INSIDE THE

NEWS + ADVICE

DoD Contracts: KBR Wyle Services, GDMS, CAE, Lockheed Martin, Week of 7-22-24 to 7-26-24

Posted by Ashley Jones

7/22

ARMY

Global Ordnance,* Sarasota, Florida (W52P1J-21-D-0001); High Noon Unlimited Inc.,* Holiday, Florida (W52P1J-21-D-0002); and Paramount Enterprises International Inc.,* Philadelphia, Pennsylvania (W52P1J-21-D-0003), will compete for each order of the $189,000,000 firm-fixed-price contract for procurement of Trinitrotoluene. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2025. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

SEH-TEPA ES JV LLC,* Kansas City, Missouri (W912ES-24-D-0012); Baird-Stantec JV,* Fitchburg, Wisconsin (W912ES-24-D-0011; Method JV LLC, Hendersonville,* Tennessee (W912ES-24-D-0013; and CDG/Bergmann JV LLP,* Saint Louis, Missouri (W912ES-24-D-0010), will compete for each order of the $49,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of July 23, 2029. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity.

The Boeing Co., Mesa, Arizona, was awarded a $35,500,000 modification (P00015) to contract W58RGZ-21-C-0015 for hybrid generators. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2027. Fiscal 2024 other procurement, Army funds in the amount of $35,500,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Valiant Government Services, Fayetteville, North Carolina, was awarded a $21,913,881 firm-fixed-price contract for operation and maintenance with incidental repair and minor construction. Bids were solicited via the internet with four received. Work will be performed at Fort Detrick, Maryland, with an estimated completion date of Jan. 18, 2028. Fiscal 2024 Defense Health Program, funds in the amount of $21,913,881 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0038).

Teledyne Flir Unmanned Ground Systems Inc., Chelmsford, Massachusetts, was awarded a $14,999,691 firm-fixed-price contract for technical support for the Robot Logistics Support Center. 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 July 21, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0010).

Translang LTD, Great Falls, Virginia, was awarded a $10,732,170 firm-fixed-price contract for training and support services. Bids were solicited via the internet with one received. Work will be performed in Abu Dhabi, United Arab Emirates, with an estimated completion date of Jan. 31, 2026. Fiscal 2023 military personnel, Army funds in the amount of $10,732,170 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0007).

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $9,328,891 firm-fixed-price contract for maintenance and minor repairs services for petroleum facilities. Bids were solicited via the internet with five received. Work will be performed in Birmingham, Alabama; Columbus, Mississippi; Montgomery, Alabama; Eglin, Florida; Gulfport, Mississippi; Homestead, Florida; Mary Esther, Florida; Biloxi, Mississippi; Meridian, Mississippi; Tampa, Florida; Jackson, Mississippi; and Panama City, Florida, with an estimated completion date of Sept. 7, 2029. Fiscal 2024 revolving funds in the amount of $9,328,891 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0097).

NAVY

Siemens Government Technologies, Arlington, Virginia, was awarded a not-to-exceed $107,449,518 firm-fixed-price modification to a previously awarded third party financed contract (N39430-19-F-9909). This modification provides for an increase to the energy service performance contract for Naval Station Guantanamo Bay. Work will be performed in Guantanamo Bay, Cuba. This award brings the total cumulative face value of the contract to $936,277,538. Work is expected to be completed in April 2043. No funds were obligated at time of award. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. (Awarded July 18, 2024)

Distribution Computing System Solutions Provider Inc.,* Herndon, Virginia, is awarded a $99,643,077 firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract to provide cost and business analysis support for programs assigned to Marine Corps Systems Command and affiliated Program Executive Officers. Work will be performed in Quantico, Virginia, and is expected to be completed in July 2029. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5(b)(4). The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-24-D-2012).

