INSIDE THE

NEWS + ADVICE

DoD Contracts: ManTech, Raytheon, Lockheed Martin, Leidos, Northrop Grumman, BAE Systems, Week of 11-13-23 to 11-17-23

Posted by Ashley Jones
aircraft

11/13

NAVY

StandardAero Inc., San Antonio, Texas, is awarded a $209,503,116 modification (P00021) to a previously awarded firm-fixed-price, time-and-materials, indefinite-delivery/indefinite-quantity contract (N0001918D0110). This modification exercises an option to provide P-8A Poseidon CFM56-7B27A/3 and CFM56-7B27AE engine depot-level maintenance and repair in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Winnipeg, Manitoba, Canada (86%); Cincinnati, Ohio (11%); and San Antonio, Texas (3%), and is expected to be completed in October 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, is awarded a $53,389,094 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-22-C-5501 to exercise the fiscal 2024 option for Dual Band Radar (DBR) design agent and technical engineering follow-on requirements to support the DBR systems installed aboard CVN78 and DDG1000 class ships. Work will be performed in Tewksbury, Massachusetts (40%); Marlborough, Massachusetts (20%); San Diego, California (15%); Norfolk, Virginia (10%); Andover, Massachusetts (5%); Portsmouth, Rhode Island (5%); and Chesapeake, Virginia (5%), and is expected to be completed by November 2024. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $500,000 (44%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $350,000 (30%); and fiscal 2024 other procurement (Navy) funds in the amount of $300,000 (26%), will be obligated at time of award, of which $500,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sedna Digital Solutions LLC,* Manassas, Virginia, is awarded a $34,462,402 cost-plus-fixed-fee contract modification to previously awarded contract N00024-23-C-6132 to exercise options for Navy engineering design, development, supporting material, travel, and equipment. Work will be performed in Manassas, Virginia, and expected to be completed by November 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $11,341,221 (49%); fiscal 2024 other procurement (Navy) funds in the amount of $10,233,366 (44%); fiscal 2024 research, development, test and evaluation (Navy) in the amount of $1,493,730 (6%); and fiscal 2023 other procurement (Navy) funds in the amount $236,270 (1%), 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.

Cobham Advanced Electronics Solutions, Lansdale, Pennsylvania, is awarded a $32,383,357 modification (P00001) to a previously awarded firm-fixed-price contract (N0001923C0038). This modification exercises an option to procure 27 AN/ALQ-99 Low Band Consolidation (LBC) transmitter modifications, to include 11 LBC modifications for the Navy and 16 LBC modifications for the government of Australia, in support of the EA-18G Growler upgrades. Work will be performed in Lansdale, Pennsylvania (76%); Patterson, New York (12%); Philadelphia, Pennsylvania (5%) (labor surplus area); Woburn, Maine (4%); and Lancaster, Pennsylvania (3%), and is expected to be completed in June 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $9,595,069; fiscal 2023 aircraft procurement (Navy) funds in the amount of $3,598,151; and Foreign Military Sales customer funds in the amount of $19,190,138, 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.

University of South Carolina, Columbia, South Carolina, is awarded a $9,997,059 cost reimbursement contract for the Advanced Controls and Decision Aids Based on Digital Twins for Power and Energy Systems effort. This contract provides for science and technology research into digital twin and advanced control technologies that have the potential to improve the performance of shipboard Navy power and energy systems through better tactical energy management decisions and a reduced cognitive burden on shipboard operators. This project will develop and demonstrate the application of digital twin technologies for Navy power and energy systems, primarily by providing advanced controls and user decision aids applicable to use cases pertinent to the Navy. Work will be performed in Columbia, South Carolina, and is expected to be completed in November 2026. The total cumulative value, including a 36-month base period with no option periods, is $9,997,059. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $9,997,059 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-24-C-1301).

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $8,917,789 cost-plus-fixed-fee contract modification to previously awarded contract N00024-20-C-6116 to exercise options for Navy engineering design, development, and supporting material. Work will be performed in Fall River, Massachusetts, and is expected to be completed by Dec. 31, 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds 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. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

IAP Worldwide Services Inc., Cape Canaveral, Florida, is awarded an $8,565,997 modification to previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract N62470-18-D-3000 to exercise option year six for base operations support services at U.S. Naval Support Activity Souda Bay, Greece. This award brings the total cumulative value of the contract to $55,190,457. Work will be performed at Souda Bay, Greece, and is expected to be completed by December 2024. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy); and fiscal 2024 operation and maintenance (Air Force) funds, will be obligated on individual task orders during the option period. Naval Facilities Engineering Systems Command Europe, Africa, Central, Naples, Italy, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,042,445 modification (P00001) to a firm-fixed-price order (N0001923F0548) against a previously issued basic ordering agreement (N0001919G0008). This modification exercises an option to procure diminishing manufacturing sources, to include lamp module assemblies and filter packs in support of the operation of F-35 ProSim Projectors for non-Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Wolverhampton, United Kingdom (95%); and Fort Worth, Texas (5%), and is expected to be completed in June 2026. FMS customer funds in the amount of $1,914,999; and non-DoD participant funds in the amount of $6,127,446, 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.

