INSIDE THE

NEWS + ADVICE

DoD Contracts: GDIT, CAE, SAIC, BAE Systems, Lockheed Martin, Raytheon, Week of 8-21-23 to 8-25-23

Posted by Ashley Jones
aircraft

8/21

ARMY

Affigent,* Herndon, Virginia (W52P1J-16-D-0005, P00015); Telos Corp., Ashburn, Virginia (W52P1J-16-D-0006, P00015); Unicom Government Inc., Chantilly, Virginia (W52P1J-16-D-0007, P00016); International Business Machines Corp., Bethesda, Maryland (W52P1J-16-D-0008, P00015); Dynamic Systems Inc.,* El Segundo, California (W52P1J-16-D-0009, P00017); Dell Federal Systems LP, Round Rock, Texas (W52P1J-16-D-0010, P00015); Zivaro Inc.,* Denver, Colorado (W52P1J-16-D-0011, P00017); Hewlett Packard Enterprise Co., Reston, Virginia (W52P1J-16-D-0012, P00015); CDW Government LLC, Vernon Hills, Illinois (W52P1J-16-D-0013, P00015); Iron Bow Technologies LLC, Herndon, Virginia (W52P1J-16-D-0014, P00017); Wildflower International LTD,* Santa Fe, New Mexico (W52P1J-16-D-0015, P00015); World Wide Technology LLC, St. Louis, Missouri (W52P1J-16-D-0016, P00017); Govconnection Inc., Rockville, Maryland (W52P1J-16-D-0017, P00015); Government Acquisitions Inc., Cincinnati, Ohio (W52P1J-16-D-0019, P00015); ID Technologies LLC, Ashburn, Virginia (W52P1J-16-D-0020, P00016); and Microtechnologies LLC,* Vienna, Virginia (W52P1J-16-D-0029, P00015), will compete for each order of the $2,500,000,000 firm-fixed-price contract for commercial hardware, software and related incidental services. Bids were solicited via the internet with 50 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 19, 2026. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $40,149,961 modification (P00871) to contract W56HZV-15-C-0095 for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 29, 2025. Fiscal 2022, 2023 and 2024 other procurement, Army funds; fiscal 2022, 2023 and 2024 procurement, Marine Corps funds; fiscal 2023 procurement, Navy funds; and fiscal 2023 procurement, Air Force funds in the amount of $40,149,961 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Fairbanks Morse, Beloit, Wisconsin, was awarded a $31,038,525 contract to rebuild engines at the Huxtable and Graham Burke Pumping Plant. Bids were solicited via the internet with one received. Work will be performed in Marianna, Arkansas, with an estimated completion date of Nov. 13, 2026. Fiscal 2023 Infrastructure Investment and Jobs Act funds in the amount of $31,038,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-23-C-0016).

Iron Sword Enterprises LLC,* Wallkill, New York, was awarded an $8,989,000 firm-fixed-price contract to renovate a building at Watervliet Arsenal. Bids were solicited via the internet with five received. Work will be performed in Watervliet, New York, with an estimated completion date of Oct. 11, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $8,989,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-C-0011).

American Ordnance LLC, Middletown, Iowa, was awarded an $8,841,637 cost-plus-fixed-fee contract to design and build a new X-ray system for large caliber ammunition. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of Aug. 20, 2025. Fiscal 2023 procurement of ammunition, Army funds in the amount of $8,841,637 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0388).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $347,435,068 firm-fixed-price modification (P00017) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001919D0015). This modification adds scope to procure Lots 15-16 helmet mounted display system requirements in support of the F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $59,318,284 fixed-price-incentive-fee modification (P00018) to a previously awarded contract (N0001920C0011). This modification adds scope to procure Lot 16 advanced long lead time hardware in support of Lot 18 F135 propulsion systems for the F-35 Lighting II Joint Strike Fighter aircraft in support of the Navy, Air Force, Marine Corps, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in East Hartford, Connecticut (20%) (labor surplus area); Indianapolis, Indiana (14.8%); Minneapolis, Minnesota (10.9%); Rocky Mountain, North Carolina (9.4%); Cleveland, Ohio (6.2%); Hartford, Connecticut (2.3%) (labor surplus area); Laconia, New Hampshire (2.3%); Detroit, Michigan (1.6%); Joplin, Missouri (1.6%); Redmond, Oregon (1.6%); Phoenix, Arizona (1%); various locations within the continental U.S. (CONUS) (1.6%); and various locations outside the CONUS (26.7%), and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $21,033,671; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $492,144; FMS customer funds in the amount of $36,336,245; and non-U.S. DOD participant funds in the amount of $1,456,224, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3Harris Technologies, Northampton, Massachusetts, is awarded a $39,282,187 cost-plus-incentive-fee and firm-fixed-price modification to previously awarded contract N00024-20-C-6249. This modification exercises options for the procurement of production hardware in support of new construction and in-service class submarines. Work will be performed in Northampton, Massachusetts (72%); and Syracuse, New York (28%), and is expected to be completed by July 2027. Fiscal 2022 other procurement, Navy funds in the amount of $861,154 (2%); fiscal 2023 other procurement, Navy funds in the amount of $22,763,422 (58%); and fiscal 2023 shipbuilding and conversion, Navy funds in the amount of $15,657,611 (40%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

