INSIDE THE

NEWS + ADVICE

DoD Contracts: Johns Hopkins University Applied Physics Lab, Lockheed Martin, ManTech, GDIT, Week of 2-13-23 to 2-17-23

Posted by Ashley Jones
aircraft

2/13

NAVY

MDPAC JV, Honolulu, Hawaii, is awarded a $100,000,000 indefinite-delivery/indefinite-quantity contract for architect-engineer services for various structural, waterfront, and other projects at locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC), Pacific. Work will be performed at various Navy, Marine Corps, Air Force, and other government facilities within the NAVFAC Pacific area of responsibility including but not limited to Guam and the Commonwealth of the Northern Marianas Islands (70%); Australia (5%); Japan (10%); and Hawaii (15%). The term of the contract is not to exceed 60 months with an expected completion date of February 2028, or until all task orders have been completed. Fiscal 2022 military construction (planning and design) contract funds in the amount of $10,000 are obligated for the minimum guarantee of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with three proposals received. Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-23-D-0001).

Lockheed Martin Corp., Syracuse, New York, is awarded a $19,000,000 cost-plus-incentive-fee modification to the previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for design and qualification testing of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2024. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $3,600,000 (48%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $2,000,000 (27%); fiscal 2022 national sea-based deterrence (Navy) funds in the amount of $1,500,000 (20%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $400,000 (5%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, is awarded a $12,192,199 cost-plus-fixed-fee order (N0001923F0004) against a previously issued basic ordering agreement (N0001919G0011). This order provides engineering and program management support, in support of conducting Integrated Test Event 12 to include developing a new mission operation flight program build, providing pre-flight predictions, post-flight analysis of telemetry data, failure analysis, and modeling and simulation in support of Long- Range Anti-Ship Missile development, integration, and testing for the Navy. Work will be performed in Orlando, Florida, and is expected to be completed in July 2024. Fiscal 2022 research, development, test and development (Navy) funds in the amount of $12,192,199 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Lockheed Martin Corp. – Missiles and Fire Control, Grand Prairie, Texas, was awarded a $25,796,949 cost-plus-incentive-fee contract for the Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 software task. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Feb. 12, 2024. Fiscal 2023 missile procurement, Army funds; and Foreign Military Sales (Germany, Japan, South Korea, Saudi Arabia, Kuwait, Netherlands, Poland, Qatar, Romania, Sweden, United Arab Emirates, Bahrain, Taiwan) funds in the amount of $25,796,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-0003).

American Ordnance LLC, Middletown, Iowa, was awarded a $17,971,895 firm-fixed-price contract for site preparation of the Future Artillery Complex at the Iowa Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of Feb. 12, 2024. Fiscal 2023 procurement of ammunition, Army funds in the amount of $17,971,895 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0092).

ASM Research LLC, Fairfax, Virginia, was awarded an $11,408,675 firm-fixed-price contract for operation and maintenance of the Army Training Requirements and Resources System. Bids were solicited via the internet with one received. Work will be performed in Washington, D.C., with an estimated completion date of Feb. 12, 2024. Fiscal 2023 other procurement, Army funds in the amount of $11,408,675 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-C-2003).

AIR FORCE

Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a $25,000,000 bilateral modification (P00015) to previously awarded indefinite-delivery/indefinite-quantity contract FA8819-18-D-0009, Task Order FA8819-20-F-1005. The contract modification provides for additional support in space protection, endurance, and survivability requirements into protection strategy, policy, and threat mitigation projects, in specific mission areas that will inform budget and program formulation. The modification brings the total cumulative face value of the contract from $64,900,272 to $89,900,272. Work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by May 10, 2025. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,240,000 are being obligated at the time of award. The Space Systems Command, Los Angeles AFB, California, is the contracting activity.

Vector Solutions Inc., Glendale, Arizona, was awarded a $ 19,742,299 contract to provide MC-12 Tactical System operator training support services. This contract provides for non-personal services to train Air Force Special Operations Command MC-12 Tactical Systems operators. Work will be performed at Will Rogers National Guard Base, Oklahoma, and is expected to be completed by March 20, 2028. This contract was a competitive acquisition and seven offers received. Fiscal 2023 operations and maintenance funds in the amount of $3,793,602 are being obligated at the time of award. The 765th Enterprise Sourcing Flight, Air Force Installation Contracting Center, Hurlburt Field, Fort Walton Beach, Florida, is the contracting activity (FA002123C0001).

