INSIDE THE

NEWS + ADVICE

DoD Contracts: GDIT, Riverside Research, Lockheed Martin, Week of 1-21-25 to 1-24-25

Posted by Ashley Jones

1/21

ARMY

Hospital Housekeeping System LLC, Dripping Springs, Texas, was awarded a $939,999,000 firm-fixed-price contract for specialized medical facilities operation and maintenance services. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of June 25, 2031. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-25-D-0061). 

Tidewater Inc.,* Elkridge, Maryland (W912DY-25-D-0041); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-25-D-0042); PKS-1P JV LLC,* Falls Church, Virginia (W912DY-25-D-0043); NIKA Technologies Inc.,* Rockville, Maryland (W912DY-25-D-0044); IEI-SS&A JV LLC,* Columbia, Maryland (W912DY-25-D-0045); and Health Facility Solutions Co.,* San Antonio, Texas (W912DY-25-D-0046), will compete for each order of the $98,616,250 firm-fixed-price contract for medical facilities support services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 20, 2031. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

GM Defense LLC, Detroit, Michigan, was awarded a $14,619,800 firm-fixed-price contract for armored heavy-duty suburban sport utility vehicles. 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, 2029. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-25-D-0018).

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $92,674,215 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-5123 to exercise options for engineering support, software development, in-service maintenance, integration, and logistics and fielding support for AEGIS combat system configurations. This contract combines purchases for the governments of Japan, South Korea and Australia under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2025. FMS Japan funds in the amount of $11,883,233.00 (39.19%); FMS Korea funds in the amount of $11,851,777.00 (39.08%); and FMS Australia funds in the amount of $6,590,468.32 (21.73%) will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Jan. 3, 2025) 

AH Environmental Consultants Inc.,* Newport News, Virginia, is awarded a maximum-value $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N62470-25-D-0001) for performing tasks to support Department of Navy (DON) and assisted Department of Defense (DOD) installations and commands in meeting statutory compliance requirements to include the Safe Drinking Water Act and Clean Water Act as well as other applicable federal, DOD, state, local, and installation-specific environmental laws, regulations, and guidance.  This contract includes options which, if exercised, would extend the period of performance to January 2030. One task order is issued at the time of contract award for drinking water system sanitary surveys at Naval Support Activity Bahrain; Naval Station Rota, Spain; Naval Station Guantanamo Bay, Cuba; and Naval Sea Systems Command Detachment Atlantic Undersea Test and Evaluation Center, Bahamas. Fiscal 2025 operations and maintenance (Navy) funds in the estimated amount of $867,432 will be obligated at time of award and will expire at the end of the fiscal year. Work for future task orders will be performed at DON and DOD installations and commands in the Naval Facilities Engineering Systems Command Atlantic area of responsibility, which includes the continental U.S., the Caribbean, Europe, Africa, Western Asia, South America, Hawaii, the Far East and Guam. This contract was competitively procured via the www.sam.gov website, with two proposals received. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity. 

Teletronics Technology Corp., doing business as Curtiss-Wright Defense Solutions, Newtown, Pennsylvania, is awarded a $49,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide high-speed data acquisition systems hardware and associated repair services in support of the Naval Air Systems Command Special Flight Test Instrumentation Pool. Work will be performed in Patuxent River, Maryland, and is expected to be completed by January 2030. 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 competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0042125D0028).  

L-3 Harris Technologies Inc., Northampton, Massachusetts, is awarded an $8,808,973 fixed-price-incentive order under previously awarded blanket ordering agreement N00024-24-G-5317 for the procurement of spares for the MK 20 Electro-Optical Sensor System (EOSS), MK 46 Optical Sight System (OSS), and associated the MK 48 and MK 34 Gun Weapon Systems. This contract includes options which, if exercised, would bring the cumulative value of this order to $9,815,050. Work will be performed in Northampton, Massachusetts (55%); Orlando Florida (29%); Moonachie, New Jersey (8%); Keene, New Hampshire (5%); and Radford, Virginia (3%), and is expected to be completed by April 2027. If all options are exercised, work will continue through June 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $8,808,973 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-F-5319).

