INSIDE THE

NEWS + ADVICE

DoD Contracts: Motorola Solutions, Peraton, Amentum Services, Raytheon Technologies, Week of 6-26-23 to 6-30-23

Posted by Ashley Jones
aircraft

6/26

ARMY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $257,602,312 modification (P00078) to contract W56HZV-19-C-0036 for M10 Booker low-rate initial production. Work will be performed in Sterling Heights, Michigan; Anniston, Alabama; and Lima, Ohio, with an estimated completion date of Oct. 18, 2025. Fiscal 2023 procurement of weapons and tracked combat vehicles, Army funds in the amount of $257,602,312 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AECOM Technical Services Inc., Anchorage, Alaska (W911KB-23-D-0001); Ahtna-Arcadis HTRW JV, Anchorage, Alaska (W911KB-23-D-0002); Geosyntec Brice JV LLC, Anchorage, Alaska (W911KB-23-D-0003); Jacobs Government Services Co., Arlington, Virginia (W911KB-23-D-0004); Ahtna Solutions LLC,* Anchorage, Alaska (W911KB-23-D-0005); Bethel Environmental Solutions LLC,* Anchorage, Alaska (W911KB-23-D-0006); Brice Engineering LLC,* Anchorage, Alaska (W911KB-23-D-0007); and Environmental Compliance Consultants Inc., Anchorage, Alaska (W911KB-23-D-0008), will compete for each order of the $245,000,000 firm-fixed-price contract for architect-engineer services for hazardous, toxic and radioactive waste. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of June 25, 2030. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

EMR Inc.,* Niceville, Florida, was awarded a $25,859,398 firm-fixed-price contract to build a flight simulator facility. Bids were solicited via the internet with three received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Nov. 29, 2024. Fiscal 2023 military construction, Army National Guard funds in the amount of $25,859,398 were obligated at the time of the award. U.S. Property and Fiscal Office, Florida, is the contracting activity (W50S6Y-23-C-0002).

NAVY

Reliance Test and Technology LLC, Crestview, Florida, is awarded an $83,806,989 cost-plus-fixed-fee modification (P00031) to a previously awarded contract (N0042120C0033). This modification exercises an option to provide research, development, test, evaluation, engineering, fleet and management support services required to perform aircraft engineering and developmental flight test, as well as fleet training events for the Navy and Marine Corps air vehicle systems and trainers in support of the Atlantic Ranges and Targets Department. Work will be performed in Patuxent River, Maryland (78%); Norfolk, Virginia (13%); Dam Neck, Virginia (5%); and various locations within the U.S. (4%), and is expected to be completed in June 2031. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $13,163,738; fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,420,000; fiscal 2023 working capital (Navy) funds in the amount of $1,505,000; fiscal 2023 other procurement (Navy) funds in the amount of $33,000; fiscal 2023 research, development, test and evaluation (Defense Wide) funds in the amount of $520,500; fiscal 2022 ship conversion (Navy) funds in the amount of $122,000; fiscal 2022 research, development, test, and evaluation (Defense Wide) funds in the amount of $4,000; and fiscal 2022 research, development, test, and evaluation (Army) funds in the amount of $100 will be obligated at time of award, $2,424,100 of which will expire at the end of the current fiscal year. The Naval Air Warfare Command, Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Souza Construction Inc., Farmersville, California, is awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N66001-23-D-0023) with a potential ceiling value of $50,000,000 to provide specialty trade construction services with minimal design requirements for new minor construction, facility repair, rehabilitation, and alterations for a broad range of renovation and construction work at various government facilities within the Naval Information Warfare Center Pacific, area of responsibility. The performance period for the basic contract will be for a base period of two years and one three-year option period for a total maximum duration of five years. The estimated maximum dollar value, including the base year and all options is $50,000,000. Work will be performed in San Diego, California. The period of performance of the base award is from June 26, 2023, to June 25, 2025. If all options are exercised, the period of performance would extend through June 25, 2028. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy) funds. This contract was competitively procured as a 100% total HUBZone small businesses set-aside via Request for Proposal N66001-23-R-0023, which was published on the System for Award Management website and the NAVWAR e-Commerce Central website. Four proposals were received and one selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Northrop Grumman Corp., Melbourne, Florida, is awarded $15,616,530 for firm-fixed-price delivery order N00383-23-F-S52X under a previously awarded basic ordering agreement (N00383-22-G-S501) for the repair and overhaul of 270 power amplifier modules in support of the E-2D aircraft used in the Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Integrated Weapon Support Team’s program. The delivery order does not include an option period. Work will be performed in Woodland Hills, California (95%); and Liverpool, New York (5%). Work is expected to be completed by July 2026. Working capital funds (Navy) in the full amount of $15,616,530, and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c) (1), with one offer received. NAVSUP WSS, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