DEFENSE HEALTH AGENCY

ManTech Advanced Systems International Inc., Herndon, Virginia, is awarded a hybrid (line-item structure, indefinite-delivery/indefinite-quantity) single award contract with an estimated value of $22,959,248. This contract supports Joint Operational Medicine Information Systems Program Management Office’s Theater Medical Information Program – Joint (TMIP-J) for ending information system operations in a planned and orderly manner (i.e., sunsetting), a comprehensive suite of IT services and IT solutions to support the TMIP-J software suite in sustainment, to include operating system validation and verification, security updates, maintenance updates, service pack support, and critical updates. This contract was a competitive acquisition with five offers received. This is a one-year base contract with four 12-month option periods with an estimated completion date of January 2028. Work location is task order dependent but may occur within the contiguous U.S., outside of the contiguous U.S., or both. Task orders will be funded by fiscal 2023 operations and maintenance funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Arlington, Virginia, is the contracting activity (HT003823D0001).

*Small business

2/14

ARMY

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $466,413,360 modification (P00131) to contract W56HZV-17-C-0001 for M109A7 Self-Propelled Howitzers and M992A3 Carrier, Ammunition, Tracked vehicles; Total Package Fielding support hardware kits, and support. Work will be performed in York, Pennsylvania; Sterling Heights, Michigan; Aiken, South Carolina; Elgin, Oklahoma; and Anniston, Alabama, with an estimated completion date of Dec. 30, 2026. Fiscal 2022 weapons and tracked combat vehicle procurement, Army funds in the amount of $83,261,562 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Shimmick Construction Company Inc., Irvine, California (W912P5-23-D-0001); Kiewit Infrastructure Co., Woodcliff Lake, New Jersey (W912P5-23-D-0002); Brad Cole Construction Company Inc., Carrollton, Georgia (W912P5-23-D-0003); Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W912P5-23-D-0004); Howard W. Pence Inc.,* Elizabethtown, Kentucky (W912P5-23-D-0005); Geiger Brothers Inc.,* Jackson, Ohio (W912P5-23-D-0006); and Custom Mechanical Systems Corp.,* Bargersville, Indiana (W912P5-23-D-0007), will compete for each order of the $250,000,000 firm-fixed-price contract for land-based civil works construction. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2028. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded an $11,925,385 modification (P00030) to contract W56HZV-22-C-0012 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 29, 2024. Fiscal 2010 Foreign Military Sales (Saudi Arabia, Morocco, Egypt and Iraq) funds in the amount of $11,925,385 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

General Dynamics NASSCO-Bremerton, Bremerton, Washington, was awarded a $43,066,073 firm-fixed-price contract (N4523A-23-C-0561) for the maintenance, modernization, and repair of the USS Sampson (DDG 102) in a Chief of Naval Operations availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $43,139,448. Work will be performed in Everett, Washington, and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2023. Fiscal 2023 other procurement (Navy) funds in the amount of $40,853,575 (95%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $1,907,116 (4%); fiscal 2022 other procurement (Navy) funds in the amount of $167,840 (less than 1%); and fiscal 2023 working capital funds in the amount of $137,542 (less than 1%) will be obligated at time of award, of which $1,907,116 (4%) will expire at the end of the current fiscal year. This contract was not competitive procured in accordance with 10 U.S. Code 2304(c)(3) — industrial mobilization; engineering, developmental, or research capability; or expert services. The Northwest Regional Maintenance Center, Everett, Washington, is the contracting activity (N4523A-23-C-0561). (Awarded Feb. 13, 2023)

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $21,192,959 firm-fixed-price contract (N3220523C4006) for a 91-calendar day shipyard availability for the regular overhaul and dry docking of Military Sealift Command’s dry cargo and ammunition ship USNS Robert E. Peary (T-AKE 5). This contract includes a base period and options, which if exercised, would bring the cumulative value to $21,504,977. Work will be performed in Mobile, Alabama, beginning March 21, 2023, and is expected to be completed by June 19, 2023. Fiscal 2023 working capital (Navy) funds in the amount of $21,192,959 are obligated and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the System for Award Management website and three offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4006). 

