INSIDE THE

NEWS + ADVICE

DoD Contracts: Lockheed Martin Space, AECOM Technical Services, General Dynamics Land Systems, Week of 5-13-24 to 5-17-24

Posted by Ashley Jones

5/13

ARMY

AMTEC Corp.,* Janesville, Wisconsin, was awarded an $818,933,454 firm-fixed-price contract for training cartridges. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 12, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0022).  

Applied Visual Technology Inc., Orlando, Florida, was awarded a $28,324,364 firm-fixed-price contract for Targeted Fidelity Apache Tactical Trainer simulators, the Tactical Control Centre, and the Network Simulation Environment. Bids were solicited via the internet with one received. Work will be performed in Orlando, Florida; and Kooiweg, Netherlands, with an estimated completion date of Sept. 15, 2026. Fiscal 2024 Foreign Military Sales (Netherlands) funds in the amount of $28,324,364 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0028). 

NAVY

Colby Co. LLC,* Portland, Maine, is awarded a maximum-value $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer services in support of projects primarily at Naval Submarine Base New London, Connecticut; and Naval Station Newport, Rhode Island. Work will be performed in Connecticut and Rhode Island and is expected to be completed by May 2029. An initial task order is being awarded at $5,000 in order to satisfy the minimum guarantee. 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 11 offers received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008524D0047).

Gannett Fleming, Newport News, Virginia (N4008524D0040); JVW-JMT-Volkert JV, Hunt Valley, Maryland (N4008524D0041); Kimley Horn, Virginia Beach, Virginia (N4008524D0042); and STV-Mott McDonald JV, Virginia Beach, Virginia (N4008524D0043), are awarded a combined-maximum-value $40,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple-award architect-engineer contract for traffic engineering and transportation planning services in support of projects primarily at military installations in the Mid-Atlantic area of responsibility. These four contractors may compete for task orders under the terms and conditions of the awarded contract. Work will be performed primarily in the Mid-Atlantic area of responsibility but may be required in other areas worldwide and is expected to be completed by May 2029. Each awardee will be awarded $5,000 in order to satisfy the minimum guarantee. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $20,000 will be obligated at the time of award and will expire at the end of the current fiscal year. These contracts were competitively procured via the www.SAM.gov website, with 13 proposals received. The Naval Facilities Systems Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Evac North America Inc., Cherry Valley, Illinois, is awarded $24,711,846 for an undefinitized contract for the procurement of sewage pumping units in support of the DDG and LPD ship classes. Work will be performed in Cherry Valley, Illinois (67%); and Greenville, South Carolina (33%). There are no options, and work will be completed by July 2025. Annual working capital (Navy) funds in the amount of $16,556,937 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-JA19). 

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $23,802,296 firm-fixed-price modification to a previously awarded contract (N00024-17-C-4109) to exercise options for Gigabit Ethernet Data Multiplexing System production shipsets in support of DDG 51 New Construction, land-based test sites for Foreign Military Sales (FMS) Royal Australian Navy and the Canadian Surface Combatant programs, and input output modules in support of planned software upgrades to core 2022; a software and firmware update that addresses system bugs and resolves numerous cybersecurity issues. Work will be performed in Johnstown, Pennsylvania, and is anticipated to be completed by August 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $16,426,770 (69%); FMS funds in the amount of $4,752,610 (20%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $2,090,434 (9%); fiscal 2024 other procurement, (Navy) funds in the amount of $301,708 (1%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $230,774 (1%) 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, D.C., is the contracting activity. 

Archer Western Federal JV, Chicago, Illinois, is awarded a $17,832,345 firm-fixed-price modification to a previously awarded delivery order (N4008521F6522) placed against contract (N4008520D0033) to exercise Option 0008 for Military Construction Project P405, Marine Corps Reserve Center vehicle maintenance facility and organic storage sheds. This award brings the total cumulative value of the contract to $62,386,098. Work will be performed in Battle Creek, Michigan, and is expected to be completed by September 2025. Fiscal 2024 military construction (Navy) funds in the amount of $17,832,345 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Mid-Atlantic, Great Lakes, Illinois, is the contracting activity.

