INSIDE THE

NEWS + ADVICE

DoD Contracts: L3Harris Technologies, GDIT, Lockheed Martin, Parsons Government Services, Week of 3-18-24 to 3-22-24

Posted by Ashley Jones
aircraft

3/18

NAVY

DRS Systems Inc., Melbourne, Florida, is awarded a $23,487,221, cost-plus-incentive-fee modification (P00029) to a previously awarded contract (N0001920C0041). This modification adds scope, increases ceiling and extends the period of performance for non-recurring engineering to design, develop, integrate and test engineering development model weapon replaceable assemblies (WRA) and production representative model WRA for the AN/AAQ-45 Distributed Aperture Infrared Countermeasures system. Work will be performed in Dallas, Texas (61%); San Diego, California (31%); Fort Walton Beach, Florida (7%); and Melbourne, Florida (1%), and is expected to be completed in June 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $13,519,227; and fiscal 2023 procurement (Army) funds in the amount of $2,206,423, 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. 

Raytheon Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $20,209,203 modification (P00002) to a previously awarded cost-plus-incentive-fee contract (N0001923C0056). This modification adds scope to provide training, test cell installation and commissioning, unit level support equipment, automatic logistics integration, system integration, software development, and warehouse IT network capability in support of Depot site activation for the F-35 Lightning II program for the Navy, Air Force, Marine Corps, non-Department of Defense (DOD) participants, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (33.15%); Cherry Point, North Carolina (66.37%); and Puerto Rico (0.48%), is expected to be completed in September 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $8,486,552; fiscal 2023 aircraft procurement (Navy) funds in the amount $6,638,504; fiscal 2023 aircraft procurement (Marine Corp) funds in the amount of $4,232,749; FMS customer funds in the amount of $776,206; and non-DOD participant funds in the amount of $75,192, 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. 

General Electric Co., Lynn, Massachusetts, is awarded a $18,818,978 cost-plus-fixed-fee task order (N0042124F0041) against a previously issued basic ordering agreement (N0042123G0004). This order provides analysis and testing support to resolve safety and readiness problems to maintain specification performance as well as redesign of low reliability parts; forecasting hardware wear-out rates, life limits, and develop quality design changes and repair procedures in support of the T408 aircraft engine Component Improvement Program. Work will be performed in Lynn, Massachusetts, and is expected to be completed in February 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $3,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

General Electric Co., Lynn, Massachusetts, is awarded a $15,322,170 cost-plus-fixed-fee task order (N0042124F0040) against a previously issued basic ordering agreement (N0042123G0004). This order provides analysis and testing support to resolve safety and readiness problems to maintain specification performance as well as redesign of low reliability parts; forecasting hardware wear-out rates, life limits, and develop quality design changes and repair procedures in support of the Component Improvement Program for the F414 engine. Work will be performed in Lynn, Massachusetts, and is expected to be completed in February 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $3,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

General Electric Co., Lynn, Massachusetts, is awarded a $13,573,458 cost-plus-fixed-fee task order (N0042124F0042) against a previously issued basic ordering agreement (N0042123G0004). This order provides analysis and testing support to resolve safety and readiness problems to maintain specification performance as well as redesign of low reliability parts; forecasting hardware wear-out rates, life limits, and develop quality design changes and repair procedures in support of the Propulsion and Power, Multi-Platform Product Support Team Component Improvement Program. Work will be performed in Lynn, Massachusetts, and is expected to be completed in February 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $3,500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Rolls Royce Corp., Indianapolis, Indiana, is awarded a $7,612,045 cost-plus-fixed-fee order (N0042124F0297) to a previously issued basic ordering agreement (N0001924G0005). This order provides continued research, development, technology and engineering in support of the Naval Air Warfare Center Aircraft Division (NAWCAD), Propulsion and Power Component Improvement Program supporting aviation propulsion and power equipment, to include, the T56 Series IV engine, for the Navy and Marine Corps. Work will be performed in Indianapolis, Indiana and is expected to be completed in December 2024. Fiscal 2024 research, development, test and evaluation funds in the amount of $500,000; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $2,670,142, will be obligated at the time of award; $2,670,142 of which will expire and the end of the current fiscal year. NAWCAD, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Parsons Government Services Inc., Centerville, Virginia, has been awarded a $62,908,419 contract modification (P00010) for previously awarded contract FA8534-20-C-0001. This acquisition is for the production, integration, and sustainment of laser systems and vehicles. The systems will provide the war fighter with the ability to effectively identify, disarm, and clear unexploded ordnance from an airfield while inside the vehicles. The location of performance is Huntsville, Alabama, and is expected to be completed by March 2029. This award is the result of a sole-source acquisition, and the contracting activity is Air Force Life Cycle Management Center, Robins Air Force Base, Georgia.