*Small business

1/22

ARMY

Carahsoft Technology Corp., Reston, Virginia, was awarded a $44,985,868 firm-fixed-price contract for commercial off-the-shelf software licenses and technical software in support of information technology network operations. 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. 22, 2030. U.S. Army contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-25-D-0012).

Chustz + ES2 JV LLC,* Denham Springs, Louisiana (W912EE-25-D-0005); Johnson-McAdams Surveying & Mapping LLC,* Greenwood, Mississippi (W912EE-25-D-0006); and Seaside Engineering & Surveying LLC,* Baker, Florida (W912EE-25-D-0007), will compete for each order of the $20,000,000 firm-fixed-price contract for surveying and mapping services. 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 July 1, 2025. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $14,829,932 modification (P00065) to contract W911S0-18-C-0004 to provide contractor support for warfighter exercises, training and logistical support. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of April 14, 2025. Fiscal 2025 operation and maintenance, Army funds in the amount of $5,651,499 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity.

Guidehouse Inc., McLean, Virginia, was awarded a $10,968,595 firm-fixed-price contract to provide expertise in accounting, financial reporting, internal controls and audit readiness. Bids were solicited via the internet with four received. Work will be performed at Scott Air Force Base, Illinois, with an estimated completion date of March 20, 2030. Fiscal 2025 transportation working capital funds in the amount of $10,968,595 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-F-0057).

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $29,880,000 undefinitized contract action under previously awarded contract N00024-24-C-2124 in support of procurement of long lead time material for the USS Ohio Class Drydock Seismic Stability System. Work will be performed in Vancouver, Washington, and is expected to be completed by December 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $14,940,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Colonna’s Shipyard Inc.,* Norfolk, Virginia, is awarded a $10,676,191 firm-fixed-price contract (N3220525C4135) for 101-calendar day shipyard availability for the post-shakedown availability of Military Sealift Command’s Expeditionary Fast Transport USNS Apalachicola (T-EPF 13). This contract includes a base work package and two unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $10,798,791. Work will be performed in Norfolk, Virginia, beginning Feb. 12, 2025, and is expected to be completed by May 23, 2025. Working capital funds (Navy) in the amount of $10,676,191 are obligated for fiscal 2025 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website with four offers received. The U.S. Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220525C4135).

AIR FORCE

SERCO Inc., Herndon, Virginia, has been awarded one-year extension estimated at $21,587,595 for contractor support services, studies and analysis to the Global Positioning System User Equipment Systems, and Assured Position, Navigation and Timing (PNT) related programs, for the Joint Service System Management Office (JSSMO), which includes the PNT program offices. The location of performance will be primarily at Robins Air Force Base, Georgia; and Wright Patterson AFB, Ohio. This extension is the result of a non-competitive acquisition. Fiscal 2025 research, development, testing and evaluation funds are being used and partial funding will be obligated at time of the award. The Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity (FA8576-24-C-0001). (Awarded Jan. 21, 2025)

*Small business

1/23

ARMY

Sherlock, Smith, and Adams Inc.,* Montgomery, Alabama (W912DY-25-D-0049); Miller-Remick Michael Baker JV,* Cherry Hill, New Jersey (W912DY-25-D-0048); AE Works LTD.,* Sewickley, Pennsylvania (W912DY-25-D-0035); Apogee Consulting Group PA,* Cary, North Carolina (W912DY-25-D-0036); Health Facility Solutions,* Wichita, Kansas (W912DY-25-D-0047); Burdette, Koehler, Murphy and Associates,* Baltimore, Maryland (W912DY-25-D-0037); and Guidon-SES JV LLC, * Indianapolis, Indiana (W912DY-25-D-0038), will compete for each order of the $99,600,000 firm-fixed-price contract for architect-engineer services and construction projects. Bids were solicited via the internet with 36 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 23, 2030. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $96,592,766 firm-fixed-price contract to construct an operations complex. Bids were solicited via the internet with two received. Work will be performed at Robins Air Force Base, Georgia, with an estimated completion date of Jan. 19, 2018. Fiscal 2024 military construction, defense-wide funds in the amount of $51,085,429 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-25-C-3000). 

Korte Construction Co., St. Louis, Missouri, was awarded a $34,994,234 firm-fixed-price contract to design and construct a network enterprise center. Bids were solicited via the internet with one received. Work will be performed at Fort Hunter Liggett, California, with an estimated completion date of July 12, 2027. Fiscal 2024 military construction, Army Reserve funds in the amount of $34,994,234 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-25-C-0006). 

