INSIDE THE

NEWS + ADVICE

DoD Contracts: Integration Innovation Inc., General Dynamics Mission Systems, Lockheed Martin, Week of 3-4-24 to 3-8-24

Posted by Ashley Jones
aircraft

3/4

AIR FORCE

Potomac Healthcare Solutions LLC, Woodbridge, Virginia (FA4890-24-D-0001); Laredo Technical Services Inc., San Antonio, Texas (FA4890-24-D-0002); T3i Inc., Imperial Beach, California (FA4890-24-D-0003); Reef Systems Corp., Cary, North Carolina (FA4890-24-D-0004); LMR Technical Group LLC, Dallas, Texas (FA4890-24-D-0005); and Bering Straits Information Technology LLC, Anchorage, Alaska (FA4890-24-D-0006), have been awarded a combined, not-to-exceed $988,000,000, multiple award, indefinite-delivery/indefinite-quantity contract for the Air Combat Command Directorate of Operations. This contract provides for human performance services, supporting multiple customers and locations across the Air Force and Department of Defense. Work will be performed worldwide and is expected to be completed by March 31, 2024. These awards are the result of a competitive acquisition, and 11 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $6,000 ($1,000 per awardee) are being obligated at time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley Eustis, Virginia, is the contracting activity.

ARMY

Integris Composites Inc., Hebron, Ohio, was awarded a $367,000,000 modification (P00022) to contract W91CRB-19-D-0014 for Vital Torso Protection Generation III Enhanced Small Arms Protection Inserts plates. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Leading Technology Composites Inc.,* Wichita, Kansas, was awarded a $367,000,000 modification (P00024) to contract W91CRB-19-D-0014 for Vital Torso Protection Generation III Enhanced Small Arms Protection Inserts plates. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.   

Consortium Management Group Inc., Washington, D.C., was awarded a $178,426,383 modification (P00888) to contract W15QKN-17-9-5555 for Phase 3 of the Tactical Intelligence Targeting Access Node. Work will be performed in Washington, D.C., with an estimated completion date of Feb. 28, 2026. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $52,680,570 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Feb. 29, 2024) 

Kamadulski Excavating and Grading Co. Inc.,* Granite City, Illinois, was awarded a $9,208,197 firm-fixed-price contract for construction of the Wood River Sewer separation project. Bids were solicited via the internet with three received. Work will be performed in Wood River, Illinois, with an estimated completion date of March 5, 2028. Fiscal 2023 civil construction funds in the amount of $9,208,197 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0009). 

NAVY

C&S Services Inc.,* Ewa Beach, Hawaii (N32253-24-D-0100); Confluence Corp., doing business as Regal Service Co.,* Honolulu, Hawaii (N32253-24-D-0200); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N32253-24-D-0300); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N32253-24-D-0400); Marisco Ltd.,* Kapolei, Hawaii (N32253-24-D-0500); Propulsion Controls Engineering,* Aiea, Hawaii (N32253-24-D-0600); Pacific Shipyards International LLC,* Honolulu, Hawaii (N32253-24-D-0700); and QED Systems Inc.,* Virginia Beach, Virginia (N32253-24-D-0800), were awarded indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated combined value of $104,763,392 for the repair, maintenance, and alteration of U.S. government waterborne vessels and surface ships visiting or homeported in Hawaii and to procure any materials in support of these activities. Each awardee was awarded $2,500 (minimum contract guarantee per awardee) using fiscal 2024 operations and maintenance (Navy) funding for a total amount of $20,000 that will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level. These contracts include options which, if exercised, would bring the cumulative value to $226,212,877. Work will be performed in Hawaii and is expected to be completed by March 2029. If all options are exercised, work will continue through March 2034. This contract was competitively procured via the System for Award Management website, with eight offers received. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Feb. 22, 2024)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $34,142,015 cost-plus-fixed-fee and cost-plus-incentive-fee type modification to previously awarded contract (N00024-24-C-5131) to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. This contract involves Foreign Military Sales to several countries. Work will be performed in Moorestown, New Jersey, and is expected to be completed by January 2025. Foreign Military Sales (FMS) (Japan) funding in the amount of $6,696,730 (34%); FMS (Australia) funding in the amount of $5,127,050 (26%); FMS (Korea) funding in the amount of $2,704,285 (14%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $1,958,721 (10%); fiscal 2024 research development and test and evaluation (Navy) funds in the amount of $1,628,911 (8%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $667,179 (2%); FMS (Norway) funding in the amount of $340,457 (1%); fiscal 2024 operation and maintenance funding in the amount of $210,932 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $138,020 (1%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $137,253 (1%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $137,253 (1%); and FMS (Spain) funding in the amount of $80,246 (1%), will be obligated at the time of award and funds in the amount of $2,169,653 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Feb. 29, 2024)