Programs Management Analytics and Technologies Inc.,* Norfolk, Virginia, is awarded a $96,308,885 cost-plus-fixed-fee contract. This contract is for technical and program management services for the design, development, procurement, production, integration, installation, test, training, certification and accreditation and information assurance in support of the Small Business Innovation Research Phase III Topic N201-022 entitled “Big Data Mining for Maritime Situational Awareness (MSA).” This requirement extends, completes, and transitions the Maritime Situational Awareness – Deep Learning Aggregated Reference Knowledgebase capabilities and provides further research and development of innovative techniques to mine and exploit big data sources to improve MSA for the Air Maritime Patrol and Reconnaissance Aircraft. Work will be performed in Norfolk, Virginia (95%); Patuxent River, Maryland (2%); Quantico, Virginia (1.5%); and Crane, Indiana (1.5%), and is expected to be completed in July 2029. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $3,100,000 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 Federal Acquisition Regulation 6.302-5(a)(2)(i). Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524C0001).

General Dynamics Mission Systems Inc., Scottsdale, Arizona, is awarded an $88,490,500 modification to an indefinite-delivery/indefinite-quantity contract (N00039-24-D-2000) for the procurement, manufacturing, testing, and delivery of AN/USC-61(C) Digital Modular Radio (DMR) systems, High Frequency Distribution Amplifier Group components, and spares for both systems. This modification increases the value of the basic contract by $88,490,500, to a new total contract value of $171,299,517. DMR is a modular, software reprogrammable radio system with embedded cryptography that provides all radio frequency (RF) to-baseband and baseband-to-RF conversion functions required for line-of-sight (LOS), beyond LOS and satellite communications systems operating between 2.0 megahertz to 2.0 gigahertz. This contract action was not competitively procured because it is a sole source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) – Only One Responsible Source (Federal Acquisition Regulation Subpart 6.302-1). Work will be performed in Scottsdale, Arizona and is expected to be completed by February 2029. No funds will be obligated at the time of modification award. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

Tyonek Services Overhaul Facility – Stennis LLC,* Kiln, Mississippi, is awarded a $10,344,586 cost-plus-fixed-fee, cost reimbursable modification (P00005) against a cost-plus-fixed-fee contract (N6852022C0010). This modification exercises an option to provide continued maintenance support services for aircraft, aircraft engines and associated components/materials, including diagnostic testing performed with automated equipment, calibration, repair or replacement of damaged or unserviceable parts, components, or assemblies, limited manufacture of parts, and on aircraft/equipment technical assistance to operational level activities for the Fleet Readiness Center Mid-Atlantic detachment Patuxent River, Maryland. Work will be performed in Patuxent River, Maryland, and is expected to be completed in July 2025. Fiscal 2024 working capital (Navy) funds in the amount of $1,725,923 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Commander Fleet Readiness Center (COMFRC), Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Leidos Inc., Reston, Virginia, was awarded a $16,521,514 firm-fixed-price contract for the transformational command capabilities engineering and technical support for the Japanese Ministry of Defense, more commonly referred to as the Central Command System. This contract provides system engineering, integration, hardware, software, operation, maintenance, other technical and/or analytical and logistical support to facilitate the continued evolution and operation of the Japanese version of the Global CCS to support the US-Japan coordination activities for crisis planning, bilateral operations, and exercises. Work will be performed at Yokota Air Force Base and Ichigaya Base, Tokyo, Japan; and Reston, Virginia, and is expected to be completed by June 30, 2029. This contract was a directed sole-source. Foreign Military Sales funds in the amount of $3,890,539 are being obligated at time of award. Aerial Networks Division, International Programs Branch, Hanscom Air Force Base, Massachusetts, is the contract activity (FA2291-24-C-B001).

Matrix Research Inc., Dayton, Ohio, was awarded a $9,999,999 indefinite-delivery/indefinite-quantity contract for a model-based systems engineering for a distributed coherent synthetic aperture radar at KU-Band effort. This contract provides research and development activities in support of all aspects of weapons engagement including multi-spectral sensors and seekers, innovative antenna solutions, weapons and unmanned platform autonomy, cooperation and collaboration, and electronic attack and electronic protection integration for cooperative strikes. Work will be predominately performed at contract facilities in Dayton, Ohio, and is expected to be completed by July 22, 2029. This contract was a sole source acquisition awarded from the FA8651-22-S-0001 Broad Agency Announcement and one offer was received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $125,000 are being obligated at the time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-24-D-B008).

