INSIDE THE

NEWS + ADVICE

DoD Contracts: Lockheed Martin, Raytheon Technologies, Leidos, Boeing, Week of 3-6-23 to 3-10-23

Posted by Ashley Jones
aircraft

3/6

DEFENSE LOGISTICS AGENCY

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $25,149,600 modification (P00011) exercising the two-year option period of a two-year base contract (SPE1C1-21-D-1449) with one two-year option period for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 8, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Sunshine Aero Industries, Florala, Alabama, has been awarded a minimum $24,128,950 fixed-price with economic-price-adjustment contract for fuel support at Florala Municipal Airport, Alabama. This was a competitive acquisition with 103 responses received. Additional contracts are expected to be awarded under this solicitation (SPE607-23-R-0202). This is a three-year eight-month base contract with one six-month option period. Location of performance is Alabama, with a March 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE607-23-D-0011).

ARMY

Cornerstone Engineering Inc.,* Louisville, Kentucky (W912P5-23-D-0008); SES Civil and Environmental LLC,* Oak Ridge, Tennessee (W912P5-23-D-0009); and Underwater Mechanix Services LLC,* Jacksonville, Florida (W912P5-23-D-0010), will compete for each order of the $24,000,000 firm-fixed-price contract for streambank stabilization construction services. 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 March 5, 2028. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.

NAVY

Dynalec Corp.,* Sodus, New York, is being awarded a $23,913,512 indefinite-delivery/indefinite-quantity contract (N6523623D1005) with provisions for firm-fixed-price, cost-plus-fixed-fee, and cost orders. The contract will provide for the delivery of the Wired Voice Network (WVN) to be installed on the Guided-Missile Frigate Class of ships. This contract will also provide for services and other direct costs that are incidental to the WVN system. The contract includes a five-year base ordering period with a potential value of $23,913,512 and a five-year option ordering period which, if exercised, would bring the cumulative potential value of this contract to $48,032,134. Fiscal 2020 and 2021 shipbuilding and conversion, Navy funds in the amount of $3,179,893 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Sodus, New York (50 percent); and Marinette, Wisconsin (50 percent). Work is expected to be completed by March 2028. If the option is exercised, work could continue until March 2033. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command – Electronic Commerce Central and System for Award Management websites, with one offer received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Integrits Corp.,* San Diego, California, is awarded a $14,918,694 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of operation and maintenance support for the Mobile At-Sea Sensor System (MATSS) vessel at Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii. This contract includes options which, if exercised, would bring the cumulative value of this contract to $18,755,728. Work will be performed in the Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be complete by March 2025. If all options are exercised, work will continue through September 2025. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $2,500 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was competitively procured with three offers received via sam.gov. The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N32253-23-D-0002).

*Small business
**Woman-owned small business in historically underutilized business zones

3/7

ARMY

System Studies & Simulation Inc., Huntsville, Alabama, was awarded an $81,465,200 hybrid (firm-fixed-price and time-and-materials) contract for technical engineering support. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 15, 2028. Fiscal 2021 other procurement, Army funds in the amount of $6,553,332 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-B003).

Integrated Solutions for Systems Inc.,* Huntsville, Alabama, was awarded a $9,489,613 cost-plus-fixed-fee contract for basic and applied scientific research for development and demonstration of plug-and-play open architectures for positioning, navigation and timing. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 7, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0005).

AIR FORCE

Raytheon, Aurora, Colorado, was awarded a $15,047,091 bilateral supplemental agreement modification (P00392) to previously awarded Next Generation Operational Control Segment (OCX) contract FA8807-10-C-0001 for additional development contractor support for OCX. This modification extends sustainment for the Block 0 Launch and Checkout System and certain other fielded components of OCX by nine months. The location of performance is primarily Aurora, Colorado, and is expected to be completed by Dec. 1, 2023. Fiscal 2023 research, development, test, and evaluation funds in the amount of $15,047,091 are being obligated at the time of award. Total cumulative face value of the contract is $3,919,145,910. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tri-State Government Services Inc.,** Chattanooga, Tennessee, has been awarded a maximum $9,820,047 indefinite-delivery/indefinite-quantity contract for hazardous waste removal and disposal. This was a competitive acquisition with one response received. This is a 30-month base contract with one 30-month option period. Location of performance is Georgia, with a Sept. 9, 2025, performance completion date. Using customers are Air Force, Air Reserve, Air National Guard, Army, Army Reserve, Army National Guard, Coast Guard and Navy. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0012).