AMETEK SCP Inc., Westerly, Rhode Island (N00104-24-D-CE01); DCX-CHOL Enterprises Inc., Elecsys Division, Pekin, Illinois (N00104-24-D-CF01); and SyQwest Inc., Warwick, Rhode Island (N00104-24-D-CG01), are awarded a $9,656,177 ceiling-priced, indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of countermeasures set acoustic MK2 cable assemblies. Each contract will run concurrently and will include a five-year base ordering period with no options. Work is expected to be completed by May 2028. Work will be performed in Westerly, Rhode Island; Pekin, Illinois; and Warwick, Rhode Island. Percentage of work for each contract cannot be determined at this time. Firm-fixed delivery orders will be awarded concurrently with the contracts. Annual working capital funds (Navy) in the amount of $1500 will be obligated ($500 on each of the three contracts) to fund the contracts’ minimum amount. Funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. The requirement was solicited for a limited number of responsible sources pursuant to the authority of 10 U.S. Code 3204(a)(1) as implemented by Federal Acquisition Regulation 6.302-1 with three offers received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

AIR FORCE

Pergravis LLC, Tampa, Florida, was awarded a $12,400,00 contract for power conditioning and continuation interfacing equipment, and emergency maintenance and preventative maintenance for uninterruptable power supplies for all federal entities. Work will be performed at federal installations worldwide as cited in each individual delivery or task order and is expected to be completed by May 12, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $45,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8217-24-D-0003).

The Tomorrow Companies Inc. (Tomorrow.io), Boston, Massachusetts, was awarded a $10,229,075 firm-fixed-price contract for a commercial weather data pilot and technology readiness level 9 follow-on. This contract provides for the manufacture, build, and delivery to orbit two microwave sounders in support of the precipitation radar constellation, as well as validate and commission the satellites once in orbit ultimately producing datasets from the microwave sounder constellation. Over the course of this contract, Tomorrow.io will provide a cumulative of 12 months of level-1 and level-2 sounder data from across the constellation which can be used to compare with current Department of Defense microwave sounder capabilities as well as validate the theoretical baseline for revisit rates and overall constellation quality. Work will be performed in Boston, Massachusetts, and is expected to be completed May 13, 2025. This contract was a sole source acquisition. Fiscal 2024 procurement-defense wide funds in the amount of $10,229,075 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2330-24-C-B003).

*Small Business

5/14

MISSILE DEFENSE AGENCY

Georgia Tech Applied Research Tech Corp., Georgia Tech Research Institute (GTRI), Atlanta, Georgia, is being awarded a $339,000,000 extension to the indefinite delivery/indefinite quantity, cost-plus-fixed-fee contract HQ0854-21-D-0002. The contract ceiling value will increase from $121,000,000 to $460,000,000. The ordering period end date is extended from September 28, 2026, to September 28, 2031. No task orders are being issued at this time and the work will continue to be performed in Atlanta, Georgia. This was previously awarded as a sole source contract to GTRI, a University Affiliated Research Center under the authority of Justification and Approval No: 21-0018. This extension will provide continuity in engineering and technical support in systems engineering, test and evaluation, advanced concepts and technologies, simulation, modeling and operations analyses, readiness assessments, and technical direction across a broad spectrum of ballistic missile defense system technologies in their areas of core competencies including sensors and sensor technology, space sciences, and technology development. The government is awarding this extension with only one source under the authority of 10 U.S. Code 3204(a)(3) as implemented in the Federal Acquisition Regulation 6.302-3(a)(2)(ii). The Missile Defense Agency, Huntsville, Alabama, is the contracting agency.

NAVY

Deloitte Consulting LLP, Arlington, Virginia, is awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the command, control, communications, computers and intelligence, training virtual environment (C4I TVE) requirement. The estimated, cumulative value of this award contract is $87,895,529. The C4I TVE contract is for support services to sustain, modernize, and enhance the Consolidated Afloat Networks and Enterprise Services (CANES) TVE, as well as expansion to support additional Tactical Networks (TACNET) capabilities and connected and/or hosted applications across the Naval Information Warfare Systems Command (NAVWAR) enterprise. This contract has a five-year ordering period up to the contract award amount, with no options. No funding is being placed on the base contract award. Contract actions will be issued, and funds obligated as individual task orders. Fiscal 2024 other procurement, Navy funds will be placed on an initial task order issued at the time of award and will not expire at the end of the current fiscal year. Work will be performed in San Diego, California (68%); Pensacola, Florida (16%); Annapolis, Maryland (3%); North Charleston, South Carolina (3%); Arlington, Virginia (1%); Chesapeake, Virginia (2%); Luray, Virginia (5%); and Virginia Beach, Virginia (2%). Work is expected to be completed by May 2029. The contract was competitively procured by full and open competition bids via the NAVWAR e-Commerce Central and the SAM.gov websites, with three offers received. NAVWAR, San Diego, California, is the contracting activity (N0003924D9002).

