INSIDE THE

NEWS + ADVICE

DoD Contracts: GDIT, Amentum Services, CACI, Jacobs Technology, L3Harris Technologies, Week of 12-18-23 to 12-22-23

Posted by Ashley Jones
aircraft

12/18

AIR FORCE

Chugach Logistics and Facilities Services JV LLC, Anchorage, Alaska, was awarded a firm-fixed-price, time-and-materials contract worth $248,898,862 to provide services and items that would normally be provided by a civil engineer squadron as necessary for the proper function and operation of MacDill Air Force Base. Work will be performed at MacDill AFB, Florida, and is expected to be completed by Feb. 28, 2034. This contract was a competitive acquisition, and two offers were received. Fiscal 2023 operation and maintenance funds in the amount of $19,721,260 are being obligated at time of award. 6th Contracting Squadron, MacDill AFB, Florida, is the contracting activity (FA4814-24-C-0002).  

NAVY

Wunderman Thompson, Atlanta, Georgia, is awarded an $140,693,436 modification (P00035) to previously awarded firm-fixed-price contract M95494-19-C-0020. This modification exercises Option Period Four in the amount of $117,498,433 to furnish supplies and services to enhance the Marine Corps’ recruiting efforts. In addition, this modification will provide supplemental advertising initiatives under Attachment J8-B, Advertising Strategy, in the amount $23,195,004. These initiatives will enhance the Marine Corps’ recruiting efforts. These services include a full range of services from the development of a tactical advertising strategy to the production of a wide range of advertising formats (e.g., TV, radio, print media, internet, and direct marketing). This modification increases the value of the basic contract by $140,693,436. The new total value is $662,269,278. Work will be performed in Atlanta, Georgia, with an expected completion date of December 2024. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $117,498,433 will be obligated at time of award. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

Saab Inc., East Syracuse, New York, is awarded a $47,533,212 modification (P00002) to a previously awarded firm-fixed-price, cost-plus-fixed-fee contract (N0001923C0049). This modification exercises an option to procure three AN/SPN-50(V)1 Shipboard low-rate initial production, one installation and check-out kit, three onboard repair parts kits, and one depot kit, in support of new air traffic control surveillance radars, as well as interim sustainment requirements. SPN-50(V)1 is the primary air traffic control surveillance radar for Nimitz Class Aircraft Carriers (CVN) and Amphibious (LHA and LHD(LH)) type ships. Work will be performed in Syracuse, New York, and is expected to be completed in March 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $47,533,212 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.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $23,255,671 modification (P00019) to a firm-fixed-priced order (N0001921F0064) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option to provide continued manufacturing and installation efforts in support of aerial refueling capability retrofit on 25 E-2D Advanced Hawkeye fleet aircraft for the Navy. Work will be performed in St Augustine, Florida (34.7%); Ronkonkoma, New York (28.9%); Melbourne, Florida (5.5%); Plainview, New York (3.1%); Irvine, California (3%); Columbia, Maryland (1.9%); North Hollywood, California (1.5%); East Aurora, New York (1.2%); and various locations within the continental U.S. (20.2%), and is expected to be completed in August 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $23,255,671 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. 

General Electric Aviation, Lynn, Massachusetts, is awarded a not-to-exceed $19,400,000 firm-fixed-price advanced acquisition contract to procure congressionally mandated long-lead items in support of 63, Lot Nine, full rate production T408 Engines for the CH-53K Helicopter Program for the Marine Corps. Work will be performed in Lynn, Massachusetts (labor surplus area), and is expected to be completed in October 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $19,400,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0019).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $15,485,794 fixed-price incentive (firm-target) modification (P00036) to a previously awarded contract (N0001920C0032). This modification adds scope to procure material and supplies for depot site activation and hardware material lay-in in support of depot repair capabilities for the F-35 Lightning II Joint Program for the Air Force, Marine Corps, non-U.S. Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2027. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $6,530,937; fiscal 2022 aircraft procurement (Navy) funds in the amount of $4,281,392; FMS funding in the amount of $1,748,443; and non-DOD participant funds in the amount of $2,925,022, will be obligated at the time of award, $10,812,329 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001920C0032).

Detyens Shipyard Inc., Charleston, South Carolina, is awarded at $8,247,286 firm-fixed-price contract (N3220524C4092) for a 61-calendar day shipyard availability for a mid-term availability of Military Sealift Command’s fleet replenishment oiler USNS Medgar Evers (T-AKE 13). This contract includes a base period and three unexercised options, which if exercised, would increase cumulative value of this contract to $8,392,011. Work will be performed in Vallejo, California, beginning Jan. 29, 2024, and is expected to be completed by Mar. 29, 2023. Working capital funds (Navy) in the amount of $8,247,286 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was small business set-aside competition with proposals solicited via the Government Point of Entry website and four proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, was awarded a $60,000,000 firm-fixed-price bridge contract (HT001123C0072) for Global Nurse Advice Line (NAL) support services. The Global NAL is a service to Military Health System (MHS) eligible beneficiaries. The Global NAL will provide access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, seven days a week. The Global NAL also offers customer service and care coordination services to include provider locator support, specified military medical treatment facility appointing services, urgent care referral submissions, and customized military medical treatment facility transfers to support the facility’s capability for eligible MHS beneficiaries. Fiscal 2024 operation and maintenance funds in the amount of $14,707,580 are obligated for contract modification HT001123C0072-P00004 to exercise and fully fund Option Three contract line items 3001-3007 for three months from Dec. 18, 2023, through Mar. 17, 2024. The total obligated amount of this contract is increased from $44,826,945 to $59,534,526.  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.

TM3 Solutions Inc. of Alexandria, Virginia, is awarded a $11,907,648 firm-fixed-price contract (HT001424D0001) to provide Integrated Referral Management and Appointing Center (IRMAC) national capital market consolidated call center/referral management support. The IRMAC is an integrated, on-demand call center for National Capital Region (NCR) military hospitals or clinics providing referral management and appointing services for the entire market and serves as the point of contact for beneficiaries seeking health care. The IRMAC assists beneficiaries with appointments, navigating the direct care system, and providing referral management oversight. Place of performance is Bethesda, Maryland, however, based on mission requirements, the duty location for service-providing personnel may be located at a military hospital or clinic or an authorized telework location within the NCR. This contract was competitively solicited via the SAM.gov Contracting Opportunities website, with 22 offers received.  Period of performance is Jan. 21, 2024, to Jan. 20, 2025. Fiscal 2024 operations and maintenance funding is being obligated at the time of award. The Defense Health Agency, Northeastern Market Contracting Division, Falls Church, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Hensoldt Inc., Vienna, Virginia, has be awarded a maximum $55,878,609 firm-fixed-price, long term requirements contract for the ARP/SPS-75 radar system. 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 six-month base contract with three one-year option period. Location of performance is West Virginia, with a Dec. 31, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2023 Navy working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Mechanicsburg, Pennsylvania (SPRMM1-23-D-TD02). (Awarded June 28, 2023)

JLG Industries Inc., McConnellsburg, Pennsylvania, has been awarded a maximum $10,153,206 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for forklift mechanical transmissions. 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 three-year contract with no option periods. Location of performance is Wisconsin, with a Dec. 15, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0010). (Awarded Dec. 15, 2023)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences Corp., Manassas, Virginia, has been awarded a $41,421,422 modification (P00006) to cost-plus-fixed-fee contract HR001123C0012 to exercise Option 1 of the Control of Revolutionary Aircraft with Novel Effectors program. The modification brings the total cumulative face value of the contract to $89,634,375, from $48,212,953. Work will be performed at Manassas, Virginia (20%); Cambridge, Massachusetts (14%); Charleston, South Carolina (6%); Bridgeport, Connecticut (6%); Huntsville, Mississippi (6%); St. Louis, Missouri (6%); Huntington Beach, California (6%); Mesa, Arizona (6%); Fort Worth, Texas (6%); National Harbor, Maryland (6%); and Salt Lake City, Utah (18%), with an expected completion date of October 2025. Fiscal 2024 research and development funds in the amount of $15,786,711 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

ARMY

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $32,412,200 firm-fixed-price contract for shore protection and beach renourishment. Bids were solicited via the internet with two received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Oct. 13, 2024. Fiscal 2023 civil construction funds in the amount of $32,412,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0004). 