ARMY

Micross Advanced Interconnect Technologies, Durham, North Carolina, was awarded an Other Transaction Authority agreement with a ceiling of $134,269,798 to develop a domestic, trusted, pure-play, and open-access advanced packaging ecosystem for low-volume/high-mix production of 2.5-D and 3-D Advanced System Integration and Packaging secure solutions. Work will be performed in Durham, North Carolina, with an estimated completion date of Nov. 2, 2028. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $45,580,580 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-9-2005).

J.E. McAmis, Chico, California, was awarded a $17,543,772 modification (P00017) to contract W9127N-19-C-0025 for stonework and construction for the mouth of the Columbia River. Work will be performed in Hammond, Oregon, with an estimated completion date of Sept. 29, 2026. Fiscal 2024 civil construction funds in the amount of $17,543,772 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

DEFENSE LOGISTICS AGENCY

National Industries for the Blind,** Alexandria, Virginia, has been awarded an estimated $14,276,250 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-23-D-B002) with four one-year option periods for advanced combat helmet pad suspension systems. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Pennsylvania and North Carolina, with a Nov. 17, 2024, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Sawasawa LLC, Los Angeles, California, has been awarded a maximum $8,436,656 modification (P00004) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1515) with four one-year option periods for moisture wicking t-shirts. This is an indefinite-delivery contract. The ordering period end date is Nov. 29, 2024. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small Business
**Mandatory source

11/14

DEFENSE LOGISTICS AGENCY

Pratt & Whitney, a division of RTX Corp., East Hartford, Connecticut, has been awarded a firm-fixed-price and cost-type contract for TF33 engine supplies and program management and engineering services. This contract has an estimated initial award value of $40,660,994 with a potential total spend estimated up to $870,000,000 over the life of the contract. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a six-year base contract with one six-month transition period and one four-year option period. The performance completion date is April 30, 2034. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2034 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-24-D-9000).

Ontic Engineering and Manufacturing Inc., Chatsworth, California, has been awarded an estimated $46,456,321 modification (P0003) against requirements contract (SPE4A5-23-D-P000) for additional aircraft items. The modification amount is the increased value of the original contract from $16,160,977 to $62,617,298. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a subsumable contract under umbrella contract SPE4A5-22-D-0002. This is a 45-month contract with one five-year option period. The performance completion date is March 27, 2027. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

ARMY

Jody Miller Construction,* Spanaway, Washington, was awarded a $34,615,000 firm-fixed-price contract to construct a new building. Bids were solicited via the internet with four received. Work will be performed at Camp Murray, Washington, with an estimated completion date of Sept. 16, 2025. Fiscal 2022 military construction, Army National Guard funds in the amount of $34,615,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Washington, is the contracting activity (W50S9E-24-C-0001). 

Collins Aerospace, Cedar Rapids, Iowa, was awarded a $19,458,830 modification (P00009) to contract W56KGY-22-F-0074 for engineering services, configuration management and technical support for the Mounted Assured Position, Navigation and Timing System Gen II. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of April 30, 2024. Fiscal 2023 other procurement, Army funds in the amount of $9,591,884 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Leidos Inc., Reston, Virginia, was awarded a $15,000,000 cost-plus-fixed-fee contract for Mission Systems Flying Test Bed integration and testing requirements. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 14, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0002). 

AIR FORCE

Orbit Communication Systems Inc., Deerfield Beach, Florida, was awarded a $16,456,623 firm-fixed-priced, indefinite-delivery, requirements contract for the Airborne Digital Interphone System (ADIS). This contract provides for repair and retrofit services for communication equipment of the KC-135R/T. Work will be performed in Deerfield Beach, Florida, and is expected to be completed by November 13, 2028. This award is the result of a sole source acquisition. Fiscal year 2024 through fiscal year 2029 working capital funds will be used and $2,763,214 will being obligated on the first order. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-24-D-0001).

*Small Business

11/15

ARMY

Pacific Tech Construction Inc., Kelso, Washington, was awarded a $108,281,936 firm-fixed-price contract for roof replacement. Bids were solicited via the internet with two received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Dec. 10, 2027. Fiscal 2024 construction and restoration, NASA funds in the amount of $108,281,936 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0002).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $100,886,401 modification (P00016) to contract W31P4Q-23-C-0014 for HIMARS/MLRS fire control systems and launcher-loader module logistics support. Work will be performed in Grand Prairie, Texas; Budd Lake, New Jersey; Palm Bay, Florida; Brownsboro, Alabama; Whippany, New Jersey; Fort Worth, Texas; Boca Raton, Florida; York, Pennsylvania; Jackson, Mississippi; Laurel, Maryland; Irving, Texas; Clearwater, Florida; Hauppauge, New York; Arlington, Texas; Irving, Texas; North Richland Hills, Texas; Binghamton, New York; Orlando, Florida; Johnstown, Pennsylvania; Fort Wayne, Indiana; Dallas, Texas; Valencia, California; and Clinton, Pennsylvania, with an estimated completion date of Dec. 31, 2025. Fiscal 2010 operation and maintenance, defense-wide funds in the amount of $6,724,076 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

VES LLC,* Aberdeen Proving Ground, Maryland, was awarded a $43,194,343 firm-fixed-price contract for ground vehicle operating system software production support. 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 Nov. 14, 2028. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0006).

Rockwell Collins Inc., Cedar Rapids, Iowa, was awarded a $14,933,575 firm-fixed-price contract for maintenance and repair of the CH-47 multifunction display unit. 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 Nov. 12, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0008).

