INSIDE THE

NEWS + ADVICE

DoD Contracts: Lockheed Martin, Northrop Grumman, BAE Systems, Raytheon, Week of 12-11-23 to 12-15-23

Posted by Ashley Jones
aircraft

12/11

ARMY

M1 Support Services LP, Denton, Texas, was awarded a $567,369,278 modification (P00152) to contract W9124G-17-C-0104 for aviation maintenance and flight school training. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Jan. 15, 2025. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

JBW Group LLC,* Fort Worth, Texas, was awarded a $44,233,025 firm-fixed-price contract for construction and design services. Bids were solicited via the internet with one received. Work will be performed in West Point, New York, with an estimated completion date of Dec. 27, 2024. Fiscal 2024 military construction, Army funds in the amount of $44,233,025 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0002). 

Unmanned Systems Inc. doing business as Albers Aerospace,* McKinney, Texas, was awarded a $15,000,000 cost-plus-fixed-fee contract for the Mission Systems Flying Test Bed. 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 Dec. 7, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0004). 

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, was awarded a $172,999,995 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2115 for naval nuclear propulsion components. Work will be performed in Pittsburgh, Pennsylvania (74%); and Schenectady, New York (26%). Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $172,999,995 will be obligated at time of award and funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Dec. 7, 2023)

Shadpour Consulting Engineers, San Diego, California, is awarded a $40,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for mechanical engineering, electrical engineering, plumbing, and fire protection services. This contract provides for A-E design and engineering services required for a design support contract. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by December 2031. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with fourteen offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-24-D-5209).

DAV Energy Solutions Inc.,* San Diego, California, is awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for building commissioning services. This contract provides for the performance of total building commissioning services during the design, construction, and building occupancy phases of a project. Work will be performed at various military installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by December 2028. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with eight offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-24-D-5201).

Textron Systems Corp., New Orleans, Louisiana, is awarded a firm-fixed-price unpriced change order contract modification not-to-exceed $9,698,725 to the previously awarded contract N00024-17-C 2480. This contract modification is for the procurement of propeller blades to support Landing Craft Air Cushion 109-123. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $2,424,682 (25%) were obligated at time of contract modification and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion, and Repair, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair, and operations supplies. 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 360-day bridge contract with no option periods. Locations of performance are California, Washington, Montana, Idaho, and Wyoming, with a Dec. 5, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0006).

UPDATE: QRS Calibrations LLC,* Haltom City, Texas (SPE2D1-24-D-0004, $11,897,790), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022.  

AIR FORCE

Enlighten IT Consulting LLC, Columbia, Maryland, was awarded a $25,924,156 12-month, firm-fixed-price contract extension for the Option Year Two contract line-item numbers, for the Joint Cyber Command and Control Threat Awareness Sharing Capability. This contract provides for support for JCC2 development to include rapid prototyping and agile development. Work will be performed in the U.S and is expected to be completed by Dec. 10, 2024. This contract was a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $3,200,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Joint Base San Antonio, Texas, is the contracting activity (FA8307-21-C-0003-P00021).

*Small business

12/12

ARMY

BAE Systems Ordnance Systems, Kingsport, Tennessee, was awarded an $8,823,564,140 fixed-price with economic-price-adjustment contract for production of explosives and the operation and maintenance of the Holston Army Ammunition Plant from Jan. 1, 2024, through Dec. 31, 2033. 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 Dec. 31, 2033. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0001).

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, was awarded a $442,956,422 modification (P00035) to contract W58RGZ-22-C-0010 for the Black Hawk helicopter program. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2024 aircraft procurement, Army funds in the amount of $442,956,422 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $89,634,764 fixed-price with economic-price-adjustment contract for Enhanced Heavy Equipment Transporter System modification kits. 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 Dec. 13, 2031. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0011).

Bechtel National Inc., Reston, Virginia, was awarded a $38,103,915 modification (P00264) to contract W52P1J-09-C-0012 to extend the main plant operations period of performance by 47 days of the Pueblo Chemical Agent-Destruction Pilot Plant site. Work will be performed in Pueblo, Colorado, with an estimated completion date of Dec. 31, 2025. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $4,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

McCormick Industrial Abatement Services Inc.,* Little Rock, Arkansas, was awarded an $11,669,225 firm-fixed-price contract to rehabilitate tainter gates. Bids were solicited via the internet with three received. Work will be performed in Russellville, Arkansas, with an estimated completion date of Dec. 13, 2027. Fiscal 2023 civil operation and maintenance funds in the amount of $11,669,225 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-24-C-0001).

