INSIDE THE

NEWS + ADVICE

DoD Contracts: ManTech International Corp., Boeing, Raytheon, Lockheed Martin, Week of 10-16-23 to 10-20-23

Posted by Ashley Jones
aircraft

10/16

NAVY

The Boeing Co., Seattle, Washington, is awarded a $95,422,328 firm-fixed-price, time-and-materials modification (P00010) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001918D0113). This modification exercises an option to provide P-8A Poseidon CFM56-7B27A/3 and CFM56-7B27AE engine depot-level maintenance and repair, to include field assessment; engine maintenance, repair, and overhaul; and technical assistance for removal and replacement of engines in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Atlanta, Georgia (97%); and Seattle, Washington (3%), and is expected to be completed in October 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AAR Government Services Inc., Wood Dale, Illinois, is awarded an $87,376,804 firm-fixed-price, time-and-materials modification (P00021) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001918D0111). This modification exercises an option to provide P-8A Poseidon aircraft depot scheduled and unscheduled maintenance, depot in-service repair/planner and estimator requirements, technical directive incorporation, airframe modifications, aircraft on ground support, and removal and replacement of engines in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Indianapolis, Indiana, and is expected to be completed in October 2024. No funds are being obligated at 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 an $11,736,256 cost-plus-fixed-fee modification to previously award contract N00024-23-C-5401 to exercise an option for design agent and engineering support for the Rolling Airframe Missile. Work will be performed in Tucson, Arizona, and is expected to be completed by September 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,658,160 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.

DEFENSE LOGISTICS AGENCY

Hardwick Tactical Corp.,* Cleveland, Tennessee, has been awarded a maximum $26,724,198 firm-fixed-price with economic price adjustment, indefinite-delivery/indefinite-quantity contract for men’s service uniform dress coats. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. Location of performance is Puerto Rico, with an Oct. 15, 2028, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0001).

*Small Business

10/17

NAVY

Meltech Corp. Inc.,* Landover, Maryland (N0016724D0013); Sandow Construction Inc.,* Bladensburg, Maryland (N0016724D0014); Gideon USA Construction LLC,* San Antonio, Texas (N0016724D0015); Jade Creek Construction Inc.,* Herndon, Virginia (N00016724D0016); and MIG GOV Construction Inc.,* Virginia Beach, Virginia (N0016724D0017), are each awarded a $44,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to support the sustainment, restoration, and modernization efforts at Naval Surface Warfare Center Carderock Division (NSWCCD) and its satellite offices. Each awardee will be awarded a $1,000 minimum contract guarantee at contract award. These five contracts include options which, if exercised, would bring the total value of each contract to $44,000,000 over a five-year period. Work will be performed in NSWCCD, West Bethesda, Maryland (20%); NSWCCD Olney Support Facility, Gaithersburg, Maryland (10%); NSWCCD Combatant Craft Division, Norfolk, Virginia (10%); NSWCCD Southeast Alaska Acoustic Measurement Facility, Ketchikan, Alaska (10%); NSWCCD Acoustic Research Detachment, Bayview, Idaho (10%); NSWCCD South Florida Ocean Measurement Facility, Dania Beach, Florida (10%); NSWCCD Detachment Large Cavitation Channel, Memphis, Tennessee (10%); NSWCCD Puget Sound, Silverdale, Washington (10%); and NSWCCD South TOTO Acoustic Measurement Facility, Andros Island, Bahamas (10%). If all options are exercised, work will continue through April 2029. Fiscal 2024 overhead funding in the total amount of $289,434 will be obligated across the contracts for the minimum contract guarantees and for the initial task order. These contracts were competitively procured via the Federal Business Opportunities website, with twelve offers received. NSWCCD, West Bethesda, Maryland, is the contracting activity.