MIG WMJ JV1 LLC,* Virginia Beach, Virginia, is awarded a $23,039,522 firm-fixed-price contract for fire protection repairs to building NH-95 at Naval Support Activity Hampton Roads, Norfolk, Virginia. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2026. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $23,039,522 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 www.sam.gov website, with three offers received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (N4008523C0040)

Merrick-RS&H JV LLP, Greenwood Village, Colorado, is awarded a $15,000,000 firm-fixed-price modification to previously-awarded contract N69450-21-D-0003 to increase the not-to-exceed contract price for professional architectural and engineering services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative value of the contract to $88,500,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by October 2025. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy); and military construction (Navy) funds. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $14,696,295 firm-fixed-price order (N0001923F2630) against a previously issued basic ordering agreement (N0001921G0006). This order procures one Harpoon Weapon System (HWS) joint common test set (JCTS); one two-year HWS JCTS interim spares kit, and technical manuals. Additionally, this order provides JCTS weapons station installation and checkout, installation and checkout equipment loan, temporary shipment/loan of tools, weapon station training, JCTS checkout and calibration support, and engineering technical services for the government of Egypt. Work will be performed in St. Charles, Missouri (69%); Alexandria, Egypt (13%); Smithfield, Pennsylvania (8%); Orange Park, Florida (3%); Piedmont, Missouri (2%); Union, Missouri (2%); St. Petersburg, Florida (1%); Huntsville, Alabama (1%); and Galena, Kansas (1%), and is expected to be completed in June 2028. Foreign Military Sales customer funds in the amount of $14,696,295 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Atec Inc., Strafford, Texas, has been awarded a $142,600,000 modification (P00001) to a previously awarded contract (FA8533-23-D-0001) for the repair of aircraft engine test stands. The modification brings the total cumulative value of the contract to $150,000,000. Work will be performed at various Air Force bases, and is expected to be completed by Feb. 28, 2028. No funds are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base is the contracting activity. 

Red Canyon Technologies LLC, Scottsdale, Arizona, was awarded a maximum $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for local client system technician services. This contract provides for IT services and support to sustain and expand use of current hardware, operating systems, and software as well as improve systems and network security for the 88th Communications Squadron and organizations serviced by them. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Aug. 25, 2028. This contract was a sole-source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $3,209,708 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8604-23-D-B005).

Peerless Technologies Corp., Fairborn, Ohio, has been awarded a $21,548,076 bilateral modification (P00027) to previously awarded task order FA9422-18-F-6019 for modeling and simulation software development, operation, and sustainment. The modification brings the total cumulative face value of the contract to $46,363,016. Work will be performed in Kirtland Air Force Base, New Mexico, and is expected to be completed by Aug. 26, 2027. Fiscal 2023 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Nuclear Weapons Center, Kirtland AFB, Albuquerque, New Mexico, is the contracting activity.

DEFENSE MICROELECTRONICS ACTIVITY

BlackWatch International, McLean, Virginia, is being awarded a single award, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (HQ072723D0002) with a five year ordering period for the Defense Microelectronics Activity (DMEA). The contract has a $96,900,000 maximum ceiling with a $1,000,000 minimum guarantee. Fiscal 2023 funds in the amount of $7,281,853 are being obligated for the first task order at the time of award. This contract procures manufacturing sustainment and engineering support for DMEA’s Advanced Reconfigurable Manufacturing for Semiconductors and Integrated Circuits Manufacturing Support Labs laboratories. The work will be performed at the government’s facility in McClellan, California. DMEA, McClellan, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

