INSIDE THE

NEWS + ADVICE

DoD Contracts: Lockheed Martin, DynCorp International, The Boeing Co., Week of 1-29-24 to 2-2-24

Posted by Ashley Jones
aircraft

1/29

U.S. TRANSPORTATION COMMAND

Air Transport International, Wilmington, Ohio (HTC71124DCC02); Alaska Airlines Inc., Seattle, Washington (HTC71124DCC03); Allegiant Air LLC, Las Vegas, Nevada (HTC71124DCC04); American Airlines, Fort Worth, Texas (HTC71124DCC05); Amerijet International Inc., Miami Springs, Florida (HTC71124DCC06); Atlas Air Inc., Purchase, New York (HTC71124DCC07); Delta Air Lines, Atlanta, Georgia (HTC71124DCC08); Eastern Airlines, Wayne, Pennsylvania (HTC71124DCC09); Tatonduk Outfitters Ltd., doing business as Everts Air Cargo, Fairbanks, Alaska (HTC71124DCC10); Federal Express Corp., Memphis, Tennessee (HTC71124DCC11); Hawaiian Airlines, Honolulu, Hawaii (HTC71124DCC12); Kalitta Air LLC, Ypsilanti, Michigan (HTC71124DCC14); Lynden Air Cargo, Anchorage, Alaska (HTC71124DCC15); National Air Cargo Group Inc., Orlando, Florida (HTC71124DCC16); Omni Air International, Tulsa, Oklahoma (HTC71124DCC17); Sierra Pacific Airlines Inc., Tucson, Arizona (HTC71124DCC18); Southwest Airlines Co., Dallas, Texas (HTC71124DCC19); Sun Country Inc., Minneapolis, Minnesota (HTC71124DCC20); Swift Air LLC, Greensboro, North Carolina (HTC71124DCC21); and United Airlines, Chicago, Illinois (HTC71124DCC22), have been awarded indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated combined value of $873,000,000, providing air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and services necessary. Performance of services shall take place within the continental U.S., Alaska, Hawaii, Puerto Rico, the U.S. Virgin Islands, Mexico, and Canada, as specified in the individual solicitation or delivery order. The base period of performance is from April 1, 2024, to Sept. 30, 2028. Transportation Working Capital Funds will be obligated for fiscal 2024 to 2028. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Burns and McDonnell Engineering Co. Inc., Kansas City, Missouri, is awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations (AO). The work to be performed provides for professional engineering services for the preparation of design-bid-build documents and design-build request for proposals. Work will be performed at various locations within the NAVFAC Southeast AO, and is expected to be completed by January 2029. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on Sam.gov, with 14 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-D-0003).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $15,041,557 cost-plus-fixed-fee, firm-fixed-price contract to provide program management, non-recurring unique requirements, and training in support of start-up integration efforts for the government of Canada into the F-35 Program. Work will be performed in Fort Worth, Texas (73%); Orlando, Florida (9%); El Segundo, California (8%); Lancashire, United Kingdom (7%); and Baltimore, Maryland (3%), and is expected to be completed in January 2027. Canadian Department of National Defense Cooperative funds in the amount of $15,041,557 will be obligated at time of award, none of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(4). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0026).

Raytheon Co., Tucson, Arizona, was awarded a $13,443,029 cost-plus-fixed-fee modification to previously award contract N00024-23-C-5401 to exercise options for design and engineering support services for the Rolling Airframe Missile on Jan. 25, 2024. Work will be performed in Tucson, Arizona and is expected to be completed by March 2028. Foreign military sales funds in the amount of $4,491,489 (78%); and fiscal 2024 operations and maintenance (Navy) $1,257,600 (22%); will be obligated at time of award of which $1,257,600 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity. (Awarded Jan. 25, 2024)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $10,600,354 cost-plus-fixed-fee and cost only contract for Ship Self-Defense System Combat System Ship Integration and Test. This contract includes options which, if exercised, would bring the cumulative value of this contract to $96,850,486. Work will be performed in Moorestown, New Jersey (22%); San Diego, California (17%); Pascagoula, Mississippi (15%); Newport News, Virginia (15%); Norfolk, Virginia (15%); Virginia Beach, Virginia (11%); and Washington, DC (5%), and is expected to be completed by January 2025. If all options are exercised, work will continue through January 2031. Fiscal 2024 other procurement (Navy) funds in the amount of $611,131 (38%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $535,441 (34%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $377,555 (24%); and fiscal 2023 other procurement (Navy) funds in the amount of $70,354 (4%), will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-5105). 