CCCS International LLC,* North Charleston, South Carolina (N40085-24-D-0003); Howard W. Pence Inc.,* Elizabethtown, Kentucky (N40085-24-D-0004); Justin J. Reeves LLC,* Houma, Louisiana (N40085-24-D-0005); Mitchell Brothers Inc.,* Seabrooks, South Carolina (N40085-24-D-0006); QBS Inc.,* Alliance, Ohio (N40085-24-D-0007); and S&K Design-Build LLC,* Saint Ignatius, Montana (N40085-24-D-0008), are awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts with a combined-maximum-value of $120,000,000 for general construction services for facilities primarily at Marine Corps Air Station (MCAS) Beaufort, Marine Corp Recruit Depot, Parris Island, and Naval Hospital Beaufort area of operation. The maximum dollar value, including the base period and four option years for all six contracts combined is not to exceed $120,000,000, with an estimated completion date of October 2028. CCCS International LLC is awarded the initial task order in the amount of $5,871,061 for construction of a new operational support facility at MCAS Beaufort. Fiscal 2022 military construction funds in the amount of $5,871,061 are obligated on this award and will not expire at the end of the current fiscal year. Each of the remaining five awardees will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Fiscal 2024 operation and maintenance funds in the amount of $25,000 will be obligated at time of award and will expire at the end of the current fiscal year. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Work will be primarily performed in South Carolina, and is expected to be completed by October 2028. This contract was competitively procured via the SAM.gov website, with 16 offers received. Naval Facilities Systems Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $95,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2125 for engineering, technical, design agent, and planning yard support for operational strategic and attack submarines. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $798,000 (89%), and fiscal 2024 operations and maintenance (Navy) funds in the amount of $100,000 (11%) will be obligated at time of award, and funds in amount of $100,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is awarded an $84,462,016 firm-fixed-price indefinite-delivery/indefinite-quantity modification to previously-awarded multiple award contract N0002418D4414 for complex and non-complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships in the Pacific Northwest, including surface combatants class ships (DDG and CG), and amphibious class ships (LSD, LPD, LHA, and LHD). Work will be performed in Everett, Washington, and is expected to be completed by November 2023. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics – National Steel and Shipbuilding Co., Bremerton, Washington, is awarded an $80,147,230 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded multiple award contract N0002418D4412 for complex and non-complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships in the Pacific Northwest, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships. Work will be performed in Everett, Washington, and is expected to be completed by November 2023. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Pacific Ship Repair and Fabrication Inc.,* Everett, Washington, is awarded a $38,078,891 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded multiple award contract N0002418D4413 for complex and non-complex emergent and continuous maintenance, and Chief of Naval Operations availabilities on surface ships in the Pacific Northwest, including surface combatant ships and amphibious ships. Work will be performed in Everett, Washington, and is expected to be completed by November 2023. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Carahsoft Technology Corp., Reston, Virginia, is awarded a $7,543,117 firm-fixed-price delivery order to provide salesforce software licenses and non-personal support services to manage, build, deploy, and maintain a fully operational salesforce-based online portal that addresses the statutory requirements defined in section 575 of the fiscal 2021 National Defense Authorization Act (NDAA). This requirement is specific solely to Military Service Academy Nomination and Admissions processes that include collection, reporting, availability, and standard classifications of reporting requirements, as codified within the NDAA. This action supports the acquisition of organizational change management and strategic communication support services to facilitate portal adoption and use by congressional and non-congressional nominating sources. In addition, this acquisition covers Tableau data visualization and data analytics professional support services to address congressional reporting requirements defined in Section 575. This action also covers the procurement of MuleSoft licenses and implementation services to integrate Service Academy admissions systems and other data sources with the online portal to streamline reporting and data collection capabilities. This portal only supports the nomination process and corresponding reporting requirements for the U.S. Naval Academy, U.S. Military Academy, and the U.S. Air Force Academy, in support of the U.S. Naval Academy. The contract will include a 12-month base period with an additional two 12-month ordering period options pursuant of Federal Acquisition Regulation (FAR) 52.217-9 – option to extend services, which if exercised, will bring the total estimated value to $17,723,839. The base ordering period is expected to be completed by October 2024; if all options are exercised, the ordering period will be completed by October 2026. All work will be performed in Reston, Virginia. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,500 will be obligated at time of award, and funds will expire at the end of the current fiscal year. The solicitation was posted through the NASA Solutions for Enterprise-Wide Procurement Government-Wide Acquisition Contract as a sole-source procurement in accordance with FAR 16.505(b)(2)(i)(B) with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-24-F-0017).

