INSIDE THE

NEWS + ADVICE

DoD Contracts: Leidos, Boeing, Valiant Technical Services Inc., L3Harris Corp., Week of 8-7-23 to 8-11-23

Posted by Ashley Jones
aircraft

8/7

NAVY

Bowhead Marine Support Services LLC,* Springfield, Virginia, is being awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide the Navy and eligible foreign partner nations access to a broad range of services and materials associated with the acquisition, operation, and maintenance of small boat maritime assets. Work under this contract will be performed world-wide; specific locations will not be known until the requirements are identified by the Navy or eligible foreign partner nations through orders under the contract (ordering will be through August 6, 2028). This contract combines purchases for the Navy (25%); and various foreign partner nations (75%), under the Foreign Military Sales program. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(5) (a statute expressly authorizes or requires that the procurement be made through another agency or from a specified source). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-D-4116).

Safe Boats International LLC,* Bremerton, Washington, is awarded a $22,271,829 firm-fixed-price modification to previously-awarded contract N00024-21-C-2201 for the exercise of options for procurement and installation of six Gun Weapon Systems onto the Island Class patrol boats with spares. Work will be performed in Tacoma, Washington, and is expected to be completed by October 2024. Foreign Military Financing (Ukraine) funds in the amount of $22,271,829 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Aug. 3, 2023)

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $9,529,812 modification to previously awarded cost-plus-award-fee, cost-plus-incentive-fee contract N00024-16-C-4306 for the USS George H.W. Bush (CVN-77) fiscal 2023 continuous maintenance availability. Work will be performed in Norfolk, Virginia, and is expected to be completed December 2023. Fiscal 2023 operations and maintenance, Navy funds in the amount of $9,529,812 will be utilized in support of this modification. Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Textron Systems Corp., New Orleans, Louisiana, was awarded a firm-fixed-price modification in the amount of $7,763,000 to the previously awarded contract N00024-17-C 2480. This effort is to provide Major Shore Based Spares to support Landing Craft Air Cushion 100 Class at ACU-4. Funding in the amount of $7,763,000 will be obligated at time of contract modification release. Fiscal 2020 other procurement, Navy funds in the amount of $7,763,000 (100%) are obligated at time of award; funds will expire at the end of fiscal 2026. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

ARMY

Burns and McDonnell Engineering Co., Kansas City, Missouri, was awarded a $100,000,000 firm-fixed-price contract for architect and engineer services. 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. 6, 2024. National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-23-D-6100).

Roundhouse PBN LLC,* Warner Robins, Georgia, was awarded a $49,021,451 firm-fixed-price contract for building repairs. Bids were solicited via the internet with four received. Work will be performed at Fort Moore, Georgia, with an estimated completion date of June 30, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $49,021,451 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-4002).

Regulus Global LLC,* Virginia Beach, Virginia, was awarded a $10,830,090 firm-fixed-price contract for the Army/Navy Portable Visual Search-21 Low Profile Night Vision Goggle Kits, Clip on Thermal Modules, Micro Combat Identification Beacons, and Airfield Multi-Spectral Beacon System Lighting System Kits. Bids were solicited via the internet with one received. Work will be performed in Miamisburg, Ohio, with an estimated completion date of May 30, 2025. Fiscal 2010 Foreign Military Sales (Egypt) funds in the amount of $10,830,090 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-C-5024).

DEFENSE LOGISTICS AGENCY

Vinyl Technology Inc.,* Monrovia, California, has been awarded a maximum $38,799,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for waterproof clothing bags. This was a competitive acquisition with two responses received. This is a three-year tiered contract. The ordering period end date is Aug. 7, 2026. Using military service is Army. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0072). 

