachment Fort Leonard Wood, Missouri (1%); Fort Sill, Oklahoma (1%); Bridgeport, California (1%); NAS Pensacola, Florida (1%); and Quantico, Virginia (1%). Work is expected to be completed by September 2028. This contract includes a five-year ordering period with a maximum value of this contract to $61,379,635. Fiscal 2023 operation and maintenance, Marine Corps funds in the amount of $2,800,000 are being obligated at time of award for the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with 11 proposals received. Marine Corps Installation National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-23-D-0001).

Teya Enterprises LLC, Anchorage, Alaska is awarded a $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, Alaska Native Corp., 8(a) sole source contract to support the sustainment, restoration, and modernization of facilities. Work will be performed in Bethesda, Maryland, and other continental U. S. locations as individual task orders are assigned. Work is expected to be completed by September 2028. Fiscal 2023 Navy working capital funds in the amount of $173,796 will be obligated for the seed task order at time of award and will not expire at the end of the current fiscal year. This contract is a sole-source award under Federal Acquisition Regulation 19.808-1 and Defense Federal Acquisition Regulation Supplement 219.808-1. Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N0016723D0011).

Dominion Energy South Carolina Inc., Cayce, South Carolina, is awarded a $27,467,138 firm-fixed-price task order (N4008523F9953) under previously-awarded General Services Administration Areawide contract GS-00P-16-BSD-1190 for design and construction of Energy Resilience and Conservation Investment Program P505 electrical distribution upgrades at Marine Corps Air Station Beaufort, South Carolina, and the implementation of selected energy conservation measures for lighting improvements. Work will be performed in Beaufort, South Carolina, and is expected to be completed by February 2026. Fiscal 2019 and fiscal 2020 military construction (Department of Defense) funds in the amount of $20,224,507 will be obligated at time of award, and funds in the amount of $17,419,367 will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $23,677,235 cost-plus-fixed-fee order (N0001923F0270) against a previously issued basic ordering agreement (N0001921G0006). This order provides engineering support, logistics management, product support analysis and integration, maintenance planning, technical data, and support equipment maintenance for the P-8A aircraft in support of the Navy and the governments of Australia, Norway, and the United Kingdom. Work will be performed in Jacksonville, Florida (25%); Whidbey Island, Washington (15%); Sigonella, Italy (10%); Sheik Isa Air Base, Bahrain (10%); Kadena, Japan (10%); Kaneohe Bay, Hawaii (7.5%); Patuxent River, Maryland (7.5%); Keflavik, Iceland (7.5%); and Misawa, Japan (7.5%), and is expected to be completed in September 2024. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $22,894,869; Foreign Military Sales customer funds in the amount of $139,294; and Royal Australian Air Force Cooperative funds in the amount of $202,202, will be obligated at the time of award, of which $22,894,869 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Viewsport Inc., Penfield, New York, is awarded a $23,486,325 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for branded promotional and incentive items for the Marine Corps Recruiting Command. Promotional items are issued for advertising purposes, while incentive items are issued to encourage or reward actions that assist Marine Corps recruiting. Work will be performed at Penfield, New York, with an expected completion date of Sept. 12, 2028. All promotional and incentive items ordered via this contract will be delivered to Austell, Georgia. This contract includes a five-year ordering period which the cumulative value of this contract is to be $23,486,325. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of no less than $3,274,330 are being obligated via task order at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via solicitation on the SAM.gov website, with seven proposals received. Regional Contracting Office, Parris Island, South Carolina, is the contracting activity (M00263-23-D-1005).

JP Logistics & Consulting LLC,* Prince George, Virginia, is awarded an $11,308,450 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for heating, ventilation, and cooling equipment, and system maintenance services for all equipment located at various Naval Surface Warfare Center Philadelphia Division government buildings at Naval Surface Warfare Center Philadelphia. The services under this contract include regular and recurring maintenance, diagnostic service requests, and corrective maintenance. Work will be performed at the government site in Philadelphia, Pennsylvania, and is expected to be completed by September 2028. Fiscal 2023 Navy working capital funds in the amount of $1,508,220 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with four offers received. Naval Surface Warfare Center Philadelphia Division Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-4007).

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $9,489,689 for a not-to-exceed, undefinitized contract action delivery order (N00383-23-F-X94Y), under previously awarded contract N00383-20-G-X901, for the procurement of six ignition cables, two thermocouples, three electrical solenoids, eight engine ignition leads, eight circulating fans, 73 H manifold assemblies, 73 manifold assemblies, and five core engine accelerated processing units in support of the H-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by March 2026. Annual working capital funds (Navy) in the amount of $7,117,266 will be obligated at the time of award, and will not expire at the end of the current fiscal year. One company was solicited for this non-competitive 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.

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, was awarded a cost-plus-fixed-fee, not-to-exceed $7,634,599, undefinitized order to previously awarded contract N00024-23-C-2324 for the procurement of material in support of the DDG 1000/1001 build yard modernization period availability. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2025. Fiscal 2023 other procurement (Navy) funding of $3,817,299 will be obligated at the time of award, and will not expire at the end of the current fiscal year. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Sept. 8, 2023)

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, was awarded $60,000,000 for a one-year, firm-fixed-price bridge contract (HT001123C0072) for Global Nurse Advice Line (NAL) support services. The Global NAL is a service to Military Health System eligible beneficiaries, and will provide access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. The Global NAL also offers customer service and care coordination services to include provider locator support, specified military treatment facility appointing services, urgent care referral submissions, and customized military treatment facility transfers to support the facility’s capability for eligible MHS beneficiaries. The Global NAL requires access and interoperability with existing military applications and systems including the Defense Enrollment Eligibility Reporting System, Composite Health Care System, and the new electronic health record called MHS GENESIS. Access and interoperability will allow for eligibility verification of Global NAL callers, and the ability to book primary care appointments, submit urgent care referrals and document the Global NAL encounters. Other capabilities include the ability to provide real-time information sharing, business intelligence, reporting, and archiving of documented call encounters at a corporate, regional, and local level. Additionally, the Global NAL contract will be modified under HT001123C0072-P00003 to remove all Red Hill support to include Secretarial Designation Program direction which was previously incorporated under HT001123C0072-P00001 and P00002. Fiscal 2023 operation and maintenance funds in the amount of $14,707,580 are obligated for contract modification HT001123C0072-P00003 to exercise and fully fund Option Two contract line items 2001-2007 for three months from Sept. 18, 2023 through Dec. 17, 2023. Work will be performed at contractor facilities, either in call center(s) or at remote locations. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

ARMY

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $46,407,842 modification (P00024) to contract W56HZV-17-D-0008 for early entry fluid distribution systems. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 25, 2027. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting authority. 