Survival Innovations LLC,* Mills River, North Carolina, was awarded a $16,226,027 firm-fixed-price contract for personal restraint tethers. 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. 22, 2030. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-25-D-0009). 

AIR FORCE

University of Dayton Research Institute, Dayton, Ohio (FA2394-25-D-B002); University of Texas at Arlington, Arlington, Texas (FA2394-25-D-B003); UES, a Blue Halo Co., Dayton, Ohio (FA2394-25-D-B004); and ARCTOS Technology Solutions LLC, Beavercreek, Ohio (FA2394-25-D-B005), have been awarded a $97,000,000 cost-plus-fixed-fee, cost reimbursement, multiple award, indefinite-delivery/indefinite-quantity contract for aerospace materials processing, performance and characterization. This contract provides for the processing, behavior characterization, and performance prediction of advanced aerospace materials. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by Jan. 23, 2035. This award is the result of a competitive acquisition, and six offers were received. Fiscal 2024 and 2025 research and development funds in the amount of $366,500 and $925,000, respectively, are being obligated at the time of award. The Air Force Research Laboratory, Materials and Manufacturing Directorate, Wright-Patterson AFB, Ohio, is the contracting activity. 

NAVY

Phillips Corp., Federal Division, Hanover, Maryland, who is teamed with sub-contractors Delta H, Carroll, Ohio; and Machine Tool Service, Spokane, Washington, is awarded a $9,588,463 option (P00009) under a previously awarded contract (N4215823DS001). This modification exercises the second one-year option period of this contract to manage a preventive and corrective maintenance program that will plan, schedule, and provide qualified personnel for preventative maintenance, corrective maintenance, and calibration analysis for up to 600 pieces of industrial plant equipment located in the controlled industrial area of Norfolk Naval Shipyard in support of its mission to provide on time delivery of carriers, submarines, and barges. The previously awarded contract includes a one-year base period with four one-year option periods and one six-month option period, which, if exercised, would bring the cumulative value of this contract to $53,051,662. Work will be performed in Portsmouth, Virginia, and is expected to be completed by Jan. 26, 2026. If all options are exercised, work will continue through Sept. 8, 2028. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $9,588,463 will be obligated at time of award and will not expire at the end of the current fiscal year. The previously awarded contract was competitively procured with proposals solicited via the SAM.GOV website and three offers were received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity (N4215823DS001).

*Small business

1/24

AIR FORCE

Assured Information Security Inc., Rome, New York, was awarded a $300,000,000 ceiling, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee completion contract. This contract provides for performance of research, development, prototyping, integration, testing, demonstration, deployment, upgrades, enhancement, sustainment and training of innovative technologies and concepts in support of engineering for Virtualized Enterprise and Remote Access Technology projects. Work will be performed in Rome, New York, and is expected to be completed by Jan. 23, 2035. This award was a competitive acquisition, and three offers were received. Fiscal 2025 operation and maintenance funds in the amount of $1,753,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-25-D-B001). 

Kongsberg Defence & Aerospace, Kongsberg, Norway, has been awarded a $69,526,295 firm-fixed-price modification (PZ0002) to a previously awarded contract’s (FA8681-24-C-B005) undefinitized contract action for the Joint Strike Missile Production Lot One. The contract modification is to definitize the contract and provides for the purchase of all up rounds with containers, test hardware, and support items being produced under the basic contract. The modification brings the total cumulative face value of the contract to $207,951,089 from $138,424,794. Work will be performed at Kongsberg, Norway, and is expected to be completed by September 30, 2027. Fiscal 2024 procurement missile funds in the amount of $104,951,089 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.  

Riverside Research Institute, Fairfax, Virginia, was awarded a $48,935,438 cost-plus-fixed-fee contract for electromagnetic spectrum enhancement. This contract provides for improvement of multiple systems or infrastructures. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be complete by January 24, 2030. This contract was a competitive acquisition, and one offer was received. Fiscal year 2024 research and development funds in the amount of $4,500,000; and fiscal year 2025 research and development funds in the amount of $825,000 are being obligated at the time of award. The Air Force Research Laboratory, Materials and Manufacturing Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-25-C-B001).