Carahsoft Technology Corp., Reston, Virginia, has been awarded a $43,112,220 time and materials ceiling task order for path to production operations and support, under the General Services Administration multiple award schedule for contract GS35F0119Y. This task order provides Kessel Run enterprise-wide platform engineering support of Tanzu Application Services enabled platforms, to leverage the advantages of cloud computing, platform as a service, infrastructure as a service, and utilization of continuous integration and continuous delivery pipeline to rapidly deploy warfighting capabilities. Work will be performed at several U.S. locations and is expected to be completed June 30, 2027. This award is a result of a competitive acquisition, and six offers were received. Fiscal 2023, research, development, test, and evaluation funds in the amount of $3,988,000; and Fiscal 2023 operations and maintenance funds in the amount of $2,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-23-F-B010).

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc., San Marcos, California, was awarded a firm-fixed-price order (H92415-23-F-0130) with a value of $14,347,187 for Dell laptops and associated equipment in support of U.S. Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics Program Executive Office Command, Control, Computers and Communications with a delivery of 60 days after the date of the order. Fiscal 2023 operations and maintenance funds in the amount of $14,347,187 are being obligated at time of award. The blanket purchasing agreement was solicited and issued using a full and open competition strategy in accordance with Federal Acquisition Regulation 8.405-3. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

CORRECTION: The $93,780,230 contract modification (P00019) announced June 23, 2023, to SecuriGence LLC, Leesburg, Virginia, to previously awarded task order HR001121F0006 for information technology multi-network support services, was awarded today, June 26, 2023.

* Small business

6/27

ARMY

American Rheinmetall Vehicles LLC, Sterling Heights, Michigan, was awarded an $812,575,723 firm-fixed-price contract for Optionally Manned Fighting Vehicle Phase III and IV detailed design and prototype build and testing. Bids were solicited via the internet with five received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Dec. 25, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $107,912,944 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0026). (Awarded June 26, 2023)

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $768,655,633 firm-fixed-price contract for Optionally Manned Fighting Vehicle Phase III and IV detailed design and prototype build and testing. Bids were solicited via the internet with five received. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Dec. 25, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $94,038,404 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0025). (Awarded June 26, 2023)

Turner Construction Co., New York, New York, was awarded a $388,957,123 firm-fixed-price contract to build an operations facility and courier station. Bids were solicited via the internet with two received. Work will be performed at Offutt Air Force Base, Nebraska, with an estimated completion date of Dec. 17, 2027. Fiscal 2019, 2020 and 2023 military construction, Air Force funds in the amount of $388,957,123 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0023).

Action Manufacturing Co. Inc.,* Bristol, Pennsylvania (W15QKN-18-D-0083, P00012); and AMTEC Corp.,* Janesville, Wisconsin (W15QKN-18-D-0084, P00013), will compete for each order of the $246,378,925 contract modification for the M739A1 Point Detonating/Delay Fuze. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

BCI Construction,* Pace, Florida (W91238-23-D-0010); Montcal LLC,* Plains, Montana (W91238-23-D-0011); and AllTech Engineering Corp.,* Mendota Heights, Minnesota (W91238-23-D-0012), will compete for each order of the $30,000,000 firm-fixed-price contract for various construction projects within the state of California. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of June 26, 2028. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $14,538,243 modification (P00017) to contract W911W6-19-9-0005 for Future Attack Reconnaissance Aircraft competitive prototype development. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 27, 2023. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $14,538,243 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $188,482,241 cost-plus-incentive-fee contract modification to previously awarded contract N00024-20-C-6117 to exercise options for Navy engineering design, development and supporting material, travel, and subsistence. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by Sept. 30, 2024.  Fiscal 2023 other procurement (Navy), funds in the amount of $5,800,766 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

PAE Government Services Inc., Arlington, Virginia, is awarded a $23,073,877 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N40084-21-D-0060 for base operation support services. This award brings the total cumulative face value of the contract to $74,804,681. Work will be performed at Marine Corps Air Station Iwakuni, Japan, and will be completed by June 2024. No funds will be obligated at time of award. Fiscal 2023 operations and maintenance (O&M) (Marine Corps); fiscal 2023 O&M (Navy); fiscal 2023 O&M (Defense Agencies); and fiscal 2023 Department of Defense working capital funds in the amount of $18,860,623 for recurring work will be obligated on individual task orders issued during the option period and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Far East, Iwakuni, Japan, is the contracting activity.  