DRS Network & Imaging Systems LLC, Melbourne, Florida, has been awarded a minimum $91,534,805 firm-fixed-price delivery order (SPRRA2-23-F-0083) against a nine-year long-term contract (SPRRA2-20-D-0012) for tube-launched, optically tracked, wire-commanded missile cables; power cables; input/output cables and the Improved Bradley Acquisition Subsystem Block 2.8. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1) as stated in Federal Acquisition Regulation 6.302-1. The delivery order completion date is June 30, 2025. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

*Small business

8/22

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $606,800,000 fixed-price incentive (firm-target) undefinitized modification (P00002) to a previously awarded advanced acquisition contract (N0001923C0003). This modification procures long lead time materials, parts, components, and efforts in support of maintaining on-time production and delivery of 173, Lot 19, F-35 Joint Strike Fighter aircraft for Foreign Military Sales (FMS) customers and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (59%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in January 2028. FMS customer funds in the amount of $329,500,000; and non-U.S. DOD Participants Funds in the amount of $277,300,000, will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

KOMAN Sustainable Solutions LLC, Anchorage, Alaska, is awarded a $44,642,962 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for leasing relocatable buildings at Naval Air Station Patuxent River, Maryland. Work will be performed in Patuxent River, Maryland, and is expected to be completed by February 2025. Fiscal 2023 research, development, test and evaluation (Navy) and fiscal 2023 operation and maintenance (Navy) funds in the amount of $27,300,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Federal Acquisition Regulation 5.202(a)(4) (authorized or required by statute). The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N40080-23-D-0024).

Curtiss-Wright Electro-Mechanical Corp., Cheswick, Pennsylvania, is being awarded a not-to-exceed $41,119,900 firm-fixed-price, stand-alone contract for the procurement of 13 rotational deployment mechanisms. This is a stand-alone contract with no options. All work will be performed in Cheswick, Pennsylvania, and is expected to be completed by January 2031. Working capital (Navy) funds in the amount of $30,839,925 will be obligated at time of award and no funds will expire at the end of the current fiscal year. This was a sole-sourced requirement with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. (N00104-23-C-ZA20)

Patriot Contract Services LLC,* Concord, California (N3220523C4031), is being awarded a $20,396,329 firm-fixed-price contract with reimbursable elements for operation and maintenance of two government-owned Large, Medium-Speed, Roll-On/Roll-Off vessels. The vessels under this award include USNS Seay (T-AKR 302), and USNS Pililaau (T-AKR 304). This contract includes a 12-month base period with four 12-month option periods and one 6-month option period under Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $303,596,232 including reimbursables. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Aug. 21, 2028. Working capital funds (Navy) in the amount of $20,396,329 are obligated for fiscal 2023, and will not expire at the end of the fiscal year. This contract was a small business set-aside, with more than four companies solicited via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and the System for Award Management (SAM.gov) website and two offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4031).

Alpha Marine Services LLC, Galliano, Louisiana, is being awarded an option (P00030) in the amount of $9,734,184 for contract N3220520C2252. The option is a firm-fixed-price contract with reimbursable elements to support Military Sealift Command’s contract for the time charter of six tractor-like tugs in support of the Navy base in San Diego, California. This option is the third of the current contract. The current contract includes a one-year firm period of the performance, three one-year options periods, and one 11-month option period. The cumulative value of this contract, if all options are exercised, is $44,044,952. Work will be performed in San Diego, California, and is expected to be completed, if all options are exercised, by July 31, 2025. Working capital funds (Navy) in the amount of $797,884 are obligated for fiscal 2023 and will expire at the end of the fiscal year. Funds in the amount of $8,936,300 for the remainder of Option Three are to be provided for fiscal 2024 and are subject to the availability of funds in accordance with Federal Acquisition Regulation 52.232-18, availability of funds. This contract was competitively procured with proposals solicited via the System for Award Management website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

ARMY

Joseph B. Fay Co., Pittsburgh, Pennsylvania, was awarded a $29,672,873 firm-fixed-price contract for demolition of the Monongahela River Locks & Dam Number 3, establishment of a new navigable channel, and stabilization of monoliths. Bids were solicited via the internet with three received. Work will be performed in Elizabeth, Pennsylvania, with an estimated completion date of March 22, 2027. Fiscal 2019 and 2020 general construction and 2020 Inland Waterway Trust funds in the amount of $29,672,873 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-23-C-8010).

