INSIDE THE

NEWS + ADVICE

DoD Contracts: Iron EagleX, GDIT, CACI, Lockheed Martin, Northrop Grumman, Week of 3-11-24 to 3-15-24

Posted by Ashley Jones
aircraft

3/11

ARMY

Lexicon Consulting Inc.,* El Cajon, California (W900KK-24-D-0019); and Lukos LLC,* Tampa, Florida (W900KK-24-D-0017), will compete for each order of the $610,000,000 firm-fixed-price contract for mission support services for the Army Training Support Center. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of July 6, 2028. Army Contracting Command, Orlando, Florida, is the contracting activity.  

R.J. Zavoral & Sons Inc., East Grand Forks, Minnesota, was awarded a $23,872,642 firm-fixed-price contract for a dam embankment. Bids were solicited via the internet with seven received. Work will be performed in Fargo, North Dakota, with an estimated completion date of Aug. 31, 2027. Fiscal 2024 civil construction funds in the amount of $23,872,642 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-24-C-0009).  

Teledyne FLIR, North Billerica, Massachusetts, was awarded a $14,968,625 firm-fixed-price contract for clip-on thermal weapon sights. Bids were solicited via the internet with one received. Work will be performed in North Billerica, Massachusetts, with an estimated completion date of Jan. 31, 2025. Fiscal 2010 other procurement, Army funds in the amount of $14,968,625 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5009). 

NAVY

Huntington-Ingalls Industries-Newport News Shipbuilding, Newport News, Virginia, was awarded a $37,544,972 fixed-price incentive (firm-target) modification to a previously awarded contract (N00024-15-C-2114) for the detail design and construction of Consolidated Afloat Networks and Enterprise Services outfitting effort onboard CVN-79.  Work will be performed in Newport News, Virginia, and is expected to be completed by July 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $24,395,466 (65%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $13,149,506 (35%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Newport News, Virginia, is the contracting activity. (Awarded March 8, 2024)

General Dynamics Information Technology Inc., Falls Church, Virginia, is receiving modification P00014 to a previously awarded contract (N0003922C0001) issued by the Naval Information Warfare Systems Command. This modification increases the value of the contract by $18,805,426; the new total value is $70,125,518. The modification is for the extension of Enterprise Authoritative Data Environment (eADE) development and sustainment services. eADE is an enterprise information management system that is migrating existing MyNavy HR legacy data warehouses into a central data repository. It provides the authoritative data sharing framework, leveraging business intelligence and data analytics capabilities to support other MyNavy HR transactional business systems. Fiscal 2024 research, development, test and evaluation (Navy) funds; and fiscal 2024 operation and maintenance (Navy) funds are being used to fund this award. The modification includes up to an additional eight months of services.  Work will be performed mainly in Falls Church, Virginia (38%); and New Orleans, Louisiana (21%). Approximately 41% of work will be performed in Florida, Illinois, New Jersey, New York, Pennsylvania, Missouri, Tennessee, West Virginia, Oklahoma, Texas, Kansas, Alabama, and Arizona. Work is expected to be completed by Sept. 30, 2024. This modification was not competitively procured, it is a sole source acquisition pursuant to the authority of 10 U.S. Code 3204(a)(2)–Unusual and Compelling Urgency (Federal Acquisition Regulation subpart 6.302-2). The information provided in this announcement is Unclassified. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N0003922C0001).  

Lockheed Martin Corp., RMS Niagara, Niagara Falls, New York, is awarded a $12,961,925 cost-plus-fixed-fee contract for the Gravity Aided Navigation System Phase Two. This contract provides for the development of a gravity-aided navigation solution for the Trident Navigation Subsystem. The efforts described herein include the appropriate sensors and algorithms to achieve two new capabilities: gravity sensor passive navigation, and vertical deflection verification and refinement. Work will be performed in Niagara Falls, New York, and 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 $12,961,925. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,000,000 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 (N0001424C1102).