Armcorp Construction Inc.,* Celina, Ohio, was awarded a $8,192,530 firm-fixed-price contract for building construction and renovation. Bids were solicited via the internet with three received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Feb. 28, 2025. Fiscal 2024 military construction, Air National Guard funds in the amount of $8,192,530 were obligated at the time of the award. U.S. Property and Fiscal Office, Indiana, is the contracting activity (W50S7W-24-C-0001).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $174,635,020 firm-fixed-price modification (P00018) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001919D0015). This modification exercises an option to procure Lot 17 helmet mounted display requirements in support of the F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, F-35 Cooperative Program Partners, and Foreign Military Sales customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Space and Airborne Systems, Marlborough, Massachusetts, is awarded a $91,006,566 24 month modification to continue the performance of engineering services and provide spares in support a previously awarded contract (N00039-16-C-0050) for Navy Multiband Terminals (NMT) issued by the Naval Information Warfare Systems Command. This modification increases the value of the basic contract by $91,006,566; the new total value of the contract is $648,888,687. This modification will allow for tasking on a cost-plus-fixed-fee and firm-fixed-price basis associated with testing, obsolescence, technical support, and NMT terminal deliveries. The engineering services will also include software maintenance (e.g., recurring security patches and corrections to latent defects) and hardware repairs of Fleet and laboratory Lowest Replaceable Units for extended lifecycle sustainment purposes, as well as hardware redesign to address obsolescence of system parts. These services will also include studies and design changes, potentially both hardware and software, to support interface changes required for connection to and operation with externally connected systems, external modems and other baseband equipment, time/frequency distribution systems, and navigation systems. These studies and design changes may also be required for functional changes within the NMT to enable or improve operations with compatible future military satellite communications systems. Work will primarily be performed at Marlborough, Massachusetts, and is expected to be completed by December 2025The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Vigor Marine LLC, Seattle, Washington, is awarded a $82,210,752 firm-fixed-price modification to previously awarded contract N4523A24C0551 to exercise options for additional work onboard the USS Barry that includes management, testing, quality control, material, production, facilities, and dry dock. Work will be performed in Seattle, Washington, and is expected to be completed by June 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $82,210,752 (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $48,257,948 firm-fixed-price, undefinitized order (N00019242573) against a previously issued basic ordering agreement (N0001923G0002). This order provides for the redesign of a form, fit, and functional replacement of the CH-53K Inertial Measurement Unit. Work will be performed in Stratford, Connecticut, and is expected to be completed in June 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $16,695,561 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.

DEFENSE LOGISTICS AGENCY

Southern Maryland Electric Cooperative Inc., Hughesville, Maryland, has been awarded an estimated $117,004,772 regulated tariff contract for ownership, operation and maintenance of the electric utility system at Naval Support Facility Indian Head, Maryland. This was a competitive acquisition with four responses received. This is a 50-year contract with no option periods. The performance completion date is Oct. 11, 2074. Using military service is Navy. Type of appropriation is fiscal 2024 through 2074 Navy operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0600-24-C-8361).

Lions Services Inc.,** Charlotte, North Carolina, has been awarded an estimated $21,100,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmet retention H-nape chinstraps. This is a three-year contract with no option periods. The ordering period end date is Dec. 11, 2026. 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 Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B004).

Boeing Distribution Services Defense, doing business as Boeing, O’Fallon, Missouri, has been awarded an estimated $9,739,089 fixed-price with economic-price-adjustment, indefinite-quantity contract for logistics and total supply chain management support of bench stock items in support of military weapons systems at Letterkenny Army Depot, Pennsylvania. This was a competitive acquisition with two responses received. This is a five-year base contract with one two-year option period, and six 30-day extensions. The performance completion date is Dec. 29, 2028. 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 Land and Maritime, Columbus, Ohio (SPE7LX-24-D-0009).

AIR FORCE

DZYNE Technologies, Inc., Fairfax, Virginia; and Irvine, California, were awarded a $49,000,000 indefinite-quantity/indefinite-delivery, Small Business Innovation Research Phase III contract for advanced Unmanned Aerial Systems (UAS) research and development. This contract provides for the investigation and development of advanced unmanned aerial systems to improve flight performance, sensor capabilities, and flight endurance of long endurance UAS, expand low-cost precision delivery cargo using improved navigation sensors, propulsion, and other vehicle upgrades, facilitate rapid conversion of manned aircraft to UAS, and develop other advanced UAS upgrades to support operational user needs. Work will be performed in Irvine, California, and is expected to be completed by Dec. 12, 2030. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $700,000; and fiscal 2024 research, development, test, and evaluation funds in the amount of $920,000, are being obligated to the initial task order at time of award. The Air Force Research Laboratory Wright-Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-D-B001 and FA2385-24-F-B001).