DEFENSE LOGISTICS AGENCY

SNC Manufacturing LLC,** Orocovis, Puerto Rico, has been awarded a maximum $26,389,688 modification (P00021) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1413) with four one-year option periods for various types of trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Jan. 31, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.  

ARMY

Geotechnical Construction,* Mount Olive, Illinois, was awarded a $24,000,000 firm-fixed-price contract for facility infrastructure maintenance. 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 Jan. 31, 2029. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0002).

CORRECTION: The $10,992,375 firm-fixed-price contract (W912BV-24-F-0019) announcement that was awarded to Burns and McDonnell Inc. on Jan. 26, 2023, said the company was located in Kansas City, Kansas. The correct location is Kansas City, Missouri.

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products, San Marcos, California, a women-owned small business, was awarded a firm-fixed-price contract (H92415-24-F-0021), with a potential maximum value of $13,201,039 for Dell laptops, and associated equipment, in support of U.S. Special Operations Command (USSOCOM). This contract task order will be funded with operation and maintenance funds, under fiscal year 2024, and is not multiyear. This was solicited and issued using full and open after exclusion of sources, brand name or equal acquisition strategy; consideration was not restricted to any one particular vendor or brand. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

AIR FORCE

CORRECTION: The Jan. 25, 2024, announcement of a contract awarded to National Academy of Sciences, Washington, D.C. (FA9550-24-C-B001), for the Department of the Air Force Science and Technology Fellowship Program was awarded on Jan. 29, 2024, and the contract’s ceiling is $71,331,385. 

*Small Business
**Small-disadvantaged business in historically underutilized business zones

1/30

NAVY

Kay and Associates Inc., Buffalo Grove, Illinois, is awarded a $153,366,987 modification (P00007) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N0042122C0013). This modification exercises an option to provide maintenance, operation, and management support services for the F/A-18 organizational level, intermediate level, and missile maintenance repair and storage facilities for the government of Kuwait. Work will be performed in undisclosed locations in Kuwait and is expected to be completed in January 2025. Foreign Military Sales customer funds in the amount of $76,683,493 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.

Kratos Unmanned Aerial Systems Inc., Sacramento, California, is awarded a $57,673,542 modification (P00003) to a previously awarded firm-fixed-price contract (N0001923C0021). This modification exercises options to procure full rate production Lot Five of the BQM-177A Surface Launched Aerial Targets. Specifically, this modification provides for the production and delivery of 70 BQM-177A Surface Launched Aerial Targets and 70 Rocket-Assisted Takeoff attachment kits, as well as associated technical and administrative data in support of weapons system test, and evaluation and fleet training for the Navy. Work will be performed in Sacramento, California (50%); Dallas, Texas (20%); Fort Walton Beach, Florida (5%); Blacksburg, Virginia (4%); Santa Ana, California (2%); Newton, Kansas (2%); Concord, California (2%); Milwaukie, Oregon (2%); Chatsworth, California (2%); and various locations within the continental U.S. (11%), and is expected to be completed in April 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $45,314,926; and fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $12,358,616, will be obligated at the time of award, $12,358,616 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics NASSCO, San Diego, California, is awarded a $53,137,125 cost-plus-fixed-fee modification to previously awarded contract N0002423C4424 to exercise options for the accomplishment of ship alteration 79521K, AN/SLQ-32(V)7 under the USS Chung-Hoon (DDG 93) and USS James E. Williams (DDG 95) Fiscal 2024 Depot Maintenance Period availabilities. The scope of this acquisition includes all labor, materials, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the critical modernization efforts under the Chief of Naval Operations availabilities. Work will be performed in Norfolk, Virginia (53%); and San Diego, California (47%), and is expected to be completed by April 2024. Fiscal 2023 other procurement, Navy funds in the amount of $2,000,000 (100%) 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.