*Small business

12/19

ARMY

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $599,115,000 firm-fixed-price contract to design and construct a new health care center. Bids were solicited via the internet with two received. Work will be performed at Fort Bliss, Texas, with an estimated completion date of Dec. 28, 2027. Fiscal 2024 Department of Veterans Affairs funds in the amount of $599,115,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0004).  

Enviro-Fix Solutions LLC,* Burlingame, California, was awarded a $13,444,593 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for environmental remediation services. Bids were solicited via the internet with three received. Work will be performed in Cleveland, Ohio, with an estimated completion date of May 29, 2025. Fiscal 2022 Formerly Utilized Sites Remedial Action Program funds in the amount of $13,444,593 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-24-C-0002). 

Manson Construction Co., Seattle, Washington, was awarded a $13,183,900 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Anchorage, Alaska, with an estimated completion date of April 30, 2027. Fiscal 2024 civil operation and maintenance funds in the amount of $13,183,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0005). 

C. Abbonizio Contractors Inc.,* Sewell, New Jersey, was awarded a $12,450,146 firm-fixed-price contract to raise a dike. Bids were solicited via the internet with two received. Work will be performed in Pennsville, New Jersey, with an estimated completion date of June 6, 2025. Fiscal 2023 civil construction funds in the amount of $12,450,146 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0049). 

Healy Tibbitts Builders Inc., Aiea, Hawaii, was awarded an $8,122,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of Dec. 31, 2024. Fiscal 2015, 2016 and 2023 civil operation and maintenance funds in the amount of $8,122,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-24-C-0005). 

NAVY

Acosta Inc., Jacksonville, Florida, is awarded $141,254,877 for a firm-fixed-price, indefinite-delivery requirements contract that includes provisions for economic-price-adjustment to acquire commercially available items for authorized resale to include food, beverages, and personal care items at various locations in support of the Navy Exchange Service Command Ships Store Program. The contract is a five-year base ordering period with no options. Work will be performed in Norfolk, Virginia (33%); San Diego, California (33%); Mayport, Florida (13%); Pacific Northwest (13%); Diego Garcia (6%); and Hawaii (2%). The delivery period is expected to begin January 2024 and be completed by December 2028. No funds will be obligated at the time of award, and fiscal 2024 operations and maintenance (Navy) funds for the initial task order will expire at the end of the current fiscal year. Funds appropriate for the fiscal year in which each task order is awarded will be obligated as individual task orders are issued. The requirement was competitively procured with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Norfolk, Virginia, is the contracting activity (N00189-24-D-0006).

BAE Systems, Nashua, New Hampshire, is awarded a $77,302,342 cost-plus-fixed-fee undefinitized contract to procure various special tooling and special test equipment in support of production and retrofit modifications for the F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Loveland, Colorado (42%); Amesbury, Massachusetts (13%); Billerica, Massachusetts (5%); Chelmsford, Massachusetts (3%); Irvine, California (3%); Maple Grove, Minnesota (3%); San Jose, California (3%); Fremont, New Hampshire (2%); Linthicum, Maryland (1%); Andover, Massachusetts (1%); Hudson, New Hampshire (1%); Endicott, New York (1%); Melville, New York (1%); Wenatchee, Washington (1%); Wallingford, Connecticut (1%); Eden Prairie, Minnesota (1%); Greeneville, Tennessee (1%); Santa Ana California (1%); Londonderry, New Hampshire (1%); Boise, Idaho (1%); Amherst, New Hampshire (1%); Los Angeles, California (1%); Westbrook, Maine (1%), and various locations within the continental U.S. (11%), and is expected to be completed in December 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $9,026,452; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $9,026,451; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $2,408,774; fiscal 2023 aircraft procurement (Navy) funds in the amount of $1,588,266; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $4,529,250; fiscal 2022 aircraft procurement (Navy) funds in the amount of $4,529,250; FMS customer funds in the amount of $1,342,115, and non-U.S. DOD participants funds in the amount of $5,814,104 will be obligated at time of award, $9,058,500 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0010).

L3Harris Technologies Inc., Rochester, New York, is awarded a $49,000,000 hybrid, indefinite-delivery/indefinite-quantity contract for the purchase of Multiband Radio II waveform porting services. This contract provides waveform porting of Mobile User Objective System 3.2 and Single Channel Ground Air Radio System Frequency Hop 3 to the Multiband Radio II Family of Systems. The contract also requires delivery of the following, as ordered: technical data, logistics data, training data, training, and sustainment services. Work will be performed in Rochester, New York, with an expected completion date of December 2028. The maximum dollar value, including all ordering periods, is $49,000,000. Fiscal 2024 research, development, test, and evaluation (Marine Corps) funds in the amount of $2,627,712; and fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $68,868, for a total of $2,696,580, were obligated at the time of award. Contract funds in the amount of $68,868 will expire at the end of the current fiscal year. Contract funds in the amount of $2,627,712 will not expire at the end of the current fiscal year. This contract is a sole source acquisition pursuant to Federal Acquisition Regulation 6.302-1(a) and 10 U.S. Code 3204(a)(1). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-D-2072).

Greenlight Group, JV, LLC,* Destin, Florida is awarded a $39,682,035 firm-fixed price, indefinite-delivery/indefinite-quantity contract to provide Contractor Logistical Support services for Marine Corps Underwater Egress Training. Support services will include Underwater Egress Training program operations, instruction, and maintenance at all Underwater Egress Training sites. Work will be performed at multiple Marine Corps Installations within the Continental United States and Outside the Continental United States. This contract has a maximum ordering period of five years from Jan. 1, 2024, through Dec. 31, 2028. No funding will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was a small business set-aside competitive acquisition in accordance with Federal Acquisition Regulation Part 6.203, with five offers received. Marine Corps Systems Command, Quantico, Virginia is the contracting activity (M67854-24-D-8005).