CDM Federal Programs Corp., Carbondale, Illinois, was awarded an $8,006,771 firm-fixed-price contract for support services for a U.S. Army Corps of Engineers Construction Management Innovation Program. Bids were solicited via the internet with one received. Work will be performed in Carbondale, Illinois, with an estimated completion date of Aug. 21, 2027. Fiscal 2023 civil works funds in the amount of $8,006,771 were obligated at the time of the award. U.S. Army Corps of Engineers’ Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the contracting activity (W912HQ-23-F-0166).

DEFENSE LOGISTICS AGENCY

M&M Manufacturing LLC, ** Lajas, Puerto Rico, has been awarded a maximum $12,276,574 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This was a competitive acquisition with eight responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is Aug. 21, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0070).

*Small business
**Woman-owned small business in historically underutilized business zones

8/23

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Verato Inc., McLean, Virginia (HS0021-23-D-0004); and Array USA Inc., Boca Raton, Florida (HS0021-23-D-0005), have been awarded a $330,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for credit reporting services in support of the personnel security mission by the Defense Counterintelligence and Security Agency (DCSA). Work will be performed at the vendor facilities. The contract has a 10-year ordering period including a five-year base period and five one-year option periods, and an estimated date of completion of Aug. 23, 2033. Contract actions will be issued and funds obligated as individual delivery orders. The multiple award contract was the result of a full and open competitive acquisition process as a total small business set aside in which eight offers were received in response to the solicitation. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

ARMY

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $113,072,578 modification (PZ0002) to contract W56HZV-22-F-0413 for M2A4 and M7A4 Bradley Fighting Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 31, 2025. Fiscal 2022 and 2023 procurement of weapons and tracked combat vehicles, Army funds in the amount of $113,072,578 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.   

Honeywell International Inc., Phoenix, Arizona, was awarded a $51,224,867 firm-fixed-price contract for helicopter engines. 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. 31, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity is the contracting activity (W58RGZ-23-F-0468). 

Donjon Marine Co Inc., Hillside, New Jersey, was awarded a $45,713,700 firm-fixed-price contract for Newark Bay maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Newark, New Jersey, with an estimated completion date of Dec. 30, 2023. Fiscal 2023 civil construction funds in the amount of $45,713,700 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-C-0015). 

Columbia Helicopters Inc., Aurora, Oregon, was awarded a $33,500,000 firm-fixed-price contract for CH-47 maintenance and overhaul. 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. 22, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0072). 

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, was awarded an $18,087,018 hybrid (cost-no-fee, cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price) contract for production, engineering, technical, and logistic support services for the AN/APR-39 Radar Signal Detecting Set program. 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, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0058). 

American International Contractors Inc., McLean, Virginia, was awarded a $15,188,000 firm-fixed-price contract for construction of fuel cell and maintenance hangars. Bids were solicited via the internet with five received. Work will be performed in Jordan, with an estimated completion date of Feb. 8, 2026. Fiscal 2023 military construction, Army funds in the amount of $15,188,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-23-C-0010). 

General Dynamics Information Technology Inc., Orlando, Florida, was awarded a $14,938,628 firm-fixed-price contract for non-personal services to support mission training complexes. Bids were solicited via the internet with one received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of March 25, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $7,235,853 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0033). 

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $91,500,563 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides fleet services, technical support, and operational software development and maintenance, to include test bed support; repair, fabrication, and restoration support; training support; local area network support; and quality assurance and system safety services in support of various air traffic control and landing systems and sub systems for the Navy, Marine Corps, Military Sealift Command, Coast Guard, and Foreign Military Sales customers. Work will be performed in St. Inigoes, Maryland (48.84%); Patuxent River, Maryland (37.21%); Norfolk, Virginia (11.62%); and San Diego, California (2.33%), and is expected to be completed in February 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 Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0020).

Northrop Grumman Systems Corp., San Diego, California, is awarded an $83,118,831 cost-plus-fixed-fee order (N0001923F0041) against a previously issued basic ordering agreement (N0001920G0005). This order provides for retrofit of two MQ-4C Triton unmanned aircraft systems (B9 and B10) and one main operating base (MB-6P) to an Integrated Functional Capability Four, multiple-intelligence configuration for the Navy and the government of Australia. Work will be performed in Palmdale, California (49.6%); San Diego, California (39.5%); Chantilly, Virginia (4.6%); Hauppauge, New York (1.6%); Waco, Texas (1.4%); Linthicum, Maryland (1.3%); and various locations within the continental U.S. (2%), and is expected to be completed in June 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $82,818,831; and Foreign Cooperative Funds in the amount of $300,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

McLean Contracting Co., Glen Burnie, Maryland, is awarded a $63,190,700 firm-fixed-price contract for replacement of the yard patrol craft pier and quay wall, 87NS, at Naval Support Activity Annapolis, Maryland. Work will be performed in Annapolis, Maryland, and is expected to be completed by July 2025. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $63,190,700 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 SAM.gov website, with three proposals received. The Naval Facilities Engineering Systems Command Washington, Washington, D.C., is the contracting activity (N40080-23-C-0010).