Chemring Australia Pty Ltd., Lara, Victoria Australia, is awarded a $31,096,730 modification (P00007) to a previously awarded firm-fixed-price contract (N0001921C0081). This modification adds scope for the production and delivery of 19,570 MJU-68/B Flare Infrared Countermeasures in support of the Joint Strike Fighter program (12,918 for the Navy; 1,152 for the Air Force; 1,176 for the government of Italy; 1,152 for the government of Belgium; 868 for the government of Great Britain; 816 for the government of Japan; 720 for the government of the Germany; 672 for the government of Denmark; and 96 for the government of Poland). Work will be performed in San Diego, California (38%); Lara, Victoria Australia (32%); Toone, Tennessee (27%); Salem, New Hampshire (2%); and Hopkinton, Massachusetts (1%) and is expected to be completed in February 2025. Fiscal 2024 procurement of ammunition (Navy and Marine Corps) in the amount of $15,527,708; fiscal 2024 aircraft procurement (Air Force) in the amount of $1,830,528; fiscal 2023 procurement of ammunition (Navy and Marine Corps) in the amount of $4,998,994; and Foreign Military Sales customer funds in the amount of $8,739,500, will be obligated at 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 Atomics, San Diego, California, is awarded a $17,128,169 firm-fixed-price modification (P00095) to a previously awarded contract (N0001914C0037). This modification exercises an option for one Advanced Arresting Gear (AAG) Water Twister and Thermal Volume Compensator; procures 158 Electromagnetic Aircraft Launch Systems (EMALS) pack-up kit (PUK) parts; 50 Advanced Arresting Gear (AAG) PUK parts; and three EMALS Launch Motor Module spares; as well as provides AAG Purchase Cable Drum field change work package installation support, in support of EMALS and AAG production, certification, and check-out on Navy aircraft carriers (CVN 79 and 80). Work will be performed in Tupelo, Mississippi (72.7%); San Diego, California (27%); and Lakehurst, New Jersey (0.3%), and is expected to be completed in March 2029. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $6,784,810; fiscal 2024 other procurement (Navy) funds in the amount of $5,965,000; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,378,359, will be obligated at 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. 

Ironclad Technology Services LLC, Arlington, Virginia, is awarded $8,214,258 firm-fixed-price contract to provide command financial management system – consolidated support services in support of the Office of the Secretary of the Navy (Financial Management and Comptroller). The contract will include an 11-month base ordering period with a one-year option period, two six-month option periods, and an additional six-month ordering period option pursuant of Federal Acquisition Regulation (FAR) 52.217-8 – option to extend services, which if exercised, will bring the total estimated value to $31,599,893. The base ordering period is anticipated to begin February 2024 and is expected to be completed by December 2024, and, if all options are exercised, the ordering period will be completed by June 2027. Work will be performed in Arlington, Virginia (70%); Norfolk, Virginia (15%); and Pensacola, Florida (15%). Fiscal 2024 operations and maintenance (Navy) funds in the amount of $744,478 will be obligated at time of award, and funds will expire at the end of the current fiscal year. One company was solicited for this sole-source procurement in accordance with FAR 6.302-1 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-C-Z015).

Alutiiq Solutions LLC,* Anchorage, Alaska, is awarded an $8,171,023 modification (P00011) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042120D0007). This modification exercises an option to provide research and analysis, strategic initiative, executive leadership management, administrative, operational, and technical program support for the Command Strategic Leadership Service Team in support of the Commander, Naval Air Systems Command (NAVAIR) and direct reporting teams, the NAVAIR Corporate Operations Group Business Financial Management competency, the Joint Strike Fighter front office, and the NAVAIR Washington Liaison Office. Work will be performed in Patuxent River, Maryland (60%); and Arlington, Virginia (40%), and is expected to be completed in February 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

ARMY

Federal Contracting Inc., doing business as Bryan Construction Inc., Colorado Springs, Colorado, was awarded a $55,138,078 firm-fixed-price contract to construct a missile handling complex. Bids were solicited via the internet with five received. Bids were solicited via the internet with five received. Work will be performed in Cheyenne, Wyoming, with an estimated completion date of March 30, 2026. Fiscal 2024 military construction, Air Force funds in the amount of $38,492,182 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0011). 