Teledyne Scientific & Imaging LLC, Thousand Oaks, California, has been awarded a $26,473,207 cost-plus-fixed-fee contract to build on the earlier Space Industrial Base Working Group voting member recommended and co-funded projects to characterize performance and improve yields of medium and large format focal plane arrays. Work will be performed in Camarillo, California, and is expected to be complete by June 22, 2029. This award is the result of a competitive acquisition, and three offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,899,081 are being obligated at time of award. The contracting activity is Air Force Research Laboratory, Kirtland Air Force Base, New Mexico (FA9453-24-C-X008).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $22,782,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Portland, Oregon, with an estimated completion date of Dec. 15, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $22,782,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-24-C-0006).

RENK America, Muskegon, Michigan, was awarded a $9,941,777 firm-fixed-price contract for piston assemblies. 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 Sept. 10, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-F-0138).

Southern Dredging Co. Inc.,* Charleston, South Carolina, was awarded an $8,704,795 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of May 17, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $8,704,795 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-0004). 

*Small Business

3/19

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a not-to-exceed $1,137,300,000, firm-fixed-price, undefinitized modification (P00047) to a previously awarded contract (N0001918C1046). This modification procures 10 F/A-18F Lot 46 aircraft, as well as two F/A-18F and five F/A-18E Lot 47 aircraft. This modification also provides for Phase One of the F/A-18E/F and EA-18G technical data package including the operation, maintenance, installation and training data in support of F/A-18 and EA-18G sustainment efforts for the Navy. Work will be performed in Hazelwood, Missouri (46.7%); El Segundo, California (35.8%); Bloomington, Maine (1.6%); Quebec, Canada (1.6%); Ridley Park, Pennsylvania (1.4%); Vandalia, Ohio (1.0%); various locations within the continental U.S. (CONUS) (10.8%); and various location outside of the CONUS (1.1%), and is expected to be completed in April 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $50,000,000; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $213,060,349, will be obligated at the time of award, $213,060,349 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JCB Inc., Pooler, Georgia, is awarded a firm-fixed-price indefinite-delivery/indefinite-quantity contract for the multi-terrain loader (MTL) replacement and Type II work tool attachments with a total value of up to $39,000,000. The intent of this contract is to procure the next generation MTL and Type II work tool attachments replacing the current MTL which is reaching the end of its economical service life. Work will be performed in Pooler, Georgia, and is expected to be completed in March 2029. No funds will be obligated at time of award. Funds will be obligated on individual task and delivery orders as they are issued. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-D-5000).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $26,073,321 cost-plus-fixed-fee modification to a previously awarded contract (N00024-16-C-2116) for Ford Class Shore Based Spares-Switchboards and Load Centers. Work will be performed in Milwaukee, Wisconsin (92%); and Newport News, Virginia (8%), and is expected to be completed by March 30, 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $26,073,321 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.

Geolabs Inc.,* Waipahu, Hawaii, is awarded a $20,000,000 indefinite-delivery/indefinite-quantity, architect-engineer (A-E) contract for A-E services at various Navy, Marine Corps, Air Force, and other government facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. The work to be performed provides for A-E services for various geotechnical and land/water survey projects, and other projects at locations under the cognizance of NAVFAC Pacific. Work will be performed in, but not limited to, Guam and the Commonwealth of the Northern Marianas Islands (70%); Hawaii (15%); Japan (10%); and Australia (5%). The term of the contract is not to exceed 60 months with an expected completion date of March 2029, or until all task orders have been completed. Fiscal 2022 military construction (MILCON) (planning and design) 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. Future task orders will be primarily funded by MILCON (planning and design). This contract was competitively procured via the Sam.gov website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-D-0001).