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $11,464,117 firm-fixed-price delivery order (SPRDL1-23-F-0081) against a three-year indefinite-delivery/indefinite-quantity contract (SPE7LX-20-D-0022) with two one-year option periods for tire and wheel assemblies. This was a competitive acquisition with one response received. Location of performance is New Jersey, with an Oct. 31, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

DEFENSE HEALTH AGENCY

Armed Forces Services Corp., doing business as Magellan Federal, Arlington, Virginia, was awarded a six- month bridge extension modification (P00023) valued at $10,944,982, for the firm-fixed-price contract HT0011-19-C-0006 for Recovery Coordination Program services. The Recovery Coordination Program provides professional services in the areas of strategic, programmatic, and operations to support the full implementation of the Department’s Recovery Coordination Program and specifically to provide support to the Department’s Recovery Care Coordinator program; the Recovery Coordination Program-Support Solution; Education and Employment Initiative; Military Adaptive Sports Program; Operation Warfighter Internships; the National Resource Directory, and Warrior Games. Services will be performed at various locations in the continental U.S., with an estimated completion date (assuming the government exercises all available contract options) of July 16, 2023. Fiscal 2023 operation and maintenance funds in the amount of $2,736,865 are obligated for the modification to establish and fully fund the first two months of the six-month bridge extension contract line items 1301, 1303-1304 from Jan. 17, 2023, through March 16, 2023. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Jan. 17, 2023)

AIR FORCE

Conti Federal Services, Orlando, Florida, was awarded an $8,445,000 firm-fixed-price contract for building renovations of Air Force Building #1643 to support the F-35 aircraft. Work will be performed at Naval Air Station Joint Reserve Base Fort Worth, Texas, and is expected to be completed by April 8, 2024. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operations and maintenance funds in the amount of $8,445,000 are being obligated at time of award. The 301st Contracting Flight, Naval Air Station Joint Reserve Base Fort Worth, Texas, is the contracting activity (FA6675-23-C-0001). (Awarded Feb. 10, 2023)

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded an $8,324,455 cost-reimbursement, cost-plus-fixed-fee, firm-fixed-price, and fixed-price incentive contract modification (P00216) to previously awarded FA8629-14-C-2403 for removing test instruments from an HH-60W aircraft so that it is fully operational. The modification brings the total cumulative face value of the contract to $5,062,847,117. Work will be performed in Stratford, Connecticut, and is expected to be completed by April 10, 2024. Fiscal 2023 procurement funds in the amount of $8,324,455 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business

2/15

ARMY

General Dynamics-Ordnance & Tactical Systems, Niceville, Florida (W519TC-23-F-0108); and American Ordnance LLC, Middletown, Iowa (W519TC-23-F-0107), will compete for each order of the $993,790,373 firm-fixed-price with economic price adjustment contract to produce 155 mm rounds. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2028. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Dawn Inc.,* Warren, Ohio, was awarded a $9,116,115 firm-fixed-price contract to construct a new logistics complex. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 9, 2024. Fiscal 2019 military construction, defense-wide funds in the amount of $9,116,115 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W50S8R-23-C-0001).

NAVY

Wunderman Thompson, Atlanta, Georgia, is awarded a $34,352,672 modification (P00032) to previously awarded, firm-fixed-price and cost-reimbursable contract M95494-19-C-0020. This modification will provide supplemental advertising initiatives including the development of a tactical advertising strategy and production of a wide range of advertising formats (e.g., TV, radio, print media, internet, and direct marketing) to enhance Marine Corps recruiting efforts. Work will be performed in Atlanta, Georgia, with an expected completion date of December 2023. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $34,352,672 will be obligated at time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

Allied Systems Co.,* Sherwood, Oregon, is awarded a $27,934,305 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering services support, integrated logistics support, software support, installation support and obsolescence support to the Knuckleboom Crane System. Allied will be awarded a task order for engineering and logistics support services at the time of contract award, which will satisfy the minimum contract guarantee of $500. Work will take place in Philadelphia, Pennsylvania (70%); and Sherwood, Oregon (30%). Work is expected to be complete by February 2029. Fiscal 2023 other procurement (Navy) funds in the amount of $5,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured via the System for Award Management website in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-4001). 