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded a $31,242,913 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N69450-18-D-1800 for base operations support services. This award brings the total cumulative face value of the contract to $179,417,927. Work will be performed in Jacksonville, Florida, at Naval Station Mayport (62%); Marine Corps Support Facility Blount Island (37%); and outlying areas (1%). Fiscal 2024 operation and maintenance, (Navy) funds; fiscal 2024 operations and maintenance (Marine Corps) funds; fiscal 2024 Navy working capital funds; and fiscal 2024 family housing operations and maintenance, (Navy) contract funds in the amount of $25,276,572, for recurring work, will be obligated on individual task orders issued during the option period. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, was awarded a $29,405,716 cost-plus-fixed-fee modification (P00005) to an order (N0001922F1198) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to provide logistics support analysis, logistics products and product data, technical publications resulting from production engineering changes, diminishing manufacturing sources, material shortages in support of CH-53K King Stallion aircraft production, and fielding for the Marine Corps. Work will be performed in Stratford, Connecticut (84.23%); Bohemia, New York (7.03%); various locations within the continental U.S. (CONUS) (8.02%); and various locations outside the CONUS (0.72%), and is expected to be completed in December 2024. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $15,000,000 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. (Awarded Dec. 15, 2023)

BAE Systems, Information and Electronic Systems Integration Inc., Greenlawn, New York, is awarded a $12,453,140 modification (P00009) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001921D0008). This modification exercises an option to procure up to 290 Mode 5 capable AN/APX-117A/118A/123A(V) Common Identification Friend or Foe Digital Transponder Systems and associated shop replaceable assemblies in support of fixed and rotary winged aircraft for the Navy, Army, and non-U.S. Department of Defense participants. Work will be performed in Greenlawn, New York (85%); and Austin, Texas (15%), and is expected to be completed in December 2025. 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.

Collins Aerospace, Windsor Locks, Connecticut, is awarded an $11,915,362 modification (P00002) to a firm-fixed-price order (N0042123F0197) against a previously issued basic ordering agreement (N0001919G0007). This modification exercises options to procure 40 Modern Pump Housing (MPH) hardware kits, 40 MPH installation kits, and one MPH component kit in support of E-2 and C-2 aircraft propellers for the Navy. Work will be performed in Windsor Locks, Connecticut, and is expected to be completed in October 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $11,833,046; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $82,316, will be obligated at the time of award, $82,316 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., Houston, Texas, is awarded a not-to-exceed $11,731,666, cost-plus-fixed-fee, undefinitized contract action to provide for the support of Transfer Under Pressure capability and modernization, including Surveillance Towed Array Sensor System support. Work will be performed in Hanover, Maryland (70%); San Diego, California (15%); and Norfolk, Virginia (15%), and is expected to be completed by December 2024. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $587,875 (62%); fiscal 2024 other procurement (Navy) funding in the amount of $200,000 (21%); fiscal 2022 other procurement (Navy) funding in the amount of $127,124 (13%); and fiscal 2024 research development test and evaluation (Navy) funding in the amount of $40,000 (4%), will be obligated at time of award, of which funding in the amount of $714,999 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies and services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4301).

Sikorsky Aircraft Corp., Lockheed Martin Co., Stratford, Connecticut, is awarded an $8,552,070 modification (P00162) to a previously awarded firm-fixed-price contract (N0001914C0050). This modification adds scope to procure spares and material management in support of sustaining the VH-92A Helicopters for the Navy. Work will be performed in Woodland, Washington (24%); Stratford, Connecticut (21%); Milford, Connecticut (15%); Irvine, California (5%); Harrisburg, Pennsylvania (5%); Berlin, Connecticut (2%); Enfield, Connecticut (2%); Ronkonkoma, New York (2%); Bellport, New York (2%); Erie, Pennsylvania (2%); Blacksburg, Virginia (2%); various locations within the continental U.S. (CONUS) (5%); and various locations outside the CONUS (13%), and is expected to be completed in December 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $6,259,701; fiscal 2023 aircraft procurement (Navy) funds in the amount of $1,977,368; and fiscal 2022 aircraft procurement funds in the amount of $315,001, will be obligated at the time of award, $315,001 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Valiant/ALCA JV LLC, Clarksville, Tennessee, is awarded an $8,510,770 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N62470-18-D-3010) for base operation support services at Naval Air Station (NAS) Sigonella, Sicily, Italy. This award brings the total cumulative value of the contract to $42,990,953. Work will be performed in Sicily, Italy, and is expected to be completed by December 2024. Fiscal 2024 operation and maintenance, (Navy) funds; fiscal 2024 operation and maintenance, (Army) funds; and fiscal 2024 operation and maintenance, (Air Force) funds, will be obligated on individual task orders, subject to the availability of funds. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command Europe, Africa, Central; NAS Sigonella, Sicily, Italy, is the contracting activity.

Northrop Grumman Corp. Marine System, Sunnyvale, California, was awarded an $8,118,948 firm-fixed-price contract action for maintenance repair and overhaul for the Ship’s Service Turbine Generator No. 1 and No. 2 onboard a Virginia-Class submarine. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed by July 2025. Fiscal 2024 Operations and Maintenance (Navy) funds in the amount of $8,118,948 will be obligated at the time of award of which will expire at the end of the current fiscal year. One company was solicited for this sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1. Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii, is the contracting activity (N32253-24-C-0002). (Awarded Dec. 15, 2023)

Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $7,781,824 modification (P00007) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001919D0025). This modification increases the ceiling for the production and delivery of an additional 32 H-1 tech refresh mission computers in support of the AH-1Z aircraft for the government of Nigeria. Work will be performed in Salt Lake City, Utah (55%); Baltimore, Maryland (25%); and Woodland Hills, California (20%), and is expected to be completed in June 2024.  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.

WASHINGTON HEADQUARTERS SERVICES

Didlake Inc., Manassas, Virginia, is awarded an $11,644,720 modification on a firm-fixed-price contract (HQ003422C0059) to exercise Option Period Two. Fiscal 2024 Pentagon Reservation Maintenance Revolving Funds in the amount of $11,644,720 will be obligated at the time of award. The cumulative total of the contract is $18,026,834. The total amount of this action if all options are exercised is $129,819,107. The contractor will provide custodial services to the Pentagon’s basement, mezzanine, fist and fifth floors, the Pentagon Library Conference Center, North Village Compound, and the Pentagon Athletic Center. The work will be performed at the Pentagon Reservation in Arlington, Virginia. The estimated completion date is Dec. 31, 2031. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Next Evolution Water Solutions Inc., doing business as Next Evolution Logistic Solutions, Durham, New Hampshire, has been awarded a maximum $11,625,120 firm‐fixed‐price contract for government-owned, contractor-operated alongside aircraft refueling services for Naval Support Activity, Patuxent River, Maryland. This is a four‐year base contract with one five‐year option period and one six-month option to extend. Location of performance is Maryland, with a June 30, 2028, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5000).

*Small business

12/20

ARMY

Core Government Services Corp.,* Purcellville, Virginia, was awarded a $610,000,000 firm-fixed-price contract to provide mission support services for the Army Training Support Center. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2028. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-D-0016). 

T&H Services LLC, Juneau, Alaska, was awarded a $39,063,221 modification (P00059) to contract W911RZ-19-C-0002 for base operations support. Work will be performed in Fort Carson, Colorado, with an estimated completion date of Dec. 31, 2024. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. 418th Contracting Support Brigade, Fort Carson, Colorado, is the contracting activity. 