*Small business

8/8

AIR FORCE

Webworld Technologies Inc., Fairfax, Virginia (FA7014-23-D-0004); Inflowlogistics LLC, San Antonio, Texas (FA7014-23-D-0005); 1 Mission Partners, Haymarket, Virginia (FA7014-23-D-0006); Innovative Approach JV LLC, Alexandria, Virginia (FA7014-23-D-0007); and Karthik Consulting, LLC, Falls Church, Virginia (FA7014-23-D-0008) have been awarded multiple award, indefinite-delivery/indefinite-quantity contracts with a total ceiling amount of $99,999,999 for Air Force Intelligence, Surveillance, Reconnaissance, Cyber Effects Operations Electromagnetic Spectrum Superiority advisory and assistance support services. Work will be performed mainly at government facilities within the National Capital Region determined at the time task orders are executed, and is expected to be completed by Aug. 28, 2029. This contract was a competitive acquisition and five offers were received. Fiscal 2023 operations and maintenance funds in the amount of $1,000 for each contract are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity. (Awarded Aug. 4, 2023)

L3Harris Corp., Colorado Springs, Colorado, has been awarded a $22,342,133 cost-plus-fixed-fee modification (PZ0135) to previously awarded contract FA8819-19-C-0002 for continued support, sustainment, infrastructure, and delivery for three systems. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2024. Fiscal 2023 operation and maintenance funds in the amount of $24,671,502 are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. (Awarded August 4, 2023)

ARMY

AECOM International Inc., Neu-Isenbury, Germany (W912GB-23-D-0016); Coplan-Merrick JV LLP, Greenwood Village, Colorado (W912GB-23-D-0019); Black & Veatch Special Projects Corp., Overland Park, Kansas (W912GB-23-D-0017); Stantec GS Inc., Charlottesville, Virginia (W912GB-23-D-0018); exp Federal Inc., Chicago, Illinois (W912GB-23-D-0020); Jacobs Government Services Co., Arlington, Virginia (W912GB-23-D-0021); and WSP USA Solutions, Washington, D.C. (W912GB-23-D-0022), 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 nine received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2028. U.S. Army Corps of Engineers, Europe District, is the contracting activity. 

The Boeing Co., Mesa, Arizona, was awarded an $8,284,361 modification (P000006) to contract W58RGZ-21-C-0015 for engineering support. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2027. Fiscal 2023 Foreign Military Sales (Australia) funds in the amount of $8,284,361 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

UPDATE: FPM-AECOM JV1,* Oneida, New York (W912DR-23-D-0018); and Hana-Bay West 8A II JV LLC,* Richmond, Virginia (W912DR-23-D-0019), have been added as awardees to the multiple award contract announced July 6, 2023, for architectural and engineering services, and will compete for each order of the $200,000,000 firm-fixed-price contract. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2028. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Key Strategic Alliance LLC, Tampa, Florida, is being awarded a $9,950,000 (maximum ceiling value) single award, indefinite-delivery/indefinite-quantity contract (H92240-23-D-0007) with an ordering period of up to five years for contractor-provided non-personal services for Joint Terminal Attack Controller support services in support of the Naval Special Warfare Command (NSWC). Fiscal 2023 operations and maintenance funding in the amount of $1,354,953 is being obligated at time of award. Funding will be provided on a task order basis. The work will be performed in various locations in the continental U.S., and could continue through fiscal 2028 depending on timing of orders placed by NSWC. The contract was awarded through competitive acquisition procedures with amendments issued and two timely proposals received. NSWC, San Diego, California, is the contracting activity. (Awarded Aug. 7, 2023)

DEFENSE LOGISTICS AGENCY

Valiant Technical Services Inc., Clarksville, Tennessee, has been awarded a maximum $8,758,968 hybrid firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement, no-fee definitive contract for third-party logistics hazardous materials support. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Locations of performance are Virginia and Texas, with an April 26, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐23‐C‐5001).

*Small business

8/9

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $30,261,423 cost-plus-fixed-fee and cost-only modification to previously awarded contract N0002419C6400 for systems engineering and integration on Navy submarines. Work will be performed in Manassas, Virginia (68%); Waterford, Connecticut (10%); Groton, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by September 2024. Fiscal 2020 shipbuilding and conversion, Navy funds in the amount of $3,562,092 (22%); fiscal 2021 shipbuilding and conversion, Navy funds in the amount of $6,349,281 (40%); and fiscal 2023 research, development, test and evaluation, Navy funds in the amount of $5,947,768 (38%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Nautilus Defense LLC, Pawtucket, Rhode Island, was awarded an $11,633,124 firm-fixed-price contract N66001-23-C-4514 for Smart Electrically Powered and Networked Textile Systems. The contract will develop active smart textile garments combining Nautilus’ singular micro yarn textile routing platform with unmatched low-power electronics.  Work will be performed in Pawtucket, Rhode Island, and is expected to be completed January 2025. This contract includes options which, if exercised, would bring the cumulative value of to an estimated $24,933,386 with work continuing to January 2027. Funding provided at time of award is fiscal 2023 operations and maintenance (Navy). This requirement was solicited via Broad Agency Announcement N66001-22-4705 using full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with 18 timely offers received. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