Eagle Systems, Inc.,* California, Maryland, is awarded a $30,272,057 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides supply chain management methods, practices, and procedures to include receiving, warehouse, packaging, handling, storage, and transportation processes; operations and procurement support; data asset, item unique identification, hazardous and controlled material management; and Defense Logistics Agency Disposition Services support, in support of multiple projects with complete asset and data management for various Department of Defense activities. Work will be performed in Lexington Park, Maryland (47%); St. Inigoes, Maryland (30%); Fort Bragg, Fayetteville, North Carolina (21%); and San Diego, California (2%), 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 via an electronic request for proposal; five offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0016).

Goodrich Corp. Engineering Polymer Products, Jacksonville, Florida, is awarded a $20,746,527 firm-fixed-price modification to previously awarded contract N0167-21-C-0006 to exercise options for manufacturing activities in support of Virginia class submarine propulsors. Work will be performed in Jacksonville, Florida, and is expected to be completed by November 2026. Fiscal 2023 shipbuilding and conversion, Navy appropriation funding in the amount of $13,831,018; and fiscal 2023 other procurement, Navy appropriation funding in the amount of $6,915,509 will be obligated at time of award and will not expire at the end of the current fiscal year. With this modification, the contract will have a funded value of $43,760,354. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity. 

Lyon Shipyard Inc.,* Norfolk, Virginia (N42158-22-D-S003); Colonna’s Ship Yard Inc.,* Norfolk, Virginia (N42158-22-D-S004); Fairlead Boatworks, Inc.,* Portsmouth, Virginia (N42158-22-D-S005); QED Systems Inc.,* Virginia Beach, Virginia (N42158-22-D-S006); and East Coast Repair & Fabrication LLC,* Hampton Roads, Virginia (N42158-23-D-S002), are awarded a combined $9,875,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification in support of the previously awarded multiple award contracts for the maintenance and overhaul services to service craft (barges), small boats, and camel systems (fendering) under custodianship of Norfolk Naval Shipyard. Work will be performed in surrounding cities within Hampton Roads, Virginia. If all options are exercised, work will continue through June 2027. The contracts have a base one-year ordering period with four additional optional one-year ordering periods which, if exercised, would bring the cumulative value to $23,240,000 over a five-year period to the five vendors combined. No funding will be obligated at time of modification. Funding will be obligated at the time of task order award. These contracts were competitively procured via the System for Award Management website, with five offers received. This modification to award will exercise option to extend period of performance to Sept. 19, 2024. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity. 

Raytheon Co., Fullerton, California, is awarded a $9,179,678 cost-plus-fixed-fee order (N0042123F0738) against a previously issued basic ordering agreement (N0001920G0007). This order provides systems engineering and sustainment support; hardware; software; guidance quality model; interactive electronic technical manual; installation and integration, verification, validation, and accreditation; diminishing manufacturing sources and material shortages support, in support of the joint precision approach and landing system for the Navy air traffic control and landing systems sustainment requirements. Work will be performed in Fullerton, California, and is expected to be completed in August 2024. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

MISSILE DEFENSE AGENCY

Alion Science and Technology Corp., McLean, Virginia, is being awarded a competitive cost-plus-fixed-fee contract. The total value of this contract is $78,743,257. Under this new contract, the contractor will support the Missile Defense Agency’s development and deployment of the integrated, layered Missile Defense System by providing expert independent advice, assessment, assistance, documentation, and recommendations regarding strategic, technical, programmatic, operational, policy, and organizational matters. Support includes providing assessments for policy development, acquisition planning, engineering, and testing. The work will be performed in Fort Belvoir, Virginia; Huntsville, Alabama; and Colorado Springs, Colorado. The performance period is from September 2023 through September 2030. This contract was competitively procured via publication on the government-wide point of entry website with three proposals received. Fiscal 2023 research, development, test and evaluation funds in the amount of $1,112,627 are being obligated on this award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-23-C-0005).