DEFENSE LOGISTICS AGENCY

Raytheon Co., Andover, Massachusetts, has been awarded a minimum $33,950,952 firm-fixed-price delivery order (SPRRA2-23-F-0085) against a 10-year long-term contract (SPRBL1-15-D-0017) for antenna assemblies and cases. 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 three-year seven-month contract with no option periods. The delivery order completion date is Dec. 31, 2026. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Raytheon Technologies Corp., East Hartford, Connecticut, has been awarded a $19,961,866 modification (P00001) to a three-year contract (SPE4AX-20-D-R001) for the manufacture of the TF-33 1st Stage Turbine Blade Set. This is a firm-fixed-price contract. The performance completion date is April 30, 2024. Using military service is Air Force. Type of funds is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

UPDATE: Freeman Holdings of Mississippi, doing business as Million Air Stennis, Stennis, Mississippi (SPE607-23-D-0091, $51,737,253), has been added as an awardee to the multiple award contract for fuel support at Stennis International Airport, Mississippi, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

DEFENSE INFORMATION SYSTEMS AGENCY

Motorola Solutions Inc., Chicago, Illinois, was awarded a sole source, firm-fixed-price award for Commander, Navy Installations Enterprise Land Mobile Radio sustainment services. The face value of this action is $31,596,325 using fiscal 2023 operations and maintenance funds. Performance will be conducted primarily onsite at government facilities located in Norfolk, Virginia; Yokosuka, Japan; Finegayan, Guam; San Diego, California; Sigonella, Italy; and Manama, Bahrain. The period of performance is 12 months, beginning June 28, 2023, and ending June 27, 2024. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC102823C0006).

Viasat Inc., Carlsbad, California, was awarded a firm-fixed-price contract modification (P00004) to exercise Option Period One to provide Marine Corps Enroute Airborne Broadband Satellite Communications command, control, communications, and computers support.  The face value of this action is $8,227,815 using fiscal 2023 operations and maintenance funds.  The total cumulative face value of the contract is $64,745,722.  Performance will be primarily at the Network Operations Center located at Carlsbad, California; and Englewood, Colorado.  A sole source proposal was solicited and received from Viasat via electronic means.  The period of performance for Option Period One is June 29, 2023, through June 28, 2024, with three remaining one-year option periods.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC101322C0005).

AIR FORCE

Millennium Health & Fitness Inc., doing business as Millennium Enterprises, Lucas, Texas, was awarded an $8,822,628 contract for Civilian Health Promotion Services. This contract provides for non-personal, performance-based service for Civilian Health Promotion Services to an estimated 174,000 Air Force and Space Force civilian employees. Services will also be provided to Army civilians at Air Force-led bases, Air National Guard civilians, and Air Force Reserve civilians. This contract is for workplace-based physical health and wellness services designed to help maintain and improve employee productivity and to help employees address a full range of health-related conditions. Services are provided at no cost to the employees. Services are for the utilization of Department of Defense civilian members. Work will be performed nationwide and is expected to be completed by Aug. 1, 2027. This contract was a competitive acquisition and four offers were received. Fiscal 2023 operations and maintenance funds in the amount of $8,822,628 are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8003-23-F-0017). 

*Small Business

6/28

AIR FORCE

Raytheon Co., Marlborough, Massachusetts, was awarded a $625,000,000 indefinite-delivery/indefinite-quantity contract for the production of Force Element Terminals for the Air Force Family of Advanced Beyond Line-of-Sight Terminals program. This contract provides for equipment procurement, interim contractor support, depot activation, contractor logistics support, and studies as necessary to deliver the required capabilities and materials for the Family of Advanced Beyond Line-of-Sight Terminals system. Work will be performed in Marlborough, Massachusetts; and Largo, Florida, and is expected to be completed by June 30, 2034. The award is the result of a sole source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $498,641 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Bedford, Massachusetts, is the contracting activity (FA2293-23-D-B001).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded a $22,895,000 firm-fixed-price and cost-reimbursement contract for contractor engineering and technical services in support of F-16 aircraft. This contract provides on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the Lockheed Martin Aeronautics Co. equipment/systems to the level of self-sufficiency. Work will be performed at Hill Air Force Base, Utah, and will provide Foreign Military Sales (FMS) support to Bahrain, Chile, Egypt, Indonesia, Jordan, Morocco, Oman, Pakistan, Taiwan, Thailand, and Turkey and is expected to be completed by June 30, 2026. This award is the result of a sole source acquisition. Fiscal 2023 operations and maintenance and FMS funds will be obligated at the time of award. Air Force Life Cycle Management Center, Wright Patterson AFB, Dayton, Ohio, is the contracting activity (FA8604-23-D-B003).