SND Manufacturing, Dallas, Texas, has been awarded a maximum $9,146,497 modification (P00013) exercising the fourth one-year option period of a one-year base contract (SPE1C1-19-D-5038) with four one-year option periods for running suit jackets. This is an indefinite-delivery contract. The ordering period end date is March 17, 2024. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $8,530,000 firm-fixed-price task order (N6247823F4066) under previously-awarded contract N62478-20-D-4003 for repairs to the Water Reclamation Facility secondary clarifier, Marine Corps Base Hawaii.  Work will be performed at Oahu, Hawaii, and is expected to be completed by February 2024.  Fiscal 2023 operation and maintenance, (Marine Corps) funds in the amount of $8,530,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year.  This contract was competitively procured with three offers received.  The Naval Facilities Engineering Systems Command, Hawaii, Kaneohe Bay, Hawaii, is the contracting activity.

Lockheed Martin Corp., Liverpool, New York, is awarded an $8,444,082 fixed-price-incentive-fee modification to previously awarded contract N00024-19-C-6120 to exercise options for Navy equipment and engineering services. Work will be performed in Liverpool, New York (66%); Millersville, Maryland (33%); and Marion, Massachusetts (1%), and is expected to be completed by January 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $5,629,388 (66%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,407,347 (17%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,407,347 (17%) 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 Navy Yard, Washington, D.C., is the contracting activity.

*Small business
**Woman-owned small business

3/8

NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $256,885,866 firm-fixed-price modification to previously awarded contract M67854-16-C-0006 for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,327,974,121. This contract modification provides for the exercise of options for the procurement of 27 full rate production (FRP) ACV personnel variants, 17 FRP ACV command variants, and associated production, and fielding and support costs. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of July 2025. Fiscal 2023 procurement (Marine Corps) funds in the amount of $256,885,866 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $53,600,000 cost-plus-fixed-fee undefinitized order (N0001923F2572) against a previously issued basic ordering agreement (N0001922G0002).  This order provides non-recurring engineering to qualify a V-22 Gearbox Vibration Monitoring/Osprey Drive System safety and health information system in support of providing earlier detection of degrading gearbox components to allow proactive maintenance and potential mitigation of drive system failure modes across all V-22 Osprey variants for the Air Force, Marine Corps and Navy.  Work will be performed in Philadelphia, Pennsylvania (44%); Bell Fort Worth, Texas (39%); Santa Clara, California (2.2%); and various locations within the continental U.S. (14.8%), and is expected to be completed in December 2024.  Fiscal 2022 aircraft procurement (Navy) in the amount of $23,800,000; and fiscal 2022 aircraft procurement (Air Force) funds in the amount of $2,500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Collins Aerospace, Windsor Locks, Connecticut, is awarded a $22,799,684 firm-fixed-price order (N0042123F0197) against a previously issued basic ordering agreement (N0001919G0007).  This order procures 80 Modern Pump Housing (MPH) hardware kits, 80 installation kits, and two component kits with line replaceable units in support of MPH installs on E-2 and C-2 aircraft propellers for the Navy.  Work will be performed in Windsor Locks, Connecticut, and is expected to be completed in May 2026.  Fiscal 2022 aircraft procurement (Navy) in the amount of $22,799,684 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $20,790,809 cost-plus-fixed-fee contract for the Magnetic and Acoustic Generation Next Unmanned Superconducting Sweep (MAGNUSS). This contract provides for the development of a mine countermeasure technology referred to as MAGNUSS. The MAGNUSS payload technology is composed of a high temperature superconducting magnetic source with an advanced acoustic generator. The MAGNUSS program is an Office of Naval Research sponsored Future Naval Capability effort for the development, fabrication, integration and demonstration of the payload which is expected to transition to the Naval Sea Systems Command program for the Mine Countermeasure Unmanned Surface Vehicle. Work will be performed in Ayer, Massachusetts (47%); Hunt Valley, Maryland (35%); and Groton, Connecticut (18%). Work is expected to be completed by March 7, 2026. The total cumulative value of the 36-month base period is $20,790,809, with an additional 12 months for the options in the amount of $54,072,789. The option periods of performance are of various lengths, all of which, if exercised, may run concurrently with the base and other options. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $7,089,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under Long Range Broad Agency Announcement N00014-22-S-B001 and Special Notice N00014-21-S-SN12, MAGNUSS. Three proposals were received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-2006).