Creare LLC*, Hanover, New Hampshire, is awarded a $12,627,937 firm-fixed-price contract for the production and delivery of 2,000 full-rate production Hearing Protection Helmets, to include 676 communication boom helmets, 658 communication cup helmets, 584 basic helmets, and 82 helmets with communication for sound and accessories, as well as provides associated program management, systems engineering, qualification, verification and logistics support in support of the Small Business Innovation Research (SBIR) Phase III effort based on Phase II SBIR Topic N04-255, titled “Advanced Helmet for Maintainer Head and Hearing Protection” for the Navy. Work will be performed in Salem, Oregon (39%); Carpentersville, Illinois (25%); Lebanon, New Hampshire (18%); Hanover, New Hampshire (16%); Hillsboro, Oregon (1%); and Ottawa, Ohio (1%), and is expected to be completed in March 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $12,627,937 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 15 U.S. Code 638(r)(4). Naval Air Systems Command Patuxent River, Maryland, is the contracting activity (N0001924C0006).

Daniel H. Wagner Associates Inc.,* Exton, Pennsylvania, is awarded an $8,859,432 modification (P00001) to previously awarded, cost-plus-fixed-fee contract N00014-23-C-2029 for the Probabilistic Sensor Performance Prediction project and other Artificial Intelligence and Machine Learning (ML) services to optimize naval mission effectiveness. This modification provides for the exercise of Option Two to contribute valuable probabilistic modeling and ML software to benefit the overall effort. The total cumulative value of this contract is $10,639,355, inclusive of the base period and exercised Option two. This contract includes an unexercised Option One which, if exercised, would bring the total cumulative value of this contract to $11,685,796. Work will be performed in Exton, Pennsylvania, and is expected to be completed in September 2026. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $150,000 are obligated at time of award and will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

AIR FORCE

Pergravis LLC, Tampa, Florida, has been awarded a $250,000,000 indefinite-delivery/indefinite-quantity contract to provide emergency maintenance and preventative maintenance services for all Department of Defense and federal installations throughout the continental U.S., as well as installations outside of the U.S. This contract will provide maintenance for uninterruptable power supplies for all federal entities and work will be performed worldwide. Work is expected to be complete April 13, 2034, and is the result of a competitive acquisition where two bids were received. Fiscal 2024 operation and maintenance appropriation funds in the amount of $206,611 are being obligated at the time of award. Air Force Life Cycle Management/HBZK, Hill Air Force Base, Utah, is the contracting activity (FA8217-24-D0002).

ARMY

McKnight Construction Co. Inc., Augusta, Georgia, was awarded a $16,682,972 modification (P00004) to contract W912HN-20-C-3007 for hangar construction. Work will be performed in Valdosta, Georgia, with an estimated completion date of May 31, 2026. Fiscal 2019 military construction, defense-wide funds in the amount of $16,682,972 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity. 

DEFENSE THREAT REDUCTION AGENCY

K2 Group Inc.*, Vienna, Virginia, was awarded a $7,935,247, cost-plus-fixed-fee modification (P00004) to previously awarded contract HDTRA123C0061 for Nimble Elder technical support group services. This modification brings the cumulative face value of the contract to $12,465,511 from $4,530,264. The principal place of performance is Fort Belvoir, Virginia. Work is expected to be completed by March 25, 2025. Fiscal 2024 operations and maintenance funds are being obligated at the time of modification. Mission support Division, Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.

*Small Business

3/20

DEFENSE MICROELECTRONICS ACTIVITY

International Business Machines Corp., Armonk, New York, is being awarded a single award, indefinite-delivery/indefinite-quantity, firm-fixed-price, and cost-plus-fixed-fee contract (HQ072724D0002) with a 10 year ordering period for the Defense Microelectronics Activity (DMEA) Trusted Access Program Office. The contract has a $576,000,000 ceiling. Fiscal 2024 funds in the amount of $27,021,823 are being obligated across the first seven task orders at the time of award. This contract is to enable an evidence based “Trusted” enclave in a commercial manufacturing environment supporting the Trusted Foundry Access III – Manufacturing Contract. This will enable a wide range of advanced semiconductor technologies and services to create a DMEA accredited Trusted supply chain with the contractor.  The work will be performed at the Semiconductor Fabrication facilities in Burlington, Vermont; East Fishkill, New York; Malta, New York; and Bromont, Canada. DMEA McClellan, California, is the contracting activity.