Maxar Solutions Inc., Ypsilanti, Michigan, was awarded a $19,955,900 cost-plus-fixed-fee contract for Red Wing accelerated processing, exploitation, and dissemination (PED) software. This contract provides for the advancement of the Red Wing platform by improving the portability and flexibility of the architecture and deploying it across multiple domains, including various security domains and remote/edge environments. This will be achieved by integrating with external storage segments, integrating new data sources and visualization services, developing new algorithmic capabilities, and delivering robust algorithm characterizations to inform user expectations. Various architecture and algorithm trade studies will inform the optimal course of action. This effort aims to improve interoperability across traditionally disparate systems by providing geospatial intelligence analysts with a robust PED environment that supports evolving mission needs. This effort will also update the National System of Geospatial Intelligence sensor independent standards to keep pace with the myriad of new sensors. Work will be performed in Ypsilanti, Michigan, and is expected to be completed by June 28, 2026. Fiscal 2023, research, development, test and evaluation funds in the amount of $5,225,000 are being obligated at the time of the award. This contract is a competitive acquisition, and two offers were received. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-C-1507).

Centerra Group LLC, Herndon, Virginia, will be awarded a $7,731,903 firm-fixed price contract extension for performance of firefighting duties. This contract provides for firefighting duties and tasks in accordance with but not limited to Department of Defense Instruction 6055.06, AFI 32-2001, Air Force Concept of Operations for Fire Prevention and Consequence Management and the National Fire Protection Association standards, Air Force and Space Force directives, instructions, regulations, and supplements. Work will be performed at Cape Canaveral Space Force Station, Florida, and is expected to be completed by Jan. 31, 2024. This contract was a sole source acquisition. Fiscal operation and maintenance funds in the amount of $1,078,137 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-16-C-0004).

U.S. TRANSPORTATION COMMAND

Air Transport International Inc., Wilmington, Ohio (HTC71119DW002); American President Lines LLC, Arlington, Virginia (HTC71119DW003); American Roll-On Roll-Off Carrier LLC, Ponte Vedra Beach, Florida (HTC71119DW004); Amerijet International Inc., Miami, Florida (HTC71119DW005); Farrell Lines Inc., Norfolk, Virginia (HTC71119DW006); Hawaiian Airlines Inc., Honolulu, Hawaii (HTC71119DW007); Liberty Global Logistics LLC, Lake Success, New York (HTC71119DW008); National Air Cargo Group Inc., Orlando, Florida (HTC71119DW009); Northern Air Cargo LLC., Anchorage, Alaska (HTC71119DW010); Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71119DW011); and United Airlines Inc., Chicago, Illinois (HTC71119DW012), were awarded a combined $178,477,368 (to be obligated on individual task orders) options (P00008) and (P00009 for Farrell Lines Inc.) to obtain door-to-door and/or port-to-door services under the Multi-modal Transportation Program contract (HTC71119DW). This modification supports U.S. Transportation Command (USTRANSCOM) with continued international, commercial, multimodal transportation services, between various points and ports including electronic data interchange, customs processing, and clearance of containerized and breakbulk cargo. This contract includes a 24 month option period, which if exercised would bring the cumulative value of this contract to $457,171,564. Work will be performed worldwide and is expected to be completed by July 2025. Working capital funds (Transportation) will be obligated at the individual task order level. USTRANSCOM, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

Textron Systems Corp., Hunt Valley, Maryland, was awarded a $144,101,966 hybrid cost-no-fee, cost-plus-fixed-fee contract for technical, engineering, scientific, and logistical 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 June 29, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-D-0010).