Alliance Consulting Group,* Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cost engineering and related services for projects located throughout the Naval Facilities Engineering Systems Command Atlantic area of operations. This contract provides for development and preparation of detailed cost estimates for complex facilities. Work will be performed at Department of Navy installations throughout the U.S., and abroad, and is expected to be completed by March 2028. The maximum dollar value, including the base period and four option years, is $15,000,000. Fiscal 2023 military construction, Navy funds in the amount of $5,000 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 six offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-23-D-0010).

ARMY

Geo-Stanley JV 2,* Kevil, Kentucky (W9126G-23-D-0001); Kenall-Halff JV LLC,* Houston, Texas (W9126G-23-D-0002); and MSM Huitt-Zollars JV LLC,* New Orleans, Louisiana (W9126G-23-D-0003), will compete for each order of the $105,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 7, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Triple B. Corp., doing business as Charlie’s Produce, Salt Lake City, Utah, has been awarded a maximum $63,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is March 18, 2028. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P405).

AIR FORCE

Raytheon Technologies, Marlborough, Massachusetts, has been awarded a $13,400,000 bilateral modification (P00248) to previously awarded FA8705-13-C-0005 to modify two terminals in support of the Air Force Nuclear Weapons Center. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by September 2023. Total cumulative face value of the contract is $493,939,546. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.

Serco Inc., Herndon, Virginia, has been awarded an $8,683,092, option modification (P00018) to previously awarded, firm-fixed-price contract FA2517-20-C-0003 for the exercise of Option Year Three from May 1, 2023, through April 30, 2024, to provide operations and maintenance support for the Ground-based Electro-optical Deep Space Surveillance System (GEODSS). Work will be performed in Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii, and is expected to be completed by Oct. 31, 2027, if all future option periods are exercised. Fiscal 2023 operations and maintenance funds in the amount of $8,683,092 are being obligated at time of award. Total cumulative face value of the contract is $30,631,810. The Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.

DEFENSE HEALTH AGENCY

Ernst and Young, Falls Church, Virginia, was awarded $9,890,951 modification to exercise Option Year Two of a previously awarded firm-fixed-price contract (HT001121F0085). The purpose of this contract is to continue the audit sustainment, audit response, remediation of notices of findings and recommendation, internal control oversight and management, financial reporting compilation and analysis, and continuous risk management and internal control training and program services. The follow-on to bridge HT001121F0085 will be completed by U.S. Army Medical Research Acquisition Activity. Fiscal 2023 operation and maintenance funds will be obligated at the time of award. The period of performance for this option period exercise is March 8, 2023, to Sept. 7, 2023, and the place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 7, 2023)

LaweLawe Technology Services LLC, Kailua, Hawaii, is awarded Option Year One of a firm-fixed-price contract (HT001122C0019) to provide information technology and telecommunication services and provide professional administrative management in support of the Defense Health Agency Joint Operational Medicine Information System (JOMIS) program. Work will be primarily performed at Fort Sam Houston, Texas. The total contract value of this option exercise modification is $9,807,449. Operation and maintenance funds in the amount of $9,807,449 are obligated for fiscal 2023. The contract was a direct award through the Small Business Association 8(a) program in accordance with 15 U.S.Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4), and was executed on July 21, 2022. The period of performance for this option period exercise is March 9, 2023, to March 8, 2024. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