J & J and ALMS Mission Support Solutions LLC, Anchorage, Alaska, is awarded a $30,128,837 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N69450-22-D-0043) for base operations support services. This award brings the total cumulative value of the contract to $61,453,749. Work will be performed in Pensacola, Florida, and is expected to be completed by March 2025. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Intellect Solutions LLC,*Alexandria, Virginia, was awarded a $15,612,466 cost-plus-fixed fee task order for support in the analysis, design, development, deployment and maintenance of Information Technology services and networks. This task order includes options which, if exercised, would bring the cumulative value of this contract to $80,167,670. Work will be performed at the U.S. Naval Research Laboratory (NRL), Washington, D.C., and is expected to be completed by February 2025. Fiscal 2024 working capital fund (Navy) funds in the amount of $5,000,000 was obligated at the time of award and will not expire at the end of the current fiscal year. The task order was competitively procured with five offers received via Navy SeaPort. NRL, Washington, D.C., is the contracting activity (N0017819D7864, N0017324F3003).

Woods Hole Oceanographic Institution, Woods Hole, Massachusetts, is awarded a $13,583,918 cost-plus-fixed-fee contract for the ‘Development, Integration, Test and Demonstration of Next Generation Autonomous Underwater Vehicle Sensors and Capabilities’ effort. This contract provides for advancing the capabilities of autonomous underwater vehicles. This development effort will focus on improving or increasing vehicle endurance, speed and autonomous performance in a variety of environmental conditions. New vehicle designs will be explored and evaluated, as well as autonomous teaming scenarios. The deliverables from this contract will support uncrewed platform innovation for both surface and sub-surface operating modalities. Work will be performed in Woods Hole, Massachusetts. The total cumulative value of this contract, including a 36-month base period and one 24-month option period, is $13,583,918. The base period is $7,701,348 and options are $5,882,570. The base period is expected to be completed in March 2027, with the option period intended to run sequentially after completion of the base. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $300,000 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C2209).

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $7,906,430 modification (P00012) to a firm-fixed-price order (N0001921F0315) against a previously issued basic ordering agreement (N0001921G0008). This modification exercises an option to provide continued unmanned aircraft systems intelligence, surveillance, and reconnaissance services, for an additional nine months, in support of the Department of Defense, other government agencies, and domestic and overseas contingency operations for the Navy. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in February 2025. Fiscal 2024 operations and maintenance, (Navy) funds for $7,906,430 will be obligated at the time of award, $7,906,430 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SecuriGence LLC*, Leesburg, Virginia, has been awarded a $40,808,165 modification (P00031) to previously awarded task order HR001121F0006 for information technology multi-network support services. The modification brings the total cumulative face value of the task order to $334,107,688 from $293,299,522. Work will be performed in Arlington, Virginia, with an expected completion date of June 2024. Fiscal 2024 research and development funds in the amount of $21,201,011 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Boeing Distribution Services Defense, doing business as Boeing, O’Fallon, Missouri, has been awarded an estimated $11,449,675 fixed-price with economic-price-adjustment, indefinite-quantity contract for logistics and total supply chain management support at Tobyhanna Army Depot, Pennsylvania. This was a competitive acquisition with three responses received. This is a five-year base contract with two one-year option periods and six 30-day extensions. Location of performance is Pennsylvania, with a March 4, 2029, performance completion 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 Land and Maritime, Columbus, Ohio (SPE7LX-24-D-0031).

DEFENSE HEALTH AGENCY

Lawelawe Technology Services LLC, Kailua, Hawaii, is awarded Option Period Two of a firm-fixed-price contract (HT001122C0019) to provide information technology and telecommunication services and provide professional administrative management in support of the Defense Health Agency Joint Operational Medicine Information System program. Work will be primarily performed at Fort Sam Houston, Texas. The total award amount of this option exercise modification is $10,092,718. Operation and maintenance funds in the amount of $10,092,718 will be obligated for fiscal 2024. The total contract value is $46,498,984. The contract was a direct award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on July 21, 2022. The period of performance for this option period exercise is March 9, 2024, to March 8, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Feb. 29, 2024)