Ahtna Marine & Construction Co. LLC, Boynton Beach, Florida, was awarded a $14,729,970 firm-fixed-price contract for the Lake Worth lagoon ecosystem restoration project. Bids were solicited via the internet with three received. Work will be performed in West Palm Beach, Florida, with an estimated completion date of July 12, 2025. Fiscal 2019, 2021, 2022, 2023 and 2024 civil construction funds in the amount of $14,729,970 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0002).

JPC Group Inc., Philadelphia, Pennsylvania, was awarded a $9,531,981 firm-fixed-price contract for maintenance dredging of the Shrewsbury River. 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 Dec. 24, 2023. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0005).

Brantley Construction Services LLC,* Charleston, South Carolina, was awarded a $9,229,452 firm-fixed-price contract to renovate Building 4312 at Seymour Johnson Air Force Base. Bids were solicited via the internet with five received. Work will be performed at t Seymour Johnson Air Force Base, North Carolina, with an estimated completion date of Jan. 21, 2025. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $9,229,452 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-4000).

AIR FORCE

Northrop Grumman Systems Corp., Rocket Center, West Virginia, was awarded a $93,400,000 five-year, indefinite-delivery/indefinite-quantity contract for the BLU-138 fuze production. Work will be performed at Rocket Center, West Virginia, and is expected to be completed by Oct. 31, 2029. This contract was a sole source acquisition. Fiscal 2023 ammunition procurement funds in the amount of $9,845,692 and Fiscal 2023 research, development, test, and evaluation funds in the amount of $350,037 are being obligated at time of award. The Air Force Life Cycle Management CenTer, Eglin Air Force Base, Florida, is the contracting activity (FA8681-24-D-B002).

Orbit Communication Systems Inc., Deerfield Beach, Florida, was awarded a $16,456,623 firm-fixed-price, indefinite-delivery requirements contract for the Airborne Digital Interphone System (ADIS). This contract provides for repair/retrofit services for communication equipment of the KC-135R/T. Work will be performed in Deerfield Beach, Florida, and is expected to be completed by Nov. 13, 2028. This contract was a sole source acquisition. Fiscal 2024 through fiscal 2029 Consolidated Sustainment Activity Group funds (working capital funds) in the amount of $2,763,214 are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8539-24-D-0001). (Awarded Nov. 14, 2023)

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $10,380,542 cost-plus-incentive-fee modification (P00060) to previously awarded contract FA8823-21-C-0001 Space Based Infrared System Contractor Logistics Support (SBIRS) Product support Integration Contract Evolution (SPICE). The modification brings the total cumulative face value of the contract to $1,176,727,086. Work will be performed at Peterson Space Force Base, Buckley SFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by May 14, 2025. Fiscal 2023 procurement funds in the amount of $10,380,542 are being obligated at time of award. Space Systems Command, Peterson SFB, Colorado, is the contracting activity.

NAVY

Kellogg Brown & Root Services Inc., Houston, Texas, is awarded a $61,272,020 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-17-D-4012 for base operation support services at Camp Lemonnier, Djibouti; and Chabelley Airfield, Djibouti. This award brings the total cumulative value of the contract to $473,504,564. Work will be performed in Djibouti City, Djibouti (96%); and Manda Bay, Chabelley, Djibouti (4%), and is expected to be completed by November 2024. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy) funds will be obligated on individual task orders, subject to the availability of funds. The Naval Facilities Engineering Systems Command Europe, Africa, Central; Camp Lemonnier, Djibouti, is the contracting activity.

L3 Harris Technologies Inc. – Interstate Electronics Corp., Anaheim, California, is awarded a $34,434,950 cost-plus-fixed-fee modification (P00021) for new procurement options under a previously awarded contract (N0003022C2001) to provide supplies, services and support for flight test instrumentation systems. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (30%); Washington, D.C. (7%); Barrow-in-Furness, United Kingdom (3%); Bremerton, Washington (2%); and Kings Bay, Georgia (2%). Work is expected to be completed September 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $10,000,000; and fiscal 2024 weapons procurement (Navy) funds in the amount of $1,556,120 are being obligated at time of award. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $10,000,000 will expire at the end of the current fiscal year. The total dollar value of the modification, including options, is $77,741,496, and the total cumulative face value of the contract is $320,183,725. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

MediaCross Inc.,* St. Louis, Missouri, was awarded a $30,483,054 firm-fixed-price, C-type contract that provides advertising and recruitment services to Military Sealift Command’s (MSC’s) Total Force Management Directorate (N1). MediaCross shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Civilian Mariner (CIVMAR) support, hiring, promotion, and retention of current, future, and prospective CIVMARs. Services include advertising, marketing, and recruiting plus associated functions, call center operation, contract management, coordination of events, data analysis, instructional activities, screening, and onboarding of employees, and various related administrative tasks. This contract includes a one-year base period, four one-year option periods, and one six month extension in accordance with Federal Acquisition Regulation 52.217-8. Work is performed in the continental U.S. and is expected to be completed by June 30, 2029, if all options are exercised. The overall value of the contract, if all options are exercised, is $30,483,054. Fiscal 2024 funds were obligated in the amount of $876,434 for this contract. This contract’s base year will be incrementally funded and each following option year, if exercised, will utilize the appropriate fiscal year funding throughout the life of the contract. This contract was competitively procured via the System for Award Management website (SAM.gov) with four proposals received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4090). (Awarded Nov. 14, 2023)