BKM Office Environments Inc.,* Camarillo, California, is awarded a $15,921,492 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide moving, relocating, disassembling and reassembling, detaching and mounting, and special event set up services to include office furniture, cubicles, tables, chairs, laboratory equipment, televisions, whiteboards, safes, refrigerators, microwaves, and various other items and equipment in support of the Naval Air Warfare Center Weapons Division (NAWCWD). Work will be performed in China Lake, California (80%); and Point Mugu, California (20%), and is expected to be completed in February 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; four offers were received. NAWCWD, China Lake, California, is the contracting activity (N6893623D0019).

Woodward Inc., Fort Collins, Colorado, is awarded a $10,764,606 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of next generation ship service gas turbine generator full authority digital control cabinets. A maximum quantity of 32 will be provided over the life of the contract. Work will be performed at the contractor’s facility located in Fort Collins, Colorado, and is expected to be completed by January 2029. Fiscal 2023 other procurement (Navy) funds in the total amount of $914,900 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 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-0001).

Colonna’s Shipyard Inc., Norfolk, Virginia (N00024-22-C-4319), is awarded a not-to-exceed $7,950,857 firm-fixed-price, undefinitized contract action under previously awarded contract N00024-22-C-4319. This modification incorporates Naval Sea Systems Command Fiscal 2022 category II Navy standard items for completion of the Shippingport Docking Service Craft Overhaul availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $7,950,857 will be obligated at time of award and will expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center (MARMC), Norfolk, Virginia, is the contracting activity. 

AIR FORCE

Tevet LLC,* Greenville, Tennessee, was awarded a $25,628,822 indefinite-delivery/requirements contract for procurement of replenishment spare parts and components for the Versatile Depot Automatic Test System (VDATS). The contract provides for the procurement of multiple components of versatile diagnostic automated test systems to be used on multiple aviation platforms in support of depot maintenance. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Feb. 14, 2028. This award is the result of a small business set‐aside competitive acquisition. Fiscal 2023 Depot Maintenance Activity Group funds will be obligated upon availability for delivery orders. The Air Force Sustainment Center, Robins AFB, Georgia is the contracting activity (FA8571-23-D-0001).

Technica Corp., Sterling, Virginia, has been awarded a $19,368,923 cost-plus-fixed-fee modification for exercising the third option period, Feb. 15, 2023 – Feb. 14, 2024, to the contract providing weapon system engineering and maintenance services to include incremental software version development and installation; security patch installations; preventative maintenance; troubleshooting; and responsive tiered support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed at Joint Base San Antonio-Chapman Annex, Texas; Scott Air Force Base, Illinois; Joint Base San Antonio-Lackland, Texas; Des Moines Air National Guard Base, Illinois; Joint Base McGuire-Dix-Lakehurst, New Jersey; Joint Base Lewis-McChord, Washington; Camp Murray, Washington; and Horsham Air Guard Station, Pennsylvania, and is expected to be completed by Aug. 14, 2025. This contract was a competitive acquisition and seven offers were received. Fiscal 2023 research, development, test and evaluation; and operation and maintenance in the amount of $19,368,923 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, Task Order FA8307-19-F-0098). (Awarded Feb. 14, 2023)

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc. (ANSER), Falls Church, Virginia, is awarded a modification (P00016) for an option year valued at $13,958,382 on a firm-fixed-price, labor-hour, time-and-materials contract (HQ003420F0060) to provide administrative, management, and general consulting services to the Office of the Director of Administration & Management (ODA&M), Director of Administration and Organizational Policy (DA&OP). Fiscal 2023 operations and maintenance funds in the amount of $13,958,382 are being obligated at the time of award. The purpose of this action is to exercise Option Period 3 of the contract, which currently has a period of performance from Feb. 16, 2023, through Feb. 15, 2024. The work will be performed at U.S. government facilities in the National Capital Region. The estimated contract completion date is Feb. 15, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Lighthouse for the Blind Inc.,** Seattle, Washington, has been awarded a maximum $7,512,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for one quart water canteens. This is a three-year contract with no option periods. The ordering period end date is Feb. 14, 2026. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-B007).