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, is being awarded a 12-month, plus 6-month option, to extend a services, firm-fixed-price, bridge contract (HT001124C0011) for Global Nurse Advice Line (GNAL) support services in the amount of $77,332,793. The GNAL is a service to Military Health System (MHS) eligible beneficiaries. The GNAL will provide access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. The GNAL also offers customer service and care coordination services to include: provider locator support; specified military treatment facility (MTF) appointing services; urgent care referral submissions; and customized MTF transfers to support the MTF’s capability for eligible MHS beneficiaries. The GNAL requires access and interoperability with existing military applications and systems including the Defense Enrollment Eligibility Reporting System, Composite Health Care System, and the new electronic health record called MHS GENESIS. Access and interoperability will allow for eligibility verification of GNAL callers, and the ability to book primary care appointments, submit urgent care referrals, and document the GNAL encounters. Other capabilities include the ability to provide real-time information sharing, business intelligence, reporting, and archiving of documented call encounters at a corporate, regional, and local level. Fiscal 2024 operation and maintenance funds in the amount of $17,185,065 are obligated for contract HT001124C0011 to establish and fully fund the four-month base period of the 12-month bridge contract line items 0001-0007 from Mar. 18, 2024, through July 17, 2024. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 15, 2024)

Cherokee Nation Strategic Programs LLC, Tulsa, Oklahoma, is awarded a $9,403,532 modification extending services on a firm-fixed-price order task order (HT001123F0075) issued against General Services Administration OASIS contract 47QRAD20D8141. The task order provides services in support of the Defense Health Agency Armed Forces Health Surveillance Division. The support services include management and administrative support for day-to-day operations; development of standard operating procedures; epidemiological consultations and generation of studies and reports; generation of tools, reports and products to increase knowledge and awareness of global health threats relevant to DOD biosurveillance; creation of a variety of predictive analysis products and dashboards to enhance situational awareness of disease within the military and civilian communities among other support services. The modification obligates $9,403,532 in fiscal 2024 operations and maintenance appropriations for services through March 14, 2025. The principal place of performance is Falls Church, Virginia. The original contracting method was OASIS 8(a) fair opportunity. The contracting activity for this action is the DHA, Professional Services Contracting Division, Falls Church, Virginia.  (Awarded Mar. 14, 2024.)

ARMY

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a $55,250,529 time-and-materials contract for sustainment and technical support services for U.S. Army Intelligence and Security Command. Bids were solicited via the internet with eight received. Work will be performed in Falls Church, Virginia, with an estimated completion date of April 25, 2025. Fiscal 2010 operation and maintenance, Army funds in the amount of $3,879,014 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-24-F-0017).

DEFENSE LOGISTICS AGENCY

Johnson Controls Navy Systems, York, Pennsylvania, has been awarded a maximum $35,135,418 firm-fixed-price contract for code and part number items for heating, ventilation and air conditioning parts and kits on ships. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The performance completion date is March 19, 2027. Using military service is Navy. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-24-D-0014).

GLA Global Co.,* Chicago, Illinois, has been awarded an estimated $21,893,496 modification (P00003) to a four-year 11-month base contract (SPE605-22-D-4017) with one six-month option period for jet fuel. This is a fixed-price with economic-price-adjustment contract. Location of performance is Kentucky, with an Aug. 31, 2027, performance completion date. Using customer is Air Force National Guard. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Marvin Land Systems Inc., Inglewood, California, has been awarded a maximum $19,286,478 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for gasoline engines. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is March 20, 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 Land and Maritime, Warren, Michigan (SPRDL1-24-D-0008).

UPDATE: Government Scientific Source, Reston, Virginia (SPE2DE-24-D-0014, $450,000,000), 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.

NAVY

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $33,153,716 cost-plus-fixed-fee modification to previously awarded contract (N00024-21-C-2104) for research and development of advanced submarine technologies for current and future submarine platforms. Work will be performed in Newport News, Virginia, and is expected to be completed by October 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,000,000 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. 