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $69,729,404 modification (P00087) to contract W15QKN-13-C-0074 for the Precision Guidance Kit. Work will be performed in Plymouth, Minnesota, with an estimated completion date of May 21, 2028. Fiscal 2023 procurement of ammunition, Army and Marine Corps funds in the amount of $69,729,404 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

GTA Containers Inc.,* South Bend, Indiana, was awarded a $68,985,434 modification (P00004) to contract W56HZV-22-D-0007 for production of a water storage distribution system. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 16, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Blinderman Power LLC, Chicago, Illinois, was awarded a $27,478,843 firm-fixed-price contract for construction of a collective training enlisted barracks. Bids were solicited via the internet with two received. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of Aug. 16, 2025. Fiscal 2022 military construction, Army Reserve funds in the amount of $27,478,843 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0017).

Marinex Construction Inc., Charleston, South Carolina, was awarded a $26,061,200 firm-fixed-price contract for Savannah inner harbor maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Savannah, Georgia, with an estimated completion date of June 27, 2024. Fiscal 2023 civil construction funds in the amount of $26,061,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-5003).

Apex Mechanical LLC,* Battle Ground, Washington (W911S8-23-D-0008); Avalon Contracting Inc.,* Tacoma, Washington (W911S8-23-D-0011); Blue Mountain Mechanical Inc.,* Olympia, Washington (W911S8-23-D-0012); Holmes Mechanical Inc.,* Bremerton, Washington (W911S8-23-D-0010); and Vet First Constructors LLC,* Kent, Washington (W911S8-23-D-0009), will compete for each order of the $24,999,999 firm-fixed-price contract to support mechanical projects. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2028. The Army 418th Contracting Support Brigade, Joint Base Lewis-McChord, Washington, is the contracting activity.

Pond-Baker JV, Norcross, Georgia, was awarded a $24,000,000 firm-fixed-price contract for architect-engineer services to support master planning in the U.S. Central Command area of responsibility. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2028. U.S. Army Corps of Engineers, Middle East District, Winchester, Virginia, is the contracting activity (W912ER-23-D-0017).

NAVY

L3 Technologies Inc., Camden, New Jersey, is awarded a $27,288,723 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5218) to exercise options for Cooperative Engagement Capability System spares, signal data processors, AN/USG-2B systems, AN/USG-8B system, and engineering studies and analyses. Work will be performed in Largo, Florida (48%); Menlo Park, California (19%); Lititz, Pennsylvania (17%); and Salt Lake City, Utah (16%), and is expected to be completed by January 2025. Fiscal 2023 working capital funds in the amount of $11,689,828 (43%); fiscal 2023 Foreign Military Sales (Canada) in the amount of $4,582,890 (17%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $3,188,419 (11%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $2,445,899 (9%); fiscal 2023 other procurement (Navy) funds in the amount of $2,179,654 (8%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,672,560 (6%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,022,433 (4%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $300,864 (1%); and fiscal 2023 Foreign Military Sales (Australia) in the amount of $206,176 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $15,784,105 firm-fixed-price modification (P00001) to a previously awarded contract (N0001922C0051). This modification adds scope for the production and delivery of additional Airborne Electronic Attack Weapons Replacement Assemblies (WRA) to include: 15 WRA-7 B-Kits, 15 WRA-8 B-Kits, 11 WRA-7 B-Kit spares, 11 WRA-8 B-Kit spares, and time critical parts for WRA-8 B-Kits, as well as associated engineering, technical, and data support in support of EA-18G aircraft upgrades. Work will be performed in Linthicum, Maryland (70%); and Bethpage, New York (30%), and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $15,784,105 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $10,619,975 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification (P00006) to exercise options under a previously awarded contract (N0003022C1005) for the U.S. and United Kingdom Trident II (D-5) SSBN Fire Control System and SSGN Attack Weapon Control System support. Work will be performed in Pittsfield, Massachusetts (98%); and Rhode Island (2%). Work is expected to be completed April 30, 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $6,058,308; fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $3,941,944; and fiscal 2023 operation and maintenance (Navy) funds in the amount of $95,983 are being obligated on this award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $95,983 will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a) (1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

US Foods Las Vegas, North Las Vegas, Nevada, has been awarded a maximum $13,762,144 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is June 24, 2028. Using customers are Air Force, Marine Corps, and Department of Energy. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-3357).

National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $10,563,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Bandoleer ammunition pouches. This is a three-year contract with no option periods. Locations of performance are Kentucky and Tennessee, with a June 27, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-B012). 