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $220,744,973 modification (P00004) to a cost-plus-fixed-fee, firm-fixed-price order (N0001923F0002) against a previously issued basic ordering agreement (N0001919G0008). This modification exercises options to support calendar year 2024 modification and retrofit activities for the F-35 Joint Strike Fighter program to include program management, non-recurring engineering, aircraft induction, contractor field, depot site, and laser shock peening site support. Additionally, this modification adds scope for the procurement of material kits as well as special tooling and test equipment necessary to support F-35 Joint Strike Fighter aircraft retrofit and modification efforts for the Air Force, Marines, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $446,744; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $151,628; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $39,627,00; fiscal 2024 aircraft procurement (Navy) funds in the amount of $53,968,394; non-U.S. DOD participant funds in the amount of $69,664,330; and FMS funds in the amount of $56,886,874, will be obligated at the time of award, $446,744 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., Lockheed Martin Aeronautics Co., Fort Worth, Texas is awarded a $42,037,318 modification (P00076) to a previously awarded fixed-price incentive (firm-target) contract (N0001918C1048). This modification adds scope to procure supplies and support equipment in support of F-35 depot component repair capability activations, associated with the communication, navigation, identification material lay-in for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Warner Robins, Georgia, and is expected to be completed in April 2027. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $17,728,705; fiscal 2022 aircraft procurement (Navy) funds in the amount of $11,622,151; FMS customer funds in the amount of $4,746,275; and non-DOD participant funds in the amount of $7,940,186, will be obligated at the time of award, $29,350,856 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Raytheon Co., Tucson, Arizona, is awarded a $41,109,046 firm-fixed-price delivery order to previously awarded basic ordering agreement N00024-21-G-5421 for production and delivery of Evolved SeaSparrow Missile (ESSM) Block (BLK) one spare parts for sustainment and support of in-service ESSM BLK 1 Guided Missile Assemblies. This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $49,251,821. This contract combines purchases for the U.S. government (85%); and the governments of Japan, UAE, Chile, Spain, and South Korea (15%), under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (32%); Ottobrunn, Germany (18%); Hengelo, Netherlands (9%); Cincinnati, Ohio (6%); Mississauga, Canada (5%); Raufoss, Norway (4%); Ankara, Turkey (4%); San Jose, California (4%); Toronto, Canada (3%); Grand Rapids, Michigan (3%); Nashua, New Hampshire (3%); Sandy Hook, Connecticut (2%); Joplin, Missouri (2%); Lystrup, Denmark (2%); Columbia, Maryland (1%); Aranjuez, Spain (1%); and Santa Fe Springs, California (1%), and is expected to be completed by May 2025. Fiscal 2021 other customer funds in the amount of $13,812,424 (34%); FMS Japan funds in the amount of $3,514,808 (8%); FMS UAE funds in the amount of $2,006,727 (5%); FMS Chile funds in the amount of $268,899 (1%); FMS Spain funds in the amount of $223,658 (1%); FMS South Korea funds in the amount of $123,015 (less than 1%) (15% combined); fiscal 2024 other customer funds in the amount of $5,837,944 (14%); fiscal 2020 other customer funds in the amount of $5,042,560 (12%); fiscal 2023 weapon procurement (Navy) funds in the amount of $4,180,246 (10%); fiscal 2019 other customer funds in the amount of $3,111,747 (8%); fiscal 2023 other customer funds in the amount of $2,075,767 (5%); and fiscal 2022 other customer funds in the amount of $911,252 (2%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4) (International Agreement between the U.S. and a foreign government or international organization). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-G-5421).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $31,219,735 cost-plus-fixed-fee  modification to previously awarded contract N00024-19-C-2100 to procure additional support for engineering, technical, design agent, and Hull Planning Yard support for the Navy’s operational aircraft carrier fleet. Work will be performed in Newport News, Virginia, and is expected to be completed by May 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,309,875 (70%); and fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $1,000,000 (30%), will be obligated at time of award, of which, $2,309,875 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Owego, New York, is awarded a $12,328,863 modification (P00012) to a previously awarded cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0001920D0001). This modification provides for through life support services, to include in-country, on-site squadron workforce supplementation support personnel, and continued maintenance, program management, and logistics services in support of the MH-60 Romeo helicopter program for the government of Australia. Work will be performed in Yerriyong, Commonwealth of Australia (99.5%); and various location within the continental U.S. (0.5%), and is expected to be completed in December 2024. 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.

Valkyrie Enterprises Inc., Virginia Beach, Virginia (N00178-14-D-7987), is awarded a $9,760,287 cost-plus-fixed-fee contract N0016424CB001 for non-personal professional support services. This effort provides fleet readiness support for Commander, Navy Regional Maintenance Center (CNRMC), Regional Maintenance Centers (RMCs), and Surface Team One, for improved coordination and communication between surface ship maintainers and operators, to assist in standardizing policy and processes across the RMCs, and to facilitate the sharing of best practices, improved contract oversight, consistency in work performance, and higher standards of quality. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $9,760,287. The primary places of performance will be CNRMC Headquarters in Norfolk, Virginia (50%); and San Diego, California (5%). Contractor facility sites include the following locations: National City, California (3%); and Virginia Beach, Virginia (7%). Alternate places of performance include continental U.S. (CONUS) and outside CONUS travel to Fleet concentration and support areas in San Diego, California (10%); Mayport, Florida (8%); Bremerton, Washington (3%); Everett, Washington (3%); Pearl Harbor, Hawaii (5%); Naples, Italy (2%); Manama, Bahrain (2%); and Rota, Spain (2%). If all options are exercised, work will continue through September 2024. Fiscal 2024 operations and maintenance, Navy funds in the amount of $1,700,000 (100%) will be obligated at time of award. This contract was not competitively procured via the SAM.gov websites in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Purdue University, West Lafayette, Indiana, is awarded a $9,171,952 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides institutional accreditation to the U.S Navy Test Pilot School (USNTPS) and applicable college credit courses for USNTPS students and instructors. Additionally, this effort provides for USNTPS instructors to teach courses to both USNTPS students and Purdue University students, as well as provides institutional accreditation support and distance learning media services support for the Navy. Work will be performed in West Lafayette, Indiana, and is expected to be completed in December 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 not competitively procured pursuant 10 U.S. Code 3204(a)(1). Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0009).

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Mclean, Virginia, has been awarded an estimated $121,518,957 firm‐fixed‐price, performance-based-logistics requirements contract for B-1 Bomber AN/APQ-164 offensive radar low observable antennas. 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 five-year base contract with one five-year option period. Location of performance is Oklahoma, with a Dec. 31, 2028, performance completion date. Using military service is Air Force. Type of appropriations is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA1‐24‐D‐0001).

S by S Studio Inc.,* Brooklyn, New York, has been awarded a maximum $13,596,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women’s Task Force uniform slacks. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods, The ordering period end date is Dec. 19, 2028. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0020).

DEFENSE HEALTH AGENCY

Allied Technologies & Consulting, Frederick, Maryland, was awarded a $87,527,154 firm-fixed-price, time-and-materials hybrid contract (HT9425-24-F-0002) to provide product management and command support services to the U.S. Army Medical Materiel Development Activity (USAMMDA). The requirement is to provide product management, medical and technical advisor, logistics, financial, administrative, and command support services to support the medical product development mission as is necessary to facilitate full program coordination, management, policy development, execution, and oversight across all USAMMDA product development and acquisition areas. The effort allows for structuring and alignment of medical product development and support efforts to maintain an adequate balance among candidate programs in terms of risks, technical performance benefits, needs and timing factors to meet Joint Warfighter requirements. The task order will be issued from the General Services Administration’s Multiple Award Schedule. Fiscal 2024 research, development, test and evaluation funds will be obligated at the time of award. The place of performance is Fort Detrick, Maryland and the period of performance is Jan. 19, 2024, to Jan. 18, 2027. USAMMDA, Contracts Branch Seven, Fort Detrick, Maryland, is the contracting activity.