DEFENSE LOGISTICS AGENCY

PCX Aerosystems-Manchester LLC, Manchester, Connecticut, has been awarded a maximum $22,099,593 firm-fixed-price, indefinite-delivery requirements contract for main extension assemblies. This was a limited competitive acquisition with one response received. This is a five-year contract with no option periods. The performance completion date is Sept. 15, 2029. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. 

General Electric Co., Lynn, Massachusetts (SPRTA1-24-F-0114, $14,471,128); and C.F. Roark Welding & Engineering Co., Inc., Brownsburg, Indiana (SPRTA1-24-C-0025, $7,618,881), have each been awarded a firm-fixed-price contract under solicitation (SPE4A1-22-G-0010) for J-85 engine flameholders. This was a competitive acquisition with two offers received. This is a one-time-buy contract with a May 31, 2028, and a March 31, 2028, performance completion date, respectively. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma.

*Small Business

3/12

NAVY

Bell Textron, Inc., Fort Worth, Texas, is awarded a $455,000,000 firm-fixed-price, undefinitized contract for the production and delivery of 12 AH-1Z helicopters for the government of Nigeria, as well as provides associated engineering, program management and logistics support, and non-recurring engineering for obsolescence. Work will be performed in Fort Worth, Texas (80%); and Amarillo, Texas (20%), and is expected to be completed in July 2028. Foreign Military Sales customer funds in the amount of $82,345,771 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(4). Naval Air Systems Command Patuxent River, Maryland, is the contracting activity (N0001924C0030).

Bahfed Corp.,* Portland, Oregon (N6893624D0007); Pacific IC Source,* Yucaipa, California (N6893624D0008); Laguna Components,* Laguna Beach, California (N6893624D0009); and Federal Merchants,* Indianapolis, Indiana (N6893624D0010) are each awarded a firm-fixed-price indefinite-delivery, indefinite-quantity contract. The estimated aggregate ceiling for all contracts is $45,000,000 with the companies having an opportunity to compete for individual orders. These contracts procure various types of instrumentation and electronic components in support of machine shop inventory for the Naval Air Warfare Center Weapons Division (NAWCWD) Applied Manufacturing Technology Division and NAWCWD Propulsion Laboratory. Work will be performed in Portland, Oregon; Yucaipa, California; Laguna Beach, California; and Indianapolis, Indiana (90%) (percentage of work performed at each location is not known until award of individual orders), and China Lake, California (10%), 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. These contracts were competitively procured as a small business set-aside; five proposals were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $19,227,992 modification (P00038) to a previously awarded cost-plus-fixed-fee contract (N0001921C0060). This modification provides logistics and test support for mission control and operator training systems as well as associated engineering and field service representative technical support to sustain MQ-4C Triton air vehicles, ensuring continued mission-capability for intelligence, surveillance and reconnaissance missions for the Navy and the government of Australia. Work will be performed in Patuxent River, Maryland (37.55%); San Diego, California (23.54%); Jacksonville, Florida (8.75%); Mayport, Florida (7.54%); Baltimore, Maryland (6.34%); Salt Lake City, Utah (1.94%); Sterling, Virginia (1.64%); and various locations outside of the continental U.S. (12.70%) and is expected to be completed in May 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $6,128,638; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,100,000; and Royal Australian Air Force cooperative funds in the amount of $780,402 will be obligated at the time of award, $6,128,638 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $18,484,619 firm-fixed-price modification to a previously awarded contract (N00024-22-C-2253) for the detail design and construction of one additional Yard, Repair, Berthing, and Messing craft, with delivery to Norfolk, Virginia. This award also includes exercise of a design changes option. Work will be performed in Amelia, Louisiana, and is expected to be completed by June 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $18,100,763 (98%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $383,856 (2%), will be obligated and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded a $16,790,000 firm-fixed-price contract with pass-through elements (N3220524C4029) for a time charter of one U.S. Flag container vessel, Capt David I Lyon, to support the Air Force. This contract includes a 12-month base period with three 12-month option periods and one 11-month option, which, if exercised, would bring the cumulative value of this contract to $71,660,515. Work will be performed in the worldwide and is expected to be completed if all options are exercised, by August 2028. Fiscal 2024 working capital funds (Transportation) in the amount of $16,790,000 are obligated for and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and one timely offer was received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4029).