CCI Capco LLC doing business as Valor Tactical Innovation,* Grand Junction, Colorado, was awarded a $27,779,659 contract for bomb stabilizer unit assembly. 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 Sept. 11, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-D-0029). 

CCI Energy and Construction Services LLC,* Anchorage, Alaska, was awarded a $10,593,996 firm-fixed-price contract to replace dedicated air units. Bids were solicited via the internet with five received. Work will be performed at Fort Sill, Oklahoma, with an estimated completion date of Feb. 1, 2027. Fiscal 2023 operation and maintenance, Army funds in the amount of $10,539,996 were obligated at the time of the award. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-C-0016).

DEFENSE LOGISTICS AGENCY

Middle Atlantic Wholesale Lumber Inc.,* Baltimore, Maryland (SPE8E6-23-D-0001); S&S Forest Products LLC,* Boerne, Texas (SPE8E6-23-D-0002); Progressive Services Corp.,* Beaverton, Oregon (SPE8E6-23-D-0003); and Forest Products Distributors Inc.,* Rapid City, South Dakota (SPE8E6-23-D-0004), are sharing a maximum $40,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E6-23-R-0001 for all items under the classification of lumber, millwork and plywood for the Wood Products Tailored Logistics Support Program. This was a competitive acquisition with six responses received. These are two-year base contracts with three one-year option periods. The ordering period end date is Sept. 12, 2025. Using customers are Army, Navy, Marine Corps, Air Force, and Coast Guard. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

RX Reverse Distributor Inc.,* Sebastian, Florida (SPE2DX-23-D-0060); Return ‘R” US Inc., doing business as Pharma Logistics, Libertyville, Illinois (SPE2DX-23-D-0061); and Devos Ltd.,* doing business as Guaranteed Returns, Holbrook, New York (SPE2DX-23-D-0062), have each been awarded a maximum $22,500,000 fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DX-23-R-0002 for pharmaceutical reverse distribution services. This was a competitive acquisition with four responses received. These are 30-month base contracts with one 30-month option period. The ordering period end date is March 31, 2026. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, and other federal civilian government agencies. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $7,510,601 modification (P00005) exercising the second one‐year option period of a one‐year base contract (SPE1C1‐21‐D-F074) with three one‐year option periods for trousers. This is a firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract. Location of performance is South Carolina, with a Sept. 27, 2024, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

AIR FORCE

UES Inc., Dayton, Ohio, was awarded a $29,997,005 cost-plus-fixed-fee contract for airman improved readiness. This contract provides for research and development of novel technologies to detect and mitigate exposure threats to the warfighter to ensure sustained cognitive and physical performance across the spectrum of multi-domain operations. Products of this research and development effort will provide decision-makers with critical data on operational threats to service members’ cognitive and physical health. Such information could lead to evidence-based shifts in operational plans and ultimately ensure mission success. The work is expected to be completed by Dec. 13, 2027. This award is the result of a competitive white paper submitted under Open-Open Broad Agency Announcement FA8650-20-S-6008. Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $3,484,837 are being obligated at time of award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2384-23-C-0006).

PTC Inc., Boston, Massachusetts, has been awarded a $19,989,101 firm-fixed-price modification (P00005) to previously awarded FA8109-21-C-0001 for the Enterprise Supply Chain Analysis Planning and Execution program. The modification brings the total cumulative face value of the contract to $54,842,728. Work will be performed at Boston, Massachusetts; and Wright Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 28, 2026. Fiscal 2023 working capital funds in the amount of $19,989,101 are being obligated at time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity. 

PAR Government Systems Corp., Rome, New York, has been awarded a $14,897,252 cost-plus-fixed-fee completion contract modification (P00032) to previously awarded FA8750-20-C-1021 for directional airborne networks for contested environments software.  The modification brings the total cumulative face value of the contract to $24,774,196. Work will be performed at Rome, New York, and is expected to be completed by Sept. 13, 2025. Fiscal 2023 research, development, test, and evaluation funds in the amount of $699,000 are being obligated at time of award.  The Air Force Research Laboratory, Rome, New York, is the contracting activity.  

The Boeing Co., St. Louis, Missouri, has been awarded an $8,075,000 firm-fixed-price contract modification (P00015) to previously awarded FA8621-21-C-0001 for implementation of Mission Package 22. The modification brings the total cumulative face value of the contracts to $114,155,516. Work will be performed at St. Louis, Missouri, and is expected to be completed by Dec. 14, 2025. Fiscal 2023 operation and maintenance funds in the amount of $8,075,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity

*Small business

9/14

AIR FORCE

Lockheed Martin Aeronautics, Fort Worth, Texas, was awarded a not-to-exceed $151,360,000 fixed-price-incentive (firm-target) contract for Bulgaria F-16 Block 70 production. This contract provides for the production of eight F-16 Block 70 aircraft. Work will be performed at Fort Worth, Texas; and Greenville, South Carolina, and is expected to be completed by Sept. 30, 2027. This contract involves Foreign Military Sales to the Republic of Bulgaria. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount $68,072,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-23-C-6053).

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $17,633,557 modification (P00011) to previously award contract FA3002-18-C-0003 to exercise Option Year 5 on an existing firm-fixed-price contract for base maintenance service contract. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex, Lake Texoma, Texas, and is expected to be completed by Sept. 30, 2024. Fiscal 2024 operations and maintenance funds in the amount of $17,633,557 will be obligated Oct. 1, 2023 if funds are available. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity. 