*Small Business

3/5

AIR FORCE

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $239,300,000 ceiling, indefinite-delivery/indefinite-quantity contract for the U.S. Battlefield Information Collection and Exploitation System, trusted network environment cross domain solution. This contract provides for services to sustain and enhance current coalition operations by providing the capability to share information rapidly and securely while collaborating with allies, partner nations and emerging coalitions worldwide on disparate networks simultaneously at the secret releasable level.  Work will be performed at various locations worldwide and is expected to be completed by Feb. 28, 2029.  This contract was a sole-source acquisition. The Secretary of the Air Force, Concepts Development and Management Contracting Office, Fairfax, Virginia, is the contracting activity (FA7146-24-D-0001). (Awarded March 1, 2024)

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $39,972,491 cost-plus-fixed-fee task order for U.S. Battlefield Information Collection and Exploitation System trusted network environment cross domain solution-development task order. This contract provides for services and associated supplies to the U.S. government for engineering, development, testing, assessment, deployment, and support to the trusted network environment. Work will be performed at various locations worldwide and is expected to be completed by Feb. 28, 2026. This contract was a sole-source acquisition. Fiscal 2024 research, development, test and evaluation in the amount of $25,732,356 are being obligated at time of award. The Secretary of the Air Force, Concepts Development and Management Contracting Office, Fairfax, Virginia, is the contracting activity (FA7146-24-F-0012). (Awarded March 1, 2024)

North Point Defense, Rome, New York, was awarded a $24,309,175 cost-plus-fixed-fee task order for Warfighter Integration Program information technology. This contract provides research and operational systems development to identify, decode and exploit signals from information technology and communications systems, as well as conduct research, development, test and evaluation on new requirements and evolving technology. Additionally, the contract will focus on countering technical advancements in adversary signals and systems, automating existing manually intensive processes, exploiting new vulnerabilities, and contributing capability as part of an all-domain environment. Work will be performed in Rome, New York, and is expected to be completed by March 3, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 and 2024 research, development, test, and evaluation funds in the amount of $858,490 are being obligated at time of award. The Air Force Research Laboratory/RIKD-Information Warfare Contracting Branch, Rome, New York, is the contracting activity (FA8750-24-F-B008).

BlackSky Geospatial Solutions Inc., Herndon, Virginia, was awarded a $23,689,059 ceiling contract award for Global Moving Target Engagement. This contract will provide research and development around Global Moving Target Engagement. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by June 15, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research and development funds in the amount of $3,538,098 are being obligated at time of award. The Air Force Research Laboratory, Space Vehicle Directorate, Integrated Experiments and Evaluation Contracting Branch, Kirkland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-0001).

Integrated Procurement Technologies, Vandalia, Ohio, was awarded a $ 22,763,707 firm‐fixed‐price, requirements contract for the purchase of AN/APN-232 Combined Altitude Radar Altimeter (CARA), sub-assemblies and signal data converter repairs. This contract provides for the procurement of services required for one of the sub-assemblies of the CARA receiver transmitter and one line replacement unit used on multiple Air Force aircraft. Work will be performed in Melbourne, Florida, and is expected to be completed by March 4, 2029. This contract was a sole source acquisition. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539‐24‐D‐0002).

JE DUNN Construction Co., Kansas City, Missouri, has been awarded a $15,805,243 firm-fixed-price modification, to previously awarded contract FA8903-19-C-0021 for repair of the Cadet Chapel at the Air Force Academy in Colorado Springs, Colorado. The modification brings the total cumulative face value of the contract to $240,688,913 from $224,883,670. Work will be performed at the Cadet Chapel, U.S. Air Force Academy, Colorado and is expected to be completed by June 8, 2026.  Fiscal 2019 operations and maintenance funds in the amount of $15,805,243 are being obligated at the time of modification award. The 772 Enterprise Sourcing Squadron, Joint Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity.