AIR FORCE

HII Mission Technologies Corp., McLean, Virginia, was awarded a $7,727,439 cost-plus-fixed-fee type contract for Strategic Exploration, Navigation, and Patching of Abstracted Integrations (SENPAI) hardware and software prototypes. This contract will develop tools that reduce the amount of time needed to prepare a system for analysis; develop tools that can model entire systems with enough fidelity to find, exploit, and patch vulnerabilities; develop simulators that have enough precision to model interactions between system components; and to integrate these capabilities to meet SENPAI objectives. Work will be performed at McLean, Virginia, and is expected to be completed by June 20, 2025. This contract was a competitive acquisition, and 19 offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $3,072,875 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. (FA8750-24-C-B001)

*Small business

12/21

NAVY

Austal USA, Mobile, Alabama, is awarded an $867,666,667 fixed-priced incentive (firm-target), undefinitized contract modification to a previously awarded contract (N00024-19-C-2227) for the detail, design, and construction of three expeditionary medical ships, an Expeditionary Fast Transport variant. Work will be performed in Mobile, Alabama (87%); Chesapeake, Virginia (2%); Newark, Delaware (2%); Mandeville, Louisiana (2%); Spring, Texas (1%); various locations within the U.S., each accounting for less than one percent (5%); and various locations outside the U.S., each accounting for less than one percent (1%). Work is expected to complete by May 2030. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $149,833,000; and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $63,667,000 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. 

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $706,099,984 cost-plus-fixed-fee contract for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (75%); and Schenectady, New York (25%), and is expected to be completed by September 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $459,599,992 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2115).

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $182,807,762 cost-plus-fixed-fee contract for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (91%); and Schenectady, New York (9%), and is expected to be completed by September 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $182,594,582 (99%); and fiscal 2024 other procurement (Navy) funds in the amount of $213,180 (1%), will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2112).

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland is awarded an $86,790,235 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides engineering and technical services to include, planning and analysis, engineering design, assimilation, kitting, production and verification, logistics and in-services support, and technical management in support of new and legacy Mobile Deployable (MD) Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance, and Reconnaissance (C5ISR) systems and platforms. These services are in support of providing MD C5ISR products comprised of small craft, transportable systems, en-route communication systems, and intra-platform systems for the Navy, Special Operations Forces, Homeland Security, and other Department of Defense (DOD) and non-DOD agencies. Work will be performed in Lexington Park, Maryland (46%); Little Creek, Virginia (32%); and St. Inigoes, Maryland (22%), and is expected to be completed in January 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0008).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $53,562,109 undefinitized contract action modification to previously awarded contract (N00024-17-C-2100) for Long Lead Time Material associated with the Virginia Class Submarine SSN 812. Work will be performed in Spring Grove, Illinois (15%); Orrville, Ohio (9%); Arlington, Texas (4%); Bozrah, Connecticut (3%); Warren, Massachusetts (3%); Monroe, North Carolina (3%); Jacksonville, Florida (2%); Florence, New Jersey (2%); Mansfield, Massachusetts (2%); Farmingdale, New York (2%); Norfolk, Virginia (1%); South Windham, Connecticut (1%); Benicia, California (1%); Salem, Ohio (1%); Yaphank, New York (1%); and other locations less than 1% (50%), and is expected to be completed by September 2033. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $53,562,109 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Missiles and Fire Control, Archbald, Pennsylvania, is awarded a $27,529,881 firm-fixed-price contract for the production and delivery of 5,697 Laser Guided Training Rounds BDU-59C/B, and associated non-recurring engineering, as well as refurbishment of 1,899 government furnished metal shipping and storage containers, in support of the Navy. Work will be performed in Archbald, Pennsylvania, and is expected to be completed in June 2026. Fiscal 2024 procurement of ammunition (Navy and Marine Corp) funds in the amount of $24,260,643; fiscal 2023 procurement of ammunition (Navy and Marine Corp) funds in the amount of $2,678,605; and fiscal 2022 procurement of ammunition (Navy and Marine Corp) funds in the amount of $590,633 will be obligated at the time of award, $590,633 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0004).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $23,108,132 firm-fixed-price order (N0001924F5334) against a previously issued basic ordering agreement (N0001919G0008). This order provides for the production and delivery of Lots 15-17 pilot flight equipment, to include the pilot interface connector, chem-bio pilot interface connector, and the chem-bio filtered air supply, in support of the F-35 Lightning II Joint Strike Fighter program for the Air Force, Marine Corp, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $2,719,489; fiscal 2023 aircraft procurement (Navy) funds in the amount of $2,461,366; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $9,387,671; fiscal 2022 aircraft procurement (Navy) funds in the amount of $4,180,829; FMS customer funds in the amount of $910,127; and non-U.S. DOD participant funds in the amount of $3,448,650, will be obligated at the time of award, $13,568,500 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $20,738,742 firm-fixed-price modification to previously awarded contract N00024-21-C-5408 to exercise options for fiscal 2023 MK698 Block Two upgrades and test equipment spare parts in support of the Fiscal 2021-2023 Evolved SeaSparrow Missile Block Two full rate production requirements. Work will be performed in Tucson, Arizona (68%); Gilbert, Arizona (7%); Silver Springs, Maryland (3%); Phoenix, Arizona (3%); Albuquerque, New Mexico (3%); West Chester, Ohio (2%); Tempe, Arizona (2%); Toronto, Canada (2%), and various other locations each less than 1% (10%). Work will complete in March 2026. Fiscal 2021 other customer funds in the amount of $6,812,804 (33%); fiscal 2023 other customer funds in the amount of $4,969,774 (24%); fiscal 2022 other customer funds in the amount of $4,922,222 (24%); and fiscal 2023 weapon procurement (Navy) funds in the amount of $4,033,942 (19%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4) (International Agreement between the United States and a foreign government or international organization). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5408).

CACI Inc. – Federal, Chantilly, Virginia, was awarded a $16,975,111 firm-fixed-price, second bridge contract (N3220524C4020) for worldwide support services in the functional areas of sustainment logistics including, Corrective Maintenance Logistics System support, Combat Logistics Force load management, material handling equipment, and ordnance handling equipment support and ordnance management. The contract contains a three-month base period and a three-month option period, plus Federal Acquisition Regulation 52.217-8, Option to Extend Services, for a total of 12 months. The contract will be performed on a worldwide basis beginning Dec. 20, 2023, and will conclude on Dec. 19, 2024, if all options are exercised. This contract was a sole source, unusual and compelling urgency in accordance with 10 U.S. Code 3204 (a) (2) and solicited via SAM.gov website, with one timely offer received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Dec. 19, 2023)