Perdigita LLC, Fulton, Maryland, was awarded a $7,734,190 fixed-price, level-of-effort task order to provide advisory and assistance services for Headquarters Air Combat Command Flight Operations Division mission support. Work will be performed at Langley Air Force Base, Virginia, and is expected to be completed by Nov. 30, 2028.  This award is the result of a competitive acquisition with nine offers received. Fiscal 2024 operation and maintenance funds in the amount of $7,734,190 are being obligated at time of award. The Acquisition Management and Integration Center at Langley AFB, Virginia, is the contracting activity (FA4890-23-F-0079). (Awarded Sept. 13, 2023)

NAVY

Green Leaf Builders-Corbara JV,* National City, California (N62473-23-D-2601); AN41-AAK JV,* Hanford, California (N62473-23-D-2602); Fed Con-VC JV,* Ojai, California (N62473-23-D-2603); Richard Group LLC,* Glenview, Illinois (N62473-23-D-2604); Sergent’s Mechanical Systems Inc, doing business as Sergent Construction,* Santa Paula, California (N62473-23-D-2605); Stratton-Straub JV LLC,* Scottsdale, Arizona (N62473-23-D-2606); Vet Con Souza JV,* Farmersville, California (N62473-23-D-2607); and West Point Contractors Inc.,* Tucson, Arizona (N62473-23-D-2608), are awarded a combined $99,000,000 firm-fixed-price indefinite-delivery/indefinite-quantity, multiple award construction contract for new construction, renovation, and repair design-build or design-bid-build of commercial and institutional building construction projects located at various government installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility. Work for this task order is expected to be completed by March 12, 2024. Fiscal 2023 operation and maintenance, Marine Corps contract funds in the amount of $331,000 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured as a Service-Disabled Small Business set-aside via the sam.gov Contract Opportunities website with 16 proposals received. NAVFAC Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $79,022,995 cost-plus-incentive-fee contract modification to previously awarded contract N00024-17-C-6259 to exercise options for Navy engineering design, development, and supporting material. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2024. Fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $974,324 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Communication & Power Industries (Econco division), Woodland, California, is awarded $28,152,432 for a firm-fixed-price requirements contract for the repair of single switch tubes and double duty switch tubes that are components of the AN/SPY radar systems in support of the Aegis Combat System. This is a five-year contract with no options. All work will be performed in Woodland, California, and the ordering period is expected to be completed by September 2028. Working capital funds (Navy) will be obligated as individual task orders are issued, 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 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-D-SX02).

Allium US Holding LLC, Englewood, Colorado, is awarded a $22,711,602 firm-fixed-price contract for an online subscription service for commercial industry codes, standards, and web-based tutorial. Work will be performed at Englewood, Colorado, and will be completed by September 2024. Fiscal 2019 military construction (planning and design) funds in the amount of $4,145,540 will be obligated at time of award and will expire at the end of fiscal 2024. This contract was competitively procured via the sam.gov website, with one offer received. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity (N62470-23-C-0007).

The Nutmeg Companies Inc., Norwich, Connecticut, is awarded a $22,623,810 firm-fixed-price contract for renovations of Building 79 at Portsmouth Naval Shipyard (PNSY). The work is part of the Shipyard Infrastructure Optimization Program (SIOP), and is a continuation of the Navy’s commitment to investing in the nation’s critical naval facilities. SIOP is a holistic plan that integrates all infrastructure and industrial plant equipment investments at the Navy’s four public shipyards to meet nuclear fleet maintenance requirements, as well as improve Navy maintenance capabilities by expanding shipyard capacity and optimizing shipyard configuration. SIOP projects are essential to the on-time completion of submarine availabilities at PNSY and critical to maintaining the Navy’s maritime superiority. This contract also contains two unexercised options which, if exercised, would increase the total cumulative contract value to $27,104,580. Work will be performed in Kittery, Maine, and is expected to be completed by September 2025. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $22,623,810 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with one proposal received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008523C0049).

Helber Hastert & Fee Planners Inc.,* Honolulu, Hawaii, is awarded a $16,000,000 firm-fixed-price modification to previously-awarded contract N62742-21-D-0200 for planning and engineering services. This award brings the total cumulative face value of the contract to $41,000,000. Work will be performed at various locations worldwide, with an emphasis on the Pacific and Indian Ocean areas including, but not limited to, Hawaii (40%), Guam (30%), Japan (25%), Korea (3%), Singapore (1%), and Diego Garcia (1%), and will be completed by September 2024. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Baron Communications,* Newport News, Virginia, is awarded a $10,494,756 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for electrical maintenance and repair services. This contract provides for facility investment services for electrical maintenance and repair services. Work will be performed at Naval Station Norfolk, Virginia (73%); Norfolk Naval Shipyard, Virginia (22%); Naval Weapon Station Yorktown, Virginia (3%); Naval Air Station Oceana, Virginia (1%); Joint Expeditionary Base Little Creek-Fort Story, Virginia (1%); and other Hampton Roads, Virginia, locations and is expected to be completed by September 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $97,479 will be obligated via recurring work task order issued at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with two offers received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008523D2502).

Corbara Building Group Corp.,* National City, California, is awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for alteration, repairs, and construction services with minimal design requirements. Work will be performed in Port Hueneme, California, and is expected to complete September 2028. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $322,362 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was procured via the System for Award Management website, with seven offers received. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339423D0003).

Sealift Inc. of Delaware, Oyster Bay, New York (N3220521C4017), is awarded an option (P00019) in the amount of $9,516,000 for a firm-fixed-price contract. This option is the third of the current contract. This modification exercises the third one-year option period of this contract for one U.S. flagged, Army ammunition prepositioning vessel M/V SSG Edward A. Carter (T-AK 4544) for the transportation and prepositioning of cargo for military readiness. This contract includes one 164 day firm period, four one-year options periods, and one 46 day period, which, if exercised, would bring the cumulative value of this contract to $48,731,500. Work will be performed worldwide and is expected to be completed by Nov. 15, 2025. Working capital funds (Transportation) in the amount of $9,516,000 for Option Three will be provided for fiscal 2024. This option is exercised subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18, Availability of Funds. This procurement was released under full and open competition, with an unlimited number of companies solicited via the sam.gov website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Veterans Northwest Construction LLC, Seattle, Washington, is awarded an $8,216,000 firm-fixed-price task order to repair railroad bridges. Work will be performed on Naval Base Kitsap, Bremerton, Washington, and outside the installation at RB-642 and RB-643 in Belfair, Washington, and is expected to be completed by February 2026. Fiscal 2023 operation and maintenance (Navy) contract funds in the amount of $8,216,000 will be obligated at time of award, and will expire at the end of the current fiscal year. This task order was competitively procured via the Procurement Integrated Enterprise Environment website, with five offers received. Naval Facilities Engineering Systems Command, Northwest, Bremerton, Washington, is the contracting activity (N44255-21-D-2005).