Schmidt-Prime Group LLC JV, Pensacola, Florida, is awarded a $7,500,000 firm-fixed-price modification to a previously awarded contract N69450-20-D-0002 to increase the not-to-exceed contract price for professional architectural and engineering services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative face value of the contract to $54,500,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by November 2024. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $20,975,000 firm-fixed-price contract for beach renourishment. Bids were solicited via the internet with one received. Work will be performed in Surfside, California, with an estimated completion date of Dec. 29, 2024. Fiscal 2024 civil construction funds in the amount of $20,975,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-24-C-0002). 

SourceAmerica, Vienna, Virginia, was awarded a $13,241,964 modification (P00006) to contract W9124D-23-D-0008 for base operation and maintenance support services at Fort Knox. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. Army Field Directorate Office, Fort Knox, Kentucky, is the contracting activity. 

Charter Contracting Co. LLC, Boston, Massachusetts, was awarded an $11,594,969 cost-plus-fixed-fee contract for environmental remediation services. Bids were solicited via the internet with five received. Work will be performed in Durham, Connecticut, with an estimated completion date of Oct. 16, 2024. Fiscal 2024 environmental restoration, Army funds in the amount of $11,594,969 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-24-C-0001). 

AIR FORCE

D7 LLC, Colorado Springs, Colorado, has been awarded a $15,921,709 cost-plus-fixed-fee modification (P00021) to previously awarded FA8730-20-C-0052 for the Qatar F-15QA Cybersecurity with Defensive Cyber Operations In-Country Integration and Implementation and Q-Radar Obsolescence, and the transition to an Enterprise services model via the deployment of an Enterprise Security Boundary. Work will be performed at Al-Udeid Air Base, Qatar, and is expected to be completed by Dec. 31, 2024. This contract involves foreign military sales to Qatar. Fiscal 2023 Army Material Command Security Assistance Management Directorate funds in the amount of $7,351,825; and fiscal 2023 Foreign Military Sales funds in the amount of $8,569,884, are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

FRM Socks LLC, doing business as Fox River, Osage, Iowa, has been awarded a maximum $8,393,220 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the cold weather socks system. This was a competitive acquisition with three responses received. This is a one-year base contract with two one-year option periods. The ordering period end date is Oct. 16, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0004).

UPDATE: Marketing Assessment Inc.,* Sterling, Virginia (SPE2D1-24-D-0001, $48,500,000) 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

10/18

DEFENSE HEALTH AGENCY

Tyto Government Solutions Inc., Herndon, Virginia, is awarded a $65,790,815 firm-fixed-price contract (HT940224F0001) to provide support for the Defense Health Agency E-Commerce Operational Systems Support and includes tasks to maintain, operate, and provide engineering, and technical support to the entire enterprise information technology enterprise for the private-sector healthcare system. This was a competitive fair opportunity acquisition through the Alliant 2 General Services Administration Governmentwide Acquisition Contract program with four offers received. The period of performance is a base year starting Dec. 1, 2023, and four one-year option periods with a completion date of Nov. 30, 2028. Subject to the availability of funds, fiscal 2024 operations and maintenance funds and research and research, development, test and evaluation funds will be obligated. The place of performance is Aurora, Colorado. The Defense Health Agency Managed Care Contracting Division, Aurora, Colorado, is the contracting activity.