Kirila Fire Training Facilities Inc.,* Fowler, Ohio, is awarded a $21,826,381 firm-fixed-price, cost reimbursable indefinite-delivery/indefinite-quantity contract to provide initial certification training, operations and maintenance, organizational, intermediate and depot level repairs to include service life extension in support of meeting the long-term Firefighting Training Structures and Props training and service needs across numerous training systems of various types and models at various Navy and Marine Corps Firefighter Trainer installations. Work will be performed at various Navy and Marine Corps Firefighter Trainer installations within the continental U.S. (CONUS) and outside CONUS, and is expected to be completed in November 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; three offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134024D0002).

Systems Application and Technologies Inc.,* Upper Marlboro, Maryland, is awarded a $19,178,972 modification (P00045) to a previously awarded, cost-plus-fixed-fee, level of effort, cost reimbursable contract (N0042119C0023). This modification exercises an option to provide continued engineering, technical, project analyst, and administrative support services to the Naval Air System Command Prototyping, Instrumentation, and Experimentation Department in support of the research, development, test, and evaluation of aircraft instrumentation flight test for the Department of Defense and other government agencies. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,332,000; and fiscal 2024 working capital (Navy) funds on the amount of $992,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a cost-plus-fixed-fee contract modification (P00020) in the amount of $14,599,740 to a previously awarded and announced contract (N00030-22-C-6001) to exercise fiscal 2024 options to provide support services for the U.S. Trident II D5 Strategic Weapon Systems program, Attack Weapon System program, and the Nuclear Weapon Security program. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Rockville, Maryland (58.2%); Washington, D.C., (23.8%); Saint Mary’s, Georgia (3.3%); Cape Canaveral, Florida (2.3%); Rochester, United Kingdom (1.7%); Bremerton, Washington (1.3%); Portsmouth, Virginia (1.0%); and various other locations (less than 1% each, 8.4% total). Work is expected to be completed Sept. 30, 2024, and will be incrementally funded. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,379,982; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,792,928; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $45,250 will be obligated at the time of award. Funds in the amount of $1,792,928 will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Sodexo Management Inc., Gaithersburg, Maryland, is awarded a firm-fixed-price modification to exercise Option Year Five under previously awarded contract M95494-18-C-0016 for the management and operation of West Coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California. Fiscal 2024 military personnel (Marine Corps) funding in the amount of $14,593,995 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity. 

Sodexo Management Inc., Gaithersburg, Maryland, is awarded a firm-fixed-price modification to exercise Option Year Five under previously awarded contract M95494-18-C-0018 for the management and operation of East Coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Camp Lejeune, North Carolina; Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina. Fiscal 2024 military personnel (Marine Corps) funding in the amount of $13,771,066 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity. 

Huang-Gaghan JV TWO,* Alexandria, Virginia (N40080-19-D-0001); LLB Enterprises LLC,* Stafford, Virginia (N40080-19-D-0002); Argus CJW JV LLC,* Leesburg, Virginia (N40080-19-D-0003); Signature Renovations LLC,* Capitol Heights, Maryland (N40080-19-D-0004); and Snodgrass JV,* Seymour, Missouri (N40080-19-D-0005), was awarded a combined-maximum-value $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to their previously-awarded contracts to increase the maximum dollar value for repairs, renovations, new construction, and alterations to shore facilities and utilities within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility. Award of this modification brings the total cumulative value of the contracts to $109,000,000. Work will be performed in the NAVFAC Washington area of responsibility and is expected to be completed by December 2023. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity. (Awarded Nov. 14, 2023)

MISSILE DEFENSE AGENCY

Northrop Grumman Corp., Chandler, Arizona, is being awarded a $52,486,564 modification (P00022) to a previously awarded (HQ0851-22-9-0002) agreement to exercise an option. The value of this contract is increased from $239,372,502 to $291,859,066. Under this modification, the contractor will continue to develop and refine their Glide Phase Intercept concept during the Technology Development Phase. The work will be performed in Chandler, Arizona; Colorado Springs, Colorado; Huntsville, Alabama; San Diego, California; Boulder, Colorado; and Linthicum, Maryland. The performance period is from Nov. 15, 2023, through Feb. 15, 2025. Fiscal 2024 research, development, test, and evaluation funds in the amount of $16,000,000 are being obligated on this award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

Raytheon Technologies, Tucson, Arizona, is being awarded a $52,462,958 modification (P00022) to a previously awarded (HQ0851-22-9-0003) agreement to exercise an option. The value of this contract is increased from $241,486,454 to $293,949,412. Under this modification, the contractor will continue to develop and refine their Glide Phase Intercept concept during the Technology Development Phase. The work will be performed in Tucson, Arizona; El Dorado Hills, California; Aurora, Colorado; Tewksbury, Massachusetts; Woburn, Massachusetts; Andover, Massachusetts; McKinney, Texas; and Huntsville, Alabama. The performance period is from Nov. 15, 2023, through Feb. 15, 2025. Fiscal 2024 research, development, test, and evaluation funds in the amount of $3,000,000 are being obligated on this award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc.,** San Marcos, California, was awarded a firm-fixed-price order (H92415-24-F-0007) for Dell laptops and associated equipment with a value of $8,839,953 and a delivery of 60 days after the order date. The order will support the U.S. Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics (SOF-AT&L) Enterprise Information Systems (EIS) Directorate. Fiscal 2024 operations and maintenance funds in the amount of $8,839,953 are being obligated at time of award. The blanket purchasing agreement was solicited and issued using a full and open after exclusion of sources, brand name or equal acquisition strategy in accordance with Federal Acquisition Regulation (FAR) 8.405-3. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