WASHINGTON HEADQUARTERS SERVICES

Leidos Inc., Reston, Virginia, is awarded a firm-fixed-price, level-of-effort, and time-and-materials contract (HQ003423C0104) valued at $98,872,652 to provide support to the Office of the Chief Prosecutor.  Fiscal 2023 and 2024 operations and maintenance funds in the amount of $8,831,295 are being obligated at the time of award. The total, if all options are exercised, is $98,872,652, which is also the cumulative total of the contract.  This contract serves to provide for a team of experts to provide translation, transcription, and interpretation services to the Office of the Chief Prosecutor.  Personnel shall be cleared for work with classified materials, including Top Secret and higher, and shall be capable of traveling to Naval Station Guantanamo Bay, Cuba (NAVSTA GTMO).  The work will be performed at locations in the National Capital Region as well as at NAVSTA GTMO.  The estimated contract completion date is March 14, 2028.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Air Products and Chemicals Inc., Allentown, Pennsylvania, has been awarded an estimated $97,825,096 fixed‐price requirements contract for bulk gaseous helium. This was a competitive acquisition with two offers received. This is a four-year contract with no option periods. Locations of performance are throughout the continental U.S., with a Sept. 30, 2027, performance completion date. Using customers are Air Force, Space Force, and U.S. Customs and Border Protection. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting agency is the Defense Logistics Agency Energy, Joint Base San Antonio, Texas (SPE601-23-D-1511).

ARMY

Robertson Fuel Systems, Tempe, Arizona, was awarded a $95,160,428 firm-fixed-price contract for the procurement of auxiliary fuel systems for the Apache helicopter. 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 Sept. 13, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0071). 

B&K Construction Company LLC, Mandeville, Louisiana, was awarded an $84,427,775 firm-fixed-price contract for general maintenance work including metal work, painting and fencing. Bids were solicited via the internet with two received. Work will be performed in Laplace, Louisiana, with an estimated completion date of June 11, 2027. Fiscal 2023 civil construction funds in the amount of $84,427,775 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0054).  

MW Builders Inc., Pflugerville, Texas, was awarded a $32,950,000 firm-fixed-price contract for repairing and renovating barracks buildings. Bids were solicited via the internet with three received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $32,950,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-4022).  

Nordic PCL Construction Inc., Honolulu, Hawaii, was awarded a $25,740,000 firm-fixed-price contract for repairing and replacing deteriorated and failing building components. Bids were solicited via the internet with three received. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of Nov. 1, 2026. Fiscal 2023 operation and maintenance, Army funds in the amount of $25,740,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting authority (W9128A-23-C-0012). 

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $19,909,162 modification (P00036) to contract W56HZV-22-C-00072 for cyber updates and integration. Work will be performed in San Jose, California, with an estimated completion date of Sept. 12, 2025. Fiscal 2023 weapons and tracked combat vehicle procurement, Army funds in the amount of $19,909,162 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded an $18,645,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Saint Marys, Georgia, with an estimated completion date of June 28, 2024. Fiscal 2023 civil operation and maintenance funds in the amount of $18,645,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-23-C-0023). 

Torch Technologies Inc., Huntsville, Alabama, was awarded a $15,839,827 modification (P00077) to contract W31P4Q-21-F-0052 to provide various types of simulation support. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 11, 2026. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $15,839,827 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Messer Construction Co., Dayton, Ohio, was awarded an $8,412,000 firm-fixed-price contract for alteration of a tower building. Bids were solicited via the internet with one received. Work will be performed in Dayton, Ohio, with an estimated completion date of June 15, 2025. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $8,412,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0023). 

Canvas Inc., Huntsville, Alabama, was awarded a $7,911,837 modification (P00045) to contract W31P4Q-20-F-D003 for programmatic support for aviation missile systems. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 16, 2024. Fiscal 2023 aircraft procurement, Army funds in the amount of $7,170,015; fiscal 2023 operation and maintenance, Army funds in the amount of $392,853; and fiscal 2023 Foreign Military Sales (Albania, Australia, Egypt, Indonesia, Jordan, Latvia, Morocco, Netherlands, Philippines, Slovakia, Spain and United Kingdom) funds in the amount of $348,968 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

U.S. SPECIAL OPERATIONS COMMAND

Augustus Aerospace Co., Lone Tree, Colorado, was awarded a $9,895,843 firm-fixed-price, level-of-effort contract modification for the development, integration, testing, and demonstration of a prototype, small satellite with multiple payloads in support of U.S. Special Operations Command (USSOCOM). Fiscal 2022 research, development, test and evaluation funds in the amount of $2,800,000 are being obligated at time of award. The original contract was awarded in accordance with 15 U.S. Code 638 as this project is a Small Business Innovation Research (SBIR) Phase III award that is derived from, extends, or logically concludes efforts performed under prior SBIR funding agreements. The majority of the work will be performed in Lone Tree, Colorado Springs and Boulder, Colorado. Work is expected to be completed by September 2025. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

*Small business

9/15

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia (HQ003423D0032); and Systems Planning & Analysis Inc., Alexandria, Virginia (HQ003423D0033), are awarded an indefinite-delivery/indefinite-quantity contract with firm-fixed-price, cost-plus-fixed-fee, time and materials, and labor-hour contract line item numbers to provide analytic and technical support services. The total amount of this action is $1,500,000,000.  No funds are being obligated at the time of award.  Future obligations will be drawn from operations and maintenance; and research, development, test and evaluation accounts. The total if all options are exercised is $1,500,000,000.  The contractors will provide acquisition and sustainment oversight support, capability portfolio management, engineering and agile methodologies, acquisition intelligence, policy analysis and support, business and financial support, international programs and security, legislative analysis and support, data science, data analytics, data governance, and technical support. The work will be performed at the Pentagon Reservation and other sites within the National Capital Region. The estimated completion date is Sept. 28, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

General Dynamics Electric Boat, Groton, Connecticut, is awarded a not-to-exceed $517,248,825 firm-fixed-price, undefinitized delivery order against previously issued basic ordering agreement N00024-22-G-4304, to provide unique parts and specialized material, including initial spares, for Virginia-class submarines. Work will be performed in Groton, Connecticut (90%); and Pawcatuck, Connecticut (10%), and is expected to be completed by September 2028. Fiscal 2023 working capital funds (Navy) in the amount of $496,328,335 (96%); and fiscal 2023 other procurement (Navy) funds in the amount of $20,920,490 (4%), will be obligated at time of award, of which $496,328,335 will expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-F-4318).