The Boeing Co., St. Louis, Missouri, is awarded an $11,407,360 firm-fixed-price, cost-plus-fixed-fee order (N0001924F0083) against a previously issued basic ordering agreement (N0001921G0006). This order provides for integrated product support (IPS) for all Navy, Marine Corps, and the governments of Spain, Canada, Switzerland, Malaysia, Kuwait, Australia, and Finland’s F/A-18A-F and Electronic Attack EA-18G aircraft. The IPS provides for the sustainment of the F/A-18 Automated Maintenance Environment system, to include software upgrades and training to support fleet maintenance activities; interactive electronic technical manuals updates and releases to the fleet; logistics support to provide on-site assistance to operators and organizational and intermediate level maintainers; establishing and running Hornet Support Centers required to support Navy and Marine Corps F/A-18 and Navy EA-18G aircraft; failure reporting and corrective action system maintenance; sustaining engineering to include engineering investigations, system safety analysis, structural appraisal of fatigue effects support, technical integration support, trade studies, and aerodynamic simulation/modeling support; maintenance planning to include logistics product data support; configuration management support; and peculiar support equipment (PSE) management to include analysis of aircraft changes for PSE impact. Work will be performed in St. Louis, Missouri, and is expected to be completed in March 2024. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $6,176,271; fiscal 2024 operations and maintenance (Navy) funds in the amount of $4,117,177; and Foreign Military Sales customer funds in the amount of $1,113,912, will be obligated at the time of award, $4,117,177 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $9,204,306 firm-fixed-price modification (P00005) to a previously awarded contract (N0001920C0003). This modification exercises an option to procure 36 Stand-off Land Attack Missile – Expanded Response data link pod assemblies for the government of Saudi Arabia. Work will be performed in Indianapolis, Indiana (90%); and St. Louis, Missouri (10%), and is expected to be completed in December 2026. Foreign Military Sales customer funds in the amount of $9,204,306 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.

PTC Inc. of Boston, Massachusetts is awarded an $8,309,113 contract modification to a previously awarded contract (N00024-20-C-6121) to exercise and fund an option for provisioned item orders in support of model-based production support. Work will be performed in Boston, Massachusetts, and is expected to be completed by December 2024. Fiscal 2024 shipbuilding and conversion, Navy, funding in the amount of $8,309,113 will be obligated at the time of award and will not expire at the end of the fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

RECONCRAFT LLC.,* Anchorage, Alaska, is awarded an $8,271,920 firm-fixed-price modification to a previously awarded contract (N00024-23-C-2205) for the production and testing of one Norwegian Combat Craft Medium. Work will be performed in Clackamas, Oregon, and is expected to be completed by August 2025. Foreign Military Financing (Norway) funds in the amount of $8,271,920 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.

AIR FORCE

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $407,599,797 cost-plus-fixed-fee modification (P00016) to previously awarded task order (FA8656-22-F-A071) for Hypersonic Attack Cruise Missile-Southern Cross Integrated Flight Research Experiment (HACM-SCIFiRE). Work will be performed at Tucson, Arizona, and is expected to be completed by Dec. 31, 2028.  Fiscal 2023 research, development, test and evaluation funds in the amount of $27,114,155 are being obligated at time of award. The Air Force Life Cycle Management Center, Armament Directorate, Agile Weapons Division, HACM-SCIFiRE Program Office, Eglin Air Force Base, Florida, is the contracting activity. 

Strategic Alliance Business Group, Fairfax, Virginia, was awarded a $114,508,557 firm-fixed-price task order from General Services Administration OASIS contract 47QRAD20D1030 with a base year and four option years for the Chief Operations Office U.S. Space Force, for advisory and assistance services. This contract provides technical, operational support, advisory, and assistance services in direct support to the Chief of Space Operations in planning, coordinating, and executing assigned actions. Work will be performed in the National Capitol Region and is expected to be completed by Jan. 22, 2029. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 operation and maintenance funds in the amount of $1,330,600 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-F-0035). (Awarded Dec. 20, 2023)

Darkhive Inc., San Antonio, Texas, has been awarded a $95,050,000, indefinite-delivery/indefinite-quantity contract modification (P00001) to previously awarded  contract FA8730-23-D-B003 for small unmanned aerial systems, software development and integration for autonomy infrastructures and platforms. The contract modification is to increase the ceiling from $4,950,000 to $100,000,000, and increase the ordering period from three years to five years. Work will be performed at San Antonio, Texas, and is expected to be completed by June 5, 2030. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, in support of AFWERX Autonomy Prime, Hanscom Air Force Base, Massachusetts, is the contracting activity. 

Rise8 Inc., Tampa, Florida, has been awarded a $95,050,000, indefinite-delivery/indefinite-quantity contract modification (P00002) to previously awarded contract FA8730-23-D-B004 for software development tools and services. The contract modification is to increase the ceiling from $4,950,000 to $100,000,000, and increase the ordering period from three years to five years. Work will be performed at Tampa, Florida, and is expected to be completed by June 5, 2030. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, in support of AFWERX Autonomy Prime, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Second Front Systems, Wilmington, Delaware, has been awarded a $95,050,000, indefinite-delivery/indefinite-quantity contract modification (P00001) to previously awarded contract FA8730-23-D-B004 for Game Warden platform and embedded services. The contract modification is to increase the ceiling from $4,950,000 to $100,000,000 , and increase the ordering period from three years to five years. Work will be performed at Wilmington, Delaware, and is expected to be completed by May 10, 2030. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, in support of AFWERX Autonomy Prime, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Sealing Technologies LLC, Columbia, Maryland, is awarded a firm-fixed-price, time-and-materials, labor hour, and cost reimbursement blanket purchase agreement with a ceiling of $49,000,000, against General Services Administration Schedule contract GS-35F-056CA, for non-personnel services to provide multi-caveat analytical computing environment software development services. This agreement will not obligate funds at time of award. Funds will be obligated using research, development, test, and evaluation funds. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity. 

Lockheed Martin, King of Prussia, Pennsylvania, was awarded a $12,680,063 cost-plus-fixed-fee contract to develop, integrate, and lab test DRACO 7.0. Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by May 31, 2026. This contract was a sole source acquisition. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $2,248,880 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8691-24-C-B002).

L3Harris Technologies Integrated Systems L.P., Greenville, Texas, has been awarded an $11,080,200 firm-fixed-price contract modification (P00001) to previously awarded contract FA8620-23-F-4827 for engineering, material management, financial management, and program management support services. The modification brings the total cumulative face value of the contract to $23,767,531. Work will be performed at Greenville, Texas, and is expected to be completed by Dec. 31, 2024. Foreign Military Sales funds in the amount of $11,080,200 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

AAR Allen Services Inc., Garden City, New York, was awarded a $113,130,795 firm-fixed-price contract for maintenance and overhaul of the power unit gas turbine in support of the Black Hawk helicopter system. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0017).  

Compotech Inc.,* Brewer, Maine, was awarded a $79,760,293 hybrid (firm-fixed-price and fixed-price with economic-price-adjustment) contract for the production of the Expeditionary Shelter Protection System. 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 Dec. 21, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-24-D-0001). 

Amentum Services Inc., Chantilly, Virginia, was awarded a $49,401,698 modification (P00042) to contract W9124G-17-C-0005 for flight training. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Jan. 9, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $49,401,698 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. 

Kerns Construction LLC,* Laveen, Arizona, was awarded an $11,927,200 firm-fixed-price contract for replacement of an airfield lighting system. Bids were solicited via the internet with four received. Work will be performed in Gila Bend, Arizona, with an estimated completion date of Jan. 16, 2025. Fiscal 2024 operation and maintenance, Air Force funds in the amount of $11,927,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-24-C-0006). 