Leidos Inc., San Diego, California, was awarded a $10,624,107 cost-plus-fixed-fee contract N66001-23-C-4512 for Smart Electrically Powered and Networked Textile Systems that will develop, integrate, fabricate, and test and delivery prototype wearable, washable garments that incorporate active smart textiles components. Work will be performed in San Diego, California; Bloomfield, Connecticut; Lexington, Massachusetts; and Charleston, South Carolina, and is expected to be completed January 2025. This contract includes options which, if exercised, would bring the cumulative value to an estimated $22,733,749 with work continuing to January 2027. Funding provided at time of award is fiscal 2023 operations and maintenance (Navy). This requirement was solicited via Broad Agency Announcement N66001-22-4705 using full and open competition via the Naval Information Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with 18 timely offers received. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Hartech Group LLC, Tampa, Florida, has been awarded a maximum $11,997,107 firm-fixed-price contract for six computerized numerically controlled Jig Bores with FANUC 30i-B panel controllers. This was a competitive acquisition with two offers received. This is a one-time buy contract with no option periods. Location of performance is North Carolina, with a May 30, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-23-C-0001). (Awarded March 31, 2023)

UPDATE: AR1, Goleta, California (SPRBL1-23-D-0015), has been added as an awardee to the multiple award contract for supplies and services in support of the Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance Gateway to Sustainment contract, issued against solicitation SPRBL1-21-R-0013 and awarded April 6, 2023.

*Small business

8/10

ARMY

Luhr Crosby LLC, Columbia, Illinois, was awarded a $99,500,000 firm-fixed-price contract for stone structure, construction, and repair. 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. 9, 2028. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-D-0012).

Honeywell International Inc., Clearwater, Florida, was awarded a $49,861,529 firm-fixed-price contract for eTALIN II 6000 Inertial Navigation Units. 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. 8, 2028. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-D-0039).

Rolls-Royce Solutions America Inc., Novi, Michigan, was awarded a $35,793,487 firm-fixed-price contract to procure armored personnel carrier power packs. Bids were solicited via the internet with one received. Work will be performed in Novi, Michigan, with an estimated completion date of Dec. 31, 2028. Fiscal 2023 Foreign Military Sales (Israel) funds in the amount of $35,793,487 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0054).

SES Civil and Environmental LLC,* Oak Ridge, Tennessee, was awarded a $24,095,911 firm-fixed-price contract to construct access control points. Bids were solicited via the internet with five received. Work will be performed in St. Louis, Missouri, with an estimated completion date of Aug. 10, 2025. Fiscal 2019 military construction, Army funds in the amount of $24,095,911 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-7002).

Brasfield & Gorrie LLC, Birmingham, Alabama, was awarded a $16,812,545 firm-fixed-price contract to construct a liquid oxygen cryogenic facility. Bids were solicited via the internet with three received. Work will be performed in Jamestown, Kentucky, with an estimated completion date of Oct. 20, 2025. Fiscal 2023 civil construction funds in the amount of $16,812,545 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-23-C-0007).

Federal Resources Supply Co.,* Stevensville, Maryland, was awarded a $9,397,362 firm-fixed-price contract for leveling equipment. 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. 11, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-F-0306).

AIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, was awarded a $94,099,251 firm-fixed-price and cost type contract for integration and installation of modernization on two Boeing 777 aircraft. This contract provides for aircraft modernization technology. Work will be performed at Oklahoma City, Oklahoma; and Ardmore, Arkansas, and is expected to be completed by Nov. 9, 2027. This contract involves Foreign Military Sales (FMS) to India. This contract was a sole-source acquisition. Fiscal 2023 FMS funds in the amount of $78,254,892 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8638-23-C-0028).