ARMY

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $317,998,029 cost-plus-fixed-fee contract for continuing system technical services for M109 Family of 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 March 7, 2029. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0020).

WULCO Inc., Cincinnati, Ohio, was awarded a $56,579,967 firm-fixed-price contract to procure armor kits for M109A7 Self-Propelled Howitzer and M992A3 Carrier, Ammunition, Tracked vehicles. 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 Dec. 31, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0019).  

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $250,063,810, undefinitized contract action for Taiwan MQ-9B SkyGuardian procurement. This contract provides four MQ-9B unmanned air vehicles, two certifiable ground control stations, spares, and support equipment. The location of performance is Poway, California, and the work is expected to be complete by Aug. 11, 2027. This award is the result of a sole source acquisition and involves foreign military sales to Taiwan. Foreign military sales funds in the amount of $120,400,030 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8689-23-C-2018 P00003). (Awarded March 11, 2024)

Call Henry Inc., Titusville, Florida, has been awarded a $12,069,893, predominantly fixed-price incentive modification (P00010) to previously awarded contract FA4610-23-D-0001, to exercise Option Year 1. This modification provides management and support, maintenance and repair, operations, other services and minor alteration related to launch operations support. This modification brings the total cumulative face value of the contract to $36,064,568. Work will be performed at Vandenberg Space Force Base, California, and is expected to be completed by Mar 31, 2025. Fiscal 2024 operations and maintenance funds in the amount of $12,000,000 will be obligated at the time of award. The 30th Contracting Squadron, Vandenberg SFB, California, is the contracting activity. (Awarded Feb. 17, 2024)

DEFENSE LOGISTICS AGENCY

M&M Manufacturing LLC,* Lajas, Puerto Rico, has been awarded a maximum $8,446,500 modification (P00011) exercising the second one‐year option period of a one‐year base contract (SPE1C1‐22‐D‐1519) with three one‐year option periods for trousers. This is a firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract. The ordering period end date is March 11, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Bethel Industries Inc.,* Jersey City, New Jersey, has been awarded a maximum $8,040,600 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1559) with three one-year option periods for trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Kentucky and Mississippi, with a March 11, 2025, ordering period end date. Using military services are Army and Air Force.  Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

*Small Business

3/13

ARMY

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $754,335,634 modification (P00008) to contract W56HZV-23-C-0024 to procure Armored Multi-Purpose Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Feb. 28, 2027. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $754,335,634 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

U.S. Marine Management, Norfolk, Virginia, was awarded a $37,672,500 cost-plus-fixed-fee contract for maintenance and repair of government vessels and other watercraft. Bids were solicited via the internet with three received. Work will be performed in Yokohana-shi, Japan, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $600,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-14-G-0023).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $24,256,392 modification (P00004) to contract W58RGZ-22-F-0496 for the CH-47F Lot 2. Work locations and funding will be determined with each order, with an estimated completion date of May 30, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 457-day bridge contract with no option periods. Locations of performance are North Carolina, South Carolina, Tennessee, and Georgia, with a June 15, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0009).

Seqirus Inc., Summit, New Jersey, has been awarded an estimated $24,080,075 firm-fixed-price, indefinite-quantity contract for injectable influenza vaccines. This was a competitive acquisition with four responses received. This is a one-year contract with no option periods. The ordering period end date is March 12, 2025. Using customers are Army, Air Force, Navy, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-24-D-0004).

Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $14,025,000 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-23-D-0037) with two one-year option periods for physical fitness uniform jackets. This is an indefinite-delivery contract. Location of performance is Illinois, with a March 26, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Agiliti Health Inc., Minneapolis, Minnesota (SPE2DH-24-D-0005, $27,000,000), has been added as an awardee to the multiple award contract for hospital equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-16-R-0002 and awarded Oct. 6, 2016.