*Small business
**Mandatory Source

12/13

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $74,045,265 modification (P00017) to contract W58RGZ-21-C-0016 for the AH-64 Apache Modernized Target Acquisition Designation Sight/Pilot Night Vision Sensor Performance Based Logistics program. Work will be performed in Orlando, Florida, with an estimated completion date of Dec. 31, 2024. Fiscal 2024 Army working capital funds in the amount of $74,045,265 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Longbow LLC, Orlando, Florida, was awarded a $10,773,790 modification (P00008) to contract W58RGZ-22-C-0053 for the Apache AH-64D/E Model Fire Control Radar. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2024. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

West Consultants Inc.,* Salem, Oregon, was awarded a $10,000,000 firm-fixed-price contract for hydraulic and hydrologic engineering services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 12, 2028. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-24-D-0002).

NAVY

B.L. Harbert International LLC, Birmingham, Alabama, is awarded a $136,109,705 firm-fixed-price contract for construction of a nuclear regional maintenance facility located at Naval Submarine Base, Kings Bay, Georgia. The work to be performed provides for, but is not limited to, construction of a new precast panel and structural steel frame building, with aggregate pier ground improvements and spread footings with reinforced concrete slab on grade, with incidental site work, pavements, utilities, drainage and demolition work. Work will be performed in Camden County, Georgia, and will be completed by August 2028. Fiscal 2023 military construction (Navy) contract funds in the amount of $136,109,705 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 sam.gov website, with two offers received. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-C-0001).

Sikorsky Aircraft Corp., Lockheed Martin Co., Stratford, Connecticut, is awarded a $56,873,480 modification (P00005) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0001923D0011). This modification increases the contract ceiling to provide integrated logistics support, sustainment engineering, spares procurement, materials management, component overhaul, and training activities in support of sustainment efforts for the VH-92A helicopter for the Navy. Work will be performed in Stratford, Connecticut (92.5%); Owego, New York (4.6%); Trumball, Connecticut (1.6%); and various locations within the continental U.S. (1.3%). No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $34,286,466 cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5401 to exercise options for design agent and engineering support services for the Rolling Airframe Missile. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2028. Federal Republic of Germany funds in the amount of $8,530,761 (77%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,154,900 (10%); Foreign Military Sales funds in the amount of $620,002 (6%); fiscal 2022 weapons procurement (Navy) funds in the amount of $271,317 (2%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $197,054 (2%); fiscal 2023 weapons procurement (Navy) funds in the amount of $140,319 (1%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $117,283 (1%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $95,914 (<1%); and fiscal 2022 other procurement (Navy) funds in the amount of $16,918 (<1%), will be obligated at time of award of which $288,235 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Environmental Alternatives Inc.* Swanzey, New Hampshire, is awarded a $19,564,482 firm-fixed-price, indefinite-delivery/indefinite-quantity contract, for specialized depot overhaul induction procedures to process potentially radiologically contaminated LM2500 Single Shank Turbine Gas Generator Assemblies, which are subject to radiological control in support of the Navy’s Marine Gas Turbine Program. The contract will have a five year ordering period. Work will be performed in Swanzey, New Hampshire, and is expected to be completed by November 2029. Fiscal 2024 operation and maintenance (Navy) funding in the total amount of $940,400 will be obligated at time of award and will expire at the end of the fiscal year. This contract was a total small business set-aside, competitively procured via the Contract Opportunities website at www.sam.gov with two offers received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4001).

AIR FORCE

ION Corp., Eden Prairie, Minnesota (FA8139-24-D-0001, $37,493,852); X Technologies, Inc., San Antonio, Texas (FA8139-24-D-0002, $43,964,664); Westest Engineering Corp., Layton, Utah (FA8139-24-D-0003, $24,123,608); and Tyonek Engineering and Agile Manufacturing LLC, Warner Robbins, Georgia (FA8139-24-D-0004, $20,167,002), were awarded firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contracts for interface test adapter and related test equipment design and manufacturing services. This contract provides for all supervision, personnel, equipment, tools, materials, transportation, and other items as necessary, except for government furnished property applicable for design and manufacture of interface test adapters and related test equipment design and manufacturing for Air Force government test program set development. Work will be performed at each vendors location and is expected to be completed by April 2, 2029. These awards are the result of a competitive acquisition, and 10 offers were received. Fiscal 2024 working capital funds in the amount of $25,196 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $42,749,076 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the modular lightweight load-carrying equipment components. This was a competitive acquisition with nine responses received. This is a three-year contract with no option periods. The ordering period end date is Dec. 12, 2026. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0016).