Michael Baker International, Inc., San Diego, California, is awarded a $50,000,000 firm-fixed-price modification to previously awarded contract N62473-19-D-1212 to increase the maximum value for civil engineering services at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). Award of this modification increases the cumulative value of the contract to $149,000,000. Work will be performed at various government installations within the NAVFAC Southwest AO including, but not limited to, California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by June 2024. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. NAVFAC Southwest, San Diego, California, is the contracting activity.

The Boeing Co., Huntington Beach, California, is awarded a $20,686,843 cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-4103 to exercise Option Year I for continued AN/USQ-82(V) program design agent and technical engineering support. Work will be performed in Huntington Beach, California (68%); Bath, Maine (12%); Pascagoula, Mississippi (9%); Arlington, Virginia (6%); Annapolis Junction, Maryland (3%); and Tukwila, Washington (2%), and is expected to be completed by May 2025. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $2,556,862 (29%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $2,094,713 (24%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $1,649,709 (19%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,237,059 (14%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $743,436 (8%); fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $199,576 (2%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $136,542 (2%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $132,184 (2%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity. 

ARMY

Northrop Grumman Defense Systems Sector, Huntsville, Alabama, was awarded a $49,029,408 modification (PZ0036) to contract W31P4Q-19-C-0003 for the Integrated Air and Missile Defense Battle Command System. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 31, 2025. Fiscal 2024 Foreign Military Sales (Poland) funds in the amount of $49,029,408 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

Wright Contracting Inc.,* Knoxville, Tennessee, was awarded a $10,893,000 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with three received. Work will be performed in Louisville, Tennessee, with an estimated completion date of May 13, 2025. Fiscal 2010 Air National Guard sustainment, restoration and modernization funds in the amount of $10,893,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Tennessee, is the contracting activity (W50S98-24-C-0001).  

J&J Maintenance Inc., Austin, Texas, was awarded an $8,369,610 modification (P00002) to contract W91278-24-C-0010 for operation and maintenance with incidental repair. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of May 14, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $8,369,610 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Mississippi Industries for the Blind,** Jackson, Mississippi, has been awarded a maximum $12,381,525 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for barracks bags. This is a three-year contract with no option periods. The ordering period end date is May 13, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B016).

*Small Business
**Mandatory Source

5/15

DEFENSE LOGISTICS AGENCY

Foster Fuels,* Brookneal, Virginia (SPE605-24-D-4002, $442,052,621); and La Casa Del Comionero,* Caguas, Puerto Rico (SPE605-24-D-4003, $52,060,709), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-23-R-0208 for various types of fuel. This was a competitive acquisition with three responses received. These are five-year contracts with one one-month option period. Locations of performance are throughout the continental U.S. and territories, with a May 31, 2029, performance completion date. Using customer is Federal Emergency Management Agency. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ALFAB Inc., Enterprise, Alabama, has been awarded a maximum $59,200,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for aluminum matting landing mats. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. The ordering period end date is May 15, 2026. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E5-24-D-0001).

NAVY

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $79,068,833 cost-plus-fixed-fee contract (N0001924C0031). This contract procures diminishing manufacturing sources parts required for the production and sustainment in of the F-35 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 Fort Worth, Texas, and is expected to be completed in December 2024. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $32,110,897; fiscal 2024 aircraft procurement (Navy) funds in the amount of $17,686,057; non-U.S. DoD participant funds in the amount of $10,920,937; and FMS customer funds in the amount of $14,702,480, 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.