UPDATE: Herd Air Group LLC, Conroe, Texas (SPE607-23-D-0116, $10,870,747), has been added as an awardee to the multiple award contract for fuel support at Conroe North Houston Regional Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

*Small Business
**Mandatory source

6/29

AIR FORCE

VSE Corp., Alexandria, Virginia, has been awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $565,025,276. This contract provides supplemental depot capability for the C-5 aircraft. Work will be performed at Fort Worth, Texas, and is expected to be completed by June 29, 2028. This contract was a competitive acquisition and two offers were received. Fiscal 2023 transportation working capital funds in the amount of $43,239,665 are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Warner Robins, Georgia, is the contracting activity (FA8525-23-D-0001).

AAR Government Services Inc., Wood Dale, Illinois (FA8609-23-D-B001);  Aeroforge Inc., Puyallup, Washington (FA8609-23-D-B002); The Boeing Co., Seattle, Washington (FA8609-23-D-B003); Hurricane Electronics Inc., Pompano Beach, Florida (FA8609-D-B004); Industrial Automation Inc., Seattle, Washington (FA8609-23-D-B005); NDT Solutions LLC., New Richmond, Wisconsin (FA8609-D-B006); Source One Spares LLC, Houston, Texas (FA8609-23-D-B007);  Sunbelt Design & Development Inc., San Antonio, Texas (FA8609-D-B008); VC Displays Inc., Brooksville, Florida (FA8609-23-D-B009); and VSE Corp., Alexandria, Virginia (FA8609-22-D-B010), have been awarded a ceiling value of $485,000,000 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contracts for the KC-46 support equipment. This contract provides for ground-based support equipment to support the Air Force and Foreign Military Sales KC-46 fleets. Work will be performed in U.S. government and foreign partner main operating bases and is expected to be completed by June 28, 2033. These awards are the result of a competitive acquisition, and 10 offers were received. The Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity.

Palomar Products Inc., Rancho Santa Margarita, California, was awarded a $45,500,000 firm-fixed-price contract for the Palomar Secure Communication System 3.0 Sustainment Effort. This contract provides for the sustainment of the Palomar SCS 3.0, including major and minor repairs, teardown, test and evaluation and technical support. Work will be performed in Rancho Santa Margarita, California, and is expected to be completed March 16, 2028. This contract was a sole source acquisition. Fiscal 2023 procurement funds in the amount of $4,621,141 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8509-23-D-0001). (Awarded March 16, 2023)

Strategic Communications LLC, Louisville, Kentucky, has been awarded a not-to-exceed $19,000,000 firm-fixed-price, undefinitized modification (P00010) to previously awarded contract FA8730-22-F-0027.  This contract modification provides for an extension of Amazon Web Services in the capacity of a commercial GovCloud cloud service provider. The total cumulative face value of the contract is $36,000,000. Work will be performed in Boston, Massachusetts, and is expected to be completed by June 30, 2024. Fiscal 2023 operations and maintenance funds in the total amount of $1,800,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Northrop Grumman Systems Corp., Fort Worth, Texas, has been awarded $13,561,913 modification (P00014) to a previously awarded contract (FA8617-21-C-6237) for contractor logistics support of Iraq’s C-172 and C-208 fleets. The modification brings the total cumulative face value of the contract from $33,031,313 to $46,593,226. Work will be performed at Balad Air Base, Iraq, and is expected to be completed by June 30, 2024. This contract involves Foreign Military Sales (FMS) to Iraq. FMS funds in the amount of $13,561,913 are being obligated at time of award. The Air Force Life Cycle Management Center, Legacy Training Aircraft Division, Rapid Acquisition and Sustainment Management Branch, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Stellant Systems Inc.,* Williamsport, Pennsylvania, was awarded a firm-fixed-price contract with a maximum of $9,497,411 for repair services. This contract provides for repair services of electron tubes.  Work will be performed in Williamsport, Pennsylvania, and is expected to be completed by June 28, 2026. This contract was a sole source acquisition. Working capital funds in the amount of $9,497,411 are being obligated at time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8250-23-C-0002).

CORRECTION: The firm-fixed-price and cost-reimbursement contract (FA8604-23-D-B003) announced June 28, 2023, to Lockheed Martin Aeronautics Co., Fort Worth, Texas, for contractor engineering and technical services in support of F-16 aircraft was actually awarded for $23,156,630 on June 29, 2023.

ARMY

Technical Services LLC,* Madison, Alabama, was awarded a $99,886,000 cost-plus-fixed-fee contract for flight test engineering support, aviation maintenance support, prototype development, and aircraft modifications and upgrades. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-23-D-0005).