NAVY

Q.E.D Systems Inc. Virginia Beach, Virginia (N55236-24-D-0004); Bender CCP, Vernon, California (N55236-24-D-0005); Bay City Marine Inc., National City, California (N55236-24-D-0006); Epsilon Systems Solutions, San Diego, California (N55236-24-D-0007); Colonna’s Shipyard West San Diego, California (N55236-24-D-0008); Miller Marine Inc., San Diego, California (N55236-24-D-0009); and Propulsion Controls Engineering, San Diego, California (N55236-24-D-0010), were each awarded firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contracts with a five base year ordering period to provide Commercial Industrial Services pumps and motors repair service. This contract will provide labor, services, equipment, and materials for the removal, overhaul, rewind, repair, installation, and testing (in-shop and shipboard) of various pumps, close-coupled pumps, and motors onboard Navy ships. These contracts have an overall maximum ceiling value of $35,000,000. These seven companies will have an opportunity to compete for individual delivery orders. Each contract’s base year begins March 11, 2024, and completes on March 10, 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $70,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order and will expire at the end of the current fiscal year. These contracts were competitively procured via the Sam.gov web site; seven offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity. (Awarded March 12, 2024)

U.S. SPECIAL OPERATIONS COMMAND

Iron Eagle X Inc., Tampa, Florida (47QTCA20D00DM), is being awarded a contract with a potential maximum value of $29,925,536 for one 12-month base year plus one 12-month option year to support Program Executive Office Special Operations Forces Digital Applications (PEO SDA) requirements. The PEO SDA Intelligence Data Science Team (IDST) program will be based on a hub and spoke concept of operations with analysts permanently positioned or on temporary duty status at the U.S. Special Operations Command Headquarters, Theatre Special Operations Command, component commands, Special Operations joint task forces, Combined Joint Special Operations task forces, Special Operations task forces, and Special Operations command forward elements. The IDST contractors and analysts will vary in skill sets ranging from data scientists to data integrators and will provide support to IDST leadership during recurring planning events, customer requirement discussions, and capability development in line with their respective positional technical requirements. Operations and maintenance funds in the amount of $4,119,702 were used to incrementally fund the base one year at time of award due to the continuing resolution currently in place. This contract is awarded as a 100% small business set-aside authorized under 10 U.S. Code 2304(b)(2). U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity (Task Order H9241524F0028). 

WASHINGTON HEADQUARTERS SERVICES

ISI-Markon JV LLC, Fairfax, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003424D0006) valued at $21,000,000 to provide construction management technical services in support of the Washington Headquarters Services (WHS), Facilities Services Directorate (FSD).  Fiscal 2023 Pentagon Reservation Maintenance Revolving Funds in the amount of $7,699,505 are being obligated at the time of award.  The total, if all options are exercised, is $105,000,000. The contractor will provide facility planning, program and project execution, project oversight, building and utility operations, design, and construction management support services to assist the WHS FSD in the accomplishment of its missions.  In addition, capabilities will include program management support for identifying requirements, scheduling, estimating, and planning for construction, alterations, and repair projects.  The work will be performed at the Pentagon Reservation, Arlington, Virginia; the Mark Center, Alexandria, Virginia; and Raven Rock Mountain Complex.  The estimated contract completion date is March 11, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Spirit AeroSystems Inc., Wichita, Kansas, has been awarded a $12,950,335 cost-plus-fixed-fee contract, for the Caliente Program. Work will be performed in Wichita, Kansas (86%); Monaca, Pennsylvania (10%); and San Diego, California (4%), with an estimated completion date of December 2025. Fiscal 2024 research and development funds in the amount of $4,500,000 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original Broad Agency Announcement, HR001123S0042. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001124C0400). 