UPDATE: Altec Industries Inc., Birmingham, Alabama (SPE8EC-24-D-0026, $157,000,000), has been added as an awardee to the multiple award contract for commercial cranes, issued against solicitation SPE8EC-21-R-0003 and awarded Aug. 25, 2022. 

*Small business

12/14

NAVY

Dawson Enterprises LLC, McClellan, California (N62473-24-D-5211); Heffler Contracting Group,* El Cajon, California (N62473-24-D-5212); Herman Construction Group Inc., Escondido, California (N62473-24-D-5213); HHI Corp., Ogden, Utah (N62473-24-D-5214); and R.A. Burch Construction Co. Inc., Ramona, California (N62473-24-D-5215), are awarded a combined $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for new construction, renovation, and repair of general building construction with secure spaces at various government installations. This contract provides for design-build or design-bid build for new construction, repair, and/or renovation of commercial and institutional buildings with secure spaces. Work will be performed in the states of California (87%), Arizona (6%), Nevada (4%), Utah (1%), Colorado (1%), and New Mexico (1%), and is expected to be completed by December 2031. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $25,000 will be obligated at time of award, and funds will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov contract opportunities website, with 15 offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

Speedway Orion JV,* San Diego, California (N62473-24-D-5216); Bhate Environmental Associates Inc., Birmingham, Alabama (N62473-24-D-5217); BTS Equipment Unlimited Inc.*; El Cajon, California (N62473-24-D-5218); JKS Industries LLC*, Greenwood Village, Colorado (N62473-24-D-5219); Resource Environmental Inc., Cerritos, California (N62473-24-D-5220); Sea Pac Engineering Inc., Los Angeles, California (N62473-24-D-5221); Stampede Ventures Inc.; Nome, Alaska (N62473-24-D-5222); and Target Contractors LLC,* Ladson, South Carolina (N62473-24-D-5223), are awarded a combined $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for demolition projects. This contract predominantly involves building and structure demolition and site preparation to match the surrounding area including, but not limited, to paving and landscaping. Work will be performed at various government installations located in California (88%), Arizona (5%), Nevada (4%), Utah (1%), Colorado (1%), and New Mexico (1%), and is expected to be completed by December 2031. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Fiscal 2024 operation and maintenance (Navy) funding in the amount of $40,000 will be obligated at the time of award and funds will expire at the end of the current fiscal year. This contract was competitively procured via the Sam.gov contract opportunities website, with sixteen offers received. Naval Facilities Engineering Systems Command Southwest, San Diego, California is the contracting activity.

Lockheed Martin Corp., Owego, New York, is awarded a not-to-exceed $132,834,000 undefinitized modification (P00001) to a firm-fixed-price order (N0001924F2566) 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 eight MH-60R aircraft from a standard Foreign Military Sales (FMS) configuration to a unique configuration for the government of Spain. Additionally, this modification procures eight embedded global positioning system inertial navigation systems spares, four airborne low frequency sonars, production spares, and associated field service representative support. Work will be performed in Owego, New York (39%); Stratford, Connecticut (30%); Brest, France (21%); Portsmouth, Rhode Island (8%); and Troy, Alabama (2%), and is expected to be completed in June 2029. FMS customer funds in the amount of $46,491,900 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.

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $100,000,000 cost reimbursable modification to previously awarded contract N00024-16-C-2116 to establish a Nuclear Enterprise Workforce Special Incentive. This special incentive will support the government’s portion of strategic co-investments in recruitment, training, and retention of a critical, skilled nuclear ship construction and ship repair workforce. Work will be performed in Newport News, Virginia, and is expected to be completed by December 2037. Fiscal 2023 other procurement (Navy) funds in the amount of $50,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Huntington-Ingalls Industries – Newport News Shipbuilding (HII-NNS), Newport News, Virginia, is awarded a $9,337,704 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-2114 for the procurement of material and labor associated with contractor furnished on-board repair parts for the outfitting of CVN 79. Work will be performed in Newport News, Virginia, and is expected to be completed by July 2025. Fiscal 2023 shipbuilding and conversion navy outfitting funding in the amount of $9,337,704 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Newport News, Virginia, is the contracting activity.