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $19,324,299 cost-plus-fixed-fee order (N0001924F0167) against a previously issued basic ordering agreement (N0001922G0002). This order provides recurring and non-recurring engineering to complete software upgrades for the government of Japan in support of V-22 aircraft program. Work will be performed in Ridley Park, Pennsylvania (50%); Fort Worth, Texas (26%); Chantilly, Virginia (10%); Tokyo, Japan (8%); Phoenix, Arizona (4%); and Huntsville, Alabama (2%), and is expected to be completed in May 2028. Foreign Military Sales customer funds in the amount of $19,324,999 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.

Crowley Government Services Inc., Jacksonville, Florida (N3220522C4172), is awarded a $16,014,532 option (P00008) for the fixed-price portion of a previously awarded firm-fixed-price contract with reimbursable elements to exercise a one-year option period for the operation of the Ice Class Tanker Stena Polaris to provide support world-wide bulk fuel requirements of the Department of Defense (DOD) to include biennial delivery to Antarctica for the National Science Foundation and a delivery each year to Greenland for the DOD and the Defense Logistics Agency Energy. Work will be performed worldwide and is expected to be completed, if all options are exercised, by Feb. 18, 2027. The option is funded by Transportation Working Capital funds for fiscal 2024 and will expire at the end of the fiscal year. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Honeywell International Inc., Minneapolis, Minnesota, is awarded a $11,279,347 delivery order under a one-year, firm-fixed-price, commercial requirements contract, for the procurement of inertial navigation/gyro ring laser units in support of the AN/WSN-7 PBL combat system, Cruiser/Destroyer Integrated Weapon Support Team. The delivery period is expected to begin September 2024 and be completed by October 2025. All work will be performed in Minneapolis, Minnesota. Annual working capital funds (Navy) in the full amount of $11,279,347 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-D-GT01).

L3Harris Technologies, Northampton, Massachusetts, is awarded a $8,300,866 cost-plus-fixed-fee modification to previously awarded contract (N00024-20-C-6249) for level-of-effort engineering support and other direct costs to support new construction and in-service class submarines. Work will be performed in Northampton, Massachusetts (80%); and Syracuse, New York (20%), and is expected to be completed by June 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $4,486,880 (54%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,740,000 (45%); and fiscal 2022 other procurement (Navy) funds in the amount of $73,986 (1%), will be obligated at time of award, of which, funds in the amount of $73,986 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Honeywell International Inc., Phoenix, Arizona, has been awarded an $13,550,004 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for repair services of the common color multifunction displays of aircraft components. Work will be performed in Phoenix, Arizona, and is expected to be completed by March 20, 2030, and no funds are being obligated at the time of award. This award is the result of a sole-source acquisition. Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contract activity (FA8251-24-D-0004).  

*Small Business

3/21

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $145,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-2125) for engineering, technical, design agent, and planning yard support for operational strategic and attack submarines. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $2,821,780 (89%); and fiscal 2023 other procurement (Navy) funds in the amount of $336,294 (11%), 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.

Lockheed Martin Corp., Orlando, Florida, is awarded a $71,285,068 firm-fixed-price, cost-plus-fixed-fee, not-to-exceed, undefinitized, indefinite-delivery/indefinite-quantity contract. This contract provides performance-based logistics for the Consolidated Automated Support System family of testers supporting naval aviation systems at the intermediate maintenance level, both ashore and afloat, in addition to naval aviation repair depots and international program’s repair sites in support of the Navy, Marine Corps, and Foreign Military Sales customers. Work locations will be determined with each individual delivery order; and work is expected to be completed March 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0010).

General Dynamics Bath Iron Works, Bath, Maine, is awarded a $44,492,212 cost-plus-award-fee modification to previously awarded contract (N00024-19-C-4452) for DDG 51 class integrated planning yard services. Work will be performed in Bath, Maine, and is expected to be completed by September 2024. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Diversified Service Contracting Inc.,* Dunn, North Carolina, is awarded $14,239,647 for firm-fixed-priced modification to indefinite-delivery/indefinite-quantity contract (N40080-21-D-0006). This modification provides for the exercise of Option Year Three for facilities support services at Naval Air Station Patuxent River. After award of this option, the total cumulative face value of the contract will be $55,523,511. All work will be performed in Maryland and is expected to be completed by March 2024. Fiscal 2024 Defense health services funds in the amount of $531,683; fiscal 2024 operation and maintenance (Navy) funds in the amount of $6,999,441; fiscal 2024 non-appropriated funds in the amount of $10,173; and fiscal 2024 Navy working capital funds in the amount of $4,949,750, will be obligated on a task order and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity. 