CORRECTION: The March 4, 2024, announcement of a not-to-exceed $988,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Air Combat Command Directorate of Operations to Potomac Healthcare Solutions LLC, Woodbridge, Virginia (FA4890-24-D-0001); Laredo Technical Services Inc., San Antonio, Texas (FA4890-24-D-0002); T3i Inc., Imperial Beach, California (FA4890-24-D-0003); Reef Systems Corp., Cary, North Carolina (FA4890-24-D-0004); LMR Technical Group LLC, Dallas, Texas (FA4890-24-D-0005); and Bering Straits Information Technology LLC, Anchorage, Alaska (FA4890-24-D-0006),included an incorrect completion date.  The contract is actually expected to be completed by March 31, 2034.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $219,705,220 modification (P00002) to contract W31P4Q-23-C-0052 for the Precision Strike Missile Early Operational Capability Lot 3 requirement. Work will be performed in Grand Prairie, Texas, with an estimated completion date of March 6, 2026. Fiscal 2023 and 2024 missile procurement, Army funds and fiscal 2023 reimbursable cooperative funds in the amount of $219,705,220 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

TRX Systems, Greenbelt, Maryland, was awarded a $9,932,153 firm-fixed-price contract for Dismounted Assured Positioning, Navigation, and Timing Systems Generation II Line Replaceable Units and associated support services. Bids were solicited via the internet with one received. Work will be performed in Greenbelt, Maryland, with an estimated completion date of Oct. 12, 2024. Fiscal 2010 other procurement, Army funds in the amount of $9,932,153 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-24-F-0027). 

DEFENSE LOGISTICS AGENCY

Bernard Cap LLC,* Hialeah, Florida, has been awarded a maximum $43,907,294 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s, woman’s and General Officer lightweight jackets. 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 March 4, 2029. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0035).

Pentaq Manufacturing Corp.,** Sabana, Puerto Rico, has been awarded a maximum $14,281,650 modification (P00012) exercising the first one-year option period of a one-year base contract (SPE1C1-23-D-0035) with four one-year option periods for blouses and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 9, 2025. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0035).  

*Small Business
**Small business in historically underutilized business zones

3/6

NAVY

Integration Innovation Inc., Huntsville, Alabama, is awarded a $187,317,453 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to design, develop, test, and deliver self-directed interactive training and instructor-facilitated interactive courseware training products for Navy aviation and aircrew ratings in support of the Ready Relevant Learning Content Conversion Aviation training requirements. Work will be performed in Huntsville, Alabama, and is expected to be completed in March 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; four offers were received. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134024D0006).

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $181,888,089 firm-fixed-price modification to a previously awarded contract (M67854-16-C-0006) for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,732,764,209. This contract modification provides for the exercise of options for the procurement of 34 full rate production ACV personnel variants and associated production, fielding and support costs, and cyclic maintenance. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of July 2026. Fiscal 2024 procurement (Marine Corps) funds in the amount of $181,888,089 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).

Aviation Systems Engineering Co. Inc.,* Lexington Park, Maryland, is awarded a $58,000,000 modification (P00009) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042120D0123). This modification increases the contract ceiling to provide engineering, technical, and program management support and mission systems-related capabilities, including, but not limited to, research, development, test, and evaluation of avionics and airborne anti-submarine warfare development and test tool sets, multi-level security solutions, offensive and defensive tools and capabilities, and associated supplies in support airborne, sub-surface, and ground-based capabilities for the Navy. Work will be performed in Patuxent River, Maryland (94%); Whidbey Island, Washington (2%); Jacksonville, Florida (2%); and Crane, Indiana (2%), and is expected to be completed in September 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center Aircraft Division Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $54,550,000 modification (P00002) to a cost-plus-fixed-fee order (N0001922F0001) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to provide non-recurring engineering and associated materials in support of power thermal management system controller and gun lube diminishing manufacturing sources and material shortages redesign effort in support of F-35 Joint Strike Fighter for the Navy, Air Force, Marine Corps, and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2030. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $22,306,859; fiscal 2024 aircraft procurement (Navy) funds in the amount of $22,306,858; and non-U.S. DOD participant funds in the amount of $9,936,282, 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.

Training Resources Limited, San Diego, California, is awarded a $36,056,405 indefinite-delivery/indefinite-quantity contract (N3220524D0033) to provide civilian mariners (CIVMARS) of Military Sealift Command with mariner training services, consisting of a portfolio of 16 different mariner training courses. The training course portfolio is comprised of 14 specialized mariner training courses and two generalized training courses for mariners, all to be attended at the contractor’s facility. Each year under the contract, it is expected that between 700 and 2700 CIVMARS will attend the individually required training courses, taking place at Training Resources Limited’s facilities located in San Diego, California and Norfolk, Virginia. This competitive procurement solicitation was posted to the System for Award Management website on Nov. 15, 2023, for 30 days and one proposal was received in response to the solicitation. This contract will be funded at the task order level. Each time a task order is issued, appropriate fiscal year working capital funds (Navy) will be obligated to fund the task order being issued. This contract will have a five-year ordering period and an option to extend the ordering period for an additional five-years in accordance with Federal Acquisition Regulation 52.217-9 and Defense Federal Acquisition Regulation Supplement 217.204. Military Sealift Command, Norfolk, Virginia, is the contracting activity.   