ARMY

Overwatch Amoroso LLC,* Orange, California, was awarded a $22,537,000 firm-fixed-price contract to construct an engineering and logistics building. Bids were solicited via the internet with one received. Work will be performed in French Camp, California, with an estimated completion date of Dec. 1, 2025. Fiscal 2024 U.S. Army Corps of Engineer Construction Interagency and International Support funds in the amount of $22,537,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-24-C-0012). 

McMillen Inc., Boise, Idaho, was awarded a $16,456,700 firm-fixed-price contract for lock chamber bulkhead recess for 110/stoplogs for Dardanelle Lock and Dam. Bids were solicited via the internet with five received. Work will be performed in Russellville, Arkansas, with an estimated completion date of Oct. 31, 2024. Fiscal 2024 Bipartisan Infrastructure Law funds in the amount of $16,456,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-24-F-0069).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,108,775 modification (P00071) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 16, 2025. Fiscal 2024 operation and maintenance, Army funds; and research, development, test and evaluation, Army funds in the amount of $10,108,775 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Dewatto Bay Services LLC,* Lilliwaup, Washington, was awarded a $10,000,000 firm-fixed-price contract for repair, maintenance and repairs. 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 June 15, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin,  is the contracting activity (W911SA-24-D-2008).

Southern Dredging Co. Inc.,* Charleston, South Carolina, was awarded a $9,634,700 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Saint Marys, Georgia, with an estimated completion date of March 26, 2025. Fiscal 2024 civil construction funds in the amount of $9,634,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0010).

Tetra Tech Inc., San Diego, California, was awarded a $9,303,649 firm-fixed-price contract for recurring maintenance and minor repairs services for petroleum facilities. 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 May 14, 2029. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0049).

*Small Business

5/16

U.S. TRANSPORTATION COMMAND

Al Jazy Shipping and Forwarding, Amman, Jordan (HTC71124DR003); APL Ceva Government Logistics, Arlington, Virginia (HTC71124DR004); ARC Logistics LLC, Ponte Vedra Beach, Florida (HTC71124DR005); Crowley Government Services Inc., Jacksonville, Florida (HTC71124DR006); Depth Logistics Pty. Ltd., Coolangatta, Australia (HTC71124DR007); Dongwon Loex Co. Ltd., Seoul, South Korea (HTC71124DR008); Eighty Shipping S.R.L. Ceatalchioi, Tulcea, Romania (HTC71124DR009); EMS Shipping & Trading GmbH, Leer, Germany (HTC71124DR010); Global Defense Logistics S.R.L., Constanta, Romania (HTC71124DR012); Geranoi Arapis EE, Aspropyrgos, Greece (HTC71124DR011); Global Logistics Providers St. Thomas LLC, St. Thomas, Virgin Islands (HTC71124DR013); International Container Terminal Services Inc., Manila, Philippines (HTC71124DR014); Inchcape Shipping Services, Dubai, United Arab Emirates (HTC71124DR015); Insignia Shipping Services Ltd., London, United Kingdom (HTC71124DR016); Intrepid Eagle Logistics Inc., Bethesda, Maryland (HTC71124DR017); KVG LLC, Gettysburg, Pennsylvania (HTC71124DR018); MLS Gulf LLC, Dubai, United Arab Emirates (HTC71124DR019); North Star Terminal & Stevedore Co. LLC, Anchorage, Alaska (HTC71124DR020); The Pasha Group, San Rafael, California (HTC71124DR021); S&D International Transportation Logistics GmbH, Augsburg, Germany (HTC71124DR023); Carolina Linkages, doing business as Safe Ports, Aiken, South Carolina (HTC71124DR024); Sanford Federal Inc., Stafford, Virginia (HTC71124DR025); Seven Seas Marine Services Co., Aqaba, Jordan (HTC71124DR026); S.C.A. – Shipping Consultants Associated Ltd., Chatham, United Kingdom (HTC71124DR027); Strategic Technology Institute Inc., Rockville, Maryland (HTC71124DR028); Toll Remote Logistics Party Ltd., Melbourne, Australia (HTC71124DR029); Trailer Bridge Inc., Jacksonville, Florida (HTC71124DR030); TranLogistics LLC, Denver, Colorado (HTC71124DR031); and Verbrugge Zeeland Terminals B.V., Ritthem PC, Netherlands (HTC71124DR032); have been awarded an indefinite-delivery/indefinite-quantity, fixed-price contract, with an estimated combined value of $710,000,000. This contract is to obtain commercial port operations and related transportation services in locations outside the continental U.S. (OCONUS). The contract provides commercial seaport operations and transport services (e.g. stevedoring and related terminal services) at all OCONUS seaports located within one of six designated regions (U.S. Africa Command, U.S. Central Command, U.S. European Command, U.S. Indo-Pacific Command, U.S. Southern Command, and U.S. Northern Command OCONUS, and U.S. territories). The contractor shall provide all personnel, equipment, tools, materials, supervision, and services necessary. The period of performance is from June 1, 2024, to May 31, 2029. Working Capital Funds (Transportation) will be obligated for fiscal 2024 to 2029. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Gravois Aluminum Boats LLC, doing business as Metal Shark,* Jeanerette, Louisiana (N00024-24-D-2275); and ReconCraft LLC,* Clackamas, Oregon (N00024-24-D-2276), are awarded a firm-fixed-price, indefinite delivery/indefinite-quantity, multiple award contract for the procurement of up to seventy-three 40 Foot Patrol Boats for the Naval Expeditionary Combat Command. The maximum cumulative dollar value for both contracts combined is $290,000,000 over a seven-year period. Metal Shark will be awarded a $6,507,040 initial order at contract award. ReconCraft will be awarded a $7,737,536 initial order at contract award. Work will be performed by Metal Shark in Jeanerette, Louisiana; and ReconCraft in Clackamas, Oregon, and the first orders are expected to be completed by December 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $5,890,976 (91%); and fiscal 2024 other procurement (Navy) funds in the amount of $616,064 (9%), will be obligated at time of award to Metal Shark and will not expire at the end of the current fiscal year. Fiscal 2023 National Guard and Reserve Equipment Appropriations funds in the amount of $7,737,536 will be obligated at time of award to ReconCraft and will not expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment with four offers received. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-24-D-2275 & N00024-24-D-2276). 