Lockheed Martin Corp., Orlando, Florida, was awarded a maximum $ 31,546,247 firm‐fixed‐price, indefinite-delivery/indefinite-quantity, single‐award contract for C-130J aircrew and maintenance simulator training. This contract provides for contractor Type One C-130J special training for aircrew simulator, academics, and maintenance technicians to various international customers, and will include training for U.S. government personnel. Work will be performed in Marietta, Georgia, and is expected to be completed by Dec. 31, 2029.  This was a sole-source acquisition. Foreign Military Sales funds in the amount of $2,500 are being obligated at the time of award. The 338th Specialized Contracting Squadron, Joint Base San Antonio‐Randolph, Texas, is the contracting activity (FA3002-25-D-0003). 

General Dynamic Information Technology, Falls Church, Virginia, has been awarded an $18,645,192 modification (P000028) to previously awarded (FA4890-19-F-A022) for the Distributed Common Ground System network weapon system. The modification brings the total cumulative face value of the contract to $180,920,916. Work will be performed at Joint Base Langley-Eustis, Virginia; and Beale Air Force Base, California; and could expand to Fort Smith, Arkansas; the Republic of Korea; McConnell AFB, Kansas; Birmingham, Alabama; Otis Air National Guard Base, Massachusetts; Reno, Nevada; Joint Base Pearl Harbor-Hickam, Hawaii; Terra Haute, Indiana; Ramstein Air Base, Germany; and Ogden, Utah, and is expected to be complete by Jan. 31, 2026. Fiscal 2025 operation and maintenance funds in the amount of $18,091,208 are being obligated at time of award. The Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity.

TC Technology Solutions LLC., Anchorage, Alaska, was awarded a $10,127, 935 firm-fixed-price contract for VMWare and Rubrik software licenses, support, and warranty renewal. This contract provides software licenses, support, and warranty renewal for Dell R740 servers and monthly support for hyper converged infrastructure appliances. Work will be performed in Anchorage, Alaska, and is expected to be completed by Jan. 23, 2027. This contract was a sole source 8(a) acquisition. Fiscal 2025 operation and maintenance funds in the amount of $4,902,479 are being obligated at time of award. The 763rd Enterprise Sourcing Squadron, Scott Air Force Base, Illinois, is the contracting activity (FA4452-25-C-0004).

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $90,867,768 modification (P00201) exercising the three-option period of a five-year base contract (SPRPA1-14-D-002U) with one three-year option period for AH 64 and CH 47 global support. This is a firm-fixed-price, cost-plus-fixed-fee contract. The ordering period end date is Nov. 19, 2027. Using military service is Army. Type of appropriation is fiscal 2025 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

HQE Systems Inc.,* Temecula, California (SP4703-25-D-0002); and C4I Engineering Services LLC,* San Diego, California (SP4703-25-D-0003), are sharing a $64,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP4703-24-R-0004 for electronic security and electronic key control systems. This was a competitive acquisition with three responses received. These are one-year base contracts with four one-year option periods. Locations of performance are inside and outside the continental U.S. The performance completion date is April 30, 2030. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2025 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Richmond, Virginia.

NAVY

Sikorsky Aircraft Corp. a Lockheed Martin Co., Stratford, Connecticut, is awarded a $64,881,720 cost-plus-fixed-fee, firm-fixed-price order (N0001925F0193) against a previously issued basic ordering agreement (N0001923G0002). This order provides for updated logistics analysis and products required to support configuration changes on the CH-53K as well as provides for development and delivery of new intermediate and depot component repair capability for the Navy and Marine Corps. Work will be performed in Stratford, Connecticut (63.93%); Shelton, Connecticut (14.232%); Redmond, Washington (9.243%); Erie, Pennsylvania (2.674%); Santa Rosa, California (2.157%); Shelby Township, Michigan (1.523%); Tukwila, Washington (1.483%); Fort Worth, Texas (1.082%); and various locations within the continental U.S. (3.676%), and is expected to be completed in January 2030. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $64,881,720 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.  