*Small Business
**Woman-Owned Small Business

11/16

AIR FORCE

ManTech Advanced Systems International Inc., Herndon, Virginia, has been awarded a $47,575,223.71 modification (P00117) to contract FA8819-18-C-1001 for specialized acquisition and operations security services that support United States Space Force mission areas. The total cumulative face value of the contract is $242,409,056. Work will be performed at Los Angeles Air Force Base and Vandenberg Space Force Base, California; and Peterson SFB and Schriever SFB, Colorado, and is expected to be completed Nov. 16, 2024. Fiscal 2024 general information technology (Space), procurement, operation and maintenance, and research, development, test and evaluation funds in the amount of $15,347,467 are being obligated at the time of award. Space Systems Command, Los Angeles AFB, California, is the contracting activity.

Group W Inc.*, Vienna, Virginia, was awarded a ceiling of $37,190,000 indefinite-delivery/indefinite-quantity contract for campaign analysis support using Synthetic Theater Operations Research Model. The purpose of this contract is to facilitate mission level analysis efforts to support the Air Force, Navy, and Joint Staff in making informed decisions regarding force structure. To accomplish this, the contract will provide the necessary tools, equipment, personnel, and project supervision. Work will be performed in Washington, D.C., and is expected to be completed by Nov. 28, 2028. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operation and maintenance funds in the amount of $600,000 are being obligated at the time of award. Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-D-0002).

Pride Industries, Roseville, California, has been awarded a $23,215,427 firm-fixed-price modification (P00003) to previously awarded FA4484-23-D-0002 for base operations and maintenance services. The modification is to execute the first option period out of seven.  This contract provides for the operation and maintenance of facilities, roads, grounds, and equipment and water distribution systems in support of installation activities for Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at JB-MDL and is expected to be completed Nov. 30, 2024. Fiscal 2024 operations and maintenance funds will be obligated on individual task orders. 87th Contracting Squadron JB-MDL, New Jersey, is the contracting activity.

Raytheon Co., Tewksbury, Massachusetts, has been awarded an estimated $18,672,453 cost-plus-fixed-fee completion and firm-fixed-price contract modification (P00026) against a previously awarded contract (FA8730-21-C-0005) for the Qatar Air Operations Center (AOC) upgrade. This contract provides for an additional 18 months of sustainment support for the Qatar AOC system. The modification brings the total cumulative face value of the contract to $127,528,264. Work will be performed in the state of Qatar and is expected to be completed by April 22, 2025. This contract was a sole source acquisition. This modification involves Foreign Military Sales (FMS) to the state of Qatar. FMS funds in the amount of $4,121,844 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

LGS Innovations LLC, Applied Research & Technology, Florham Park, New Jersey, has been awarded an $11,905,336 cost-plus-fixed-fee modification (P00024) to previously awarded contract FA8750-19-C-1515 for the Salient Ghost software/hardware testbed. The modification brings the total cumulative face value of the contract to $24,657,824. Work will be performed at Florham Park, New Jersey, and is expected to be completed by Sept. 12, 2025. Fiscal 2024 research, development, test and evaluation funds in the amount of $12,500 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity. 

CORRECTION: The $579,000,000 indefinite-delivery/indefinite-quantity contract award announced on Nov. 6, 2023, for Kratos Technology & Training Solutions Inc., San Diego, California (FA8823-23-D-0001), for Command-and-Control System Consolidated (CCS-C) Sustainment and Resiliency was awarded on Nov. 15, 2023, and the contract number is FA8823-24-D-0001.

ARMY

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $160,851,512 modification (P01054) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicles, packaged and installed kits, and trailers. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 25, 2025. Fiscal 2023 Foreign Military Sales (Macedonia, Slovenia, Slovakia, Romania and Mongolia); and Army working capital funds in the amount of $160,851,512, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Plateau Software Inc.,* Fairfax, Virginia, was awarded a $49,000,000 firm-fixed-price contract for installation, environmental and energy program support services. 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 Nov. 16, 2028. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-D-0001).

Pacific Construction Services LLC,* Chicago, Illinois, was awarded a $22,382,204 firm-fixed-price contract to construct a readiness center. Bids were solicited via the internet with one received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of May 30, 2025. Fiscal 2020 military construction, Army National Guard funds in the amount of $22,382,204 were obligated at the time of the award. U.S. Property and Fiscal Office, Colorado, is the contracting activity (W912LC-24-C-0001).

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $21,650,000 firm-fixed-price contract for the modification of UH-60M Black Hawk helicopters. Bids were solicited via the internet with one received. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2022 Foreign Military Sales (Thailand) funds in the amount of $21,650,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-C-0003).

Silver Mountain Construction LLC,* Anchorage, Alaska, was awarded a $19,616,825 firm-fixed-price contract for barracks renovations. Bids were solicited via the internet with four received. Work will be performed at Joint Base Elmendorf Richardson, Alaska, with an estimated completion date of Feb. 3, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $19,616,825 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0004).