DEFENSE THREAT REDUCTION AGENCY

Primmune Therapeutics Inc*, San Diego, California, will be awarded a $22,480,552 contract HDTRA1-24-C-0014 for “Oral broad spectrum antiviral TLR7 agonist for treatment of Lassa Fever”. This effort will support the Defense Threat Reduction Agency (DTRA) goal of providing counter weapons of mass destruction capabilities to meet current threats and challenges specifically through the development of a timely and effective biological defense solution for Lassa virus infection. The principal place of performance is San Diego, California. Work is expected to be completed by June 30, 2026. Fiscal 24 research and development funds in the amount of $845,610.00 are being obligated at the time of award. This award is the result of a competitive acquisition against the Broad Agency Announcement (BAA) HDTRA1-17-S-0002. SAM.gov was used to solicit proposals and 10 proposals were received. DTRA, DoDAAC HDTRA1, Fort Belvoir, Virginia, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

American Water Operations & Maintenance LLC, Camden, New Jersey, has been awarded an estimated $18,564,011 modification (P00121) to a 50-year contract (SP0600-21-C-8346) with no option periods incorporating the economic-price-adjustment agreement for water and wastewater utility services. This is a fixed-price with economic-price-adjustment contract. The performance completion date is Nov. 25, 2064. Using military service is Army. Type of appropriation is fiscal 2024 through 2065 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. 

Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $10,512,305 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trousers. This is a one-year contract with no option periods. The ordering period end date is Jan. 29, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-N009). 

UPDATE: Cepheid, Sunnyvale, California (SPE2DE-24-D-0013, $49,000,000), 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-R0006 and awarded Feb. 24, 2023. 

AIR FORCE

Tapestry Solutions, Inc., San Diego, California, has been awarded a $8,839,343 contract modification (P00006) to previously awarded contract FA2860-22-C-0011 for executive airlift flight dispatch services. The modification brings the total cumulative face value of the contract to $41,977,632. Work will be performed at Joint Base Andrews-Naval Air Facility Washington, Maryland, and is expected to be completed by Jan. 31, 2027. Fiscal 2024 operation and maintenance funds in the amount of $8,839,343 are being obligated at time of award. The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity. 

*Small Business
**Mandatory Source

1/31

DEFENSE LOGISTICS AGENCY

ASRC Federal Facilities Logistics LLC, Beltsville, Maryland, has been awarded a maximum $150,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for industrial product support. This was a competitive acquisition with three responses received. This is a three-year base contract with two two-year option periods and one three-year option period. The performance completion date is Sept. 30, 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 Aviation, Richmond, Virginia (SPE4AX-24-D-9414).

Avon Protection Ceradyne LLC, Salem, New Hampshire, has been awarded a maximum $39,324,000 modification (P00028) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1516) with four one-year option periods for second generation advanced combat helmets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Feb. 6, 2025. 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.

ROICOM USA LLC,* El Paso, Texas, has been awarded a maximum $36,687,299 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s service uniform all-weather coats. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. The ordering period end date is Jan. 30, 2029. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0026).

Olgoonik Logistics LLC,* has been awarded a maximum $26,508,614 hybrid firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement, no-fee, indefinite-delivery/indefinite-quantity contract for warehousing and operations support services. This was a competitive acquisition with seven responses received. This is a five-year base contract with one five-year option period. Location of performance is Guam, with a Feb. 28, 2029, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal year 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐24-D-5001).

Connectec Co.,* Irving, California, has been awarded a maximum $10,332,740 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for switch subassembly units. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The performance completion date is Jan. 31, 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-0024).  
CORRECTION: The contract announced on Dec. 29, 2023, for General Dynamics Land Systems Inc., Sterling Heights, Michigan (SPE7LX-21-D-0110/P00014) for $7,644,549 was announced with an incorrect award date. The correct award date is Jan. 30, 2024.

ARMY

DynCorp International LLC, Fort Worth, Texas, was awarded a $67,480,808 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for maintenance support services. Bids were solicited via the internet with one received. Work will be performed in Saudi Arabia, with an estimated completion date of Jan. 31, 2025. Fiscal 2024 Foreign Military Sales (Saudi Arabia) funds in the amount of $33,065,596 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-C-0026). 