The MIL Corp.,* Bowie, Maryland, is awarded a $224,378,154 cost-plus-fixed-fee, cost reimbursable indefinite-delivery/indefinite-quantity contract. This contract provides engineering, technical, and program management services and associated supplies in support of cyber warfare requirements and operations for the Naval Air Warfare Center Aircraft Division (NAWCAD), Digital Analytics Infrastructure and Technology Advancement Group, and the Cyber Warfare Department. Work will be performed at Patuxent River, Maryland (60%); and various locations that will be determined at the task order level (40%), and is expected to be completed in September 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; seven offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042123D0021).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $196,536,063 cost-plus-incentive-fee, cost reimbursable contract. This contract provides for the upgrade of the verification and validation systems being utilized in the U.S. Reprogramming Laboratory; and the Norway Italy Reprogramming Laboratory, in support of aligning with the upgraded Block Two and Five capabilities, as well as automating and accelerating the verification and validation process for mission data files for the F-35 Joint Strike Fighter program. Work will be performed in Eglin, Florida (85%); and Fort Worth, Texas (15%), and is expected to be completed in June 2028. Fiscal 2023 research, development, test, and evaluation (Air Force) funds in the amount of $8,451,814; fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $8,451,814; and non-U.S. Department of Defense participant funds in the amount of $96,320,719, will be obligated at the time of award, none 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)(2)(ii). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0043).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $100,000,000 cost-plus-fixed-fee modification (P00002) to a previously awarded contract (N0001923C0009). This modification exercises an option to procure software licenses, prototypes, digital twins, and associated test hardware required to support F-35 Block Four early capability development for the Air Force, Navy, Marine Corps, and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (60%); Nashua, New Hampshire (16%); Baltimore, Maryland (9%); Orlando, Florida (5.5%); El Segundo, California (2%); San Diego, California (2%); Torrance, California (2%); Buffalo, New York (1%); Clearwater, Florida (1%); Northridge, California (1%); and Tucson, Arizona (0.5%), and is expected to be completed in March 2026. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $3,687,689; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $3,687,688; and non-DOD participant funds in the amount of $1,624,623 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. 

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $65,664,353 for a not-to-exceed, undefinitized contract action delivery order (N00383-23-F-X951) under previously awarded contract N00383-20-G-X901 for the procurement of six AI gearbox assemblies and six input module gearboxes in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by March 2027. Annual working capital funds (Navy) in the amount of $49,248,265 will be obligated at the time of award. 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.

CH2M Hill/Clark Nexsen Energy Partners JV, Greenwood Village, Colorado, is awarded a $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer and design services for energy efficiency utility and energy consuming system projects. Work will be performed at various locations worldwide and is expected to be completed by March 2029. The maximum dollar value, including the 60-month base period and a six-month option, is $50,000,000. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated at time of award in order to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with six offers received. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-23-D-4051).

KPMG LLP, McLean, Virginia is awarded a $30,848,758 seven month firm-fixed-price, cost-reimbursable-no-fee bridge task order (M95494-23-F-0002) under the Department of Navy Financial Improvement Program IV contract (N00189-22-D-Z015) to continue financial improvement and audit readiness support services for the Marine Corps Deputy Commandant for Installation and Logistics. This task order will provide continued assistance in the financial remediation of current and future audit deficiencies related to property, plant, equipment, inventory and related property, other asset segments and the acquire-to-retire, plan-to-stock, procure-to-pay and order-to-cash business mission areas. Work will be performed at the Pentagon and Naval Support Facility Arlington, Virginia (20%); Marine Corps Base Quantico, Virginia (16%); Marine Corps Base Camp Pendleton, California (7%); Marine Corps Base Camp Lejeune, North Carolina (7%); Okinawa Prefecture, Japan (7%); New Orleans, Louisiana (1%); Camp H.M. Smith, Hawaii (2%); and Marine Corps Logistics Base Albany, Georgia (40%), with an expected completion date of April 27, 2024. This task order includes a four month option period which, if exercised, could bring the cumulative value of this task order to $47,941,886. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $20,721,133 are being obligated at time of award. This task order was not competitively procured pursuant to Federal Acquisition Regulation 16.505(b)(2)(i)(G). Marine Corps Installations Command, Arlington, Virginia, is the contracting activity (M95494-23-F-0002).

Windlift Inc.,* Durham, North Carolina, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for research and development support for the development of an Airborne Power Generator system. The contract does not include options and has a cumulative value of $30,000,000. An $11,386,281 cost-plus-fixed-fee task order was issued concurrently. Work will be performed at Durham, North Carolina, and is expected to be completed by September 2025. Fiscal 2022 and 2023 research, development, test and evaluation (Defense) funds in the amount of $11,386,281 was obligated at time of award, and funds in the amount of $7,298,000 will expire at the end of the current fiscal year. This contract was not competitively procured with one offer received. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity. (N0017323D2007, N0017323F2046)

The Boeing Co., St. Louis, Missouri, is awarded $26,997,626 for ceiling-priced delivery order N00383-23-F-YY2X under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of radomes used on the F/A-18 E/F aircraft. The delivery order does not include an option period. All work will be performed in St. Louis, Missouri, and work is expected to be completed by April 2026. This effort combines purchases under the Foreign Military Sales (FMS) program, and funds will not expire at the end of the current fiscal year. This effort combines purchases of Navy working capital funds (NWCF) in the amount of $26,049,118; along with FMS funds (Kuwait) in the amount of $948,508. Funds in the amount of $13,228,837 (NWCF $12,764,068 and FMS $464,769) will be obligated at time of award. 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.