*Small business

7/23

NAVY

KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $153,606,550 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for certified and qualified operational contractor support services aircrew to support mission essential testing and evaluation of all manned air vehicles under the operational responsibility of the Naval Test Wing Atlantic and Pacific squadrons. Work will be performed at the Patuxent River, Maryland (85%); Point Mugu, California (10%); and China Lake, California (5%), and is expected to be completed in September 2029. No funds are being obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via an electronic request for proposals; two offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0071).

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $25,906,934 cost-plus-award-fee modification to exercise an option to previously awarded contract (N00024-20-C-2320) for the accomplishment of a post shakedown availability for a littoral combat ship. Work will be performed in Mayport, Florida (100%), and is expected to be completed by September 2025. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $8,491,343 will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $20,428,544 modification (P00044) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive contract (N0001920C0032). This modification increases the contract ceiling to procure additional pilot training devices to include one lightning learning environment pilot training system, three training databases and associated program management services in support of the F-35 Lightning II aircraft for the Air Force, Marine Corps, non-U.S. Department of Defense (DOD) partners, and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida (98.18%); and Miramar, Florida (1.82%), and is expected to be completed in March 2028. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $480,370; fiscal 2023 aircraft procurement (Navy) funds in the amount of $2,081,432; non-U.S. DOD partners funds in the amount of $12,737,087; and FMS funds in the amount of $5,129,655 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. 

Tekla Research Inc.,* Dumfries, Virginia, is awarded a $17,614,325 cost only value increase modification (P00018) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042118D0015). This modification increases the contract ceiling to provide continued systems engineering and technical services for air and ship integration, systems safety, mass properties, survivability, manufacturing and quality, air platform stores integration, metrology and systems security engineering supporting naval air integrated program teams, externally directed teams and enterprise teams to include multidiscipline, integrated technical baseline evaluation, engineering assessment to technical assessment of cost, schedule, emerging technology and maturity of design in support of the Navy acquisition programs. Work will be performed in Patuxent River, Maryland (68%); Cherry Point, North Carolina (13%); Tucson, Arizona (6%); Arlington, Virginia (5%); Ridgecrest, California (3%); San Diego, California (2%); Lakehurst, New Jersey (1%); Jacksonville, Florida (1%); and Thailand (1%), and is expected to be completed April 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.

DEFENSE LOGISTICS AGENCY

Dominion Energy South Carolina Inc., Cayce, South Carolina, has been awarded an estimated $18,906,578 modification (P00047) to a 50‐year contract (SP0600‐18‐C‐8326) with no option periods to incorporate tariff rate adjustments as authorized by the South Carolina Public Service Commission. The performance completion date is Nov. 18, 2069. Using military service is Army. Type of appropriation is fiscal 2024 through 2070 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ARMY

Kallidus Technologies Inc., Lowell, Massachusetts,* was awarded an $11,626,300 firm-fixed-price contract to construct a machine-gun range. Bids were solicited via the internet with six received. Work will be performed at Fort Devens, Massachusetts, with an estimated completion date of Jan. 14, 2026. Fiscal 2021 and 2023 military construction, Army Reserve funds in the amount of $11,626,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0021).

NLGC JV LLC, Detroit, Michigan, was awarded an $8,904,742 firm-fixed-price contract to repair electrical systems, wiring, conduits, heating, ventilation, air conditioning and mechanical systems, architectural features, interior finishes, roofs and structural systems. Bids were solicited via the internet with four received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of Jan. 24, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $8,904,742 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-3002).

*Small business

7/24

NAVY

Owl International Inc., Global 1st Flagship,* Irvine, California, is awarded a $20,652,538 modification to previously awarded contract (N00024-22-C-4204) for the accomplishment of the Inactive Ships Maintenance Pearl Harbor requirement. Work will be performed in Pearl Harbor, Hawaii, and is expected to be completed by August 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $4,386,123 will be obligated at time of award and will expire at the end of fiscal 2025. Naval Sea Systems Command, Washington, D.C., is the contracting authority.