AECOM Technical Services Inc., Los Angeles, California, is awarded a $60,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62742-23-D-1802. This modification provides for an increase in contract capacity to support the additional requirements of the Environmental Restoration, Navy (ERN) program as well as Navy Closure Task Force – Red Hill projects. This award brings the total cumulative face value of the contract to $397,000,000.  Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility and will be completed by January 2028. No funds will be obligated at time of award. Future task orders will be funded by ERN funds and will not expire at the end of the current fiscal year. This contract modification was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity. 

General Dynamics Electric Boat Corp., Groton, Connecticut, is being awarded a $51,664,912 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2115) for planning and execution of USS New Jersey (SSN 796) post-delivery work period. Work will be performed in Newport News, Virginia (98%); and Groton, Connecticut (2%), and is expected to be completed by Oct. 21, 2025.  Fiscal 2025 shipbuilding and conversion (Navy) funds in the amount of $8,000,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – Only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity. 

General Dynamics NASSCO, Norfolk, Virginia, is being awarded a $23,323,644 modification to exercise options on a previously awarded contract (N00024-25-C-4427) for the USS Porter (DDG-78) Fiscal 2025 Extended Dry-dock Selected Restricted Availability (EDSRA). Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $23,323,644 will be obligated at time of award and will not expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.   

Philadelphia Authority of Industrial Development, Philadelphia, Pennsylvania, is awarded a $20,151,131 modification to previously awarded firm-fixed-price contract N6247099C3633 for 20 megawatts of utility-grade power from the electrical grid, with electricity conveyance to point of delivery at Philadelphia Naval Yard Annex, Building 77H. This award brings the total cumulative face value of the contract to $101,582,996. Work will be performed at Philadelphia Naval Yard Annex, Philadelphia, Pennsylvania, and is expected to be completed by July 2026. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N62470-99-C-3633).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $12,010,982 cost-plus-fixed-fee and cost only modification to previously awarded contract N00024-24-C-5105 to exercise option items supporting the Ship Self-Defense System, combat system ship integration, and test. Work will be performed in Moorestown, New Jersey (22%); San Diego, California (17%); Pascagoula, Mississippi (15%); Newport News, Virginia (15%); Norfolk, Virginia (15%); Virginia Beach, Virginia (11%); and Washington, D.C. (5%), and is expected to be completed by January 2026. Fiscal 2025 other procurement (Navy) funds in the amount of $762,620 (77%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $222,267 (23%), 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 (N00024-24-C-5105).   

Innovative Defense Technologies,* Arlington, Virginia, was awarded a $9,265,787 cost-plus-fixed-fee and cost contract for Navy engineering design, development, and supporting material and travel for Sound Navigation and Ranging systems (SONAR). This contract includes options which, if exercised, would bring the cumulative value of this contract to $49,184,195. Work will be performed in Fall River, Massachusetts (90%); Arlington, Virginia (5%); San Diego, California (3%); and Mt. Laurel, New Jersey (2%), and is expected to be completed by December 2029. Fiscal 2025 research, development, test and evaluation (Navy) funds in the amount of $2,402,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively in accordance with 15 U.S. Code 638(r)(4). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-6113). (Awarded Jan. 23, 2025)

ARMY

ECM Consultants Inc.,* Metairie, Louisiana, was awarded a $48,000,000 firm-fixed-price contract for surveying, structural condition assessments, environmental investigative services, environmental engineering, and archaeological and architectural investigations. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 24, 2030. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-25-D-0011). 

Element Environmental LLC,* Aiea, Hawaii (W9128A-25-D-0001); Helber Hastert & Fee Planners Inc.,* Honolulu, Hawaii (W9128A-25-D-0002); SSFM-MNA LLC, Honolulu,* Hawaii (W9128A-25-D-0003); Aecom Technical Services Inc., Los Angeles, California (W9128A-25-D-0004); Group 70 International Inc., Honolulu, Hawaii (W9128A-25-D-0005); Jacobs Government Services Co., Arlington, Virginia (W9128A-25-D-0006); Stantec GS Inc., Charlottesville, Virginia (W9128A-25-D-0007); and Tetra Tech-Bowers & Kubota AE Pacific JV LLC, Honolulu, Hawaii (W9128A-25-D-0008), will compete for each order of the $36,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 23, 2030. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

*Small business

This entry was posted on Tuesday, January 28, 2025 4:40 pm

Leave a Reply

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

Notify me of updates to this conversation