DEFENSE LOGISTICS AGENCY

Ready One Industries Inc.,** El Paso, Texas, has been awarded a maximum $74,325,502 firm-fixed-price, indefinite-quantity contract for men’s and women’s chemical protective coveralls, lightweight joint protective air crew ensembles and repair kits. This was a competitive acquisition with three responses received. This is a two-year contract with no option periods. The ordering period end date is Aug. 9, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0028).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $15,500,000 not-to-exceed delivery order (SPRPA1-23-F-0LB4) against a 10-year basic ordering agreement (SPRPA1-14-D-002U) for the repair of the E6B aircraft. 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 an approximately three-month contract with no option periods. The performance completion date is Dec. 31, 2023. Using military service is Navy. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.  

NAVY

Machine Tool Marketing Inc.,* Bixby, Oklahoma (N6893623D0045); Machine Tools USA Inc.,* Mathews, Virginia (N6893623D0046); and Pacific IC Source,* Yucaipa, California (N6893623D0047), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. These contracts procure various types of commercial plant and lab equipment for research and development labs, to include analytical and diagnostic equipment, work-holding devices, and peripheral equipment for conventional, explosion-proof, and computer numerically controlled equipment, as well as provides maintenance, repair, training, and calibration services for the equipment. The estimated aggregate ceiling for all contracts is $49,000,000, with the companies having an opportunity to compete for individual orders. Work will be performed in Bixby, Oklahoma (33.4%); Mathews, Virginia (33.3%); and Yucaipa, California (33.3%). Percentages are estimates, as work performed at each location is not known until award of individual orders. Work is expected to be completed in August 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured as a small business set-aside via an electronic request for proposal, three offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

RECONCRAFT LLC,* Anchorage, Alaska, is awarded a $17,995,948 firm-fixed-price modification to previously awarded contract N00024-23-C-2201 for five 40-foot Patrol Boats and 17 40-foot Patrol Boat trailers. Work will be performed in Clackamas, Oregon, and is expected to be completed by May 2026. Fiscal 2022 other procurement, Navy funds in the amount of $17,995,948 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

International Mortuary Shipping LLC, Spartanburg, South Carolina, is awarded a firm-fixed-price requirements contract to provide mortuary services for active duty deceased military personnel and support to the Navy Casualty Division of the Mortuary Affairs Branch, Navy Personnel Command. The contract contains a five-year ordering period, with an estimated value of $17,220,129, and an option for a six-month ordering period pursuant to Federal Acquisition Regulation 52.217-8, which, if exercised, will bring the total estimated value of the contract to $19,112,394. Ordering under the contract is anticipated to begin on Aug. 20, 2023, and end on Aug. 19, 2028. If the option is exercised, ordering will end on Feb. 19, 2029. Initial funding will be fiscal 2023 operations and maintenance (Navy) appropriations that will expire at the end of the current fiscal year. Subsequent task orders under the contract will be funded with appropriate fiscal year operations and maintenance (Navy) funds. The places of performance for this contract will be at multiple locations within the contiguous U.S. and outside the contiguous U.S., and will be defined upon awarded task orders. The requirement was solicited as a small business set-aside, competitive procurement, with four offers received. This announcement does not involve a foreign military sale. Naval Supply Systems Command, Fleet Logistics Center Norfolk Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N0018923DZ029). 