Aptim Federal Services LLC, Baton Rouge, Louisiana, is awarded $12,440,388 for firm-fixed price modification to previous awarded contract (N62473-22-D-1811). This modification provides for the exercise of Option Two for additional various environmental services. Work will be performed at Navy and Marine Corps installations in the southwest region with an expected completion date of March 2025. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $12,440,388 are being obligated at time of award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Raytheon Co., Fullerton, California, is awarded an $11,900,000 modification (P00027) to a previously awarded firm-fixed-price contract (N0001919C0020). This modification adds scope to procure one Joint Precision Approach and Landing System unit, one set of onboard repair parts, and one Ship GPS Sensor Assembly V2 for depot spares in support of the country of Japan. Work will be performed in Fullerton, California (70%); and Largo, Florida (30%), and is expected to be completed in March 2025. Foreign Military Sales customer funds in the amount of $11,900,000 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. 

Mid-Atlantic Technical and Executive Consulting LLC, Deerwood, Maryland is awarded a $10,340,967 firm-fixed modification (P00009) to a previously awarded contract (N0001921C0033). This modification adds scope through additional contract line-item numbers for technical evaluation, proposal evaluation, cost analysis, price analysis, and negotiation support services in support of the air vehicle production and sustainment efforts for the F-35 Joint Strike Fighter aircraft. Work will be performed in Arlington, Virginia (80%); Fort Worth, Texas (15%); and various locations within the continental U.S. (5%), and is expected to be completed in March 2025. Fiscal 2024 operations maintenance (Aircraft) funds in the amount of $1,813,399; fiscal 2024 operations maintenance (Navy) funds in the amount of $906,699; fiscal 2024 operations maintenance (Marine Corp) funds in the amount of $906,700; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $3,357,084; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $3,357,084 will be obligated at time of award, $3,626,798 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

KJS Support Services JV LLC,* Fort Worth, Texas, is awarded $9,504,795 for a firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N62473-18-D-5606). This modification provides for the exercise of Option Year Five for base operating support services at Naval Air Facility El Centro. This award brings the total cumulative face value of the contract to $53,469,307. Work will be performed in El Centro, California. The option performance period is from April 1, 2024, to March 31, 2025. Fiscal 2024 operation and maintenance, Navy; fiscal 2024 Defense health program; fiscal 2024 Defense commissary agency account; fiscal 2024 family housing, operation and maintenance, Navy; and fiscal 2024 non-appropriated funds in the amount of $6,504,795, for recurring work will be obligated on individual task order issued during the option period. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

ARMY

TRAX International Corp., Las Vegas, Nevada, was awarded a $119,795,464 modification (P00102) to contract W9124R-18-C-0001 for test support services. Work will be performed in Yuma, Arizona, and Greely, Alaska, with an estimated completion date of March 31, 2025. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $119,795,464 were obligated at the time of the award. 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.  

Camgian Corp.,* Starkville, Mississippi, was awarded a $23,197,719 cost-plus-fixed-fee contract to provide counter-unmanned aerial systems capabilities. Bids were solicited via the internet with one received. Work will be performed in Starkville, Mississippi, with an estimated completion date of March 22, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $8,999,837 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-24-C-0012). 

ARDL Inc.,* Mt. Vernon, Illinois, was awarded a $20,000,000 firm-fixed-price contract for analysis of surface water, groundwater, soil, sediment, hazardous waste, solids and environmental samples. 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 Sept. 30, 2029. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0006). 

CORRECTION: The correct number for the $9,941,777 firm-fixed-price contract awarded to RENK America, Muskegon, Michigan, on March 18, 2024, for piston assemblies is W91CRB-24-D-0003. 