*Small business
**Mandatory source

2/16

NAVY

Kiewit-Alberici SIOP MACC JV, Vancouver, Washington, was awarded a $76,350,000 not-to-exceed, firm-fixed price modification to a previously awarded task order (N6274223F4006) for the rapid implementation of recommended courses of action based on concurrent existing conditions assessments at three dry docks in Puget Sound Naval Shipyard and Intermediate Maintenance Facility, and Naval Submarine Base Bangor. This award brings the total maximum value of the task order to $80,000,000. Work will be performed in Bremerton, Washington, and is expected to be completed by May 2023. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $40,000,000 are obligated on this modification and will expire at the end of the current fiscal year. Remaining funds will be obligated upon task order definitization of the modification. The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-1313). (Awarded Feb. 10, 2023)

Gibbs & Cox Inc., Arlington, Virginia, is awarded a $39,659,692 cost-plus-award-fee and cost-plus-fixed-fee modification to previously awarded contract N00024-22-C-2313 to exercise options for supporting surface combatant ship design and engineering efforts for the Navy’s Future Surface Combatant Force, primarily in support of the DDG(X) program, as well as other emerging ship concepts, and to conduct feasibility studies as part of supporting the broader Navy fleet. Work will be performed in Washington, D.C. (60%); Arlington, Virginia (35%); and Philadelphia, Pennsylvania (5%), and is expected to be completed by February 2024. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,646,941 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2313).

Raytheon Missiles and Defense System, Tucson, Arizona, is awarded a $34,126,317 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide engineering, training, analysis/studies, integration, test event, and program management review support, in support of the Joint Standoff Weapon Program for the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Tucson, Arizona (65%); Sydney, Australia (8%); Poznan, Poland (6%); Tampere, Finland (5%); Khamis, Saudi Arabia (5%); Doha, Qatar (5%); Hualien City, Taiwan (4%); Souda Bay, Greece (1%); and Eskisehir, Turkey (1%), and is expected to be completed in February 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0002).

General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $16,003,611 indefinite-delivery/indefinite-quantity contract (N6523623D1004) with provisions for firm-fixed-price and cost orders. The contract will provide Electromagnetic Environmental Effects, test, evaluation, and range services in support of command, control, communications, computers, intelligence, surveillance, and reconnaissance systems. The contract includes a five-year ordering period. Fiscal 2023 operation and maintenance (Navy) funds and working capital (Navy) funds in the amount of $2,023,869 will be obligated at time of award. Operation and maintenance funds will expire at the end of the current fiscal year and working capital funds will not expire at the end of the current fiscal year. Work will be performed in Charleston, South Carolina (70%); Norfolk, Virginia (25%); and Bedford, New Hampshire (5%), and is expected to be completed by February 2028. This requirement was not competitively procured because it is a sole source acquisition negotiated under 10 U.S. Code 3201(a)(1) — only one responsible source and no other services will satisfy agency requirements (Defense Federal Acquisition Regulation 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Invicta Global LLC, Fort Worth, Texas, was awarded a $13,188,331 option year modification to previously awarded, indefinite-delivery/indefinite-quantity, firm-fixed price contract N400800-19-D-0311 for facilities maintenance. The total cumulative face value of the contract is $66,446,193. The contract modification is for preventive maintenance, inspections and testing for facilities, ground structures, and installed equipment and systems. Work will be performed at Naval Support Activity (NSA) Bethesda, NSA Dahlgren, NSA Indian Head, and various other locations in Maryland (64%); Virginia (19%); and Washington, D.C. (17%). Work is expected to be completed in January 2024. Fiscal 2023 funds in the amount of $13,188,331 will be incrementally obligated from time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity.