RDA Inc.,* Doylestown, Pennsylvania, is awarded a $13,944,897 cost-plus-fixed-fee order (N0001924F1856) against a basic ordering agreement (N0001924G0015). This order procures software and hardware upgrades to the low-cost acoustic processor engineering tool suite to include software and hardware product design, development, test, evaluation, installation, integration, off-site field testing for research and development, developmental test, and operational test, data analysis and documentation as well as platform prototype and development efforts in support of the Airborne Anti-Submarine Warfare program for the Navy. Work will be performed in Warrenton, Virginia (34.7%); Doylestown, Pennsylvania (34%); and Lexington Park, Maryland (31.3%), and is expected to be completed in July 2029. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $744,000; and other procurement (Navy) funds in the amount of $292,035, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $12,124,252 cost-plus-fixed-fee, firm-fixed-price contract. This contract provides program management, logistics, system engineering, country unique requirements, and training in support of new F-35 integration efforts for the Republic of Korea. Work will be performed in Fort Worth, Texas (91%); and Orlando, Florida (9%), and is expected to be completed in July 2027. Foreign Military Sales customer funds in the amount of $12,124,252 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 (N0001924C0051).

Chromalloy Gas Turbine LLC (Chromalloy), Carson City, Nevada, is awarded a $10,278,810 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for LM2500 high pressure turbine repairs. Work will be completed at the contractor’s facility located in Carson City, Nevada, and is expected to be completed by June 2030. The contract will have a five year ordering period. Fiscal 2024 operations and maintenance (Navy) funds in the total amount of $58,320 will be obligated at time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured using full and open competition via the System for Award Management website, with three offers received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N66498-24-D-4026).

ARMY

D&H Industries Inc.,* Oconomowoc, Wisconsin, was awarded a $9,999,990 firm-fixed-price contract for M16 magazines. 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. 29, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0023).

Suh’dutsing Staffing Services,* Cedar City, Utah, was awarded an $8,175,858 firm-fixed-price contract to repair and upgrade a building. Bids were solicited via the internet with six received. Work will be performed in Portland, Oregon, with an estimated completion date of Jan. 27, 2026. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $8,175,858 were obligated at the time of the award. U.S. Property and Fiscal Office, Oregon, is the contracting activity (W50S8Y-24-C-0002).

CORRECTION: The $32,233,988 firm-fixed-price contract (W912CH-24-D-0009) announced on July 17, 2024, for Teledyne Flir Unmanned Ground Systems Inc., Chelmsford, Massachusetts, to support the Robot Logistics Support Center was actually awarded on July 22, 2024.

DEFENSE LOGISTICS AGENCY

UPDATE: Franklin Young International Inc., Upland, California (SPE2DE-24-D-0027, $40,000,000), 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-R-0006 and awarded Feb. 24, 2023.

*Small business

7/25

MISSILE DEFENSE AGENCY

Raytheon Technologies, Tucson, Arizona, is being awarded a sole-source, hybrid (fixed-price incentive and cost-plus-fixed-fee) contract for $1,944,082,765 to perform the manufacture and assembly of Standard Missile-3 Block IIA All-Up Rounds for the U.S. government and Japan Ministry of Defense (JMOD) Foreign Military Sales (FMS) case requirements. The work will be performed in Tucson, Arizona; and Huntsville, Alabama, with an expected completion date of Feb. 28, 2031.  Fiscal 2023 and 2024 procurement, Defense wide funds in the amount of $583,732,034; and $383,265,085, respectively, will be obligated at time of award. JMOD FMS funds in the amount of $308,451,327 will be obligated at time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0851-24-C-0001).
NAVY

Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania (N64498-24-D-4018); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N64498-24-D-4014); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N64498-24-D-4015); General Dynamics Information Technology Inc., Falls Church, Virginia (N64498-24-D-4016); HII Fleet Support Group LLC, Virginia Beach, Virginia (N64498-24-D-4013); Life Cycle Engineering Inc.,* North Charleston, South Carolina (N64498-24-D-4019); NDI Engineering Co.,* Thorofare, New Jersey (N64498-24-D-4020); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N64498-24-D-4017); Serco Inc., Herndon, Virginia (N64498-24-D-4021); Valkyrie Enterprises LLC, Virginia Beach, Virginia, (N64498-24-D-4022); and VT Milcom Inc., Virginia Beach, Virginia (N64498-24-D-4023), are awarded a combined $496,122,397 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement involving hull, mechanical and electrical machinery and systems services in support of surface fleet, submarine, shore-based installations, other federal agency vessels, and select maritime agency vessels and land-based sites. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. The contracts awarded to the 11 vendors are not to exceed a combined or total value of $496,122,397, over a five-year ordering period. Work will be performed at various locations, including private shipyards, naval shipyards, and military establishments both in the continental U.S. and overseas, and will also require work to be performed at the contractor facility. Work is expected to be completed by July 2030. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $5,500 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured utilizing full and open competition via the System for Award Management website, with 11 offers received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $181,000,000 undefinitized contract action modification to a previously awarded contract (N00024-24-C-2110) for long lead time material associated with the Virginia Class Block VI submarines. Work will be performed in Sunnyvale, California (19%); Minneapolis, Minnesota (9%); York, Pennsylvania (8%); Spring Grove, Illinois (6%); Pittsburgh, Pennsylvania (5%); Windsor Locks, Connecticut (3%); Tucson, Arizona (3%); Monroe, North Carolina (2%); Peoria, Illinois (1%); and other locations less than 1% (44%), and is expected to be completed by September 2035. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $181,000,000 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.

DZSP 21 LLC, Marlton, New Jersey, is awarded $106,304,464 for cost-plus-award-fee modification to previously awarded contract (N40192-23-C-5300). This modification provides for the exercise of Option Period Four for base operating support services in Joint Region Marianas. Work will be performed in Guam and is expected to be completed by July 2025. This award brings the cumulative face value of the contract to $739,540,953. Fiscal 2024 operation and maintenance (O&M) (Navy), fiscal 2024 O&M (Marine Corps), and fiscal 2024 O&M (Defense) funds, in the amount of $53,376,014 will be obligated at time of award, and funds will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity. 

Frontier Electronic Systems Corp.* Stillwater, Oklahoma, was awarded a $24,955,539 cost-plus-fixed-fee and firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hardware in support of the AN/SPQ- 15(V) Data Distribution System and supporting engineering services. Work will be performed in Stillwater, Oklahoma (80%); and various Navy shipyards (20%), and is expected to be completed by June 2028. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $500 was obligated at time of award, which will not expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via System for Award Management.gov website, with one offer received. Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017824D4500). (Awarded July 23, 2024) 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $22,158,763 undefinitized contract action under a previously awarded contract (N00024-19-C-2125) in support of a material procurement of multiple shipsets of material for a ship alteration for the submarine interior communication system. Work will be performed in Camden, New Jersey, and is expected to be completed by 30 June 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $14,464,820 (87%); and fiscal 2023 other procurement (Navy) funds in the amount of $2,154,252 (13%), will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $19,036,756 cost-plus-fixed-fee, firm-fixed-price modification (P00006) to order (N0001923F0002) against a previously issued basic ordering agreement (N0001919G0008).  This modification adds scope for the procurement of material modification kits, and special test and tooling equipment necessary to support F-35 Joint Strike Fighter aircraft retrofit and modification efforts for the Air Force, Marines, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in August 2027. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $8,168,933; fiscal 2022 aircraft procurement (Navy) funds in the amount of $5,355,896; non-U.S. DOD participant funds in the amount of $3,684,351; and FMS customer funds in the amount of $1,827,576, will be obligated at the time of award, of which $13,524,829 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. (Awarded July 23, 2024)