U.S. TRANSPORTATION COMMAND

Vane Line Bunkering LLC, Curtis Bay, Maryland (HTC71120CW003), is awarded a $27,037,548 contract modification (P00010) for continued operational and development support of the Analysis of Mobility Platform program, within the Defense Transportation System. This is an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee with a fixed-priced contract line item for sustainment.  Work will be performed in Cambridge, Massachusetts; and Scott Air Force Base, Illinois, during an extended base period from Sept. 30, 2023, to Sept. 30, 2024. Funding will be obligated at the individual task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

AIR FORCE

Northrop Grumman Space Systems, Redondo Beach, California, has been awarded an $18,197,985 cost-reimbursement incentive contract for research and development. This contract provides for research, design, test, mature, and demonstration of a suite of conductive materials that will permit a diverse range of payloads to operate with minimal performance degradation while negligibly impacting system mass scope. Work will be performed at Redondo Beach, California, and is expected to be completed by Aug. 20, 2029. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $650,000 are obligated at time of award. The Air Force Research Laboratory, Wright-Paterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B003). (Awarded Aug. 22, 2023)

L3 Technologies Inc. – L3 Technologies, Wilmington, Massachusetts, has been awarded a $9,232,747 cost-plus-fixed-fee type modification (P00013) to previously awarded contract FA8650-20-C-7023 for the Military Tactical Means program. Work will be performed at Wilmington, Massachusetts, and is expected to be completed by June 17, 2024. Fiscal 2022 research, development, test, and evaluation funds in the amount of $767,147 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Landoll Co. LLC, Marysville, Kansas (SPE8EC-23-D-0019, $248,000,000), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022.

*Small business

8/24

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $2,774,583,756 fixed-price incentive (firm-target), firm-fixed-price modification (P00006) to a previously awarded contract (N0001922C0004). This modification adds scope for Lots 7 and 8 block buy contract for a combined quantity of 35 CH-53K full-rate production aircraft, 27 for the Marine Corps and eight for the government of Israel, as well as provides associated aircraft and programmatic support, logistical support and spares. Work will be performed in Stratford, Connecticut (41.96%); Wichita, Kansas (11.18%); Salt Lake City, Utah (6.97%); Bridgeport, West Virginia (2.72%); Redmond, Washington (2.03%); Kent, Washington (1.81%); Quebec, Canada (1.63%); Cudahy, Wisconsin (1.53%); Kent, United Kingdom (1.16%); Windsor Locks, Connecticut (1.10%); Rome, New York (1.06%); various locations within the continental U.S. (CONUS) (24.86%); and various locations outside the CONUS (1.99%), and is expected to be completed in December 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $990,940,249; and Foreign Military Sales customer funds in the amount of $324,710,525 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 Space, Littleton, Colorado, is awarded a $315,944,035 cost-plus-incentive-fee contract modification (P00063) for options under a previously awarded contract (N0003019C0025) for the design, development, build, and integration of equipment for missile flight test demonstrations and fielding. Work will be performed in Littleton, Colorado (74%); Cambridge, Massachusetts (14%); Simsbury, Connecticut (8%); Sunnyvale, California (3%); and Pittsfield, Massachusetts (1%). Work is expected to be completed Feb. 25, 2025. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $25,000,000 will be obligated upon award and will not expire at the end of this fiscal year. This contract modification is being awarded on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Hansome Energy Systems Inc.,* Linden, New Jersey, is awarded a not-to-exceed $31,250,522 firm-fixed-price, undefinitized contract for the procurement of 143 vane axial fans in support of the Virginia-class submarine atmosphere control system. This is a stand-alone contract with no options. All work will be performed in Linden, New Jersey, and is expected to be completed by September 2027. Annual working capital funds (Navy) in the amount of $23,437,891 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement 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-C-NA32).

ARMY

HSGS-Ameresco LLC,* Summerville, South Carolina, was awarded a $31,546,691 firm-fixed-price contract to construct a backup power generation plant. Bids were solicited via the internet with three received. Work will be performed in Concord, California, with an estimated completion date of Feb. 25, 2025. Fiscal 2020 military construction, Army funds in the amount of $31,546,691 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0025). 

4K Global-ACC JV LLC,* Augusta, Georgia, was awarded a $12,334,935 firm-fixed-price contract for construction and installation of a new breakroom and administrative area. Bids were solicited via the internet with 10 received. Work will be performed at Robins Air Force Base, Georgia, with an estimated completion date of Feb. 14, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $12,334,935 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-3003).