NAVY

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $130,000,000 not-to-exceed undefinitized contract action for advance procurement of long lead time material and associated engineering and design activities in support of one Amphibious Assault Ship (General Purpose) Replacement (LHA(R)) Flight 1 Ship (LHA 10). Work will be performed in Beloit, Wisconsin (36%); Pascagoula, Mississippi (32%); Brunswick, Georgia (26%); and Walpole, Massachusetts (6%). Work is expected to be completed by July 2028. Fiscal 2023 shipbuilding and conversion, Navy funding in the amount of $130,000,000 will be obligated at award and will not expire at the end of the current fiscal year. This contract was not competitively procured. This contract is awarded based on 10 U.S. Code 3204(a)(1) only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2467).

NRW Engineering PC,* Virginia Beach, Virginia, is awarded a maximum-value $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for architect-engineer services for civil and structural design and engineering services primarily in the Marine Corps Air Station Cherry Point and Marine Corps Base Camp Lejeune, North Carolina, area of responsibility. An initial task order is also being issued in the amount of $5,000 to satisfy the minimum guarantee. Work will be performed in North Carolina and is expected to be completed by November 2028. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Marine Corps) funds. This contract was competitively procured via the SAM.gov website, with 13 proposals received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-24-D-0011).

Kellogg Brown & Root Services LLC, Houston, Texas, is awarded a $27,946,855 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-17-D-4007 for base operation support services at Naval Support Activity Bahrain. This award brings the total cumulative value to $171,433,423. Work will be performed in the Kingdom of Bahrain and is expected to be completed by November 2024. No funds will be obligated at time of award. Future task orders will be funded by operation and maintenance (Navy) funds. Naval Facilities Engineering Systems Command Europe, Africa, Central; Naples, Italy, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $21,096,638 modification to previously awarded performance-based indefinite-delivery/indefinite-quantity contract N62470-20-D-0010 to exercise option year three for base operation support services at Isa Air Base, Bahrain, and its outlying support sites. Award of this option brings the total cumulative value to $238,775,324. Work will be performed at Isa Air Base and its outlying support sites in the Kingdom of Bahrain and is expected to be completed by November 2024. No funds will be obligated at time of award. Future task orders will be funded by operation and maintenance (Navy) funds. Naval Facilities Engineering Systems Command Europe, Africa, Central; Naples, Italy, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $41,217,704 firm-fixed-price requirements contract for V-22 platform engineering and logistics sustainment support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Locations of performance are Texas and Pennsylvania, with a Nov. 30, 2024, performance completion date. Using customers are Navy, Marine Corps, Air Force, and Japanese Ground Self Defense Force. Type of appropriation is fiscal 2024 through 2025 operations and maintenance funds from Air Force, Special Operations Command, Navy, and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-24-D-9001).

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $26,960,055 firm-fixed-price requirements contract for V-22 platform engineering technical support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a sixteen-month base contract with four one-year option periods. Locations of performance are Texas and Pennsylvania, with a March 30, 2025, performance completion date. Using customer is Japanese Ground Self Defense Force. Type of appropriation is fiscal 2024 through 2025 Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-24-D-9000).

The Bell Boeing Joint Project Office, California, Maryland, has been awarded an estimated $12,311,000 firm-fixed-price requirements contract for CMV-22B Osprey deployment support. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with no option periods. Locations of performance are Texas and Pennsylvania, with a Nov. 30, 2024, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 Navy operations and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-24-D-9003).

Winward Enterprises,* Ridgeland, South Carolina, has been awarded a maximum $7,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for duct-type portable heaters. This was a sole-source acquisition using justification 41 U.S. Code 1901, as stated in Federal Acquisition Regulation 13.501 (a). This is a one-year base contract with four one-year option periods. The ordering period end date is Nov. 15, 2024. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-24-D-0003).

*Small Business

11/17

NAVY

Raytheon Co., Tucson, Arizona, is awarded a $94,136,532 firm-fixed-price modification to previously awarded contract N00024-21-C-5408 to exercise options for fiscal 2023 Guided Missile Assemblies, shipping containers, and spare parts in support of the fiscal 2021-2023 Evolved Sea Sparrow Missile Block 2 full rate production requirements. Work will be performed in Tucson, Arizona (42%); Raufoss, Norway (14%); Edinburgh, Australia (7%); San Jose, California (7%); Mississauga, Canada (5%); Ottobrunn, Germany (4%); Cambridge, Canada (3%); Nashua, New Hampshire (3%); Hengelo, Netherlands (2%); Koropi Attica, Greece (2%); Torrance, California (2%); Canton, New York (1%); Ankara, Turkey (1%); Grenaa, Denmark (1%); Westlake Village, California (1%); and various other locations each less than 1% (5%). Work is expected to be completed by March 2027. Fiscal 2023 other customer funds in the amount of $92,442,840 (98%); and fiscal 2023 weapon procurement (Navy) funds in the amount of $1,693,692 (2%), 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 3204(a)(4): International Agreement between the U.S. and a foreign government or international organization. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5408).