NewVac LLC,* Chatsworth, California, is awarded a $13,669,843 firm-fixed-price modification to a previously awarded contract (N6339422C0009) for the procurement, manufacture, assemble, test, and delivery of cables in support of the MK 41 Vertical Launching System. This modification combines purchases for the U.S. government (78%); and the governments of Netherlands (12%); and Germany (10%), under the Foreign Military Sales (FMS) program. Work will be performed in Chatsworth, California, and is expected to be completed by September 2025. Fiscal 2024 shipbuilding and conversion (Navy) $6,955,716 (51%); presidential drawdown authority funds in the amount of $2,676,906 (19%); FMS Netherlands (12%); FMS Germany (10%); and other procurement (Navy) funds in the amount of $1,052,150 (8%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

AIR FORCE

Bering Global Solutions LLC, Anchorage, Alaska, has been awarded a $25,000,000 ceiling increase, firm-fixed-price contract modification (P00014) to previously awarded FA4887-19-D-A005 for the Human Performance Optimization program in support of the Comprehensive Readiness for Aircrew Flying Training program design and support. The modification brings the total cumulative face value of the contract is $80,000,000. Work will be performed at Luke Air Force Base, Arizona; Vance AFB, Oklahoma; Randolph AFB, Texas; Columbus AFB, Mississippi; Laughlin AFB, Texas; Altus AFB, Oklahoma; Pensacola AFB, Florida; Tyndall AFB, Florida; Kirtland AFB, New Mexico; Fort Novosel, Alabama; Langley AFB, Virginia; Davis Monthan AFB, Arizona; Seymour Johnson AFB, North Carolina; Mountain Home AFB, Idaho; Nellis AFB, Nevada; Barksdale AFB,  Louisiana; Holloman AFB, New Mexico; Lackland AFB, Texas; Sheppard AFB, Texas; and Eglin AFB, Florida, and is expected to be completed by Aug. 31, 2025. No funds are being obligated at the time of award. The 56th Contracting Squadron, Services Flight, Luke AFB, Arizona, is the contracting activity. 

goTenna Inc., Jersey City, New Jersey, was awarded a $14,996,830 Small Business Innovation Research Phase IIB Strategic Funding Increase, firm-fixed-price contract for next generation mesh network radio technology. This contract provides the design and build of a next-generation, low size, weight, power, and cost radio capability (Pro X3) to expand overall Pro X series capabilities. Work will be performed in Jersey City, New Jersey, and is expected to be completed by July 25, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $14,996,830 are being obligated at the time of award. The Air Force Life Cycle Management Center, Theater Battle Control Division, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2204-24-C-B001).

Honeywell International Inc., Olathe, Kansas, was awarded an $8,946,600 five-year, requirements, firm-fixed-price type contract to previously awarded contract FA8539-18-D-0001 for repair services. This contract provides for the 407th repair sustainment of the Enhanced Traffic Collision Avoidance System. Work will be performed at Olathe, Kansas, and is expected to be completed by July 10, 2029. This contract was a sole source acquisition. Fiscal 2024 contract Depot Maintenance Direct Cite funds in the amount of $3,030,480 are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-24-D-0003).

ARMY

Northbank Civil and Marine Inc., Vancouver, Washington, was awarded a $13,310,935 firm-fixed-price contract for Bonneville Dam Spillway gate repair and storage pit improvements. Bids were solicited via the internet with four received. Work will be performed in North Bonneville, Washington, with an estimated completion date of Feb. 23, 2027. Fiscal 2024 Bonneville Power Administration funds in the amount of $6,910,467 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-24-C-0012).

*Small business

7/26

AIR FORCE

Raytheon Co., Tucson, Arizona, has been awarded a $325,000,000 ceiling increase modification (P00010) to previously awarded contract FA8672-19-D-0001 for the StormBreaker® Small Diameter Bomb Increment II (SDB II, GBU-53/B). The modification brings the total cumulative face value of the contract from $275,000,000 to $600,000,000. Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2026. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

North Star Construction And Engineering Inc., Yuba City, California (FA4686-24-D-0002); Martin Brothers Construction, Sacramento, California (FA4686-24-D-0003); West Point Contractors Inc., Tucson, Arizona (FA4686-24-D-0004); Central Environmental Inc., Anchorage, Alaska (FA4686-24-D-0005); Goodfellow Mountain Methods JV LLC, Tuolumne, California (FA4686-24-D-0006); AHTSWP LLC, Irvine, California (FA4686-24-D-0007); and, S.T. Rhoades Construction Inc., Redding, California (FA4686-24-D-0008), were awarded an indefinite-delivery/indefinite-quantality contract with a total ceiling of $70,000,000 for construction work. This contract provides for construction work on real property at Beale Air Force Base, California. Work will be performed at Beale AFB, California, and is expected to be completed by June 30, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $12,000 are being obligated at time of award. The 9th Contracting Squadron, Beale AFB, California, is the contracting activity.