ARMY

Parsons Government Services, Centreville, Virginia (W912DY-23-D-0002); HDR Engineering Inc., Colorado Springs, Colorado (W912DY-23-D-0003); Michael Baker International Inc., Moon Township, Pennsylvania (W912DY-23-D-0004); WSP – MOCA JV, Washington, D.C. (W912DY-23-D-0005); Jacobs Government Services Co., Arlington, Virginia (W912DY-23-D-0006); Pond-Woolpert LLC JV, Dayton, Ohio (W912DY-23-D-0007); Urban Collaborative LLC,* Eugene, Oregon (W912DY-23-D-0008); Alliance Consulting Group Inc.,* Alexandria, Virginia (W912DY-23-D-0009); and John Gallup & Associates – The Schreifer Group JV,* Marietta, Georgia (W912DY-23-D-0010), will compete for each order of the $59,000,000 firm-fixed-price contract for architectural and engineering services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 21, 2028. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $27,069,515 modification (PZ0003) to contract W56HZV-23-C-0003 for M1A1 Abrams turret armor swaps. Work will be performed in Lima, Ohio, with an estimated completion date of Nov. 30, 2023. Fiscal 2022 Special Defense Acquisition funds and 2023 Foreign Military Sales (Poland) funds in the amount of $27,069,516 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Hydrogeologic Inc., Reston, Virginia, was awarded a $15,577,663 modification (P00002) to contract W912QR-21-F-0356 for optimized environmental remediation services. Work will be performed in Cape Canaveral, Florida, with an estimated completion date of Feb. 15, 2024. Fiscal 2010 operation and maintenance, Army funds in the amount of $15,577,663  were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

*Small business

2/17

NAVY

Lockheed Martin Space, Littleton, Colorado, is was awarded a $1,178,513,393 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification (PZ0016) to previously awarded unpriced letter contract N00030-22-C-1025 to provide program management, engineering development, systems integration, long lead material, and special tooling and equipment in support of missile production. The contract has options, which if exercised, would increase the value of the contract to $2,222,102,186. Work will be performed in Denver, Colorado (46.0%); Sunnyvale, California (22.8%); Magna, Utah (12.5%); Simsbury, Connecticut (3.6%); Huntsville, Alabama (3.4%); Pittsfield, Massachusetts (2.4%); East Aurora, New York (2.1%); Michoud, Louisiana (1.8%); Moorestown, New Jersey (1.6%); and various other locations (less than 1.0% each, 3.8% total). Work is expected to be completed on Sept. 30, 2027. Fiscal 2023 other procurement (Navy) funds in the amount of $4,455,731 will be obligated upon award and will not expire at the end of this fiscal year. This contract is awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity. (Awarded Feb. 15, 2023)

Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded a $271,652,902 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure a maximum of 2,390 Generation 6 ARC-210 RT-2036(C) Networked Communications Airborne Radios and associated ancillary equipment and support. Work will be performed in Cedar Rapids, Iowa, 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. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0001).

BAE Systems – Norfolk Ship Repair, Norfolk, Virginia, is awarded a $145,264,056 firm-fixed-price contract action for maintenance, modernization and repair of USS Nitze (DDG 94) for the Chief of Naval Operations scheduled fiscal 2023 depot modernization period. This contract includes options, which if exercised, would bring the cumulative value of this contract to $161,508,444. Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $135,407,331 (93%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $9,856,725 (7%) will be obligated at the time of award, of which $9,856,725 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4412).