3/9

AIR FORCE

Valiant Global Defense Services Inc., San Diego, California (FA564123D0001); Booz Allen Hamilton Inc., McLean, Virginia (FA564123D0002); Decypher Technologies Ltd., San Antonio, Texas (FA564123D0003); HII Defense and Federal Solutions Inc., Huntsville, Alabama (FA564123D0004); The Mission Essential Group LLC, New Albany, Ohio (FA564123D0005); ITility LLC, Chantilly, Virginia (FA564123D0006); Systems Planning and Analysis Inc., Alexandria, Virginia (FA564123D0007); SOS International LLC, Reston, Virginia (FA564123D0008); and Aeyon LLC, Vienna, Virginia (FA564123D0009), have been awarded a multiple award, indefinite‐delivery/indefinite‐quantity contract with a ceiling of $995,000,000 for U.S. Air Forces Europe-Air Forces Africa advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration, and system operations within the primary users’ areas of responsibility. Work will be performed at various locations in Germany, Italy, the United Kingdom and other locations throughout Europe and Africa, and is expected to be completed in March 2030. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2023 operations and maintenance funds in the amount of $18,000 will be obligated at time of award. Air Force Installation Contracting Command, 764 Enterprise Sourcing Squadron, Ramstein Air Base, Ramstein, Germany, is the contracting activity.

Vedant Construction Inc., Dracut, Massachusetts (FA283523D0001); Swan Contracting LLC, Peterborough, New Hampshire (FA283523D0002); Cornerstone Construction Services LLC, Woburn, Massachusetts (FA283523D0003); Maron Construction Co. Inc., Providence, Rhode Island (FA283523D0004); Veterans Construction LLC, Milton, Massachusetts (FA283523D0005); Monument Construction LLC, Nashua, New Hampshire (FA283523D0006); and Drizos Contracting LLC, Burlington, Massachusetts (FA283523D0007), have been awarded a multiple award, indefinite‐delivery/indefinite‐quantity contract for small purchase orders with a ceiling of $20,000,000. This contract provides for a broad range of commercial services, supplies and maintenance, repair, alteration, and minor construction projects on real property. Work will be performed in various locations and is expected to be completed by September 2028. This contract was a competitive acquisition and 21 offers were received. Fiscal 2023 operations and maintenance funds in the amount of $17,500 are being obligated at time of award. The Operational Contracting Team, Hanscom Air Force Base, Massachusetts, is the contracting activity. 

NAVY

TranLogistics LLC,* Miami, Florida (N68171-22-D-H019), is being awarded $622,000,000 for modification P00001, increasing previously awarded contract N68171-22-D-H019 under solicitation N68171-22-R-0005 to add new husbanding service provider contractors to an existing 2020 global multiple award contract (GMAC) for the remaining three years within the initial GMAC. The existing GMAC included a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. The GMAC is to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications, and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include U.S. Navy Ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, NATO, and other foreign vessels participating in U.S. military or NATO exercises and missions. The GMAC value remains the same with $1,061,000,000 for the base period; if the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The base period of the contract is expected to be completed by October 2025; if the option is exercised, the option period will be completed by October 2030. The GMAC contracts run concurrently, and work will be performed in thirty geographic regions. This modification is also a result of the company’s referral to the Small Business Administration (SBA) for a Certificate of Competency (COC) for regions proposed but not awarded under the company’s original contract. Two regions were awarded under the original; the SBA issued a COC for more regions resulting in a total of 21. The company may perform work in the following 21 regions: Djibouti; Eastern U.S. and U.S. territories; Indian Ocean; South Korea; South America; Singapore; Western U.S. California; Southeastern Asia 1; Oceania; China and Russia; United Kingdom/Western Europe (North Sea); Eastern Europe/Black Sea; Northern Atlantic; Panama; North America; Japan; Africa; Central America; Caribbean and Bermuda; Eastern U.S. territories; and Western U.S. territories. Due to the fact that the specific requirements for husbanding support under the GMAC cannot be predicted at this time, more specific information about percentage of where the work will be performed cannot be currently provided. Fiscal year 2023 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated to fund the contracts’ minimum amount and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Initial funds were provided by Commander, Naval Surface Forces Pacific. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. Naval Supply Systems Command Fleet Logistics Center Sigonella, Naples Detachment, Italy, is the contracting activity.

Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $106,954,575 modification (P00001) to a previously awarded, cost-plus-incentive-fee contract (N0001922C0062).  This contract definitizes a previously awarded undefinitized action that provides engineering, test, maintenance, logistics, and material, in support of Phase 2 upgrades of the Australia Canada United Kingdom Reprogramming Laboratory (ACURL) for the F-35 Joint Strike Fighter program.  Additionally, this modification adds scope to procure verification and validation system hardware, common system infrastructure hardware, ACURL Phase 2 follow on modernization design and training in support of ACURL Phase 2 efforts.  Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in December 2029.  Non-U.S. Department of Defense participant funds in the amount of $266,931,896 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Young & Rubicam LLC, doing business as VMLY&R, New York, New York, is being awarded $95,000,000 for modification P00006, increasing the ceiling available to previously awarded, indefinite-delivery /indefinite-quantity, firm-fixed priced contract N00189-21-D-Z024. This modification will provide for marketing and advertising services in support of the Commander, Navy Recruiting Command. This modification will bring the estimated cumulative value of the total contract value from the original $455,182,742 to $550,182,742. The contract includes a one-year base ordering period that began in May 2021 with four one-year ordering period options. The contract is in its first-year option ordering period and is expected to be completed by May 2023; if all options are exercised, the ordering period will be completed by May 2026. Work will be performed in Memphis, Tennessee (59%); and New York, New York (41%). No new funding will be obligated at time of award. Operations and maintenance (Navy) funds will fund individual orders with appropriate fiscal year appropriations at the time of their issuance. Funds will not expire at the end of the current fiscal year. This contract modification action is being executed on a non-competitive basis pursuant to Federal Acquisition Regulation 52.212-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

Kiewit-Alberici SIOP MACC JV, Vancouver, Washington, is awarded $70,875,137 for a firm-fixed-price modification to a previously awarded task order (N6274223F4006) for the installation and construction of risk mitigation measures associated with potential seismic events at Dry Docks 4 and 5 at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, and the Trident Refit Facility dry dock at Naval Submarine Base Bangor. This award brings the total maximum value of the task order to $130,875,137. Work will be performed in Washington state, and is expected to be completed by May 2023.  Fiscal 2023 operation and maintenance (Navy) funds in the amount of $70,875,137 are obligated on this modification, and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-1313).

General Dynamics NASSCO, San Diego, California, is awarded a $68,189,805 firm-fixed-price contract action for maintenance, modernization, and repair of USS Anchorage (LPD 23) fiscal year 2023 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for managing critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $85,288,959. Work will be performed in San Diego, California, and is expected to be completed by July 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $62,266,294 (91.3%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $5,923,511 (8.7%) will be obligated at the time of award, of which $5,923,511 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award Management website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423C4407).

Amentum Services Inc., formerly known as DynCorp International LLC, Germantown, Maryland, is awarded $28,529,683 for firm-fixed-price modification to previously awarded, indefinite delivery/indefinite-quantity contract N62470-19-D-2013 for base operating support services at Naval and Defense Intelligence Agency facilities in Washington, D.C., and Maryland.  This modification provides for the exercise of Option Year 3 for an additional quantity of one year of services to be provided under the basic contract. After award of this option, the cumulative value of the contract will be $189,159,148. Work will be performed in Washington, D.C. (89%); and Maryland (11%), and is expected to be completed by 31 March 2024.  Fiscal 2023 operation and maintenance (Navy); and fiscal 2023 Navy working capital funds in the amount not-to-exceed $24,232,864 for recurring services will be obligated on individual task orders and will expire at the end of the current fiscal year.  Additional funds will be obligated on individual task orders issued during the period of performance for non-recurring work in the amount not-to-exceed $4,296,818.  The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity.