CAE USA Inc., Arlington, Texas, has been awarded a $35,167,362 definitization modification (PZ0005) to previously awarded contract FA8621-23-C-0023 to provide F-16 Block 70 training simulators program for the Taiwan Air Force. The modification brings the total cumulative face value of the contract to $58,290,077. Work will be performed at Arlington, Texas, and is expected to be completed by April 30, 2026. This contract involves Foreign Military Sales to the Taiwan Air Force. Foreign Military Sales funds in the amount of $35,167,362 are being obligated at the time of award. The Air Force Life Cycle Management Center, Agile Combat Support Directorate, Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

EDL Construction Inc., Henderson, Nevada, was awarded a $16,692,313 firm-fixed-price task order for a reginal base cluster prepositioning kit. This contract provides for three pre-engineered buildings and one wash rack pre-engineered building. Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and is expected to be completed by Sept. 30, 2025. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 operation and maintenance funds in the amount of $16,692,313 are being obligated at the time of award. The 673rd Contracting Squadron, JBER, Alaska, is the contracting activity (FA5000-24-F-0077).

Sonalysts Inc., Waterford, Connecticut, has been awarded a $15,642,067 contract change proposal modification (P00122) to previously awarded contract FA8806-19-C-0002 for operational test and training infrastructure capabilities development. The modification brings the total cumulative face value of the contract $189,557,169. Work will be performed at Waterford, Connecticut, and is expected to be completed by Jan. 26, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,629,000 are being obligated at the time of award. Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.

ARMY

Leidos Inc., Reston, Virginia, was awarded a $191,162,557 cost-plus-fix-fee contract for software sustainment services. 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 July 25, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W15P7T-24-D-0007).

McCarthy Building Companies Inc., St. Louis, Missouri, was awarded a $169,455,196 firm-fixed-price contract for ship channel improvement. Bids were solicited via the internet with four received. Work will be performed in Houston, Texas, with an estimated completion date of July 29, 2026. Fiscal 2024 civil construction funds in the amount of $169,455,196 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0006).

Swinerton Builders, Concord, California, was awarded a $54,910,000 firm-fixed-price contract to construct a United States Department of Agriculture research and development center. Bids were solicited via the internet with three received. Work will be performed in Davis, California, with an estimated completion date of Nov. 13, 2026. Fiscal 2024 civil construction funds in the amount of $54,910,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-24-C-0017).

J&J Maintenance Inc., Austin, Texas, was awarded a $15,384,439 modification (P00016) to contract W91278-22-C-0027 for operations and maintenance at Brooke Army Medical Center and Fisher House facilities. Work will be performed in San Antonio, Texas, with an estimated completion date of July 28, 2025. Fiscal 2024 Defense Health Program funds in the amount of $15,384,439 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

NAVY

General Dynamics One Source LLC, Falls Church, Virginia, is awarded a $70,691,796 cost-plus-fixed-fee contract. This contract procures transitional information technology (IT) and information assurance and cybersecurity services to include program and performance management, enterprise architecture, documentation management, emerging capabilities and requirements implementation, life cycle management, operations and maintenance, enterprise data management, service desk support, IT training, application and software licensure management which are critical to the successful fielding of mission capabilities in support of Virtual Enterprise network and standalone workstations for the F-35 Joint Strike Fighter aircraft. Work will be performed in Arlington, Virginia (79.9%); Edwards Air Force Base, California (5.5%); Patuxent River, Maryland (3.7%); Fort Worth, Texas (3%); Eglin AFB, Florida (2.4%); China Lake, California (1.2%); Wright Patterson AFB, Ohio (1.2%); and other various locations within the continental U.S. (3%) and is expected to be completed January 2026. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $37,597,870; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $5,990,962; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $256,519; fiscal 2024 operations and maintenance (Navy) funds in the amount of $128,260; fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $128,260 and Foreign Military Sales customer funds in the amount $800,000 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 2304(C)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0057).