Detyens Shipyards Inc., Charleston, South Carolina, is awarded at $8,220,997 firm-fixed-price contract (N3220524C4091) for an 82 calendar day shipyard availability for a mid-term availability of Military Sealift Command’s fleet ordnance and dry cargo USNS Arctic (T-AOE 8). This contract includes a base period and two unexercised options, which if exercised, would increase cumulative value of this contract to $8,342,391. Work will be performed in Charleston, South Carolina, beginning Jan. 15, 2024, and is expected to be completed by Apr. 5, 2024. Fiscal 2024 working capital (Navy) funds in the amount of $8,220,997 are obligated, and will not expire at the end of the current fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and five proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4091).

ARMY

Palantir USG Inc., Palo Alto, California, was awarded an Other Transaction Authority modification (P00021) to contract W15QKN-20-9-P001 with a ceiling of $115,046,590 to extend the Army Vantage period of performance by 12 months. Work will be performed in Palo Alto, California, with an estimated completion date of Dec. 15, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $35,640,785 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $78,392,392 modification (P00009) to contract W56HZV-23-F-0395 to produce M2A4 and M7A4 vehicles from various inducted legacy source variants. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Enviremedial Services Inc.,* Oceanside, California, was awarded an $18,653,065 firm-fixed-price contract for facilities investment services. 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 Dec. 13, 2028. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-D-1000). 

Tetra Tech Inc., San Diego, California, was awarded a $14,804,603 modification (P00009) to contract W912DY-22-F-0059 for recurring maintenance and minor repair of petroleum systems. Work will be performed in Windsor Locks Connecticut; Washington D.C.; Dover, Delaware; Wilmington, Delaware; Cape Cod, Massachusetts; Chicopee, Massachusetts; Hanscom, Massachusetts; Westfield, Massachusetts; Joint Base Andrews, Maryland; Middle River, Maryland; Bangor, Maine; Bangor, Maine; Pease Air National Guard Base, New Hampshire; Atlantic City, New Jersey; Barnegat, New Jersey; Lakehurst, New Jersey; McGuire Air Force Base, New Jersey; Fort Dix, New Jersey; Mattydale, New York; Niagara Falls, New York; Scotia, New York; Westhampton Beach, New York; New Windsor, New York; Annville, Pennsylvania; Coraopolis, Pennsylvania; Horsham, Pennsylvania; Middletown, Pennsylvania; Pittsburgh, Pennsylvania; North Kingstown, Rhode Island; Hampton, Virginia; Burlington, Vermont; Charleston, West Virgnia; and Martinsburg, West Virgnia, with an estimated completion date of Dec. 29, 2024. Fiscal 2010 revolving funds in the amount of $14,804,603 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

Aptim Federal Services LLC, Baton Rouge, Louisiana, was awarded an $11,277,910 firm-fixed-price contract for recurring maintenance and minor repair of petroleum systems. Bids were solicited via the internet with three received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of Dec. 31, 2028. Fiscal 2024 revolving funds in the amount of $11,277,910 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0002). 

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 355-day bridge contract with no option periods. Locations of performance are Ohio, Kentucky, Indiana, Nebraska, Wisconsin, Iowa, Missouri, Minnesota, Michigan, North Dakota, and South Dakota, with a Dec. 5, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0005).

Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $8,731,325 modification (P00007) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1432) with four one-year option periods for men’s green dress coats, belts and keepers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Dec. 18, 2024. Using military service is 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. 

DEFENSE FINANCING ACCOUNTING SERVICES

Kearney and Co. P.C., Alexandria, Virginia, is being awarded a maximum $11,893,927 labor-hour contract modification (P00010) for financial statement audit services for the Defense Health Program (DHP), Medicare Eligible Retiree Care Fund, and Defense Health Agency Contract Resource Management. This brings the total cumulative value of the existing contract, HQ042322F9000, to $34,554,750 from $22,660,822. Work will be performed in various locations including DHP headquarters in Falls Church, Virginia, as well as other federal locations in Texas, Ohio, Indiana, Maryland, Colorado, New York, and Maine, with an expected completion date of Dec. 31, 2024. This contract was the result of a competitive acquisition for which one quote was received. Fiscal 2024 defense-wide operating and maintenance funds in the amount of $11,893,927 are being obligated at time of option exercise. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

*Small business

12/15

ARMY

TRAX International Corp., Las Vegas, Nevada, was awarded a $692,886,684 cost-plus-fixed-fee contract for planning, conducting, analyzing, and reporting the results of developmental tests, production tests and other tests. Bids were solicited via the internet with three received. Work will be performed at Aberdeen Proving Ground, Maryland, with an estimated completion date of Dec. 13, 2028. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $1,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0004).   