Tidewater Inc., Elkridge, Maryland, is awarded a $16,532,008 firm-fixed-price task order (N4008023F4108) for construction at Marine Corps Base Quantico. The work to be performed provides for construction project to correct deficiencies of narrow pavement, poor drainage, erosion, pavement and subgrade damage and deterioration, and full depth pavement repair at critical locations. This award total includes the base bid and two options. All work will be performed in Virginia, and is expected to be completed by March 2026.  Fiscal 2023 operation and maintenance, (Navy) funds in the amount of $16,532,008 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-19-D-0019).

ARMY

Zodiac-Poettker HBZ JV II LLC,* St. Louis, Missouri, was awarded a $17,644,000 firm-fixed-price contract for the construction of a genetics research laboratory office building. Bids were solicited via the internet with five received. Work will be performed in Columbia, Missouri, with an estimated completion date of Aug. 31, 2024. U.S. Department of Agriculture funds in the amount of $17,644,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-4001).

*Small business

3/10

NAVY

Dragados/Hawaiian Dredging/Orion JV, Honolulu, Hawaii, is awarded a $2,839,880,250 firm-fixed-price task order (N62742-23-F-4007) under previously awarded multiple award construction contract N62742-22-D-1311 for the construction of a concrete dry dock at Pearl Harbor Naval Shipyard.  Work will be performed in Hawaii and is expected to be completed by September 2027.  This contract is part of the Shipyard Infrastructure Optimization Program, a holistic plan that integrates all infrastructure and industrial plant equipment investments at the Navy’s four public shipyards to meet nuclear fleet maintenance requirements.  The contract is incrementally funded with $463,000,000 being allocated at the time of award.  Subsequent contractual increments will be funded yearly from fiscal 2024 through fiscal 2026 in the amounts of: $1,267,000,000; $613,000,000; and $496,880,250. The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $3,417,092,900.  Fiscal 2023 military construction (Navy) funds in the amount of $463,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year.  Four proposals were received for this task order.  The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Lockheed Martin Logistic Services Inc., Greenville, South Carolina, is awarded a $57,104,660 cost-plus-price-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and logistics support in support of Presidential Helicopter avionics systems and associated support equipment for the Navy.  Work will be performed in Patuxent River, Maryland, and is expected to be completed in September 2027.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0004).

Leidos Inc., Reston, Virginia, is awarded a $54,733,855 cost-plus-fixed-fee delivery order N00024-23-F-6313 under indefinite-delivery/indefinite-quantity contract N00024-20-D-6337 for Overlord Unmanned Surface Vessels and Medium Unmanned Surface Vehicles operations and sustainment (O&S).  This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $94,787,489.  Work will be performed in Reston, Virginia (51%); Virginia Beach, Virginia (26%); La Jolla, California (7%); Morgan City, Louisiana (6%); Lexington Park, Maryland (5%); Newport News, Virginia (4%); and Bethpage, New York (1%), and is expected to be completed by February 2024.  If all options are exercised, work will continue through February 2026.  Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $468,350 will be obligated at time of award and will not expire at the end of the current fiscal year. This delivery order was competitively procured, with five offers received in response to this solicitation. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded $48,476,094 for firm-fixed-price modification to previously awarded contract N62470-20-C-0002. This modification provides for the exercise of Option 4, and the contractor to design, fabricate, assemble, shop test, deliver, install, inspect, field test and make ready for use one 175-ton heavy-lift portal crane to be installed at Norfolk Naval Shipyard, Virginia. The total contract amount after exercise of this option will be $182,334,816.  Work will be performed in New Berlin, Wisconsin, and is expected to be completed by November 2026.  Fiscal 2023 other procurement, (Navy) contract funds in the amount of $48,476,094 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity.