ARMY

Raytheon Integrated Defense Systems, Andover, Maryland, was awarded a $30,621,464 fixed-price incentive contract for Radar Interface Unit lite. Bids were solicited via the internet with one received. Work will be performed in Andover, Maryland; and Huntsville, Alabama, with an estimated completion date of March 31, 2028. Fiscal 2024 Foreign Military Sales funds in the amount of $30,621,464 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0004).

NAVY

Raytheon Co., Largo, Florida, is awarded a $12,415,389 firm-fixed-price and cost-plus-fixed-fee modification (N00024-20-C-5203) to exercise options for planar array antenna assembly systems and associated engineering studies and analyses for the Cooperative Engagement Capability program. Work will be performed in Largo, Florida (59%); McKinney, Texas (35%); St. Petersburg, Florida (3%); and Andover, Massachusetts (3%), and is expected to be completed by October 2025. Fiscal 2024 other procurement (Navy) in the amount of $12,401,554 (99%) and fiscal 2023 other procurement (Navy) in the amount of $13,835 (1%) will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

*Small Business

10/19

DEFENSE HEALTH AGENCY

Akiak NS LLC was awarded a $99,994,782 firm-fixed-price contract to obtain technology Lifecycle Support Service for the Defense Health Agency Solution Delivery Division Technology Support Branch. Technology Lifecycle Support encompasses various activities including assessment, planning, implementation, and ongoing support to ensure that technology remains efficient, secure, and aligned with the organization’s needs and objectives. Technology Lifecycle Support encompasses seven domains: Digital Transformation Center; System Lifecycle Management; Evolutionary Architecture and Design; Operations Support Center; Information Technology Lifecycle Management; Cloud Solutions Architecture; and Application Support; and permits the Solution Delivery Division to enhance operational efficiency, reduce costs, minimize risks, and better leverage technology investments to drive business success. This award is the result of an Alaska Native Corporation 8(a) direct award. The contract has a base period of five months, Option Period One of eight months, and Option Period Two of nine months. $21,669,012 of fiscal 2023 operations and maintenance funds were obligated for the base year. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. The contract number is HT001123C0103. (Awarded Sept. 30, 2023)

NAVY

The Boeing Co., Tukwila, Washington, is awarded a $26,724,142 cost-plus-fixed-fee order (N0001924F2574) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the design, development, and test of software and ancillary hardware required in support of the retrofit integration of the MK 54 Mod 2 Advanced Lightweight Torpedo on the P-8A aircraft for the Navy. Work will be performed in Seattle, Washington (96%); Patuxent River, Maryland (3%); and St. Louis, Missouri (1%), and is expected to be completed in October 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $5,250,000 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.

ManTech International Corp., Herndon, Virginia, is awarded a $13,822,604 cost-plus-fixed-fee modification (P00013) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0042117D0032). This modification increases the ceiling to provide engineering support to include reliability, maintainability, testability, quality assurance, diagnostic and system safety analyses in support of the design, development, production, and in-service cycles of all naval carrier based tactical aircraft, shipboard capable vertical/short takeoff and landing aircraft, maritime support aircraft, unmanned aircraft, tactical weapons systems, support systems, and equipment and aircraft launch and recovery equipment. Work will be performed in Patuxent River, Maryland (91.5%); Yuma, Arizona (1.7%); Luke Air Force Base, Arizona (1.7%); Edwards AFB, California (1.7%); China Lake, California (1.7%); and Quantico, Virginia (1.7%), and is expected to be completed in November 2023. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. The Naval Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