Kokosing Alberici Traylor LLC, Westerville, Ohio, was awarded a $210,189,500 modification (P00007) to contract W911XK-22-C-0006 for chamber monoliths at Soo Lock. Work will be performed in Sault Saint Marie, Minnesota, with an estimated completion date of July 8, 2028. Fiscal 2015-2024 civil construction funds in the amount of $210,189,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. 

ASJ-NASCO JV LLC,* Lampasas, Texas, was awarded a $25,000,000 firm-fixed-price contract for maintenance, repair, upgrade, and construction of real property facilities for Fort Johnson, Louisiana, and surrounding areas. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 14, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-D-0013). 

Eastern Construction & Electric Inc.,* Wrightstown, New Jersey, was awarded an $18,144,999 firm-fixed-price contract for facility design, build and restoration services. Bids were solicited via the internet with four received. Work will be performed at Fort Dix, New Jersey, with an estimated completion date of Dec. 4, 2025. Fiscal 2024 operation and maintenance, Army Reserve funds in the amount of $18,144,999 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0004). 

Engineering Research and Consulting Inc., Huntsville, Alabama, was awarded a $17,992,287 modification (P00030) to contract W91CRB-22-F-0282 for engineering services. Work locations and funding will be determined with each order, with an estimated completion date of June 19, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.   

Westech International, Albuquerque, New Mexico, was awarded a $14,138,306 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for logistics support services. Bids were solicited via the internet with three received. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of June 17, 2029. Fiscal 2023 operation and maintenance, Army funds in the amount of $205,165 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0039). 

Goodyear Tire & Rubber Co., Akron, Ohio, was awarded a $9,886,909 modification (P00006) to contract W91CRB-21-D-0003 for tires. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 20, 2025. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Shimmick Construction Co. Inc., Irvine, California, was awarded a $9,881,973 modification (P00019) to contract W912P5-17-C-0007 for steel and concrete overruns for the Chickamauga Lock replacement project. Work will be performed in Chattanooga, Tennessee, with an estimated completion date of Jan. 7, 2026. Fiscal 2021 civil construction funds in the amount of $9,881,973 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. 

Montana State University Inc., Bozeman, Montana, was awarded a $9,135,000 modification (P00004) to contract W911W6-18-C-0050 to evaluate and detail the current challenges in manufacturing primary aircraft structures using stretch-broken carbon fiber. Work will be performed in Bozeman, Montana, with an estimated completion date of Sept. 30, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $9,135,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $663,134,662 modification (P00092) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive, cost reimbursable contract (N0001921C0020). This modification adds scope to provide logistics support, to include ground maintenance activities, action request solution, depot activation activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot training, maintainer training, and training system sustainment in support of delivered F-35 Lightning II Joint Strike Fighter Air Systems for the Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (57%); Orlando, Florida (26%); Greeneville, South Carolina (11%); Samlesbury, United Kingdom (4%); and El Segundo, California (2%), and is expected to be completed in March 2024. Fiscal 2024 operation and maintenance (Air Force) funds in the amount of $246,914,605; fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $142,762,214; fiscal 2024 operation and maintenance (Navy) funds in the amount of $64,824,767; FMS customer funds in the amount of $63,194,514; and non-U.S. DOD participant funds in the amount of $145,438,562 will be obligated at time of award, $454,501,586 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $168,199,286 firm-fixed-price advanced acquisition contract. This contract procures long-lead time materials for 21 full rate production lot 9 CH-53K King Stallion aircraft in support of the Marine Corp. Work will be performed in Stratford, Connecticut and is expected to be completed in March 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $168,199,286 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0009).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $138,456,123 cost-plus-fixed-fee undefinitized contract to procure various special tooling and special test equipment in support of production, retrofit modifications and flight test instrumentation for the Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers and non-U.S. Department of Defense (DOD) participants. Work will be performed in Merrimack, New Hampshire (46%); Fort Worth, Texas (18.3%); Samlesbury, United Kingdom (11.5%); San Diego, California (5.9%); Karmiel, Israel (5.5%); Hoogeveen, Netherlands (2%); Winfield, Kansas (1.9%); Cosgrove Close, Worcester, United Kingdom (1.4%); Wilsonville, Oregon (1.3%); and various locations within the continental U.S. (6.2%), and is expected to be completed in December 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $14,276,162; fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,409,392; fiscal 2023 research, development, test, and evaluation (Air Force) funds in the amount of $5,750,000; fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $5,750,000; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $1,912,896; fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,912,896; FMS customer funds in the amount of $1,417,792 and non-U.S. DOD participants funds in the amount of $10,343,897 will be obligated at time of award, $15,325,792 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(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0011).