GHD-COWI JV, San Diego, California, is awarded a $27,836,563 modification to a previously awarded task order (N6247323F4522) for architect-engineering services to support Navy construction projects in Malakal Port, Palau; and Yap Port, Yap, Federated States of Micronesia. This award brings the total cumulative face value of the task order to $49,033,792. Work will be performed in San Diego, California and is expected to be completed by March 2026. Fiscal 2022 military construction, (Defense-Wide) contract funds in the amount of $19,175,534; and Fiscal 2023 military construction (Defense-Wide) contract funds in the amount of $8,661,029, are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $22,672,547 modification (P00002) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042119D0074). This modification exercises an option to provide continued research, design, development, testing and integration, and associated engineering to include simulation-based initiatives and interconnectivity, in support of the Integrated Battlespace Simulation and Test division laboratories for the Navy. Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Integer Technologies LLC,* Columbia, South Carolina, is awarded a $9,826,205 cost-plus-fixed-fee contract for the Intelligent Data Management for Distributed Naval Platforms project. This contract provides for the development of decision-making tools for data management on board distributed naval platforms. The framework will include a combination of artificial and machine learning, and physics-based models that describe the holistic battlefield including platform state-of-health, environmental conditions and adversarial threats. This will be used to construct the situational awareness needed for distributed platforms to assess the criticality of data processed on board. Work will be performed in Louisiana State University, Baton Rouge, Louisiana (50%); Integer Technologies LLC, Baton Rouge, Louisiana (45%); and Integer Technologies LLC, Columbia, South Carolina (5%). Work is expected to be completed in March 2027. The total cumulative value of this contract, including a 36-month base period with no option periods, is $9,826,205. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $9,826,205 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C1302).

Integer Technologies LLC,* Columbia, South Carolina, is awarded a $7,885,122 cost-plus-fixed-fee contract for the Resilient Autonomous Systems and Workforce Diversity project. This contract provides for increasing the resiliency of maritime autonomous systems by creating a digital environment to identify cyber vulnerabilities in their cyber-physical systems and Concept of Operations. This will include emulation of known exploit vectors as well as artificial and machine learning-based approaches to automatically find unknown vulnerabilities. The project will also intentionally increase the research capacity at Historically Black Colleges and Universities to strengthen the Navy’s future workforce. Work will be performed in Benedict College, Columbia, South Carolina (50%); Integer Technologies LLC, Columbia, South Carolina (40%); Integer Technologies LLC, Silver Spring, Maryland (8%); and NineFX, Columbia, South Carolina (2%). Work is expected to be completed in March 2027. The total cumulative value of this contract, including a 36-month base period with no option periods, is $7,885,122. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,885,122 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under (N00014-23-S-B00)1 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C1309).

ARMY

Eagle Integrated Services LLC,* San Antonio, Texas, was awarded a $99,000,000 cost-plus-fixed-fee contract for staff augmentation support services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-24-D-0001).  

Accurate Energetic Systems LLC,* McEwen, Texas (W52P1J-19-D-0028; P00010); and Spectra Technologies LLC,* Camden, Arkansas (W52P1J-19-D-0029, P00010), will compete for each order of the $55,000,000 firm-fixed-price contract modification for Trinitrotoluene and Plastic-Bonded Explosive N-9 supplementary charges. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 6, 2025. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.  

Credence Management Solutions LLC,* Vienna, Virginia, was awarded a $11,194,436 labor-hours contract for technical and program support services. Bids were solicited via the internet with three received. Work will be performed in Alexandria, Virginia, with an estimated completion date of Sept. 24, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $2,561,916 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0104). 

DEFENSE LOGISTICS AGENCY

Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $28,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for barbed tape concertina wire. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. Location of performance is Ohio, with a March 6, 2026, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-24-D-0002).

Capps Shoe Co. LLC,* Gretna, Virginia, has been awarded a maximum $22,357,715 fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s dress oxford shoes. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. Location of performance is Michigan, with a March 6, 2027, 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 Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0037).