DEFENSE LOGISTICS AGENCY

Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $16,881,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for physical fitness uniform jackets. This is a one-year base contract with two one-year option periods. Locations of performance are North Carolina and Virginia, with a March 20, 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 (SPE1C1-24-D-B014).

BestWork Industries for the Blind Inc.,** Cherry Hill, New Jersey, has been awarded a maximum $14,188,032 modification (P00010) exercising the second one‐year option period of a one‐year base contract (SPE1C1‐22‐D‐B124) with two one‐year option periods for fleece liners. This is a firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract. The ordering period end date is March 23, 2025. Using customers are Navy 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.

AIR FORCE

Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded contract modification of $12,000,000 (P00058) to previously awarded contract FA8808-18-C-0002 bringing the total value of the contract to $494,429,785. The modification will extend the contracts period of performance by seven months, extending the completion date to Sept. 26, 2025. Locations of performance will be Redondo Beach, and Vandenberg Space Force Base, California, and Dulles, Virginia. Fiscal 2024 Space Force research & development funds in the amount of $250,000 are being obligated at the time of award. 

*Small Business
**Mandatory Source

3/22

ARMY

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $177,980,560 cost-plus-fixed-fee contract for various support services for the Abrams M1 Tank Family of Vehicles (FoV), M88 Recovery FoVs, Bradley Fighting Vehicles, Assault Breacher Vehicles, and Joint Assault Bridges. 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 20, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0010).   

R&M Consultants Inc., Anchorage, Alaska (W911KB-24-D-0008); Shannon and Wilson Inc., Anchorage, Alaska (W911KB-24-D-0009); and WSP USA Solutions Inc., Washington, D.C. (W911KB-24-D-0010), will compete for each order of the $25,000,000 firm-fixed-price contract for geotechnical design and related services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 21, 2029. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity. 

Foster-Miller Inc., doing business as QinetiQ North America, Waltham, Massachusetts, was awarded a $10,401,796 firm-fixed-price contract for reset, recap, sustainment and maintenance parts, and maintenance services for the Robot Logistics Support Center. Bids were solicited via the internet with one received. Work will be performed in Waltham, Massachusetts, with an estimated completion date of March 21, 2029. Fiscal 2024 other procurement, Army funds were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0021). 

DMYLES Inc.,* Niagara Falls, New York, was awarded an $8,622,400 firm-fixed-price contract for dredging. Bids were solicited via the internet with four received. Work will be performed in Cleveland, Ohio, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 civil construction funds in the amount of $8,622,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-24-C-0006). 

CORRECTION: The $55,250,529 time-and-materials contract (W50NH9-24-F-0017) announced on March 20, 2024, for General Dynamics Information Technology Inc., Falls Church, Virginia, to provide sustainment and technical support services for U.S. Army Intelligence and Security Command was actually awarded on March 21, 2024. 

NAVY

Ultra Electronics Ocean Systems Inc., Braintree, Massachusetts, is awarded a $78,469,225 firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0016624DGP75) for TR-343 connectorized sonar transducer ship sets in support of the submarine acoustic systems program office and Program Executive Office. Work will be performed in Braintree, Massachusetts (66%); and Cranston, Rhode Island (34%), and is expected to be completed by January 2027. Fiscal 2024 shipbuilding and conversion, (Navy) funding in the amount of $9,929,314 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively solicited via the SAM.gov website, with one offer received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Life Cycle Engineering Inc., North Charleston, South Carolina, was awarded a $50,670,660 cost-plus-fixed-fee contract for an indefinite-delivery/indefinite-quantity contract for engineering and technical services for systems integration and field service support for the DDG 1000 Class Integrated Power System (IPS); the DDG 51 Class Flight III and New Construction IPS; the Advanced Missile Defense Radar Support Power Conversion Module IPS; and the DDG (X) Land Based Test Site IPS. Performance will be accomplished at the contractor’s site, Government sites, and onboard Navy surface ships, submarines and other naval assets. The awardee will be awarded $470,525 ($500 minimum contract guarantee) at contract award. Work will be performed in the North Charleston, South Carolina area (63%); Philadelphia, Pennsylvania (33%); other East Coast areas (1%); the West Coast (1%); and various locations outside of the continental U.S. (1%). Work will be assigned according to individual task orders and is expected to be completed by December 2029. Fiscal 2019 ship conversion (Navy) funding in the amount of $470,525 will be obligated at time of award. All other funding will be made available at the task order level as contract actions occur. This contract was competitively procured via the System for Award Management (SAM) website, with one offer received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania is the contracting activity. (Awarded Dec. 29, 2023)

Lockheed Martin Corp., Syracuse, New York, is awarded a $27,122,334 firm-fixed-price delivery order (N00024-24-F-6215) under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) for the procurement of the submarine electronic warfare system to include modernization kits, equipment, and installation. Work will be performed in Syracuse, New York, and is expected to be completed by May 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $27,122,334 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.