CDM Constructors Inc., Boston, Massachusetts, was awarded a $10,418,168 firm-fixed-price contract for construction of a dining facility. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2025. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-23-F-0174). 

Science Applications International Corp., Reston, Virginia, was awarded a $9,106,536 modification (P00108) to contract W31P4Q-21-F-0033 for aviation systems engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

F.L. Pinto Companies LLC,* McLean, Virginia, was awarded an $8,609,023 firm-fixed-price contract for a munitions load crew training facility. Bids were solicited via the internet with 11 received. Work will be performed at Joint Base Andrews, Maryland, with an estimated completion date of Aug. 23, 2025. Fiscal 2017, 2020 and 2022 military construction, Air National Guard funds in the amount of $8,609,023 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-C-0029).

DEFENSE LOGISTICS AGENCY

UPDATE: DAC Vision,* Garland, Texas (SPE2DH-23-D-0010, $9,000,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R0002 and awarded Feb. 10, 2022. 

*Small business

8/25

ARMY

Klavon Design Associates Inc.,* Pittsburgh, Pennsylvania (W912BV-23-D-0005); The Urban Collaborative LLC Master Planning, Urban Design, and Architecture,* Eugene, Oregon (W912BV-23-D-0006); JG&A-TSG JV,* Marietta, Georgia (W912BV-23-D-0007); Premier Solutions JV LLC,* Chattanooga, Tennessee (W912BV-23-D-0008); Alliance WSP JV LLC,* Alexandria, Virginia (W912BV-23-D-0009); Michael Baker International Inc., Moon Township, Pennsylvania (W912BV-23-D-0010); BV-Woolpert JV, Overland Park, Kansas (W912BV-23-D-0011); and HDR Engineering Inc., Omaha, Nebraska (W912BV-23-D-0012), will compete for each order of the $193,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 24, 2030. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity. 

Dynamic Construction Group LLC,* Baton Rouge, Louisiana, was awarded a $38,930,870 firm-fixed-price contract for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project. Bids were solicited via the internet with four received. Work will be performed in Laplace, Louisiana, with an estimated completion date of Aug. 25, 2027. Fiscal 2023 civil construction funds in the amount of $38,930,870 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0046). 

McMillen Inc., Boise, Idaho, was awarded a $34,264,126 firm-fixed-price contract for river control structures. Bids were solicited via the internet with one received. Work will be performed in Vidalia, Louisiana, with an estimated completion date of Jan. 4, 2026. Fiscal 2023 civil construction funds in the amount of $34,264,126 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0048). 

CAE USA Inc., Tampa, Florida, was awarded a $26,598,434 modification (P00021) to contract W9124G-20-C-0008 for advanced helicopter flight training. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Dec. 9, 2027. Fiscal 2023 operation and maintenance, Army funds in the amount of $26,598,434 were obligated at the time of the award. Army Mission Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity. 

EVCO Development LLC, Lafayette, Louisiana, was awarded a $22,396,108 firm-fixed-price contract for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project. Bids were solicited via the internet with five received. Work will be performed in Laplace, Louisiana, with an estimated completion date of Dec. 29, 2025. Fiscal 2023 civil construction funds in the amount of $22,396,108 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0047). 

ADC Engineering,* Hanahan, South Carolina (W9128F-23-D-0021); RDM International,* Chantilly, Virginia (W9128F-23-D-0022); The Schemmer Associates,* Omaha, Nebraska (W9128F-23-D-0023); and Shrewsberry & Associates, Indianapolis, Indiana (W9128F-23-D-0024), will compete for each order of the $10,000,000 firm-fixed-price contract to design various airfield elements and support facilities. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 23, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. (Awarded Aug. 24, 2023) 

CORRECTION: Contract W56JSR-23-C-0010, which was announced on Aug. 18, 2023, for Leidos Inc., Reston, Virginia, to provide commercial-off-the-shelf software licenses and maintenance for $12,972,345, has an estimated completion date of Aug. 27, 2027, and fiscal 2023 operation and maintenance, Army funds in the amount of $5,067,458 were obligated at the time of the award. 

DEFENSE LOGISTICS AGENCY

Stern Produce Co. Inc.,* Phoenix, Arizona, has been awarded a maximum $165,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Aug. 24, 2028. Using customers are Army, Air Force, Department of Homeland Security, and Department of Agriculture schools and reservations. 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-P412).