North Star Scientific Corp.,* Kapolei, Hawaii, is awarded an $11,196,344 firm-fixed-price order (N6833523F0002) against a previously issued basic ordering agreement (N6833519G0037). This order provides engineering data to support the Air Force’s airborne warning and control system communication network upgrade in the installation and flight testing of the multifunctional information distribution system, joint tactical radio system, Link-16 compatible high power amplifier (HPA) unit prototype, as well as to support delivery of up to 46 HPA systems in support of Small Business Innovation Research Phase III N06-125 titled, “L-Band Solid-State High Power Amplifier (HPA) for Airborne Platforms.” Work will be performed in Kapolei, Hawaii (77%); and Carlsbad, California (23%), and is expected to be completed in August 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $3,401,340; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $5,280,484; and Foreign Military Sales customer funds in the amount of $2,514,520, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Black Construction Corp., Harmon, Guam, is awarded an $11,000,000 modification to previously-awarded firm-fixed-price contract N62742-17-C-1319 for the design and construction of a live-fire training range complex at Andersen Air Force Base, Guam. This modification increases the total cumulative value of the contract to $97,819,147. This modification settles a request for equitable adjustment for differing site conditions that were encountered during the performance of work. Work was performed at Northwest Field, Andersen Air Force Base, Guam, and was completed in July 2022. Fiscal 2017 military construction (Navy) funds in the amount of $11,000,000 will be obligated at time of award, and $3,766,477 will expire at the end of the current fiscal year. The Officer-in-Charge of Construction, Marine Corps Marianas, Resident Officer-in-Charge of Construction, Marine Corps Andersen, Dededo, Guam, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

HAVIK,* San Diego, California, is being awarded a $19,900,000 (maximum ceiling value) indefinite-delivery/indefinite-quantity contract (H92403-23-D-0010) with a $155,000 minimum ordering guarantee for the acquisition of the HAVIK system, spares, license renewals, sustainment, and new equipment training in support of U. S. Special Operations Command (USSOCOM). Fiscal 2021, 2022, and 2023 procurement funds in the amount of $4,495,000 are being obligated at time of award on the first delivery order. Operations and maintenance funds will be used on this contract for such items as spares and license renewals. The contract is a Small Business Innovation Research Phase III award in accordance with 15 U.S. Code 638(r)(4). USSOCOM, Tampa, Florida, is the contracting activity.

*Small business
**Mandatory source

8/11

NAVY

CNF Technologies Corp.,* San Antonio, Texas, is awarded a $135,650,000 cost-plus-fixed-fee, firm-fixed-price, cost-reimbursable, indefinite-delivery/indefinite-quantity contract for research, development, and test, and evaluation services for operational and applied computer systems for the Marine Corps. This contract provides for research, development, test, and evaluation services to improve operational effectiveness and for the advancement of computer systems utilized by the Marine Corps. Work will be performed at San Antonio, Texas (10%); and Quantico, Virginia (90%), with an expected completion date of August 2028. The maximum dollar value, including the five-year ordering period, is $135,650,000. Fiscal 2023 research, development, test, and evaluation (Marine Corps) funds in the amount of $586,378 are being obligated at time of award. Contract funds in the amount of $586,378 will not expire at the end of the current fiscal year. This contract was a competitive total small business set aside acquisition via sam.gov and seven offers were received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-7700).

EnerSys Energy Products Inc., Warrensburg, Missouri; and Stryten Energy Products LLC, Alpharetta, Georgia, are awarded a combined $91,850,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of submarine valve regulated lead acid battery cells, packaging, storage, trays, tray lid covers, and battery boosting. The battery cells under this procurement will be related to the Los Angeles, Ohio, Virginia, Sea Wolf, and Moored Training Ship classes of submarines. Each awardee will be awarded 256 C-Cells (minimum contract guarantee per awardee) at contract award. These contracts do not include options and bring a cumulative value of $91,850,000 over a five-year period to the two vendors combined. Work will be performed in Missouri and Georgia, and is expected to be completed by August 2028. Fiscal 2023 other procurement, Navy funding in the amount of $1,802,850 (52%); fiscal 2022 funding in the amount of $1,503,209 (44%); and fiscal 2021 funding in the amount of $131,234 (4%), will be obligated at time of award, of which $131,234 will 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 the beta.SAM.gov website, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity.