DEFENSE HEALTH AGENCY

Axiom Resource Management Inc., Falls Church, Virginia, is awarded a $7,567,768 modification (P00005) extending services on a firm-fixed-price order (HT001123F0015) for program management support services to the TRICARE Health Plan (THP), clinical services, and all subordinate chiefs, managers, and staff. The services will support functions of management and administration of THP programs; management of the Military Health System health plan and associated managed health care programs; program and acquisition management of TRICARE purchased health care services; management and administration of programs and activities; operation of elements of the Office of the Deputy Assistant Director, Health Care Operations, and THP; and overall accomplishment of the missions, functions, and tasks of the THP enterprise and its organizational entities. The modification obligates $7,567,768 in fiscal 2024 operations and maintenance appropriations for services through Aug. 8, 2024. Total value of the order is $25,729,060. Places of performance are Falls Church, Virginia; Aurora, Colorado; and San Antonio, Texas. The modification was issued under limited sources justification with one quote received. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Mar. 8, 2024)

*Small Business
**Mandatory source

3/14

DEFENSE LOGISTICS AGENCY

Atlantic Diving Supply Inc.,* doing business as ADS, Virginia Beach, Virginia (SPE8EH-24-D-0001); L.N. Curtis & Sons,* Walnut Creek, California (SPE8EH-24-D-0002); Noble Supply & Logistics LLC,* Boston, Massachusetts (SPE8EH-24-D-0003); Quantico Tactical Inc.,* Aberdeen, North Carolina (SPE8EH-24-D-0004); SupplyCore Inc.,* Rockford, Illinois (SPE8EH-24-D-0005); Tidewater Distributors LLC,* Norfolk, Virginia (SPE8EH-24-D-0006) and W.S. Darley & Co.,* Itasca, Illinois (SPE8EH-24-D-0007), are sharing a maximum $7,000,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8EH-21-R-0001 for the sixth generation fire and emergency services equipment tailored logistics support program. This was a competitive acquisition with 14 offers received. These are two-year base contracts with four two-year option periods. The ordering period end date is March 13, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Sysco USA I Inc., doing business as Sysco Central Texas Inc., New Braunfels, Texas, has been awarded a maximum $14,848,853 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 23-week contract with no option periods. The ordering period end date is Aug. 24, 2024. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-3010).

AIR FORCE

Beyond New Horizons LLC, Huntsville, Alabama, has been awarded a cost-plus-award-fee contract with an estimated value of $ 3,800,000,000. This is a 12-year contract that will provide test operations, technology development, equipment and facility sustainment, capital improvements and support services for the Arnold Engineering Development Complex. This contract is expected to be completed by Sept. 30, 2036. Work will be performed at Arnold Air Force Base, Tennessee; National Full Scale Aerodynamics Complex, Mountain View, California; White Oak, Maryland; White Sands Missile Range, New Mexico; and Wright-Patterson Air Force Base, Ohio. This award is the result of a competitive acquisition with three offers received. Fiscal 2024 research, development, test and evaluation funds in the amount of $5,000,000 are being obligated at the time of award. The contracting activity is Air Force Test Center, Arnold Air Force Base, Tennessee (FA910124CB002).

SRC Inc., Syracuse, New York, has been awarded a $12,366,228 cost-plus, fixed-fee modification (P00021) to a previously awarded contract (FA8750-22-C-0519) for Multi-Domain Agile Condor enhancements, software prototype and hardware for innovative tools development and demonstration. The contract modification is for computing design, development, hardware acquisition, and real-time flight demonstration. The location of performance is Syracuse, New York, and the work is expected to be completed by Oct. 8, 2026.  Fiscal 2024 research, development, test and evaluation funds are being obligated at the time of award. Total cumulative face value of the contract is $26,852,294. Air Force Research Laboratory/RIKF, Rome, New York, is the contracting activity. 

ARMY

Aptim Federal Services LLC, Baton Rouge, Louisiana, was awarded a $12,800,000 modification (P00007) to contract W912DY-22-F-0271 for repair services. Work will be performed in Baton Rouge, Louisiana; the United Kingdom; and Japan, with an estimated completion date of July 31, 2024. Fiscal 2024 revolving funds in the amount of $12,800,000 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

NAVY

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $12,431,307 cost-plus-incentive-fee modification to previously awarded contract (N00024-22-C-2300) for the incorporation of additional work items in support of the ongoing combat system availability for DDG 1002. Work will be performed in Pascagoula, Mississippi (91%); Dublin, Pennsylvania (8%); and other locations (less than 1% each, and collectively totaling 1%), and is expected to be completed by September 2024. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $12,431,307 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.