Weeks Marine Inc., Covington, Louisiana, was awarded a $62,055,622 firm-fixed-price contract for harbor deepening and widening. Bids were solicited via the internet with three received. Work will be performed in Irvington, Alabama, with an estimated completion date of Jan. 30, 2025. Fiscal 2020 civil construction funds and fiscal 2023 civil operation and maintenance funds in the amount of $62,055,622 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0015). 

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $19,500,242 modification (P00006) to contract W56HZV-23-C-0024 for reactive armor kits, cold start kits and supplemental air transport kits for Armored Multi-Purpose Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Feb. 28, 2026. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $19,500,242 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded a $17,400,000 firm-fixed-price contract for articulated concrete mattresses. Bids were solicited via the internet with two received. Work will be performed in Delta, Louisiana, with an estimated completion date of Jan. 30, 2025. Fiscal 2024 civil construction funds in the amount of $17,400,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-24-C-0007).

Metis Li, Huntington Beach, California, was awarded a $9,599,684 firm-fixed-price contract for software licenses and software support services. Bids were solicited via the internet with one received. Work will be performed in Huntington Beach, California, and India, with an estimated completion date of March 30, 2027. Fiscal 2010 Foreign Military Sales (India) funds in the amount of $9,599,684 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5016). 

Noreas Environmental Services LLC, Irvine, California, was awarded a $9,157,529 firm-fixed-price contract to remove arsenic and lead contaminated soil pursuant to the Comprehensive Environmental Response, Compensation and Liability Act. Bids were solicited via the internet with one received. Work will be performed in Evansville, Indiana, with an estimated completion date of Aug. 10, 2025. Fiscal 2024 environmental restoration, Army funds in the amount of $9,157,529 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-F-0025).

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a face value $16,928,439 cost-plus-fixed-fee and firm-fixed-priced contract modification (P00003) to previously awarded contract FA8689-23-C-2013, to exercise of an option for continued sustainment for the Italian Air Force MQ-9 Unmanned Aerial System Program fleet currently being serviced under the basic contract that provides logistics support activities including core, depot repair, engineering services, field team support, country standard technical order revision services, insurance, contractor managed storage, transportation, data, spares, and software maintenance services for the Italian Air Force MQ-9 Blocks 1 and 5 aircraft. Work will be performed in Poway, California; Italy; and Kuwait, and is expected to be complete by Jan. 31, 2025. This contract involves 100% foreign military sales to Italy. Foreign Military Sales in the amount of $16,928,439 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

Stellant Systems Inc., Torrance, California, is being awarded $9,400,000 for a ceiling-priced, undefinitized, spares delivery order (N00383-24-F-SW00) under a previously awarded basic ordering agreement (N00383-24-G-SW01) for the purchase of 22 electron tubes used on the F/A-18 aircraft. All work will be performed in Torrance, California, and work is expected to be completed by December 2026. Working capital funds (Navy) in the amount of $4,606,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Textron Systems Corp., (Textron), New Orleans, Louisiana, is awarded an $8,921,139 cost-reimbursable, not-to-exceed modification to previously awarded contract N00024-23-C-2452 for the procurement of landing craft air cushion 100 Class material and non-recurring activities for five future ship to shore connector landing craft air cushion 100 class craft. Work will be performed in New Orleans, Louisiana (50%); El Segundo, California (17%); North Hollywood, California (11%); Fort Worth, Texas (7%); New Port Richey, Florida (7%); Garden Grove, California (5%); and Brewton, Alabama (3%), and is expected to be completed by October 2025. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $3,853,886 (58%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $2,836,969 (42%), 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.

*Small Business

2/1

NAVY

Stantec GS-AECOM Pacific JV, Honolulu, Hawaii, is awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for environmental planning services. This contract provides for researching, preparing, updating, and reviewing Navy and Marine Corps National Environmental Policy Act environmental and related documents. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations including, but not limited to, Hawaii (80%); Guam (15%); and other worldwide locations (5%), and will be completed by January 2029. Fiscal 2024 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. 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 (N6274224D1806).