Immersion Consulting LLC.,* Annapolis, Maryland, is awarded a $38,901,268 firm-fixed-price and cost-only Other Transaction Authority agreement for the low-rate initial production of shipboard units as well as the procurement of computing infrastructure and Infrastructure as a service solution. This agreement includes options which, if exercised, would bring the cumulative value of this agreement to $47,140,597. Work will be performed in King George, Virginia (52%); and Annapolis, Maryland (48%), and is expected to be completed by February 2025. Fiscal 2023 other procurement, Navy funds in the amount of $27,514,142 (71%); fiscal 2021 ship construction, Navy funds in the amount of $9,335,092 (24%); fiscal 2023 research, development, test, and evaluation, Navy funds in the amount of $1,552,698(4%); and fiscal 2023 operations and maintenance, Navy funds in the amount of $499,336 (1%), will be obligated at the time of award, of which $499,336 will expire at the end of the current fiscal year. This agreement was not competitively procured via SAM.gov. This agreement is a non-competitive follow-on to a prototype agreement that was awarded under 10 U.S. Code 4022(f). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

L3H Harris Technologies Inc., Clifton, New Jersey, is awarded a $29,472,284 firm-fixed-price, cost-plus-fixed-fee contract for the production, testing, delivery, and installation of three automated test equipment, and associated hardware to complete AN/ALQ-214 weapon replacement assembly (WRA) repairs. Additionally this contract provides for program management, integrated logistics support, training, technical documentation and drawings, facility planning, parts obsolescence, and associated technical, administrative, and financial data in support of completing the stand up and integrated defensive electronic countermeasures AN/ALQ-214 organic repair depot for WRA level repairs for the Navy. Work will be performed in Clifton, New Jersey (76%); Elmwood Park, New Jersey (13%); and various location within the continental U.S. (11%), and is expected to be completed in November 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $17,472,284; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $12,000,000, 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 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0004).

The Boeing Co., Tukwila, Washington, is awarded a $12,288,486 cost-plus-fixed-fee, firm-fixed-price task order (N0001923F0521) against a previously issued basic ordering agreement (N0001921G0006). This order procures one wide band satellite communications Radome A-kit, to include installation; one platform integration kit, to include lower lobe structural and electrical (auxiliary bus 1 components) components; and one mission crew workstation floor structural modification in support of P-8 wideband satellite communications upgrades for the Navy. Work will be performed in Jacksonville, Florida (75%); and Tukwila, Washington (25%), and is expected to be completed in March 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $200,000; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $11,990,618, 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.

Girtz Industries Inc.,* Monticello, Indiana, is awarded a $9,784,850 firm-fixed-price contract for the design and packaging of up to 13 900kW mobile utilities support equipment generators. Work will be performed in Monticello, Indiana, and is expected to be completed by August 2025. Fiscal 2020, and fiscal 2021 other procurement (Navy) funds in the amount of $9,784,850 will be obligated at time of award. Funds in the amount of $3,590,869 expired at the end of fiscal 2020; and funds in the amount of $6,193,981 expired at the end of fiscal 2021. This contract was not competitively procured, in accordance with 10 U.S. Code 3204(a)(2) (the agency’s need for the property or services is of such an unusual and compelling urgency that the U.S. would be seriously injured unless the agency is permitted to limit the number of sources from which it solicits bids or proposals). Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-23-C-2513). 

Envisioneering Inc., Alexandria, Virginia, is being awarded a $9,173,944 cost-plus-fixed-fee task order for radar engineering support for the Radar Division Advanced Concept Group. The task order includes options which, if exercised, would bring the cumulative value of this task order to $49,657,864. Work on the task order will be performed at the U.S. Naval Research Laboratory in Washington, D.C. (75%); and Alexandria, Virginia (25%), and is expected to be completed by August 2026. Fiscal 2023 research, development, test and evaluation in the amount of $25,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This task order was competitively procured with one offer received via Seaport NxG. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N0017819D7613, N0017322F3003).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a not-to-exceed $8,941,239 undefinitized modification to previously awarded contract N00024-11-C-2300 to support the USS Wichita (LCS 13) main propulsion diesel engine replacement. Work will be performed in Mayport, Florida, and is expected to be completed by December 2023. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $6,705,929 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a fixed-price incentive (firm-target) modification to previously awarded contract N00024-23-C-2307 to exercise the fiscal 2023 option for construction of a DDG-51 class ship. This modification also includes options for engineering change proposals, design budgeting requirements, and post-delivery availabilities for the fiscal 2023 option. This contract includes options for construction of additional DDG-51 class ships, which may be subject to future competition in accordance with the terms and conditions of the contract. Therefore, the dollar values associated with the multiyear contract are considered source selection sensitive information and will not be made public at this time (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104). Work will be performed in Pascagoula, Mississippi (79%); and other locations below 1% (collectively totaling 21%), and this ship will deliver before the end of the contract performance by February 2035. Fiscal 2023 shipbuilding and conversion, Navy funds (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2307).