Altan, Ankara, Turkey (W912GB-24-D-0009); and Exp Federal Inc., Chicago, Illinois (W912GB-24-D-0010), will compete for each order of the $9,000,000 firm-fixed-price contract for architect-engineering services. 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 Dec. 20, 2028. U.S. Army Corps of Engineers, European District, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Onsite Gas Systems LLC, Newington, Connecticut, has been awarded a maximum $108,214,430 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for noncommercial and non-developmental medical equipment for the Defense Logistics Agency (DLA) Electronic Catalog. This was a competitive acquisition with six offers received. This is a five-year contract with one five-year option period. Other contracts are expected to be awarded under this solicitation (SPE2D1-20-R-0001) and awardees will compete for a portion of the program maximum dollar value. The ordering period end date is Dec. 20, 2028. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the DLA Troop Support, Philadelphia, Pennsylvania (SPE2D1-24-D-0006).

Hardwick Tactical Corp.,* Cleveland, Tennessee, has been awarded a maximum $24,371,840 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s trousers. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Puerto Rico, with a Dec. 20, 2028, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0021).

Defense Finance and Accounting Service

Ernst and Young LLP, New York, New York, is being awarded a labor-hour contract option for audit services for the Department of Defense Office of Inspector General audits of the Defense Logistics Agency (DLA) financial statements.  The modification, P00017, is for a maximum face value of $21,948,613 and brings the total cumulative value of the existing contract, HQ042321F0010, to $80,830,640 from $58,882,028.  Work will be performed in various locations including DLA headquarters in Fort Belvoir, Virginia, as well as other federal locations in Ohio, Michigan, Pennsylvania, and Virginia, with an expected completion date of Dec. 31, 2024.  This contract was the result of a competitive acquisition for which two quotes were received.  Fiscal 2024 defense-wide operation and maintenance funds in the amount of $21,948.613 are being obligated at the time of option exercise.  The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

Ernst & Young LLP, New York, New York, is being awarded a labor-hour contract option for financial statement audit services for the Navy and Marine Corps. The modification, P00015, is for a maximum face value of $ $53,895,294 and brings the total cumulative value of the existing contract, HQ0423-21-F-0002 to $213,541,561 from $159,646,267. Work will be performed in various locations, to include numerous Navy and Marine Corps command locations, with an expected completion date of Dec. 31, 2024. This contract was the result of a competitive acquisition for which one quote was received. Fiscal 2024 defense-wide operating and maintenance funds in the amount of $53,895,294 are being obligated at time of option exercise. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.  

*Small business

12/22

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $772,299,996 cost-plus-fixed-fee contract for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (50%); and Schenectady, New York (50%), and is expected to be completed by September 2033. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $772,299,996 will be obligated at time of award and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2114).

Raytheon Missile Systems, Tucson, Arizona, is awarded a $155,697,776 firm-fixed-price undefinitized order (N0001924F2560) against a previously issued basic ordering agreement (N0001920G0007). This order provides for the production and delivery of 53 Joint Standoff Weapon Air-To-Ground Missiles (AGM-154 Block III C), to include 47 missiles for the government of Bahrain, and six replacement in kind missiles for the Navy, as well as associated training and test supplies and services, containers, technical data, engineering technical services, and inert equipment. Work will be performed in Tucson, Arizona (65.29%); Monmouthshire, Wales, United Kingdom (7.7%); Vergennes, Vermont (4.66%); Reading, Scotland, United Kingdom (3.01%); Joplin, Missouri (1.74%); Goleta, California (1.59%); Loveland, Colorado (1.58%); Richardson, Texas (1.12%); Tulsa, Oklahoma (1.11%); Minneapolis, Minnesota (1.03%); and various location within the continental U.S. (11.17%), and is expected to be completed in March 2028. Fiscal 2022 weapons procurement (Navy) funds in the amount of $2,316,046; and Foreign Military Sales customer funds in the amount of $36,759,997, will be obligated at time of award, $2,316,046 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $141,510,746 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-5123 to exercise options for capability package development and fielding, system integration and fielding, and in-service sustainment in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by Dec. 31, 2024. Fiscal 2024 Research, development, test and evaluation (Navy) funds in the amount of $56,884,417 (53%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $31,268,284 (29%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $10,294,544 (9%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $2,627,181 (2%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $2,487,114 (2%); fiscal 2023 weapon procurement (Navy) funds in the amount of $1,759,660 (2%); fiscal 2024 operation and maintenance (Navy) funds in the amount of $999,926 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $996,312 (1%); and fiscal 2024 weapon procurement (Navy) funds in the amount of $616,676 (1%), will be obligated at time of award and funds in the amount of $999,926 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., El Segundo, California, is awarded $90,499,980 ceiling-priced, undefinitized delivery order N00383-24-F-UX04, under previously awarded basic ordering agreement N00383-19-G-UX01, for the procurement of 30 position tracking systems in support of the E-2D Advanced Hawkeye aircraft. All work will be performed in El Segundo, California. This delivery order does not include options and work is expected to be completed by December 2026. Annual working capital funds (Navy) in the amount of $44,344,990 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $79,650,079 cost-plus-fixed-fee, firm-fixed-price order (N0001924F0089) against a previously issued basic ordering agreement (N0001923G0002). This order provides for updated logistics analysis and products in support of configuration changes on the CH-53K. Additionally this order provides for the development and delivery of new intermediate and depot component repair capability, and all related analysis, products, and services related to gearboxes, the Air Data Computer, and aircraft hoses and tubes for the Marine Corps. Work will be performed in Stratford, Connecticut (75.64%); Bohemia, New York (2.92%); Wallingford, Connecticut (2.7%); Hamden, Connecticut (1.82%); Christchurch Dorset, England (1.8%); Macomb, Michigan (1.55%); Elyria, Ohio (1.54%); Sterling Heights, Michigan (1.39%); Stratford, Ontario, Canada (1.2%); Bengaluru, India (0.03%); and various location within the continental U.S. (9.41%), and is expected to be completed in December 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $79,650,079 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.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $71,425,061 undefinitized contract action modification to previously awarded contract N00024-20-C-2120 for lead yard support and development studies and design efforts related to Virginia Class submarines. Work will be performed in the continental U.S. and is expected to be completed by December 2025. Fiscal 2024 research, development, test and evaluation (Navy) funding in the amount of $14,499,950 will be obligated at 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 Defense 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.

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $59,474,832 cost-plus-fixed-fee modification to previously awarded contract N00024-22-C-5405 to exercise an option for design agent engineering and technical support services for the Phalanx Close-In Weapon System, SeaRAM, and Land-based Phalanx Weapon System. Work will be performed in Tucson, Arizona (47%); Yuma, Arizona (15%); at sea and shipboard (7%); El Segundo, California (5%); Louisville, Kentucky (3%); China Lake, California (2%); Forest, Mississippi (1%); Dallas, Texas (1%); Picatinny, New Jersey (1%); and various other locations each less than 1% (18%). Work is expected to be completed by January 2025. Foreign Military Sales funds in the amount of $1,887,807 (74%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $663,655 (26%), 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, D.C., is the contracting activity (N00024-22-C-5405).