Group W Inc., Vienna, Virginia, is awarded a $52,318,986 hybrid indefinite quantity contract consisting of firm-fixed-price and cost reimbursement (travel only) contract line items. The contract consist of a five-year ordering period. This contract provides for research and innovative technical analysis (RITA 3.0) capabilities to support the Operations Analysis Directorate, Headquarters Marine Corps, Combat Development and Integration mission, and the Marine Corps Study System (MCSS). The studies and analyses obtained from this contract support the MCSS program. Support includes, but is not limited to, conducting studies that relate to the nature, theory, preparation, and conduct of warfighting. Work will be performed at Quantico, Virginia, with an expected completion date of January 2029. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $3,500 will be obligated at the time of award for task order one and will satisfy the required minimum guaranteed on the contract. Funds will expire at the end of the current fiscal year. Subsequent task orders will utilize fiscal operations and maintenance (Marine Corps) funds available at time of task order award. This contract was competitively procured via the SAM.gov website, with two proposals received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-24-D-00).

The Boeing Co., Seattle, Washington, is awarded a $19,386,687 modification (P00016) to a cost-plus-fixed-fee order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure two P-8A Increment 3 retrofit A-Kits in support of anti-submarine warfare capabilities upgrades for the Royal Australian Air Force (RAAF). Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in June 2026. RAAF Cooperative Funds in the amount of $19,386,687 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.

Alabama Shipyard LLC,* Mobile, Alabama, was awarded an $18,069,800 firm-fixed-price contract (N3220524C4227) for 160-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s fleet replenishment oiler USNS Laramie (T-AO 203). This contract includes a base period and five unexercised options, which if exercised, would increase the cumulative value of this contract to $18,280,568. Work will be performed in Mobile, Alabama, beginning March 25, 2024, and is expected to be completed by Sept. 1, 2024. Working capital funds (Navy) in the amount of $18,069,800 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and three offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4227). (Awarded Jan. 31, 2024)

Utah State University Research Foundation/Space Dynamics Laboratory, Logan, Utah, was awarded a $10,719,010 firm-fixed-price contract to establish and maintain services in support of Distributed Common Ground and Surface System – Marine Corps. This effort will establish and maintain services to support engineering, software maintenance, fiber patching, antenna, and server maintenance for the Vantage software. This contract will include one one-year base period and four one-year option periods which, if exercised, would increase the cumulative contract value to $49,956,951. Work will be performed in Logan, Utah (67%); and Stafford, Virginia (33%). The period of performance for this effort from Feb. 1, 2024, through Jan. 31, 2029. Funds will be incrementally obligated in the total amount of $2,614,141 at the time of award. Funds will be obligated on individual contract Line Item numbers as appropriate. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $1,463,001; and fiscal 2024 research, development, test, and evaluation (Marine Corps) funds in the amount of $1,151,140, will be obligated on the contract. This contract was not competitively procured pursuant to 10 U.S. Code § 3204(a)(3)(B), as implemented by the Federal Acquisition Regulation 6.302-3(a)(2)(ii). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-C-2010). (Awarded Jan. 31, 2024)

ARMY

The Boeing Co., Ridley Park, Pennsylvania, was awarded an $87,984,634 firm-fixed-price contract for the overhaul and upgrade of the engine transmission assembly for the CH-47 Chinook. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 1, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0016). 

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $42,500,000 cost-plus-fixed-fee contract for support services for the for the common fire support mission equipment package. 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 Jan. 31, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0013).

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $39,774,000 firm-fixed-price contract for making or enlarging dredge cuts, construction of fills, construction of new harbor channels and dredging in various channels and harbors. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2027. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-24-D-0004).

Foster Miller Inc., doing business as QinetiQ North America, Waltham, Massachusetts, was awarded a $9,586,796 firm-fixed-price contract to procure reset, recap, sustainment, maintenance parts and maintenance services for the Robot Logistics Support Center. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0015). 

Butt Construction Co. Inc., Dayton, Ohio, was awarded a $7,872,500 firm-fixed-price contract for construction and renovation of an air-handling unit. Bids were solicited via the internet with three received. Work will be performed in Dayton, Ohio, with an estimated completion date of Aug. 31, 2025. Fiscal 2024 military construction, Army funds in the amount of $7,872,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0002).