UPDATE: A-dec Inc., Newberg, Oregon (SPE2DH-24-D-0006, $48,500,000), 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

3/7

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $94,521,598 firm-fixed-price order (N0001924F0118) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the production and delivery of 96 Trailing Edge Flap R2 shipsets in support of F/A-18E/F and EA-18G aircraft retrofit efforts for the Navy. Work will be performed in St. Louis, Missouri (50%); Emmen, Switzerland (30%); Paramount, California (13%); Hot Springs, Arkansas (5%); Hayden, Idaho (2%); and is expected to be completed in June 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $49,114,572 and fiscal 2022 aircraft procurement (Navy) funds in the amount of $45,407,025 will be obligated at the time of award, $45,407,025 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Triman Industries Inc., Morristown, New Jersey, is awarded $21,521,228 firm-fixed-price, for the procurement of five components of the multi-mission signal processor used in the AEGIS combat system. The ordering period is expected to be completed by November 2024. All work will be performed in Yonkers, New York. Annual working capital funds (Navy) in the full amount of $21,521,228 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-F-RS00).

Lockheed Martin Corp., Rotary and Mission Systems, Liverpool, New York, is awarded a $17,548,199 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-6106 for engineering and maintenance services at Naval Undersea Warfare Center Detachment Pacific, Pearl Harbor Submarine Torpedo Intermediate Maintenance Activity in support of MK 48 Heavyweight Torpedo efforts. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by February 2025. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $1,932,000 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Technical Systems Integration, Inc.,** Norfolk, Virginia, is awarded a $15,298,603 firm-fixed-price indefinite-delivery/indefinite-quantity contract for aviation training analysis and evaluation products to include, training situation documents, instructional performance requirements documents, instructional media requirements documents, military characteristics documents, training effectiveness evaluation plans, and training device fidelity reports to support the acquisition lifecycle phases for the Naval Aviation Enterprise. Work will be performed in Orlando, Florida, and is expected to be completed in March 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 as a Service-Disabled Veteran Owned Small Business set-aside; seven offers were received. Naval Air Warfare Center Training Systems Division Orlando, Florida, is the contracting activity (N6134024D0005).

ARMY

Tipton-FSI JV LLC,* Indian Mound, Tennessee, was awarded a $16,171,142 modification (P00025) to contract W912PM-20-C-0010 for operation and maintenance support services for the Military Ocean Terminal. Work will be performed in Southport, North Carolina, with an estimated completion date of March 1, 2025. Fiscal 2020, 2021, 2022, 2023, and 2024 operation and maintenance, Army funds and defense working capital funds in the amount of $16,171,142 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity. 

Ahtna Marine & Construction Co. LLC,* Boynton Beach, Florida, was awarded a $9,867,287 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Dec. 2, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $9,867,287 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-0003). 

DEFENSE LOGISTICS AGENCY

Base Utilities Inc.,* Minot Air Force Base, North Dakota, has been awarded a maximum $16,127,095 modification (P00029) to a 50-year utilities contract (SP0600-18-C-8322) with no option periods for additional water and wastewater systems at Grand Forks Air Force Base and Cavalier Space Force Station, North Dakota. This is a fixed-price with economic-price-adjustment contract. Performance completion date is Jan. 31, 2069. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: Griffmaier LLC, Santa Rosa Beach, Florida (SPE2DE-24-D-0016, $9,000,000), has been added as an awardee to the multiple award contract for laboratory equipment, accessories and consumables for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R0006 and awarded Feb. 24, 2023.

*Small Business
**Service Disabled Veteran Owned Small Business

3/8

NAVY

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $38,902,047 firm-fixed-price order under previously awarded basic ordering agreement (N00024-22-G-5311) for the procurement of Japan AEGIS system equipped vessel components and AEGIS components for Navy guided-missile destroyers. This contract combines purchases for the Navy (4%); and the government of Japan (96%), under the Foreign Military Sales (FMS) program. Work will be performed in Andover, Massachusetts (88%); Marlborough, Massachusetts (10%); and Chesapeake, Virginia (2%), and is expected to be completed by July 2027. FMS Japan funds in the amount of $37,173,966 (96%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,728,081 (4%), 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)(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.