WRH Inc., South Amana, Iowa, was awarded a $30,136,310 firm-fixed-price contract for a Cedar Rapids flood risk management project. Bids were solicited via the internet with one received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of Dec. 12, 2025. Fiscal 2023 Military Construction – Recovery Act, Army funds in the amount of $30,136,310 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-23-C-0029).

Raytheon, McKinney, Texas, was awarded a $ 27,383,391 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for Third Generation Forward Looking Infrared low-rate initial production technical, engineering, test, and logistics services. Bids were solicited via the internet with one received. Work will be performed in McKinney, Texas, with an estimated completion date of June 30, 2027. Fiscal 2023 other procurement, Army funds in the amount of $27,383,391 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity is the contracting activity (W909MY-23-C-0004).

Nisou LGC JV II LLC, Detroit, Michigan, was awarded an $18,050,720 firm-fixed-price contract to provide a remote inspection facility. Bids were solicited via the internet with five received. Work will be performed in St. Louis, Missouri, with an estimated completion date of Dec. 18, 2024. Fiscal 2019 military construction, Army funds in the amount of $18,050,720 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-7001).

Conco Inc.,* Louisville, Kentucky, was awarded a $14,278,095 modification (P00007) to contract W15QKN-20-D-0003 for the refurbishment of PA161 and PA103A2 metal container assemblies to be used for Modular Artillery Charge Program. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2024. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $12,377,686 cost-plus-fixed-fee contract to develop the specification, selection, and procurement of a new hammer mill and associated ancillary equipment. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of June 30, 2025. Fiscal 2023 ammunition procurement, Army funds in the amount of $12,377,686 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0114).

Robertson & Penn Inc.,* Chickasha, Oklahoma, was awarded a $9,481,840 firm-fixed-price contract for bulk laundry services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2028. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124L-23-D-0007).

Technica, Charleston, South Carolina, was awarded an $8,586,577 modification (P00084) to contract W52P1J-20-F-0184 for logistics support services, including maintenance, supply and transportation. Work will be performed in El Paso, Texas, with an estimated completion date of June 30, 2023. Fiscal 2023 operation and maintenance, defense-wide funds in the amount of $8,586,577 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY

eSimplicity Inc.,* Silver Spring, Maryland, is awarded a $40,770,144 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide spectrum technical support services to the Navy and Marine Corps Spectrum Center that will include planning, retention, protection, and effective use of electromagnetic spectrum resources in support operations to the Department of the Navy. The contract will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services which, if exercised, will bring the total estimated value to $45,047,839. The base ordering period is anticipated to begin August 2023 and is expected to be completed by July 2028; if the option is exercised, the ordering period will be completed by January 2029. Work will be performed in Fort Meade, Maryland (50%); and Silver Spring, Maryland (50%). Fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $10,000 will be obligated to fund the contract’s minimum amount, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on SAM.gov as a total small business set-aside requirement with seven offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-23-D-Z025).

Raytheon Co., El Segundo, California, is awarded a $26,558,279 cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00117) to a previously awarded contract (N0001916C0002). This modification increases the contract value to extend the period of performance in support of Next Generation Jammer (NGJ) Mid-Band (MB) engineering and manufacturing development, as well as add scope to provide software support, to include management, design, development, test, and delivery for NGJ-MB software systems for the Navy and the government of Australia. Work will be performed in El Segundo, California (93.2%); McKinney, Texas (4.2%); Fort Wayne, Indiana (1.6%) and Patuxent River, Maryland (1.1%), and is expected to be completed in December 2023. Fiscal 2023 Royal Australian Air Force cooperative funds in the amount of $21,246,622 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $24,874,626 fixed-price incentive (firm-target), cost-plus-fixed-fee modification (P00002) to a previously awarded contract (N0001923C0037). This modification exercises options to procure two Next Generation Jammer (NGJ) Mid-Band (MB) training pods (one for the Navy and one for the government of Australia) and NGJ-MB spares, as well as provide non-recurring engineering in support of NGJ-MB low rate initial production. Work will be performed in Forest, Mississippi, and is expected to be completed in April 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $7,333,697; fiscal 2022 aircraft procurement (Navy) funds in the amount of $10,981,669; and Royal Australian Air Force cooperative funds in the amount of $6,559,260 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

MSA Safety Sales LLC, Cranberry Township, Pennsylvania, is being awarded a $24,591,623 firm-fixed-priced, commercial requirements contract for the procurement of 11 parts that are the components of the refrigerant monitoring system used in support of the common hull, mechanical, and electrical system for Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Integrated Weapon Support Team program. This contract includes a five year ordering period with no options. All work will be performed in Cranberry Township, Pennsylvania, and ordering is expected to be completed by June 2028. No money will be obligated at time of award. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance, and funds will not expire. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a) (1), with one offer received. NAVSUP WSS, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-D-YY01).