DEFENSE LOGISTICS AGENCY

Ameriqual Group LLC, Evansville, Indiana, has been awarded a maximum $84,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group rations. This is a 274-day bridge contract. The ordering period end date is Nov. 1, 2024. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z202). (Awarded Jan. 31, 2024)

Baxters North America Inc., Blue Ash, Ohio, has been awarded a maximum $56,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group rations. This is a 117-day bridge contract. The ordering period end date is Nov. 1, 2024. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z201). (Awarded Jan. 31, 2024)

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $22,980,000 modification (P00019) exercising the fourth one-year option period of a one-year base contract (SPE1C1-20-D-F057) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas, Illinois, and North Carolina, with a Feb. 5, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

Original Footwear LLC,* Morristown, Tennessee, has been awarded a maximum $8,407,848 fixed-price, indefinite-delivery/indefinite-quantity contract for hot weather steel toe boots. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. Location of performance is Michigan, with a Jan. 31, 2028, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0028).

UPDATE: JLG Industries Inc., McConnellsburg, Pennsylvania (SPE8EC-24-D-0030, $255,000,000), has been added as an awardee to the multiple award contract for material handling equipment, issued against solicitation SPE8EC-21-R-0001 and awarded July 22, 2022.

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $61,162,281 firm-fixed-price and cost-plus-fixed-fee partial definitization modification (PZ0059) to definitize requirements from the March 31, 2022, awarded undefinitized contract action (P00032). These actions are performed under previously awarded contract FA8634-18-C-2698 for F-15 Advanced Display Core Processor II (ACDP II) Full Rate Production 1. This contract action provides for full rate production of ADCP II systems to allow required integration of the ADCP II systems into the F-15 platform. The location of performance is St. Louis, Missouri, multiple continental U.S. operating locations; and Royal Air Force Lakenheath, United Kingdom, and is expected to be completed by Dec. 31, 2026. Fiscal 2020, 2022, and 2023 aircraft procurement funds in the amount of $18,617,715 are being obligated at time of award. The Air Force Life Cycle Management Center, Fighter and Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

InDyne Inc., Sterling, Virginia, has been awarded a $12,906,561 contract modification (P00043) to previously awarded contract FA2518-22-C-0001 for Solid State Phase Array Radar Systems (SSPARS). This modification adds missile defense radar organizational maintainer and system administrator support to the Long-Range Discrimination Radar, a system that is on the SSPARS contract. The modification brings the total cumulative face value of the contract to $397,962,428. Work will be performed at Clear Space Force Station, Alaska, and is expected to be complete by Oct. 31, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $181,242 are being obligated at time of award. Space Operations Command, Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.

Atom Rail LLC, Liberty Hill, South Carolina, has been awarded a $8,488,793 firm-fixed-price contract for managing General Services Administration vehicle fleet and rail engine operations on Fort Eustis, Virginia. This contract requires the contractor to manage government owned vehicles, provide shuttle services for students, and operate government owned rail engines. Work will be performed on Fort Eustis, Virginia, and is expected to be completed by Jan. 31, 2029. This contract was competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $385,810 are being obligated at time of award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity (FA4800-24-P-0009).

*Small Business
**Mandatory source

2/2

ARMY

Shock Stream Phoenix Ventures LLC,* Oviedo, Florida, was awarded a $307,200,000 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for software development, design, integration, testing, fielding, installation, management, and documentation. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 1, 2031. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-D-0002). 

B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $48,000,000 modification (P00010) to contract W91278-22-C-0012 to design and construct the East Flightline Pond and Conveyance at Tyndall Air Force Base. Work will be performed at Tyndall Air Force Base, Florida, with an estimated completion date of June 30, 2025. Fiscal 2020 military construction, Air Force funds in the amount of $48,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Lewis Engineering Co.,* Marshall, Texas, was awarded a $29,869,500 firm-fixed-price contract for smoke body tubes and tail cones. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 1, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0008).

Ho’opono Services for the Blind, Honolulu, Hawaii, was awarded a $15,857,506 firm-fixed-price contract for dinning facility attendant 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 Feb. 1, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-D-0003).