ARMY

Sikorsky, a Lockheed Martin Company, Stratford, Connecticut, was awarded a $164,300,383 modification (P00017) to contract W58RGZ-22-C-0010 to exercise an option for UH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2023 aircraft procurement, Army funds in the amount of $164,300,383 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Valiant Government Services LLC, Hopkinsville, Kentucky (W912DY-17-D-0021; P00015); AECOM Technical Services Inc., Los Angeles, California (W912DY-17-D-0022; P00010); Global Engineering & Construction LLC,* Renton, Washington (W912DY-17-D-0023; P00010); Herman Construction Group Inc., Escondido, California (W912DY-17-D-0024; P00011); J&J Maintenance Inc., Austin, Texas (W912DY-17-D-0026; P00029); StructSure Projects Inc., Kansas City, Missouri (W912DY-17-D-0030; P00015); and FSI Construction LLC, Charlotte, North Carolina (W912DY-18-D-0010; P00012), will compete for each order of the $99,000,000 contract modifications for medical repair and renewal design-build projects. Work locations and funding will be determined with each order, with an estimated completion date of March 11, 2023. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

Facility Services Management Inc., Clarksville, Tennessee, was awarded a $16,998,846 firm-fixed-price contract for operations and maintenance, repairs and minor construction. Bids were solicited via the internet with three received. Work will be performed in San Diego, California, with an estimated completion date of March 9, 2027. Fiscal 2023 Defense Health Program funds in the amount of $16,998,846 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-23-C-0011).

SFS/GOVCIO, Fairfax, Virginia, was awarded a $15,520,000 modification (P00030) to contract W52P1J-18-C-0020 to extend operation and maintenance services. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of March 14, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $15,520,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NSOD JV,* Rocklin, California, was awarded a $7,638,921 firm-fixed-price contract to strengthen a levee by addition of a seepage cutoff wall and the inclusion of seepage berms. Bids were solicited via the internet with four received. Work will be performed in Marysville, California, with an estimated completion date of March 26, 2025. Fiscal 2023 civil construction funds in the amount of $7,638,921 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0009).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded a firm-fixed-price order (H92241-22-F-0073) with a value of $18,749,000 to procure the long lead components and parts in support of MH-47G rotary wing aircraft. The MH-47G aircraft provides U.S. Special Operations Forces heavy assault, rotary wing aircraft support. This contract action supports a requirement for replacement of the aging fleet of remanufactured MH-47G aircraft that has airframe components dating back more than 45 years and maximize commonality with the Army’s CH-47F Block II aircraft. The majority of the work will be performed in Ridley Park, Pennsylvania. As cited in the Justification and Approval for Other than Full and Open Competition Control Number W91215-15-R-0004, the subject delivery order will be a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $14,255,460 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for blouses and trousers. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is March 9, 2024. Using military service is Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0035). 

UPDATE: Astin Aviation CLL, LLC, College Station, Texas (SPE607-23-D-0012, $24,859,595), has been added as an awardee to the multiple award contract for fuel support at Easterwood Field, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

UPDATE: Pike Aviation, Troy, Alabama (SPE607-23-D-0013, $14,239,183), has been added as an awardee to the multiple award contract for fuel support at Troy Municipal Airport, Alabama, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

UPDATE: Native Instinct LLC, Boynton Beach, Florida (SPE2DE-23-D-0021, $12,500,000), has been added as an awardee to the multiple award contract for laboratory equipment, accessories and consumables for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0006 and awarded Feb. 24, 2023. 

AIR FORCE

BlackHorse Solutions Inc., Herndon, Virginia, has been awarded a $13,965,702 cost-plus-fixed-fee and completion modification (P00021) to previously awarded FA8750-19-C-1528 for further development and demonstration of Capabilities Development and Integration in the Information Environment (CDI2E) software and hardware prototype. The modification brings the total cumulative face value of the contract to $62,809,533 from $48,843,831. Work will be performed in Herndon, Virginia, and is expected to be completed by Sept. 9, 2024. Fiscal 2022 research, development, test and evaluation (RDT&E) funds in the amount of $750,000; and fiscal 2023 RDT&E funds in the amount of $176,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

*Small business
**Small business in historically underutilized business zones

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, March 13, 2023 12:33 pm

Leave a Reply

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

Notify me of updates to this conversation