Q.E.D. Systems Inc.,* Virginia Beach, Virginia, was awarded a $30,799,231 cost-plus-award-fee modification to previously awarded contract N0002424C4201 for the specification development and availability execution Support requirements for the DDG, CG, LPD, LSD, LHA, LHD, and LCS Navy ship classes. Work will be performed in Virginia Beach, Virginia (50%); San Diego, California (30%); Marysville, Washington (10%); and Atlantic Beach, Florida (10%), and is expected to be completed by February 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $7,306,225 (98.69%); fiscal 2023 other procurement (Navy) funds in the amount of $54,700 (0.73%); and fiscal 2024 other procurement (Navy) funds in the amount of $43,200 (0.58%), will be obligated at time of award, of which, $7,306,225 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded March 7, 2024)

Marine Hydraulics International LLC, Norfolk, Virginia, is awarded a not-to-exceed $19,084,186, firm-fixed-price, procuring contracting officer modification to the previously awarded, undefinitized contract action (N0002424C4406) for the repair, maintenance, and modernization of USS Mesa Verde (LPD 19) fiscal 2024 selected restricted availability. The scope of this procurement includes all labor, materials, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availabilities for critical modernization, maintenance and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $147,248,303. Work will be performed in Norfolk, Virginia, and is expected to be completed by August 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $9,349,955 will be obligated at the 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.

Leidos Inc., Reston, Virginia, is awarded a $17,105,151 cost-plus-fixed-fee modification to previously awarded delivery order (N00024-23-F-6313) under indefinite-delivery/indefinite-quantity contract N00024-20-D-6337 to exercise an option for Overlord Unmanned Surface Vessels and Medium Unmanned Surface Vehicles operations and sustainment. Work will be performed in Reston, Virginia (51%); Virginia Beach, Virginia (26%); La Jolla, California (7%); Morgan City, Louisiana (6%); Lexington Park, Maryland (5%); Newport News, Virginia (4%); and Bethpage, New York (1%), and is expected to be completed by March 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,500,000 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.

Vigor Marine LLC, Portland, Oregon, was awarded a $15,845,754 firm-fixed-price modification to a previously awarded contract (N00024-19-C-4447) to perform a 237-day pier side extension for the USS Cape St. George (CG 71) fiscal 2021 modernization period availability. Work will be performed in Seattle, Washington, and is expected to be completed by October 2024. Fiscal 2018 other procurement (Navy) funding in the amount of $15,845,754 will be obligated at time of award and will not expire at the end of the current fiscal year. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. (Awarded Mar. 4, 2024)

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is awarded a $15,636,492 cost-plus-incentive-fee modification to previously awarded contract (N00024-18-C-6258) to exercise options for engineering support, component procurements, and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (49%); Orlando, Florida (33%); Virginia Beach, Virginia (15%); Clearwater, Florida (1%); Andover, Massachusetts (1%); and Arlington, Virginia (1%), and is expected to be completed by September 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $14,700,000 (94%); fiscal 2024 other procurement (Navy) funds in the amount of $627,146 (4%); and fiscal 2022 other procurement (Navy) funds in the amount of $309,346 (2%), will be obligated at time of award, of which $309,346 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Land and Armaments L.P., Minneapolis, Minnesota, is awarded a $12,967,143 firm-fixed-price delivery order against previously awarded basic ordering agreement N00174-23-G-0001, for the procurement of 39 MK38 MOD3 conversion kits. Work will be performed in Haifa, Israel (70%); and Louisville, Kentucky (30%), and is expected to be completed by January 2027. Fiscal 2024 weapons procurement (Navy) funds in the amount of $12,967,143 will be obligated at the time of award and will not expire at the end of the current fiscal year. This delivery 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 Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N0017424F0068). 

L3Harris Maritime Power & Energy Solutions Inc., Philadelphia, Pennsylvania, is awarded a $12,960,623 cost-plus-fixed-fee, level-of-effort, indefinite-delivery/indefinite-quantity contract for engineering and technical services required for obsolescence management of circuit protection and switchboard products on Navy ships and land-based test sites. This contract does not include options. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by March 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award via the initial task order and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1), (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4005).

AIR FORCE

Akima Intra-Data LLC, Colorado Springs, Colorado; and Keesler Air Force Base, Mississippi, have been awarded a $28,958,885 firm-fixed-price modification (P00017) to previously awarded contract FA3002-23-C-0007 for base operations support services at Keesler AFB, Mississippi. Work will be performed at Keesler AFB and is expected to be completed March 31, 2025.  Fiscal 2024 operations and maintenance funds in the amount of $24,178,885 are being obligated at the time of award. Total cumulative face value of the contract is $51,692,873. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity.

Leidos Inc., Reston, Virginia, has been awarded a $18,824,820 contract for cryptologic training-intelligence operations support. Work will be primarily performed in San Antonio, Texas, and is expected to be completed by March 16, 2025. Fiscal 2024 operation and maintenance funds in the amount of $3,700,000 are being obligated at time of award. The Air Combat Command Acquisition Management and Integration Center, Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA7037-24-C-0004).