NAVY

Lockheed Martin Corp., Owego, New York, was awarded a not-to-exceed $150,560,000 undefinitized modification (P00001) to a firm-fixed-price, cost-plus-fixed-fee order (N0001924F5567) against a previously issued basic ordering agreement (N0001921G0017). This modification adds scope to provide non-recurring engineering and add/delete efforts in support of bringing six MH-60R aircraft from a standard Foreign Military Sales (FMS) configuration to a unique configuration for the government of Norway. Additionally, this modification adds scope for the production and delivery of four Embedded Global Positioning System Inertial Navigation Systems spares, as well as provides for production spares, field and technical service representative support, and electronic support measures in-country reprogramming hot bench. Work will be performed in Owego, New York (62%); Stratford, Connecticut (36%); and Troy, Alabama (2%), and is expected to be completed in February 2027. FMS customer funds in the amount of $49,471,800 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. (Awarded Jan. 31, 2024)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $92,032,532 cost type modification to previously awarded contract N00024-23-C-5117 to exercise an option for other direct costs supporting Systems Engineering and Software Integration for the Integrated Combat System across the Surface Force portfolio of the Navy and Coast Guard. Work will be performed in Moorestown, New Jersey (41%); Columbia, Maryland (30%); Norfolk, Virginia (7%); Middletown, Rhode Island (6%); College Park, Maryland (5%); Mount Laurel, New Jersey (4%); Huntsville, Alabama (3%); Wallops Island, Virginia (1%); Arlington, Virginia (1%); San Diego, California (1%); and Herndon, Virginia (1%), and is expected to be completed by September 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,905,818 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.

Raytheon Missile Systems, Tucson, Arizona, was awarded a $68,420,396 modification (P00001) to a firm-fixed-price order (N0001924F2560) against a previously issued basic ordering agreement (N0001920G0007). This modification exercising an option for the production and delivery of 50 Joint Standoff Weapon Air-To-Ground Missiles (AGM-154 Block III C) for the government of Taiwan. Work will be performed in Tucson, Arizona (65.29%); Monmouthshire, Wales, United Kingdom (7.7%); Vergennes, Vermont (4.66%); Reading, Scotland, United Kingdom (3.01%); Joplin, Missouri (1.74%); Goleta, California (1.59%); Loveland, Colorado (1.58%); Richardson, Texas (1.12%); Tulsa, Oklahoma (1.11%); Minneapolis, Minnesota (1.03%); and various location within the continental U.S. (11.17%), and is expected to be completed in March 2028. Foreign Military Sales customer funds in the amount of $48,813,698 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. (Awarded Jan. 31, 2024)

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $55,544,062 cost-plus-incentive-fee contract modification to previously awarded contract N00024-20-C-6117 to exercise options for Navy equipment and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by January 2032. Fiscal 2024 Shipbuilding and Conversion (Navy) funds in the amount of $55,544,062 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 Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $8,305,446 cost type modification to previously awarded contract N00024-23-C-5123 to exercise an option for AEGIS capability package development and fielding, system integration and fielding, and in-service sustainment performance incentive fee. Work will be performed in Moorestown, New Jersey. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,224,666 (68%); fiscal 2023 other procurement (Navy) funds in the amount of $363,713 (11%); fiscal 2023 operation and maintenance (Navy) funds in the amount of $272,626 (8%); fiscal 2022 other procurement (Coast Guard) funds in the amount of $160,081 (5%); fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $94,796 (3%); fiscal 2022 other procurement (Navy) funds in the amount of $50,249 (1%); fiscal 2023 weapon procurement (Navy) funds in the amount of $39,211 (1%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of 14,607 (1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $5,840 (1%); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $1,997 (1%), will be obligated at time of award. Funds in the amount of $2,804,415 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is awarded a $8,234,682 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-6258 to exercise options for engineering support, component procurements, and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (49%); Orlando, Florida (33%); Virginia Beach, Virginia (15%); Clearwater, Florida (1%); Andover, Massachusetts (1%); and Arlington, Virginia (1%), and is expected to be completed by September 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $8,234,682 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, District of Columbia is the contracting activity.

DEFENSE LOGISTICS AGENCY

Skurka Aerospace Inc., Camarillo, California, has been awarded a maximum $21,293,372 firm-fixed-price, indefinite-delivery/indefinite-quantity, long-term contract for direct current motors. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is Feb. 1, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0016).

UPDATE: Truckcorp LLC, Canton, Ohio (SPE8EC-24-D-0033, $248,000,000), has been added as an awardee to the multiple award contract for trucks and trailers, issued against solicitation SPE8EC-21-R-0007 and awarded March 18, 2022.

*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, February 06, 2024 4:35 pm

Leave a Reply

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

Notify me of updates to this conversation