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a $19,137,000 cost-plus-incentive-fee modification to previously awarded contract N00024-22-C-2300 for the incorporation of additional work items in support of the ongoing Combat System Availability for DDG 1002. Work will be performed in Chesapeake, Virginia (25%); Dublin, Pennsylvania (20%); National City, California (20%); Pascagoula, Mississippi (18%); Baltimore, Maryland (4%); Pensacola, Florida (3%); Exeter, New Hampshire (3%); Milwaukee, Wisconsin (2%); Mobile, Alabama (2%); and other locations below 1% (collectively totaling 3%), and is expected to be completed by March 2024. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $19,137,000 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.

Crowley Government Services Inc., Jacksonville, Florida, is awarded an $18,400,000 option of a previously awarded firm-fixed-price contract (N3220522C3101) for the operation and maintenance of six government-owned Maritime Prepositioning Force vessels. The vessels under this award include U.S. Naval Ship (USNS) Bobo (T-AK 3008), USNS Button (T-AK 3012), USNS Lopez (T-AK 3010), USNS Lummus (T-AK 3011), USNS Stockham (T-AK 3017), and USNS Williams (T-AK 3009). This modification exercises the first of five options of the contract in accordance with the Federal Acquisition Regulation 52.217-9, Option to Extend Services of this contract. The vessels will continue to support Military Sealift Command world-wide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Sept. 30, 2027. Working capital funds (Navy) in the amount of $18,400,000 will be obligated for fiscal 2023 and fiscal 2024, and will not expire at the end of the fiscal years. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220522C3101). 

Warminster Township Municipal Authority, Warminster, Pennsylvania, is awarded an $11,017,202 firm-fixed-price modification to previously-awarded cooperative agreement N40085-15-2-8705 for additional scope for remediation of Perfluorooctane Sulfonic Acid and Perfluorooctanoic Acid at the Warminster drinking wells due to contamination from sources at the former Naval Air Warfare Center Warminster. Work will be performed in Warminster Township, Bucks County, Pennsylvania, and is expected to be completed by September 2024. Fiscal 2023 Base Realignment and Closure (Navy) funds in the amount of $11,017,202 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

The Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $9,669,974 cost-plus-fixed-fee order (N6833523F0389) against a previously issued basic ordering agreement (N6833518G0035). This order provides engineering, technical and program management support, as well as incidental supplies in support of technology advancement in the fields of machine learning; artificial intelligence; augmented reality; and command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance for the Naval Air Warfare Center Aircraft Division (NAWCAD) Aircraft Prototype Systems Division. Work will be performed in Lexington Park, Maryland, and is expected to be completed in September 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $810,000; fiscal 2023 operations and maintenance (Defense-wide) funds in the amount of $420,705; and fiscal 2023 research, development, test, and evaluation (Defense-wide) funds in the amount of $25,248, will be obligated at the time of award, $420,705 of which will expire at the end of the current fiscal year. NAWCAD, Lakehurst, New Jersey, is the contracting activity.

Crowley Government Services Inc., Jacksonville, Florida, is awarded a $9,032,639 firm-fixed-price contract with reimbursable elements (N3220523C4010) for a time charter of one clean, approved U.S. Flag double-hull tanker, Stena Impeccable, with an Inert Gas System and Segregated Ballast Tanks that is capable of carrying a minimum of 270,000 bbls of clean product (intentions JP5, F76, or F24) within the vessel’s natural segregation in designated cargo tanks with double-valve isolation. This contract is for a 90-day period of performance. Work will be performed in the Far East, and worldwide, and is expected to be completed by January 2024. Fiscal 2023 working capital funds (Transportation) in the amount of $9,032,639 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and 17 offers were received.  Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4010).

Seabulk Tankers Inc., Fort Lauderdale, Florida, is awarded a $8,280,000 firm-fixed-price contract with reimbursable elements (N3220523C4014) for a time charter of one clean, approved U.S. Flag double-hull tanker, Torm Timothy, with an Inert Gas System and Segregated Ballast Tanks that is capable of carrying a minimum of 270,000 bbls of clean product (intentions JP5, F76, or F24) within the vessel’s natural segregation in designated cargo tanks with double-valve isolation. This contract is for a 90-day period of performance. Work will be performed in the Far East, and worldwide, and is expected to be completed by January 2024. Fiscal 2023 working capital funds (Transportation) in the amount of $8,280,000 are obligated, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and 24 offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4014).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,076,377 modification (P00015) to a firm-fixed-price order (N0001921F0398) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope for the production and delivery of 926 16-port flare magazines for the F-35 Joint Strike Fighter program, to include 324 for the Air Force; 123 for the Marine Corps; 72 for the Navy; 357 for non-U.S. Department of Defense participants; and 50 for Foreign Military Sales (FMS) customers. Work will be performed in Manchester, New Hampshire (95%); and Nashua, New Hampshire (5%), and is expected to be completed in August 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $2,825,860; fiscal 2023 aircraft procurement (Navy) funds in the amount of $1,700,749; FMS customer funds in the amount of $436,089; and non-U.S. Department of Defense participant funds in the amount of $3,113,679, 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.

Crowley Government Services Inc., Jacksonville, Florida, is being awarded an $8,030,850 firm-fixed-price contract with reimbursable elements (N3220523C4013) for a time charter of one clean, approved U.S. Flag double-hull tanker, Stena Imperative, with an Inert Gas System and Segregated Ballast Tanks that is capable of carrying a minimum of 270,000 bbls of clean product (intentions JP5, F76, or F24) within the vessel’s natural segregation in designated cargo tanks with double-valve isolation. This contract is for a 90-day period of performance. Work will be performed in the Far East, and worldwide, and is expected to be completed by January 2024. Fiscal 2023 working capital funds (Transportation) in the amount of $8,030,850 are obligated and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and twenty offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4013).

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, was awarded a $498,715,393 cost reimbursement option contract for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally-Funded Research and Development Center. Work will be performed at Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed by Sept. 30, 2024. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $1,612,340 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-23-C-0002).