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $95,149,250 cost-plus-fixed-fee, level-of-effort modification to a previously awarded contract (N0003022C6002). This modification exercises fiscal 2023 options to provide technical and engineering services necessary to maintain and sustain the Trident II Strategic Weapon System MK 6 Guidance subsystem. The effort also includes a requirement for strategic guidance, navigation, and control subject matter expertise and resources to plan and implement an advanced development program that explores and evaluates current and maturing concepts and technologies that will enable follow-on, full-scale development of the second life extension of the Navy’s Trident II Strategic Weapons Systems. Work will be performed in Cambridge, Massachusetts (81%); and El Segundo, California (19%), and is expected to be completed Sept. 30, 2024. Fiscal 2022 research and development, test, and evaluation (Navy) funds in the amount of $1,443,834; fiscal 2023 research and development, test, and evaluation (Navy) funds in the amount of $16,680,528; fiscal 2023 weapons procurement (Navy) funds in the amount of $18,868,000; and fiscal 2023 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated at time of award. Funds in the amount of $1,543,834 will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $12,978,681 modification (P00082) to a previously awarded firm-fixed-price contract (N0001915C0114). This modification adds scope to procure Power Thermal Management System and Life Support System component maintenance manuals in support of establishing initial depot repair capability for the F-35 Joint Strike Fighter Program. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2023. Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $6,489,341; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $6,489,340 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

P.J.K. Food Service LLC, doing business as Keany Produce & Gourmet, Landover, Maryland, has been awarded a maximum $284,250,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Feb. 17, 2028. Using customers are Army, Marine Corps and Department of Agriculture schools. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P401).

AIR FORCE

Call Henry Inc., Titusville, Florida, was awarded a $79,199,684 hybrid fixed-price and cost-plus-fixed-fee contract for launch operations support. This contract provides for management and support, maintenance and repair, operations, other services, and minor alteration for facilities related to launch operations support. Work will be performed at Vandenberg Space Force Base, California, and is expected to be completed by Sept. 30, 2029. Fiscal 2023 operation and maintenance funds in the amount of $3,816,415 are being obligated at time of award. The 30th Contracting Squadron, Vandenberg SFB, California, is the contracting activity (FA4610-23-D-0001).

Matrix Research Inc., Dayton, Ohio, was awarded a $49,500,000 indefinite-delivery/indefinite-quantity contract (FA8650-23-D-1028) with cost-plus-fixed-fee task orders for research and development of Electronics, Apertures, and Machine-Learning Subsystems (DREAMS). This contract provides for the maturation of radio frequency subsystems for different applications. These subsystems will integrate technology originally developed to enhance radio frequency sensors. Work will be performed in Dayton, Ohio, and is expected to be completed by Feb. 22, 2030. This contract was a sole source acquisition. Fiscal 2023, research and development funds in the amount of $1,650,000 are being obligated at the time of award for the first task order (FAFA865023-F-1029). The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

CORRECTION: The contract announced on Feb. 13, 2023, to Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, for a $25,000,000 modification to previously awarded indefinite-delivery/indefinite-quantity contract FA8819-18-D-0009, Task Order FA8819-20-F-1005, was actually awarded on Feb. 14, 2023.

ARMY

International Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $27,540,261 firm-fixed-price contract to construct an information systems node facility. Bids were solicited via the internet with seven received. Work will be performed in Brooklyn, New York, with an estimated completion date of Feb. 28, 2025. Fiscal 2023 military construction, Army funds in the amount of $27,540,261 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-C-0004).

Michael Baker International & Huitt-Zollars JV, Dallas, Texas, was awarded a $12,954,408 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with one received. Work will be performed in San Antonio, Texas, with an estimated completion date of Feb. 21, 2029. Fiscal 2023 other procurement, Army funds in the amount of $12,954,408 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-F-0082).

Bering Straits Technical Services LLC, Anchorage, Alaska, was awarded a $12,541,120 hybrid (firm-fixed-price and time-and-materials) contract for base operation support services at Fort Wainwright, Alaska. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2023. U.S. Army 413th Contracting Support Brigade, Fort Shafter, Hawaii, is the contracting activity (W912CN-23-D-0011). (Awarded Feb. 15, 2023)

DRS Training & Control Systems LLC, Fort Walton, Florida, was awarded an $11,280,623 firm-fixed-price contract for maintenance and overhaul of the AH-64 Apache Digital Captive Boresight Harmonization Kit. 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 Feb. 9, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0019).

*Small business
This entry was posted on Tuesday, February 21, 2023 12:03 pm

Leave a Reply

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

Notify me of updates to this conversation