Dayton T. Brown Inc.,* Bohemia, New York, is awarded a $23,281,422 cost-plus-fixed-fee order (N0042124F0184) against a previously issued basic ordering agreement (N0042123G0005). This order provides research and development, modification and associated logistics, operational deployment, and maintenance support for the Special Missions Mobile Mission Systems (MMS) certification and accreditation of MMS trailer systems in support of the Navy. Work will be performed in Patuxent River, Maryland, and is expected to be completed in March 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $1,980,000; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,081,828, will be obligated at the time of award, $1,081,828 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

General Dynamics Bath Iron Works, Bath, Maine, is awarded a $22,714,829 cost-plus-award-fee and cost contract for support of the DDG 1000 Class Planning Yard requirements. Planning Yard requirements include: maintain necessary DDG 1000 Ship change document development, emergent technical problem investigation and resolution, integrated logistics support, maintenance and modernization planning, and other design and engineering products as required to maintain, modernize and sustain the class. This contract includes options which, if exercised, would bring the cumulative value of this contract to $343,717,651. Work will be performed in Bath, Maine, (99%); and other locations (less than 1% each, and collectively totaling 1%), and is expected to be completed by March 2025. If all options are exercised, work will continue through March 2029. Fiscal 2024 research, development, test and evaluation (Navy) funding in the amount of $7,496,540 (51%); fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $5,660,165 (39%); and fiscal 2024 operations and maintenance (Navy) funding in the amount of $1,483,904 (10%), will be obligated at the time of award; of which $1,483,561 will expire at the end of the current fiscal year. This contract was not competitively awarded. This contract award is pursuant to 10 U.S. Code 3204(a)(1). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2331).

Detyens Shipyards Inc.,* North Charleston, South Carolina, is awarded a $20,580,213 firm-fixed-price contract (N3220524C4100) for a 105-calendar day shipyard availability for the
regular overhaul and dry-docking availability of Military Sealift Command’s fleet replenishment oiler USNS Joshua Humphreys (T-AO 188). This contract includes a base work package and four options for additional work and time which, if exercised, would bring the cumulative value of this contract to $21,286,973. Work will be performed in North Charleston, South Carolina, beginning May 20, 2024, and is expected to be completed by Sept. 1, 2024. Working capital funds (Navy) in the amount of $20,580,213 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was a small business set-aside with proposals solicited via sam.gov and three offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4100).

CORRECTION: The $12,627,937 firm-fixed-price contract awarded to Creare LLC,* Hanover, New Hampshire, on Mar 19, 2024, was announced with an incorrect contracting activity and incorrect contract number. The announcement should read: Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124C0006).

DEFENSE LOGISTICS AGENCY

McRae Industries Inc.,* Mt. Gilead, North Carolina, has been awarded a maximum $14,615,478 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1532) with two one-year option periods for general purpose and flight deck safety boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 22, 2025. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

Raytheon Co., Woburn, Massachusetts, has been awarded a contract totaling $11,384,128. This contract will provide the ability to track and display space objects in support of a surveillance radar program and associated travel. Work will be performed at various locations in the continental U.S. and outside the U.S. Work is expected to be complete by Aug. 11, 2025. This award is the result of a sole source acquisition and building partner capacity funds in the amount of $11,384,127 are being obligated at the time of award. The contracting activity is AFLCMC/HBNK at Hanscom Air Force Base, Massachusetts. (FA2383-24-CB005) (Awarded Feb. 29, 2024, with an early effective date of  Feb. 12, 2024)

*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 26, 2024 4:28 pm

Leave a Reply

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

Notify me of updates to this conversation