AECOM Technical Services Inc., Los Angeles, California, is awarded a maximum-value $75,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for planning and multi-disciplinary architect-engineer services. This contract provides for the delivery of various documents related to construction projects involving waterfront facilities, oils and fuels facilities, power plant facilities, airfield and aviation facilities, and housing. Work will be performed at various locations within the Naval Facilities Engineering Systems Command Far East area of operations including, but not limited to, Japan, South Korea, Singapore, and Diego Garcia, and is expected to be completed by May 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated on an initial task order at time of award in order to satisfy the minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with five offers received. Naval Facilities Engineering Systems Command Far East, Yokosuka, Japan, is the contracting activity (N40084-24-D-0063).

Coastline Consulting & Development LLC,* Branford, Connecticut, is awarded a $13,636,768 firm-fixed-price contract to complete maintenance dredging at Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine, and is expected to be completed by March 2025. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $13,636,768 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via the SAM.gov website, with two proposals received. Naval Facilities Engineering Systems Command, Norfolk, Virginia, is the contracting activity (N4008524C0015).

AUSTAL USA LLC, Mobile, Alabama, is awarded a $8,628,929 cost-plus-fixed-fee task order (N69316-24-F-4000) against a previously awarded basic ordering agreement (N00024-19-G-2318) to provide advance planning, material procurement, and accomplishment of work for emergent availabilities in support of the littoral combat ship USS Kingsville (LCS 36). This effort is to develop and provide planning, engineering support, planning and logistics technical documentation, funds and man-hour expenditure data, projected costs, cost estimates, material and labor for the accomplishment of post-delivery work items during emergent availabilities and to accomplish all testing required. Work will be performed in National City, California, and is expected to be completed by Dec. 31, 2025. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $1,000,000 will be obligated at time of award 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

UPDATE: Steris Corp., Mentor, Ohio (SPE2DH-24-D-0011, $48,000,000), 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.