Valiant Global Defense Services Inc., San Diego, California, was awarded a $108,669,155 firm-fixed-price contract for specialized services providing fighter instructor pilots throughout the Pacific Air Forces (PACAF) region. This contract provides PACAF distributed mission operations, live, synthetic (virtual, constructive) and blended (live, synthetic) operational training (DMO/LSB-OT) environment to allow aircrew to practice basic and emergency procedures, but also enabling aircrew to experience advanced weapon system capabilities. Work will be performed at Joint Base Elmendorf Richardson, Alaska; Joint Base Pearl Harbor-Hickam, Hawaii; Kadena Air Base, Japan; Kunsan Air Base, Republic of Korea; Misawa Air Base, Japan; and Osan Air Base, Republic of Korea, and is expected to be completed by Sept. 16, 2028. This contract was a competitive acquisition and six offers were received. Fiscal 2023 operations and maintenance funds in the amount of $13,169,023 are being obligated at time of award. The 766th Enterprise Sourcing Squadron, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (FA5215-23-F-0018).

L3Harris Technologies Inc., Rochester, New York, was awarded a not-to-exceed $83,500,000 single award, indefinite-delivery/indefinite-quantity contract for the Counter-Narcotics and Global Threats, L3Harris Radios and Communications Systems program. This contract provides for L3 Harris original equipment manufacturer brand name radios and communications systems; delivery of equipment, parts, spares, maintenance, and training support; and non-personal engineering services to meet national security objectives and improve the capability of U.S. and partner nation agencies’ endeavors to detect, deter, disrupt, degrade and defeat national security threats, including those posed by illegal drugs, trafficking, piracy, transnational organized crime, threat finance networks.  Work will be performed within the U.S. and outside the continental U.S., and is expected to be completed by Sept. 14, 2028. This contract was a sole-source acquisition. Fiscal 2022 and 2023 operation and maintenance funds in the amount of $869,132 being obligated at time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-23-D-0019).

Delta Point LLC, King Cove, Alaska, was awarded a $49,406,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for maintenance, repair, and overhaul functional management office support services. This contract provides functional and technical resources required to successfully re-engineer the logistics information technology domain to modernize the working capital portfolio. Additionally, support will provide maintenance and supply, and support maintenance financials business process transformation expertise, specific commercial-off-the-shelf IT tool expertise, and related enabling services through process re-engineering, acquisition support, legacy migration, functional test, deployment planning and integration services, configuration support, and data management. Work will be performed at Tinker Air Force Base, Oklahoma; Hill AFB, Utah; and Robins AFB, Georgia, and is expected to be completed Sept. 19, 2027. This award is a sole-source 8(a) Alaskan Native set-aside. Defense agencies working capital funds will be used; and a subsequent order for initial performance in the amount of $8,933,766 is being obligated at time of award. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8100-23-D-0001).

EO Solutions Corp., Las Vegas, Nevada; and Kihei, Hawaii, were awarded a $9,484,442 other-transaction-for-prototype contract for a Ground-based Active-Passive Space Surveillance System. This contract provides for designing and developing a prototype of a dual mode (active laser ranging and passive ranging), transportable, ground-based space domain awareness system capable of providing timely and accurate orbital metric data. Work will be performed at Las Vegas, Nevada; and Kihei, Hawaii, and is expected to be completed by Dec. 15, 2025. This contract was a competitive acquisition and one solicitation mailed (FA9451-21-S-0001) and 11 offers received. Fiscal 2023 research, development, test and evaluation funds in the amount of $9,484,442 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-23-9-0010).  

ARMY

Lockheed Martin Corp., Huntsville, Alabama, was awarded a $104,698,553 modification (P00006) to contract W31P4Q-23-C-0008 for Long-Range Hypersonic Weapon ground support equipment. Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 28, 2028. Fiscal 2023 missile procurement, Army funds; and fiscal 2023 research, development, test and evaluation, Army funds in the amount of $104,698,553, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting authority.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $56,506,561 modification (P00050) to contract W56HZV-22-C-0012 for Abrams System technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 other procurement, Army funds; and fiscal 2023 Foreign Military Sales (Poland and Kuwait) funds in the amount of $56,506,561, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Bonatti Ingenieros y Arquitectos Sociedad Anonima, Guatemala City, Guatemala (W91278-23-D-0072); Empresa de Construccion y Transporte ETERNA S. A. de C.V., San Pedro Sula, Honduras (W91278-23-D-0073); Hasen Global LLC,* Fort Worth, Texas (W91278-23-D-0074); RELYANT Global LLC, Maryville, Tennessee (W91278-23-D-0075); and Tecnologia de Proyectos S. de R.L., Choloma, Honduras (W91278-23-D-0076), will compete for each order of the $49,000,000 firm-fixed-price contract for design-build construction requirements. 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 Sept. 15, 2026. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Aerostar SES LLC,* Oak Ridge, Tennessee (W91238-23-D-0018); EA Engineering, Science and Technology Inc. PBC,* Hunt Valley, Maryland (W91238-23-D-0019); ERRG-Stell JV,* Martinez, California (W91238-23-D-0020); and Hltli JV LLC,* Maxton, North Carolina (W91238-23-D-0021), will compete for each order of the $49,900,000 firm-fixed-price contract to provide munitions support for the Air Force. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2028. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Manson Construction Co., Seattle, Washington, was awarded a $23,865,000 firm-fixed-price contract for harbor dredging. Bids were solicited via the internet with three received. Work will be performed in Morehead City, North Carolina; Savannah, Georgia; Brunswick, Georgia; and Wilmington, North Carolina, with an estimated completion date of April 15, 2024. Fiscal 2021, 2022 and 2023 operation and maintenance, Army funds in the amount of $23,865,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the release authority (W912PM-23-C-0016).

Science Applications International Corp., Reston, Virginia, was awarded a $19,645,446 modification (P00081) to contract W31P4Q-21-F-0095 for modeling and simulation engineering services. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of March 14, 2025. Fiscal 2023 operation and maintenance, Army funds; and fiscal 2023 research, development, test and evaluation, Army funds in the amount of $19,645,446, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting authority.  