ARMY

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $90,608,000 firm-fixed-price contract for building renovations. Bids were solicited via the internet with two received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Aug. 15, 2023. Fiscal 2023 military construction, Army funds in the amount of $90,608,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-C-0015). 

Mik Construction Inc., Artesia, California, was awarded a $32,532,000 firm-fixed-price contract for repair and construction services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 10, 2028. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-D-0017). 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $27,113,800 firm-fixed-price contract for beachfill and dredging services. Bids were solicited via the internet with two received. Work will be performed in Bay Shore, New York, with an estimated completion date of Feb. 14, 2024. Fiscal 2010 disaster relief funds in the amount of $27,113,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-C-0013). 

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $10,687,000 modification (P00013) to contract W31P4Q-21-F-0031 for weapon systems software development. Work will be performed in Grand Prairie, Texas, with an estimated completion date of March 31, 2025. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $10,687,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

DEFENSE HEALTH AGENCY

Great Hill Solutions LLC, Chantilly, Virginia, is awarded a $43,915,156 firm-fixed-price contract (HT942523C0079) to provide risk management, audit response, audit remediation, and sustainment support services in support of the Defense Health Agency (DHA) Financial Reporting and Compliance Division to ensure a “clean” or unmodified audit opinion by fiscal 2028 in alignment with the goals established by the Department of Defense. Additionally, the contractor will continue supporting the unmodified audit opinion of the DHA Contract Resource Management. The award is the result of a non-competitive direct 8(a) acquisition. Fiscal 2023 Defense Health Program operation and maintenance funding will be obligated at the time of award. Place of performance is Falls Church, Virginia. Period of performance is Aug. 11, 2023, to Aug. 10, 2024. The contracting activity is U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland.

Western Door Federal LLC, Fredericksburg, Virginia, is awarded $8,059,148 to exercise Option Year Two of a previously awarded firm-fixed-price contract (HT001121C0021). The purpose of this work is to provide financial and program management support to the Defense Health Agency Direct Care Financial Management Division in areas of programming, budget development and execution, accounting, and training support. Work will be primarily performed at Fort Sam Houston, Texas. Fiscal 2023 operation and maintenance funds are obligated at the time of this award. The contract was a direct award through the Small Business Association 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on Sept. 27, 2021. The period of performance for this option period exercise is Sept. 30, 2023, to Sept. 29, 2024. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co. – Raytheon Intelligence & Space,* McKinney, Texas, has been awarded a $9,995,709 cost-plus-fixed-fee contract for the Persistent Optical Wireless Energy Relay Program.  Work will be performed at El Segundo, California (75%); Kent, Washington (5%); Albuquerque, New Mexico (12%); and Mojave, California (8%), with an expected completion date of May 13, 2025. Fiscal 2023 advanced research funds in the amount of $700,000 are being obligated at time of award. This contract was a competitive acquisition in accordance with the original Broad Agency Announcement (HR001123S0004).  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0144).

AIR FORCE

Phase Sensitive Innovations Inc., Newark, Delaware, was awarded an $8,844,000 cost-plus-fixed-fee contract for the acquisition of Advanced Thin-film Optical Modulators research and development. This contract provides for development of wafer fabrication processes of thin film lithium niobate, which advances analog photonic components and links needed for next generation communications and radar systems. Work will be performed in Newark, Delaware, and is expected to be completed by Sept. 30, 2027. This contract was a sole-source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $8,844,000 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-21-C-5029).

DEFENSE LOGISTICS AGENCY

Coastal Mechanics Circuit Products LLC,* Houston, Texas, has been awarded a maximum $7,797,822 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for circuit card assemblies. This was a competitive acquisition with seven responses received. This is a five-year contract with no option periods. The performance completion date is Aug. 8, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0042).

*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 Monday, August 14, 2023 1:18 pm

Leave a Reply

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

Notify me of updates to this conversation