*Small Business

5/17

ARMY

Lockheed Martin Space, Huntsville, Alabama, was awarded a $756,807,861 modification (PZ0014) to contract W31P4Q-23-C-0008 for Long Range Hypersonic Weapon ground support equipment. Work will be performed in Huntsville, Alabama, with an estimated completion date of Feb. 28, 2028. Fiscal 2023 missile procurement, Army funds in the amount of $275,270,424 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

Pine Bluff Sand and Gravel, White Hall, Arkansas (W912EQ-24-D-0002); and Luhr Crosby LLC, Columbia, Illinois (W912EQ-24-D-0003), will compete for each order of the $150,000,000 firm-fixed-price contract for furnishing all plant, labor, materials and equipment for the Mississippi River Stone Placement Project. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of May 17, 2029. U.S. Army Corps of Engineers, Memphis, Mississippi, is the contracting activity. (Awarded May 16, 2024) 

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $57,585,343 modification (P00172) to contract W56HZV-17-C-0001 for the production and delivery of M109A7 Self-Propelled Howitzer and M992A3 Carrier Ammunition Tracker ground combat vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Dec. 30, 2027. Fiscal 2023 operation and maintenance, defense-wide funds and weapons and tracked combat vehicle procurement, Army funds in the amount of $57,585,343 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. (Awarded May 16, 2024) 

Colt’s Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $57,216,428 modification (P00004) to contract W15QKN-19-D-0116 for production for the M4 and M4A1 carbines. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2024. Army Contracting Command, Newark, New Jersey, is the contracting activity. (Awarded May 16, 2024) 

AM General LLC, South Bend, Indiana, was awarded a $27,020,608 cost-plus-fixed-fee contract for engineering, logistics, and related technical support functions for all variants of the High Mobility Multipurpose Wheeled Vehicle Family of Vehicles. 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. 31, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0004). (Awarded May 16, 2024) 

General Dynamics Global Force LLC, Falls Church, Virginia, was awarded a $25,649,040 cost-plus-fixed-fee contract for engineering services and to sustain the capabilities of existing information systems. Bids were solicited via the internet with one received. Work will be performed in Falls Church, Virginia, with an estimated completion date of June 9, 2029. Fiscal 2023 research, development, test and evaluation, defense-wide funds in the amount of $2,315,246 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-24-F-0139). 

U.S. SPECIAL OPERATIONS COMMAND

Mistral Inc., Bethesda, Maryland, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240324D0003) which has a maximum value of $73,552,208 and a minimum ordering guarantee of $5,000. Mistral Inc. is a small woman owned business and is being awarded a contract for GOLAM II munitions, spares, engineering change proposals, new equipment training, conversion from organic precision fires–mounted to medium range precision strike system and field service representative in support of U.S. Special Operations Command. The work will be performed in Bethesda, Maryland, and is expected to be completed by May 16, 2029. This contract was awarded through other than full and open competition (Sole Source) via 10 U.S. Code 2304(c)(1). U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $70,407,671 cost-plus-incentive-fee modification to a previously awarded contract (N00024-20-C-6117) to exercise options for Navy equipment. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by December 2029. Fiscal 2024 other procurement (Navy) funds in the amount of $70,407,671 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.

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $25,700,000 firm-fixed-price, long-term requirements contract for the repair of 14 types of parts used in support of the CASS EO3 advanced targeting forward-looking infrared weapon systems. This is a five-year, long-term contract with no options. All work will be performed in Rolling Meadows, Illinois, and work is expected to be completed by May 2029. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-BK01).

AIR FORCE

L3 Harris, Clifton, New Jersey, was awarded an order in the amount of $34,059,723 for AN/ALQ-172 Countermeasures program and modernization. Work will be performed in Clifton, New Jersey, and is expected to be completed by Sept. 8, 2027. This contract was a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $34,059,723 are being obligated at time of award. The Air Force Life Cycle Management Center Electronic Warfare Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8523-21- D-0004).

DEFENSE LOGISTICS AGENCY

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $13,630,150 modification (P00030) exercising the first one-year option period of a one-year base contract (SPRPA1-17-D-009U) with four one-year option periods for V-22 spare consumable and depot-level repairable parts. This is a firm-fixed-price requirements contract. Locations of performance are Texas and Pennsylvania, with a May 10, 2025, performance completion date. Using customers are Navy, Marine Corps, and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small Business
This entry was posted on Wednesday, May 22, 2024 11:44 am

Leave a Reply

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

Notify me of updates to this conversation