*Small Business

10/20

DEFENSE HEALTH AGENCY

United Concordia Companies Inc., Camp Hill, Pennsylvania, is awarded a $3,028,216,101 indefinite-delivery/indefinite-quantity contract with firm-fixed unit prices and cost-reimbursable line items (HT940224D0001) to support the delivery of the Department of Defense TRICARE dental program benefit, codified in 10 U.S. Code, Chapter 55 1076a. The contract serves to integrate affordable dental health services to Military Health System (MHS) beneficiaries, by private sector contractors, and driven by greater integration of dental business processes across the MHS. The Defense Health Agency supports the MHS in its mission to provide dental health services through TRICARE dental care coverage for all eligible family members of uniformed service active duty personnel, members of the Selected Reserve and Individual Ready Reserve and their eligible family members. The period of performance is Dec. 1, 2023, to Nov. 30, 2029. The TRICARE dental program geographic area of coverage for the continental U.S. includes the 50 United States; Washington, D.C.; Puerto Rico; Guam; and the Virgin Islands. Outside the continental U.S., the service area includes all other countries, island masses, and territorial waters. Fiscal 2024 operations and maintenance funding will be obligated at the time of award. The Defense Health Agency, Managed Care Contracting Division, Aurora, Colorado, is the contracting activity.

NAVY

Raytheon Co., Largo, Florida, is awarded a $96,333,349 cost-plus-fixed-fee, cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5200 for design agent and engineering support, and to exercise options for other direct costs for the Cooperative Engagement Capability program. Work will be performed in St. Petersburg, Florida (70%); and Largo, Florida (30%), and is expected to be completed by May 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,701,117 (39%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $5,111,228 (23%); Foreign Military Sales (FMS) (Australia) funds in the amount of $3,205,000 (15%); FMS (Japan) funds in the amount of $1,360,000 (6%); fiscal 2023 other procurement (Navy) funds in the amount of $1,097,068 (5%); FMS (Canada) funds in the amount of $800,000 (4%); fiscal 2023 research, development, test and evaluation (Marine Corps) funds in the amount of $800,000 (4%); fiscal 2024 other procurement (Navy) funds in the amount of $500,000 (2%); fiscal 2023 research, development, test and evaluation (Department of Defense) funds in the amount of $336,081 (1%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $50,000 (1%), will be obligated at time of award, of which $6,297,309 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Huntington Ingalls Industries Unmanned Systems, Pocasset, Massachusetts, is awarded a $16,311,757 firm-fixed-price modification to previously awarded contract N00024-23-C-6308 to exercise options for Lionfish Small Unmanned Undersea Vehicle testing. Work will be performed in Pocasset, Massachusetts (99%); and Hampton, Virginia (1%), and is expected to be completed by September 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $16,311,757 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $12,289,747 cost-plus-incentive-fee modification to previously-awarded contract N00024-23-C-5123 for capability package development and fielding, system integration and fielding, and in-service sustainment in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2023. Fiscal 2024 research, development, test and evaluation, Navy funds in the amount of $11,833,145 (98%); and fiscal 2024 operation of maintenance, Navy funds in the amount of $300,000 (2%), were obligated at time of award and funds in the amount of $300,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Oct. 18, 2023)

DEFENSE LOGISTICS AGENCY

BP Products North America Inc., Chicago, Illinois, has been awarded a maximum $23,342,245 fixed-price with economic-price-adjustment contract for AN8, JP5, and MUM aviation fuel. This was a competitive acquisition with five responses received. This is a two-month contract with a 30-day carry-over period. Location of performance is McMurdo Station, Antarctica, with a Jan. 31, 2024, performance completion date. Using customer is the National Science Foundation. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-24-D-0540).

CORRECTION: The contract announced on Sept. 28, 2023, for RMI Titanium Co. LLC, Niles, Ohio (SP8000-23-C-0012) for $54,964,162 was announced with an incorrect award date, contract number, performance completion date, and funding information. The correct award date is Oct. 18, 2023, the correct contract number is SP8000-24-C-0004, the correct performance completion date is Oct. 18, 2025, and the correct funding is fiscal 2024 defense working capital funds.

ARMY

Sierra Nevada Corp., Sparks, Nevada, 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 eight received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 20, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0001).

*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, October 23, 2023 1:41 pm

Leave a Reply

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

Notify me of updates to this conversation