Foster-Miller, doing business as QinetiQ North America, Waltham, Massachusetts, is awarded an $11,029,151 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N00174-21-D-0019) to exercise Option Year Three for production, engineering support, and post-production support of the MK 2 Man Transportable Robotic System series systems and Talon systems. The scope includes production of systems, depot level repair parts, initial spares kits, consumables, repair parts and approved accessories. The location of the work to be performed will be determined on individual orders and is expected to be completed by March 2026. No funds are being obligated at the time of modification award.
The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity.

*Small Business

3/15

NAVY

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $55,206,800 cost-plus-fixed-fee and cost modification to a previously awarded contract (N00024-17-C-6311) to exercise options for Littoral Combat Ship Mission Module engineering and sustainment support. Work will be performed in Bethpage, New York (36%); Mayport, Florida (21%); Oxnard, California (21%); San Diego, California (21%); and Portsmouth, Virginia (1%), and is expected to be completed by March 2025. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $1,219,082 (22%); fiscal 2024 other procurement (Navy) funds in the amount of $1,100,968 (20%); fiscal 2022 other procurement (Navy) funds in the amount of $1,140,226 (20%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,148,786 (20%); fiscal 2023 other procurement (Navy) funds in the amount of $487,730 (9%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of 303,000 (5%); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $240,730 (4%) will be obligated at the time of award and $2,662,308 will expire at the end of the fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Integrated Surveillance and Defense, Inc.,* Wilsonville, Oregon, is awarded a $33,800,553 firm-fixed-price contract to upgrade operational capabilities and develop associated maintenance training in support of CN-235 maritime patrol aircraft, KingAir 350i aircraft, and Mission System Simulators for the government of Indonesia. Work will be performed in Bandung, Indonesia (40%); Singapore (25%); Wilsonville, Oregon (20%); Montreal, Canada (10%); and Lincoln, United Kingdom (5%), and is expected to be completed in March 2026. Foreign Military Sales customer funds in the amount of $33,800,553 will be obligated at the time of award; none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(e)(4)(E). Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124C0038).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $21,884,782 cost-plus-fixed-fee modification (P00005) to a previously awarded contract (N0001922C0046). This modification exercises an option to provide maintenance and sustainment operations of the Australia, Canada and United Kingdom Reprogramming Laboratory facilities and systems for the F-35 A/B aircraft program. Work will be performed in Eglin Air Force Base, Florida, and is expected to be completed in April 2025. Non-Department of Defense participant funds in the amount of $21,884,782 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. 

Sedna Digital Solutions LLC,* Manassas, Virginia, is awarded a $13,508,936 cost-plus-fixed-fee contract modification to previously awarded contract (N00024-23-C-6109) to exercise options for Navy engineering design, development, and supporting material. Work will be performed in Manassas, Virginia, and is expected to be completed by December 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $605,000 (52%); fiscal 2024 shipbuilding and conversion funds in the amount of $386,321 (33%); and fiscal 2018 shipbuilding and conversion funds in the amount of $171,658 (15%), 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.

Stantec Consulting Services Inc.,* Burlington, Massachusetts, is awarded $7,752,073 for a firm-fixed price modification to a previous issued task order (N4008522F5082) placed against a basic ordering agreement (N40085-20-D-0141). This modification provides for final design services for Submarine Pier Eight replacement at Naval Submarine Base New London. This award brings the total cumulative face value of the contract to $10,359,003. Work will be performed in New London, Connecticut, and is expected to be completed by December 2026. Fiscal 2024 military construction (Navy) funds in the amount of $7,752,073 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