CAE USA Inc., Tampa, Florida, is awarded a $57,125,186 firm-fixed-price contract to procure one Tactical Operational Flight Trainer and one Avionics Maintenance and Weapons Load Trainer to include associated requisite hardware, courseware, network components, training, and documentation, as well as provide upgrades with unique modification to include identification friend or foe (IFF) interrogator, IFF transponder, traffic collision avoidance system, anti-ship missile, and depth charge in support of training for MH-60R helicopter pilots and mission crew for the government of India. Work will be performed in Tampa, Florida (65%); and Kochi, India (35%), and expected to be completed in August 2028. Foreign Military Sales customer funds in the amount of $57,125,186 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 (c)(4). Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134024C0013).

The Boeing Co., St. Louis, Missouri, is awarded $49,753,000 for ceiling-priced delivery order (N00383-24-F-YY2E) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of 11 inner wing assembly spares in support of the F/A-18 E/F aircraft. The delivery order does not include an option provision. Work will be performed in Hazelwood, Missouri (80%); and St. Louis, Missouri (20%). Work is expected to be completed by December 2027. Working capital funds (Navy) in the amount of $24,378,970 will be obligated at time of award as an undefinitized contract action, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded $17,286,000 for ceiling-priced delivery order (N00383-24-F-YY2A) under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of 12 outer wing assembly spares in support of the F/A-18 E/F aircraft. The delivery order does not include an option provision. Work will be performed in Hazelwood, Missouri (80%); and St. Louis, Missouri (20%). Work is expected to be completed by June 2028. Working capital funds (Navy) in the amount of $8,470,140 will be obligated at time of award as an undefinitized contract action, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded $10,066,378 for firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N62470-20-D-0004). This modification provides for the exercise of Option Four for base operating support services at Naval Support Facility Deveselu. Work will be performed in Deveselu, Romania, and is expected to be completed by July 2025. This award brings the total cumulative face value to $50,477,836. Fiscal 2024 operation and maintenance (Navy) funds will be obligated on individual task orders, subject to the availability of funds. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Europe, Africa, Central, is the contracting activity.

DEFENSE HEALTH AGENCY

Intellect Solutions LLC, Alexandria, Virginia, is awarded a $34,996,813 firm-fixed-price task order (HT942524F0213) to provide services and material to support the Uniform Business Office and the Data Quality Management Control office within the Cost Accounting Division, Revenue Cycle Management Branch, Defense Health Agency. The award is the result of a competitive Women-Owned Small Business set aside through the General Services Administration One Acquisition Solution for Integrated Services Small Business Pool 1. Place of performance is Falls Church, Virginia. Period of performance is Aug. 1, 2024, to Jan. 31, 2028. The award consists of one six-month period of performance with three one-year option periods. Fiscal year 2024 operations and maintenance funds were obligated at time of award for the base period of performance. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. (Awarded July 19, 2024.)

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $10,608,744 modification (P00084) to a previously awarded contract (HQ0147-17-C-0032) for the acquisition of Terminal High Altitude Area Defense (THAAD) Interceptors Life of Need (LON)/Bridge Buy #10 Obsolescence equipment to support the U.S. government. The THAAD Interceptors associated LON equipment will be procured under a firm-fixed-price contract line item. The value of this contract is increased from $8,323,293,818 to $8,333,902,562. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama, with an expected completion date of Jan. 7, 2025. Fiscal 2023 and 2024 U.S. government procurement funds in the amount of $10,608,744 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

*Small business
This entry was posted on Tuesday, July 30, 2024 5:51 pm

Leave a Reply

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

Notify me of updates to this conversation