Crowley Government Services Inc., Jacksonville, Florida, is awarded an $87,951,267 option on a previously awarded firm-fixed-price contract (N3220522C3101) for the operation and maintenance of six government-owned Maritime Prepositioning Force vessels. The vessels under this award include USNS Bobo (T-AK 3008), USNS Button (T-AK 3012), USNS Lopez (T-AK 3010), USNS Lummus (T-AK 3011), USNS Stockham (T-AK 3017), and USNS Williams (T-AK 3009). This modification exercises the second of five options of the contract in accordance with Federal Acquisition Regulation 52.217-9, Option to Extend the Term of the Contract. The vessels will continue to support Military Sealift Command world-wide prepositioning requirements. Work will be performed at sea worldwide and is expected to be completed, if all options are exercised, by Sept. 30, 2027. Working capital funds (Navy) in the amount of $87,951,267 will be obligated for fiscal 2024 and fiscal 2025 and will not expire at the end of the fiscal years. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220522C3101).

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $58,891,505 cost-plus-award-fee contract for DDG 51 class lead yard support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $418,559,309. Work will be performed in Bath/Brunswick, Maine (99%); and other locations (collectively totaling 1%), and is expected to be complete by November 2024. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $27,015,166 (48%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $15,668,462 (28%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $11,110,621 (20%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $879,497 (2%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $704,818 (1%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $180,691 (less than 1%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $165,529 (less than 1%), will be obligated at time of award, of which $180,691 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2313).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $41,681,993 cost-plus-fixed-fee order (N0001924F0085) against a previously issued basic ordering agreement (N0001922G0002). This order provides maintenance, logistics, and program management support to meet existing and future retrofit requirements for organizational, intermediate, and depot level repair efforts in support of the V-22 Osprey for the Navy, Marine Corps, and Air Force. Work will be performed in San Diego, California (16.7%); Jacksonville, North Carolina (16.7%); Kaneohe Bay, Hawaii (16.7%); Hurlburt Field, Florida (16.7%); Ridley Park, Pennsylvania (16.6%); and Fort Worth, Texas (16.6%), and is expected to be completed in November 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $7,032,173 and fiscal 2024 aircraft procurement (Air Force) funds in the amount of $4,000,000 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $30,478,466 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 Dec. 31, 2024. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $12,657,391 (61%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,802,050 (18%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,727,822 (8%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,209,131 (6%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $1,067,058 (5%); and fiscal 2024 other procurement (Navy) funds in the amount of $451,860 (2%), will be obligated at time of award and funds in the amount of $1,727,822 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5123).

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $25,781,609 cost-plus-award-fee contract for DDG 51 class follow yard support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $185,070,696.
Work will be performed in Pascagoula, Mississippi (98%); and other locations (less than 1% each, and collectively totaling 2%), and is expected to be complete by December 2024. Fiscal 2019 shipbuilding and conversion (Navy) $10,528,014 (43%); fiscal 2020 shipbuilding and conversion (Navy) $7,332,901 (30%); fiscal 2017 shipbuilding and conversion (Navy) $5,587,750 (23%); fiscal 2018 shipbuilding and conversion (Navy) $696,695 (3%); and fiscal 2024 research, development, test and evaluation (Navy) $220,620 (1%), 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 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2312).

L3 Technologies Inc., Salt Lake City, Utah, is awarded a modification with a maximum potential value of $15,000,000 under a previously awarded indefinite-delivery/indefinite-quantity, multiple award contract (N00039-15-D-0043) for Multifunctional Information Distribution System (MIDS) Low Volume Terminals (LVT) to procure Secure Data Units (SDUs) that support MIDS-LVT terminals and Link-16 capabilities. This modification will increase the current contract value from $693,961,006 to $708,961,006. The additional ceiling will be allocated between an existing contract line-item number and a new contract line-item number to the contract for the procurement of SDUs, which expires in June 2025. Work will be performed in Salt Lake City, Utah, and is expected to be completed by June 2025. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 3204(a)(1) – only one responsible source (Federal Acquisition Regulation subpart 6.302-1(a)(2)(ii)) as addressed under Justification and Approval No. 23-410 and approved on May 5, 2023. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Raytheon Cyber Solutions Inc., Indialantic, Florida, is awarded a $13,862,993 cost-plus-fixed-fee contract (N6523624C8006) for novel cyber technologies for use by warfighters in the field during tactical operations. The contract includes a 20-month base period and an 18-month option period for a total period of performance of 38 months. The option period, if exercised, would bring the cumulative value of this contract to an estimated $27,029,493. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $2,355,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Indialantic, Florida, and is expected to be completed by July 2025. If the option is exercised, performance could continue through November 2027. This contract was competitively procured by full and open competition via the sam.gov website in which 27 offers were received in response to Defense Advanced Research Projects Agency Broad Agency Announcement HR001123S0022. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. 