CACI Inc., Chantilly, Virginia, is awarded $7,627,744 for a bridge contract (N68836-24-C-0004) as a bridge action for a previously awarded cost-plus-award-fee contract (N00189-21-F-3015) for professional and management services for the Naval Aviation Production Process Sustainment in support of the Chief of Naval Air Training. This contract includes an eight-month base period with two two-month option periods. Work will be performed in various continental U.S. locations that cannot be determined at this time (47%); Pensacola, Florida (24%); Fort Worth, Texas (16%); and Corpus Christi, Texas (13%). Base period is expected to be completed by October 2024 and if all options are exercised, completion will be February 2025. Subject to the availability of funds, fiscal 2024 operation and maintenance funds (Navy) in the full amount of $7,627,744 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was a sole-source pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1) with one offer received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Boeing Co., doing business as Boeing, St. Louis, Missouri, has been awarded a maximum $32,153,250 firm-fixed-price, fixed-quantity delivery order (SPRTA1-24-F-0054) against a five-year subsumable basic ordering agreement (SPE4A1-19-G-0013) for KC-135 ruddevator booms. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.301-1. This is a three-year, seven-month contract with no option periods. Locations of performance are Missouri and Canada, with a Sept. 30, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma. 

UPDATE: Lovell Government Services Inc.,* Pensacola, Florida (SPE2D1‐24‐D‐0007, $450,000,000), has been added as an awardee to the multiple award contract for patient monitoring systems, accessories and training, issued against solicitation SPE2D1-17-R-0001 and awarded Dec. 14, 2018.

UPDATE: Tacmed Simulation Inc., Anderson, South Carolina (SPE2DH-24-D-0007, $42,900,000), 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. 

ARMY

General Dynamics Mission Systems Inc., Huntsville, Alabama, was awarded a $30,221,168 modification (P00149) to contract W58RGZ-18-C-0043 for the Tactical Airspace Integration System and Integrated Mission Planning and Airspace Control Tools. Work locations and funding will be determined with each order, with an estimated completion date of March 17, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Elbit Systems of America-Night Vision LLC, Roanoke, Virginia, was awarded a $12,379,812 firm-fixed-price contract for AN/PVS-14 Monocular Night Vision Devices. 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 March 31, 2025. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5022). 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $9,295,100 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in St. Lucie, Florida, with an estimated completion date of Aug. 28, 2024. Fiscal 2022 civil construction funds in the amount of $9,295,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0006). 

AIR FORCE

Tribalco LLC, Bethesda, Maryland, has been awarded a five-year, indefinite-delivery/indefinite-quantity contract in the amount of $25,000,000. This contract will provide recovery kits, training, maintenance service visits, system engineering and program management, and the modernization of kits through a technology refresh process. This award is the result of a competitive acquisition, and two offers were received in response to the solicitation. Fiscal 2024 funds in the amount of $470,751 will be awarded, and work is expected to be completed by March 14, 2029. The contracting activity is Air Force Life Cycle Management Center/WISK, Wright Patterson Air Force Base, Dayton, Ohio (FA8629-23-R-5000).

Atec Inc., Stafford, Texas, has been awarded a firm-fixed-price contract for foreign military sales in the amount of $14,850,758. Work will be conducted in both continental U.S. and outside continental U.S. locations and will provide test cell support equipment and installation of the equipment. Work is expected to be complete by March 2027. The award is the result of a sole-source acquisition and funding in the amount of $13,577,047 is being obligated at the time of award. The contracting activity is out of Tinker Air Force Base, Midwest City, Oklahoma (FA8124-24-D0002/FA8124-24-F0013). (Awarded March 14, 2024)

Lockheed Martin Corp., Manassas, Virginia, has been awarded a $12,303,565 contract modification (P00026) to previously awarded contract FA8307-21-F0012 to extend services for 12-months. The contract modification provides system administration support for each of the required developments, integration and test, as well as production environments for a readiness application and landing page. Work will be performed in Manassas, Virginia.  Fiscal 2024 funds are being obligated at the time of award. Total cumulative face value of the contract is $49,342,550. The contracting activity is Air Force Life Cycle Management Center/HNCKJ, Joint Base San Antonio, Texas. 

*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 19, 2024 6:12 pm

Leave a Reply

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

Notify me of updates to this conversation