Risk Mitigation Consulting Inc., doing business as RMC 2021, LLC,* Arlington, Virginia, is awarded $25,000,000 for an indefinite-delivery/indefinite-quantity, firm-fixed-price modification to previously awarded contract N62470-19-D-2002. This modification provides for professional services for mission assurance assessments of installation and facilities infrastructure and facility-related control systems for the Department of the Navy (DON). After award of this modification, the total cumulative value of the contract will be $120,000,000. The term of the contract has been extended by a maximum of 12 months. Work will be performed at DON installations, to include overseas locations. Work is expected to be completed in January 2025. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy and Marine Corps) funds in the amount of $25,000,000 will be obligated on individual task orders. This modification combines purchases for the Navy ($12,500,000; 50%) and the Marine Corps ($12,500,000; 50%). Naval Facilities Engineering System Command, Atlantic, Norfolk, Virginia, is the contracting activity. 

Northrop Grumman Systems Corp., San Diego, California, is awarded a $14,305,018 modification (P00010) to a previously awarded cost-plus-fixed-fee contract (N0001923C0002). This modification exercises options and increases the ceiling to provide engineering support, cyber security activities and capabilities, integrated logistics support, material and training services support, software sustainment, and travel in support of sustainment efforts for the MQ-8 Fire Scout Unmanned Air Systems. Work will be performed in San Diego, California, and is expected to be completed in December 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $8,901,344 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Gravois Aluminum Boats LLC., doing business as Metal Shark,* Jeanerette, Louisiana, is awarded an $8,041,578 firm-fixed-price modification to the previously-awarded delivery order N00024-19-F-22X1 under contract N00024-17-D-2209 for a special study, design upgrades, delivery and quality incentives and for engineering changes for work previously awarded under this delivery order. Work will be performed in Jeanerette, Louisiana, and is expected to be completed by February 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $8,041,578 will be obligated at time of award and will not expire through the proposed period of performance. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Ernst & Young LLP, Washington, D.C., is being awarded a maximum $200,222,745, labor-hour contract modification, P00014, for audit services of the Department of the Air Force General Fund and Working Capital Fund financial statements and examination. Work will be performed in Washington, D.C., and other locations inside and outside of the U.S. The expected completion date is Dec. 31, 2024. The contract has a 12-month base period plus four individual one-year option periods, and is the result of a competitive acquisition for which one quote was received. This award brings the total cumulative value of the contract to $112,524,867. Fiscal 2024 Air Force operations and maintenance funds in the amount of $40,135,743 are being obligated at the time of this option award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-21-F-0087).

Kearney & Co. PC, Alexandria, Virginia, is being awarded a maximum $49,238,991, fixed-price and labor-hour contract modification, P00005, for financial statement audit of the U.S. Army Corps of Engineers (USACE) civil works, and the financial statements for the agencies owning the funds sub allotted to USACE military programs for fiscal 2024. This contract has a 12-month base period with four individual one-year option periods. Work will be performed in Washington, D.C., and other locations inside and outside of the U.S., with an expected completion date of Dec. 31, 2024. This contract is the result of a competitive acquisition for which two quotes were received. Fiscal 2024 Army Corps of Engineer civil works working capital funds in the amount of $9,161,366 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio is the contracting activity (HQ0423-23-F-0016).

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $107,561,001 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for vehicle base 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 Dec. 22, 2025. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0016). 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded a $106,555,732 modification (P00001) to contract W58RGZ-23-D-0058 for production, engineering, and technical and logistic support services for the AN/APR-39 Radar Signal Detecting Set Program. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Lockheed Martin Corp., Orlando, Florida, was awarded an $80,562,212 firm-fixed-price contract for procurement of Peculiar Ground Support Equipment, day sensor assembly kits, and laser range finder designator kits. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-F-0093). 

AeroVironment Inc.,* Simi Valley, California, was awarded a $65,402,691 modification (P00036) to contract W31P4Q-20-C-0024 for the Switchblade weapon system. Work will be performed in Simi Valley, California, with an estimated completion date of April 30, 2024. Fiscal 2024 Foreign Military Sales funds in the amount of $65,402,691 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Carahsoft Technology Corp., Reston, Virginia, was awarded a $29,413,971 modification (P00001) to contract W519TC-23-D-0005 for the procurement of ServiceNow products. Work will be performed in Reston, Virginia, with an estimated completion date of June 22, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $29,413,971 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Head Inc.,* Columbus, Ohio, was awarded an $8,774,810 firm-fixed-price contract for equipment, labor, materials, tools and transportation needed to construct a hazardous cargo pad and related work. Bids were solicited via the internet with one received. Work will be performed in Eastover, South Carolina, with an estimated completion date of Dec. 21, 2024. Fiscal 2022 military construction, Army National Guard funds in the amount of $8,774,810 were obligated at the time of the award. U.S. Property and Fiscal Office, South Carolina, is the contracting activity (W50S95-24-C-0001). 

DEFENSE LOGISTICS AGENCY

Crown Clothing Co.,* Vineland, New Jersey, has been awarded a maximum $66,669,896 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for men’s dress coats and collars. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is Dec. 21, 2028. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0006).

Galls LLC, Lexington, Kentucky, has been awarded a maximum $7,500,000 fixed-price, simplified indefinite-delivery contract for firefighter boots. This was a competitive acquisition with one response received. This is a one-year contract with no option periods. The ordering period end date is Dec. 21, 2024. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-5002).

AIR FORCE

Anduril Industries Inc.,* Costa Mesa, California, was awarded a $31,115,802 firm-fixed-price delivery order for Wide-Area Infrared System for Persistence Surveillance SkyFence. This contract provides for a passive sensing capability, coupled with sensor fusion and artificial intelligence, for use by the 412th Test Wing to provide a complete situational awareness and a multi-mission counter intrusion and counter unmanned aerial systems solution. Work will be performed at Fort Worth, Texas, with delivery to Edwards Air Force Base, California, and is expected to be completed by Dec. 21, 2027. This contract was a sole source acquisition. Fiscal 2023 other procurement, Air Force funds in the amount of $1,705,000 are being obligated at time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-24-D-0003).

General Dynamics Information Technology Inc., Fairfax, Virginia, has been awarded a $23,941,680 cost-plus-fixed-fee modification (P00043) to previously awarded contract FA8650-19-C-6055 for bioeffects research of direct energy exposures. Work will be performed at Fort Sam Houston, San Antonio, Texas, and is expected to be completed by Nov. 28, 2025. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,405,990 are being obligated at time of award. The Air Force Research Laboratory, Warfighter Readiness and Interface Contracting Section, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

OSI Federal Technologies Inc., Chantilly, Virginia, a service-disabled veteran-owned small business, was awarded a firm-fixed-price order (H92415-24-F-0014) with a value of $8,228,086 for Getac Rugged computer equipment, with a delivery of 60 days after the date of the order, in support of U.S. Special Operations Command (USSOCOM), Special Operations Forces Acquisition, Technology, and Logistics Program Executive Office Tactical Information Systems. Fiscal 2023 operations and maintenance funds in the amount of $8,228,086 were obligated at time of the award. The order was solicited and issued using full and open after exclusion of sources, brand name, or equal acquisition strategy; consideration was not restricted to any one particular vendor or brand in accordance with Federal Acquisition Regulation 8.405-3. USSOCOM, MacDill Air Force Base, Florida, 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 Wednesday, December 27, 2023 1:02 pm

Leave a Reply

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

Notify me of updates to this conversation