The Trustees of the University of Pennsylvania, Philadelphia, Pennsylvania, has been awarded a $13,562,839 cost contract for the design, development, evaluation, and demonstration of a software system that will effectively use privilege policy enforcement to compartmentalize existing software. The effort will provide both system and application-level solutions as well as provide support for variable compartment size and number of principals. The location of performance is Philadelphia, Pennsylvania, and the work is expected to be complete by March 7, 2028. This award is the result of a competitive acquisition, and 27 offers were received. Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-24-C-B042).

Stellar Science Ltd. Co., Albuquerque, New Mexico, has been awarded a $11,368,809 cost-plus-fixed-fee task order for research and development, phase three foundation and expansion of the advanced framework for simulation integration modeling. The work is expected to be complete by July 2025. This award is the result of a fair opportunity proposal request, three solicitations mailed, and three offers received. Fiscal 2023 and fiscal 2024 research and development funds in the amount of $839,038 is being obligated at the time of award. Air Force Research Laboratory, Aerospace Systems Contracting Branch, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8650-21-D2621/FA2391-24-FB008).

Radiance Technologies, Huntsville, Alabama, has been awarded a cost-plus-fixed-fee $10,298,158 task order for research and development, phase three foundation and expansion of the advanced framework for simulation integration modeling. The work is expected to be complete by July 2025. This award is the result of a fair opportunity proposal request, three solicitations mailed, and three offers received. Fiscal 2024 research and development funds in the amount of $750,000 are being obligated at the time of award. Air Force Research Laboratory, Aerospace Systems Contracting Branch, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8650-21-D2622/FA2391-24-FB007).

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $9,659,284 cost-plus, fixed-fee contract for analysis and restructuring containment. Work will be performed in Cambridge, Massachusetts, and is expected to be completed by March 6, 2028. This contract was a competitive acquisition, and 27 offers were received. Fiscal 2023 research and development funds in the amount of $1,234,582 are being obligated at the time of award. The Air Force Research Laboratory/RIKE, Rome, New York, is the contracting activity (FA8750-24-C-B031).

DEFENSE HEALTH AGENCY

Cellphire Inc., Rockville, Maryland, is awarded $20,000,000 for a cost-reimbursement, ceiling increase, in-scope modification (W81XWH-20-C-0030) to achieve a commercially viable cryopreserved platelet product for U.S. Food and Drug Administration licensure. The new contract ceiling is $44,909,972. Place of performance is Frederick, Maryland. The period of performance is Dec. 20, 2019, to July 31, 2028. The awardee will conduct all development, test and evaluation, manufacturing, and regulatory activities to achieve an FDA-licensed cryopreserved platelet product that is suitable for both civilian and military use. The awardee will explore development strategies that will enable rapid licensure and availability of CPP. Fiscal 2024 research, development, test, and evaluation funding is obligated at the time of award. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Leidos Inc., Reston, Virginia, was awarded an $8,570,199 cost-plus-fixed-fee contract for the Quantum Augmented Network (QuaNET) program. QuaNET seeks to integrate quantum and classical networking approaches to provide quantum physics-based security capabilities to critical network infrastructures. Work will be performed in Arlington, Virginia (34%); Huntsville, Alabama (26%); Vista, California (22%); and Austin, Texas (18%), with an expected completion date of June 2028. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,057,807 are being obligated at time of award. This contract was a competitive acquisition under Broad Agency Announcement HR001123S0035, and 18 offers were received. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity (HR0011-24-C-0438).

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, was awarded a $7,527,101 cost-plus-fixed-fee contract for the Quantum Augmented Network (QuANET) program. QuANET seeks to integrate quantum and classical networking approaches to provide quantum physics-based security capabilities to critical network infrastructures. Work will be performed in Cambridge, Massachusetts (72%); Tucson, Arizona (12%); Austin, Texas (5%); La Jolla, California (5%); Hadley, Massachusetts (5%); and San Jose, California (1%), with an expected completion date of December 2025. Fiscal 2023 and fiscal 2024 research, development, test and evaluation funds in the amount of $4,981,195 are being obligated at time of award. This contract was a competitive acquisition under Broad Agency Announcement HR001123S0035, and 18 offers were received. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity (HR0011-24-C-0405).

*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, March 12, 2024 2:36 pm

Leave a Reply

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

Notify me of updates to this conversation