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a $36,763,925 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2443 for life cycle engineering and support for the LPD 17 Class Amphibious Transport Dock Ship Program. Work will be performed in Pascagoula, Mississippi; (95%), and Norfolk, Virginia (5%), and is expected to be completed in December 2024. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $7,308,771 (55%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $3,736,544 (28%); fiscal 2024 research development test and evaluation (Navy) funds in the amount of $750,000 (6%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $650,842 (5%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $428,435 (3%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $250,000 (2%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $98,000 (1%) 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. 

General Atomics, San Diego, California, is awarded a $27,964,670 modification (P00094) to a previously awarded a cost-plus-fixed-fee contract (N0001914C0037). This modification exercises options for the production and delivery of two Advanced Arresting Gear water twisters and 140 Electromagnetic Aircraft Launch System (EMALS) Position Sensor Blocks (PSBs). Additionally, this modification incorporates item unique identifications requirements for a total of 280 EMALS PSBs and includes non-recurring engineering support for redline Prime Power Interface Subsystem Transformer Rectifier drawings and completion of revisions to support drawing releases in support of the Navy. Work will be performed in San Diego, California (95%); and Tupelo, Mississippi (5%), and is expected to be completed in January 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $5,964,671; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $21,999,999 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. 

BAE Systems, San Diego, California, is awarded a $21,997,212 firm-fixed-price contract for maintenance and repair services in support of the Self-Defense Test Ship during a Selected Restricted Availability maintenance period. Work will be performed in San Diego, California, and is expected to be completed by December 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $21,997,212 will be obligated at time of award. This contract was competitively procured via the System for Award Management website, with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339424C0002).

Delta Resources Inc. of Washington, D.C., is awarded a $14,918,702 cost-plus-fixed-fee contract N00030-24-C-6030 to provide engineering and professional support services for the Conventional Prompt Strike program. The contract has options which, if exercised, would increase the value of the contract to $79,690,027. Work will be performed in Washington, D.C., (93%); and Huntsville, Alabama (7%). Work is expected to be completed on Dec. 17, 2028. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $2,250,000 will be obligated on this award and will not expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $12,980,062 modification (P00006) to cost-plus-fixed-fee order (N0001922F1020) against a previously issued basic ordering agreement (N0001919G0008). This modification exercises options for the production and delivery of four Modified Mission Rehearsal Trainer kits, to include associated site readiness and survey requirements in support of providing a smaller footprint of the existing F-35 Pilot Training Device (PTD), additional training capabilities allowing the Air Force to train a greater number of pilots at any given time to meet its growing F-35 pilot training requirements, more sorties flown in a PTD rather than the F-35 airframe, and interoperability with other PTDs. Work will be performed in Orlando, Florida (91%); and Fort Worth, Texas (9%), and is expected to be completed in August 2026. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $12,980,062 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Plymouth, Minnesota, is awarded an $8,856,018 firm-fixed-price, definite delivery contract for 30mm MK44 Stretch cannons, with associated spares, tools, and gauges as a Foreign Military Sales (FMS) contract under the Foreign Military Sales program to the Israeli Ministry of Defense. Work will be performed in Mesa, Arizona and is expected to be completed by March 31, 2025. FMS (Israel) customer funds in the amount of $8,856,018 (100%) will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4), (international agreement or a treaty between the United States and a foreign government or international organization). Naval Surface Warfare Center Crane, Crane, Indiana, is the contracting activity (N0016424CJ001).

SPECIAL OPERATIONS COMMAND

General Atomics Aeronautical Systems Inc., Poway, California, indefinite-delivery/indefinite-quantity, firm-fixed-price and cost-plus-fixed-fee contract (H92403-18-D-0006) ceiling has been increased and now has a potential maximum estimated value of $200,000,000 for integration and testing support for the Medium Altitude Long Endurance Tactical (MALET) MQ-9 and MQ-1C Special Operations Forces peculiar (SOF-p) modifications, procurement of GA-ASI developed and produced aircraft modification kits, and analysis and studies to inform Government decision on potential future MALET MQ-9 and MQ-1C SOF-p modifications. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,011,000 are being obligated at time of award. The majority of the work will be performed in Poway, California, and is expected to be completed by March 2024. This is a sole source requirement and was issued under the authority 10 U.S. Code 2304(c) (1), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, as implemented by Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrop Grumman, El Segundo, California, has been awarded a maximum $164,200,000 firm-fixed-price, requirements contract for F/A-18 weapon system supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a five-year base contract with one five-year option period. The performance completion date is Dec. 31, 2028. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense appropriated funds and working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-24-D-9408).