UPDATE: Alaska Structures Inc.,* Scottsdale, Arizona (SPE1C1-23-D-0067, $200,000,000), has been added as an awardee to the multiple award contract for commercial shelters, issued against solicitation number SPE1C1-22-R-0069 and awarded on July 17, 2023.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Cherokee Insights LLC, Tulsa, Oklahoma, has been awarded a $100,000,000 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract (HS0021-23-D-0003) for the Defense Counterintelligence and Security Agency (DCSA). The contract provides analytical services in support of DCSA’s Vetting Risk Operations expedited screening and continuous vetting missions.  Work will be performed in Hanover, Maryland; and McLean, Virginia. The contract has a five year ordering period with an estimated completion date of Sept. 29, 2028. Contract actions will be issued and funds obligated as individual task orders. The award is the result of an 8(a) direct award.  DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.  

NAVY

KBR Services LLC, Houston, Texas; Vectrus Systems Corp., Colorado Springs, Colorado; IAP-ECC LLC, Cape Canaveral, Florida; FLUOR Intercontinental Inc., Greenville, South Carolina; and AECOM Technical Services Inc., Los Angeles, California, are awarded a combined-maximum-value $98,000,000 firm-fixed-price, cost-plus-award-fee modification to previously-awarded contracts N62742-16-D-3551, N62742-16-D-3552, N62742-16-D-3553, N62742-16-D-3554, and N62742-16-D-3555, respectively, to increase the combined maximum value for providing global contingency services to $998,000,000. Work includes incidental construction to quickly provide short-term facility support services related to natural and manmade disasters, humanitarian assistance, and the full range of military operations; and projects with similar characteristics. No task orders are being issued at this time. Work will be performed worldwide, and is expected to be completed by September 2023. These contracts contain one unexercised option which, if exercised, would extend the period of performance to September 2024. No funding will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Northrop Grumman Systems Corp., Aeronautics Systems, Melbourne, Florida, is awarded a $29,139,865 fixed-price incentive (firm-target), firm-fixed-price, cost-plus-fixed-fee modification (P00075) to a previously awarded contract (N0001918C1037). This modification adds scope to provide unique components and recurring engineering in support of the production of three unique Foreign Military Sales (FMS) configuration E-2D Advanced Hawkeye aircraft for the government of France. Work will be performed in St. Augustine, Florida (29.04%); Syracuse, New York (17.88%); Melbourne, Florida (7.73%); Indianapolis, Indiana (4.99%); Menlo Park, California (4.04%); Marlborough, Maine (2.57%); Rolling Meadows, Illinois (2.08%); Aire-sur-l’Adour, France (2.02%); Owego, New York (1.52%); Edgewood, New York (1.33%); Woodland Hills, California (1.21%); Greenlawn, New York (1.16%); Windsor Locks, Connecticut (1.07%); various locations within the continental U.S. (CONUS) (23.13%); and various locations outside the CONUS (0.23%), and is expected to be completed in November 2027. FMS customer funds in the amount of $29,139,865 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.

AIR FORCE

Amentum Services, Chantilly, Virginia, has been awarded a $19,246,328 modification to previously awarded multiple-year contract FA4890-22-C-0019 to exercise Option Year One for the Aerial Targets Program. Work will be performed at Tyndall Air Force Base, Florida, and Holloman AFB, New Mexico, and is expected to be completed by Sept. 30, 2024. No funds are being obligated at the time of award. Air Combat Command, Acquisition Management and Integration Center, Langley AFB, Virginia, is the contracting activity.

Northrop Grumman, McLean, Virginia, was awarded a $16,000,000 firm-fixed-price contract for B-2 advisory and assistance services. This contract provides for supply chain management group engineering services. Work will be performed in McLean, Virginia, and is expected to be completed by Sept. 27, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operation and maintenance funds in the amount of $2,700,000 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-23-D-0005).

Mississippi Department of Rehabilitation Services, Madison, Mississippi, has been awarded an $8,323,527 modification (P00037) to previously awarded contract FA3010-18-C-0007 for full food services. Work will be performed at Keesler Air Force Base, Mississippi, and is expected to be completed by Sept, 30, 2024. Fiscal 2024 operation and maintenance funds in the amount of $8,323,527 will be obligated at time of award. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity. (Awarded Aug. 23, 2023)

*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, August 29, 2023 12:53 pm

Leave a Reply

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

Notify me of updates to this conversation