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $12,361,809 modification (P00008) to a firm-fixed-price order (N0042122F0146) against a previously issued basic ordering agreement (N0001921G0005). This modification exercises an option to provide ongoing development, implementation, test and certification of advanced waveform integration capabilities integrated into AN/ARC-210 (V) Gen5A and Gen6 radios formally released operational flight program and crypto sub-systems software for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $12,361,809 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

MEB General Contractors, Inc., Chesapeake, Virginia, is awarded a $9,032,255 firm-fixed price modification to previously awarded contract N4008522-C-0047 for Dry Dock 8 Saltwater System for CVN-78, Norfolk Naval Shipyard, Portsmouth, Virginia. Work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2026. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $9,032,255 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, is awarded an $8,941,051 cost-plus-fixed-fee contract (N6523624C8003) for novel cyber technologies for use by warfighters in the field during tactical operations. The contract includes a 20-month base period and an 18-month option period for a total period of performance of 38 months. The option period, if exercised, would bring the cumulative value of this contract to an estimated $16,630,514. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $1,478,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in San Antonio, Texas (80%); Sterling, Virginia (10%); and Centennial, Colorado (10%), and is expected to be completed by July 2025. If the option is exercised, performance could continue through November 2027. This contract was competitively procured by full and open competition via the sam.gov website in which 27 offers were received in response to Defense Advanced Research Projects Agency Broad Agency Announcement HR001123S0022. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. 

Manhattan Construction Co., Arlington, Virginia, is awarded an $8,900,000 firm-fixed-price modification to previously awarded contract N40080-18-C-0005 for P-275 Electronic Science and Laboratory, Naval Research Laboratory, Washington, D.C. This award brings the total cumulative value of the contract to $90,698,910. The contract modification is for time and cost impacts of general conditions and labor escalation related to government-caused delays and B75 building information modeling and architecture-engineering design efforts. Work was performed at the Naval Research Laboratory, Washington, D.C., and was completed in October 2023. Fiscal 2015, 2016, 2017, and 2018 military construction (Navy) funds in the amount of $8,900,000 will be obligated at time of award, and $1,691,902 will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity.

MBF Architects P.A., New Bern, North Carolina, is awarded a $7,865,013 firm-fixed-price modification to previously awarded contract N40085-23-F-4387 for design of an aircraft maintenance hangar at Marine Corps Air Station Cherry Point. Work will be performed in Cherry Point, North Carolina, and is expected to be completed by June 2025. Fiscal 2024 military construction (Navy) funds in the amount of $7,865,013 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Labatt Food Service, San Antonio, Texas, has been awarded a maximum $91,485,092 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 546-day bridge contract. The ordering period end date is May 17, 2025. Using customers are Army, Air Force and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-3000).

ARMY

HDR Architecture, Seattle, Washington, was awarded a $75,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 16, 2031. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-D-1001). 

John H. Northrop & Associates Inc.,* Clifton, Virginia, was awarded a $29,536,424 firm-fixed-price contract for professional engineering and analysis services. 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 May 30, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-F-0006). 

AIR FORCE

Pacific Defense Strategies, Inc., El Segundo, California, was awarded a $31,256,281 cost-plus-fixed-fee contract for a Sensor Open System Architecture aligned solution for a reconfigurable radio frequency sensing payload. Work will be performed in El Segundo, California, and is expected to be completed by October 2027. This was a competitive solicitation with one offer received. Fiscal 2024 research, development, test, and evaluation (3620) funds in the amount of $9,446,815 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X009).

Valkyrie Enterprises LLC, Virginia Beach, Virginia, was awarded a $17,228,290 firm-fixed-price and cost-reimbursable contract for communication engineering and installation support services. This contract provides for the engineering of network solutions and installation services to ensure availability of critical communication information systems to forward deployed forces supporting the U.S.  Central Command area of responsibility. Work will be performed at, but not limited to, various sites in Qatar, Saudi Arabia, Jordan, and the United Arab Emirates, and is expected to be completed by Nov. 30, 2024. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $11,500,000 are being obligated at time of award. The Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity (FA4890-24-C-0005).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded an $11,870,018 firm-fixed-price contract modification (P00003) to previously awarded contract FA8682-23-C-B001 for the exercise of an option for four additional Lot 8 Long Range Anti-Ship Missiles with containers being produced under the basic contract, and replenishment spares for the Navy. The modification brings the total cumulative face value of the contract to $633,251,559. Work will be performed in Orlando, Florida; and Troy, Alabama, and is expected to be completed by July 18, 2027. Fiscal 2024 Navy weapons procurement funds are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Tom & Jerry Inc., Kansas City, Kansas, was awarded a $13,413,297 indefinite-delivery/indefinite-quantity contract (H92239-24-D-0002) for event coordination for all Army Special Operations Command (USASOC) Preservation of the Force and Family (POTFF) events in various USASOC unit locations nationwide. The USASOC POTFF program aims to build and implement a holistic approach to address the strain of the high pace environment and mission on the special operations force. This award consists of a minimum guarantee of two task orders and a maximum of 30 task orders per ordering period. Fiscal 2024 Major Force Program 11 funds in the amount of $100,000 are being obligated at the time of award. The work will be performed in Fort Liberty, North Carolina; Eglin Air Force Base, Florida; Fort Carson, Colorado; Fort Campbell, Kentucky; Joint Base Lewis-McChord, Washington; Fort Moore, Georgia; and Hunter Army Airfield, Georgia. This contracting action was a competitive HUBZone set-aside, best value trade-off evaluation that was conducted in accordance with Federal Acquisition Regulations, Part 15, 16.505, Defense Federal Acquisition Regulation Supplement 215, 216.505, and supplemented by the Special Operations Federal Acquisition Regulation Supplement. Special Operations Command, Tampa, Florida, is the contracting activity.

*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, November 20, 2023 2:31 pm

Leave a Reply

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

Notify me of updates to this conversation