Hermes Medical Solutions Inc., Greenville, North Carolina, has been awarded a maximum $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for radiology system components and accessories. This is a five-year base contract with one five-year option period. The ordering period end date is Dec. 14, 2028. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-24-D-0002). 

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a sole-source hybrid, cost-plus-fixed-fee, and cost-plus-incentive-fee, contract modification (P00089) under Aegis Ballistic Missile Defense (BMD) Weapon Systems contract HQ085121C0002. The total value of this contract modification is $157,151,560, inclusive of all options.  The work will be performed in Moorestown, New Jersey, with period of performance from time of award through June 2025.   This modification will extend all current contract line-item numbers for a period of eighteen months. The effort performed in this period will be a continuation of in scope support for the following efforts: Aegis Baseline, BL 9 (BMD 5.1.5) development, future weapon system development support, Aegis BMD in-service support; BMD ground and flight test support; modeling and simulation support; Aegis Ashore Missile Defense Test Complex combat system engineering, testing, site support, modernization, technical and logistics support, glide phase development, and Aegis BMD ship installation and planning.  Fiscal 2024 research, development, test and evaluation funds in the amount of $19,725,595 will be obligated at the time of award.  The value of the contract increases from $1,317,119,744 by $111,402,385 to $1,428,522,130.  Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $72,318,801 cost-plus-fixed-fee and cost reimbursable, indefinite-delivery requirements modification to previously awarded contract FA8539-21-D-0001 to exercise Option Year 3 for repair services. This contract provides for the 407th repair sustainment of the RQ-4 Global Hawk Unmanned Air-Vehicle System. Work will be performed at San Diego, California; Salt Lake City, Utah; El Segundo, California; Sterling, Virginia; Las Cruces, New Mexico; Valencia, California; Joplin, Missouri; Vandalia, Ohio; Troy, Ohio; Longueuil, Québec; Woodland Park, New Jersey; Whippany, New Jersey; Indianapolis, Indiana; Woburn, Massachusetts; Twinsburg, Ohio; Medford, New York; Cypress, California; Wichita, Kansas; Linthicum, Maryland; Dulles, Virginia; Oklahoma City, Oklahoma; Sunnyvale, California; and Macon, Georgia, and is expected to be completed by Dec. 31, 2024. This contract was a sole source acquisition. Fiscal 2024 Contract Depot Maintenance Direct Cite funds in the amount of $25,000,000 are being initially obligated on the Option III order FA8539-24-F-0001. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-21-D-0001-P00014).

Integrated Solutions for Systems Inc., Huntsville, Alabama, was awarded a $29,755,595 second Small Business Innovation Research Phase III cost-plus-fixed-fee contract ($11,937,378 base and $17,818,217 in options). This contract provides for final development of the Common Munitions Software Defined Radio in support of the Government Reference Architecture. Work will be performed at Niceville, Florida, and is expected to be completed by June 18, 2026. This contract was a sole source acquisition.  Fiscal 2023 research, development, test and evaluation funds in the amount of $2,040,902; and Accelerate the Procurement and Fielding of Innovative Technologies funds in the amount of $9,986,476, are being obligated at time of award for the base period of 24 months. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida is the contracting activity (FA8658-24-C-B001).

InfoScitex Corp., Dayton, Ohio, has been awarded a $9,950,601 modification to previously awarded FA8650-21-F-2623 to research, develop, and demonstrate new autonomous control technologies by developing and using a comprehensive simulation-based research and development capability. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 30, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $40,000 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson AFB, Ohio, is the contracting activity.  

NWF Contractor Inc., Fort Walton Beach, Florida, was awarded a maximum ceiling $9,500,000, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for construct targets. This contract provides for The Construct Target Re-Compete Project to establish a new indefinite-delivery/indefinite-quantity as a follow on to the previous indefinite-delivery/indefinite-quantity that expired the previous fiscal year. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Dec. 14, 2028.  This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,000 are being obligated at time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2823-24-D-0002).

*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, December 18, 2023 12:27 pm

Leave a Reply

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

Notify me of updates to this conversation