Milani Construction LLC, Washington, D.C., was awarded an $18,084,999 firm-fixed-price contract for road widening. Bids were solicited via the internet with two received. Work will be performed at Fort Meade, Maryland, with an estimated completion date of Sept. 24, 2025. Fiscal 2023 military construction, Army funds in the amount of $18,084,999 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting authority (W912DR-23-C-0032).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $17,599,111 firm-fixed-price contract for Joint Light Tactical Vehicle spare parts. Bids were solicited via the internet with three received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 30, 2025. Fiscal 2021 Navy procurement funds, Air Force procurement funds, Army procurement funds and Army Reserve funds; and fiscal 2022 Air Force procurement funds and other procurement, Army funds in the amount of $17,599,111, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0081).

EM Photonics Inc.,* Newark, Delaware, was awarded a $15,000,000 firm-fixed-price contract for Image Analysis Approach for Wind Measurement. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2026. Army Small Business Innovation Research Catalyst Program is the contracting activity (W51701-23-D-0005).   

OshKosh Defense LLC, Oshkosh, Wisconsin, was awarded a $13,389,330 firm-fixed-price contract for Family of Medium Tactical Vehicles protection 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 July 31, 2025. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0077).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $12,449,041 firm-fixed-price contract for CH-47 Block 2 spare aircraft parts. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting authority (W58RGZ-23-F-0004). 

OshKosh Defense LLC, Oshkosh, Wisconsin, was awarded a $12,351,101 firm-fixed-price contract for M1078A2, M1083, and M1087A2 trucks; and M1095 trailers. Bids were solicited via the internet with one received. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of July 31, 2025. Fiscal 2023 and 2024 other procurement, Army funds; fiscal 2023 operation and maintenance, Army Reserve funds; and fiscal 2022 Air Force Funds in the amount of $12,351,101 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-F-0436).

Noblis Inc., Reston, Virginia, was awarded a $12,093,087 firm-fixed-price contract for support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2024. U.S. Army Corps of Engineers’ Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AAR Supply Chain Inc., Wood Dale, Illinois, has been awarded an estimated $39,806,584 firm-fixed-price, requirements contract for KC-135 auxiliary power units and F-16C and F-16D jet fuel starters. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with one two-year option period. Location of performance is Georgia, with a Sept. 15, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2025 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA1-23-D-0002).

Sysco USA I Inc., doing business as Sysco Central Texas Inc., New Braunfels, Texas, has been awarded a maximum $13,446,585 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full line food and beverage items. 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 25-week contract with no option periods. The ordering period end date is March 9, 2024. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-3361).

The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $13,059,096 firm-fixed-price, fixed-quantity delivery order (SPRTA1-23-F-0039) against a five-year subsumable basic ordering agreement (SPE4A1-19-G-0013) for KC-135 ruddervator booms. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a two-year two-month contract with no option periods. Location of performance is Canada, with an Oct. 30, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma. 

UPDATE: Tucker Sno-Cat Corp., Medford, Oregon (SPE8EC-23-D-0022, $86,000,000), has been added as an awardee to the multiple award contract for agricultural equipment, issued against solicitation SPE8EC-21-R-0006 and awarded July 29, 2022.

CORRECTION:  The contracts announced on Sept. 13, 2023, for RX Reverse Distributor Inc.,* Sebastin, Florida (SPE2DX-23-D-0060); Return ‘R” US Inc., doing business as Pharma Logistics, Libertyville, Illinois (SPE2DX-23-D-0061) and Devos Ltd.,* doing business as Guaranteed Returns, Holbrook, New York (SPE2DX-23-D-0062), for $22,500,000 were announced with an incorrect award date. The correct award date is Sept. 14, 2023. 

MISSILE DEFENSE AGENCY

Concordia Technologies, Inc.,* Huntsville, Alabama, is being awarded a competitive firm-fixed-price contract. The total value of this contract is $18,884,365. The Missile Defense Agency needs a state-of-the-art capability to anticipate future threat tactics and develop epoch relevant advanced targets. Under this new contract, the contractor will develop a cost-effective solution to the above problem by utilizing high-performance computing coupled with the ability to examine the solution space in a holistic manner that accommodates the inevitable uncertainties in available data. The work will be performed in Huntsville, Alabama. The period of performance is from Sept. 15, 2023, through March 14, 2025. This contract was competitively procured via publication on the Contract Opportunities website under the Missile Defense Agency’s Innovation, Science & Technology Broad Agency Announcement HQ0860-21-S-0001. Fiscal 2023 research, development, test and evaluation funds in the amount of $18,884,365 will be obligated at time of award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-23-C-0015).

U.S. SPECIAL OPERATIONS COMMAND

Quality Solutions Alliance, Smithfield, North Carolina, an 8(a) small, disadvantaged business, was awarded a contract (H92403-23-C-0003) with a potential maximum value of $9,565,473 (including all options) to provide support services for multiple Special Operations Forces enterprise acquisition tools in support of Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics; to include the Acquisition Management System, Engage SOF, SharePoint portal management support, web part development and integration, project management resource tools, and business process automation services. This contract consists of one base year and four option years with the period of performance beginning on Sept. 18, 2023. Fiscal 2023 operations and maintenance funds in the amount of $927,920 are being obligated at time of award on the first task order. Government held a source selection utilizing an 8(a) Small Disadvantaged Business set-aside in accordance with Federal Acquisition Regulation 19.805. Six proposals were submitted. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

General Dynamics Applied Physical Sciences Corp., Groton, Connecticut, was awarded an $8,642,960 modification (P00001) to cost-plus-fixed-fee contract HR001123C0054 to develop models for the Advanced Propulsor, Experimental (APEX) program. The modification brings the total cumulative value of the contract to $18,004,008 from $9,361,048. Work will be performed in Groton, Connecticut (36%); Concord, Massachusetts (35%); Arlington, Virginia (18%); Pawcatuck, Connecticut (9%); and San Diego, California (2%), with an estimated completion date of August 2024. Fiscal 2023 research, development, test, and engineering funds in the amount of $8,642,960 were obligated at time of award. This contract stems from a competitive acquisition in accordance with Broad Agency Announcement HR001122S0046. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

Author

  • Ashley Jones

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

This entry was posted on Tuesday, September 19, 2023 11:48 am

Leave a Reply

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

Notify me of updates to this conversation