Techflow Mission Support LLC., doing business as EMI Services, Idaho Falls, Idaho, is awarded a $17,918,505 firm-fixed-price modification to indefinite-delivery/indefinite-quantity contract N62470-21-D-0002 for base operating support services at Naval Air Station Patuxent River. This award brings the total cumulative face value of the contract to $53,062,210. Work will be performed in Maryland, and will be completed by June 2024. Fiscal 2023 operation and maintenance (Navy); Defense Health Program, and fiscal 2023 Navy working capital funds in the amount of $14,073,693 will be obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Washington, Washington, D.C., is the contracting activity.

Fairbanks Morse LLC, Beloit, Wisconsin, is awarded $13,555,040 for a firm-fixed-priced, spares contract for the purchase of the head air start valve in support of the landing, platform dock main propulsion diesel engine. All work will be performed in Beloit, Wisconsin, and work is expected to be completed by November 2024 with no option periods. Working capital funds (Navy) in the full amount of $13,555,040 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a) (1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-C-XA03).

Fairbanks Morse LLC, Beloit, Wisconsin, is awarded $12,707,850 for a firm-fixed-price, spares contract for the purchase of the cylinder head assembly in support of the landing, platform dock main propulsion diesel engine. All work will be performed in Beloit, Wisconsin, and work is expected to be completed by February 2025 with no option periods. Working capital funds (Navy) in the full amount of $12,707,850 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a) (1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-C-XA04).

DEFENSE HEALTH AGENCY

Red River Technology LLC, Claremont, New Hampshire, is awarded $71,851,506 for a firm-fixed-price delivery order as a result of the NASA Solutions for Enterprise-Wide Procurement (SEWP) Request for Quote 271913. The Cisco Enterprise License Support Agreement provides hardware and software that will support the Defense Health Agency infrastructure by providing Military Health System users a single, reliable, stable, and secure network to exchange and process information across the medical enterprise. The licenses will support the entire Defense Health Agency infrastructure to include wide area network, local area network (LAN), and wireless LAN.  This also reinforces the support required for network modernization that aligns to the Department of Defense Chief Information Officer Zero Trust mandate.  The protections provided also continues to enable the support for the infrastructure providing access to the MHS’s single electronic health record, MHS GENESIS. This task order provided a fair opportunity with three offers received. This is a five-year contract with an estimated delivery to begin on June 30, 2023. Task Order HT001523F0079 will be funded with fiscal 2023 operations and maintenance funds in the amount of $14,370,301 for the base year will be obligated at the time of award. Place of performance is Falls Church, Virginia. The Defense Health Agency Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Blue Tech Inc., San Diego, California,** is being awarded a $19,894,967 firm-fixed-price order (H92415-23-F-0122) for VMWare Server Virtualization & Virtualization Environment Management Software perpetual licenses with a 12-month period of performance and two 12-month option periods starting July 1, 2023 in support of U.S. Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics Program Executive Office Command, Control, Computers and Communications. Fiscal 2023 operations and maintenance funds in the amount of $6,929,141 are being obligated at time of award. This contract was awarded using a brand name specification acquisition strategy and fair opportunity was provided to over 100 small businesses on the NASA Solutions for Enterprise-Wide Procurement (SEWP) contract vehicle in accordance with Federal Acquisition Regulation 16.505. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

*Small business
**Woman-owned small business

6/30

AIR FORCE

Raytheon Technologies Corp., doing business as Pratt & Whitney, East Hartford, Connecticut, has been awarded a $5,500,316,404 modification (P00020) to previously awarded FA8124-18-D-0001 for the F117 Engine Sustainment Support contract.  The modification brings the total cumulative face value of the contract to $8,241,064,215 from $2,740,747,815. Work will be performed in San Francisco, California; Columbus, Georgia; and Tinker Air Force Base, Oklahoma, and is expected to be completed by Sept. 30, 2027. This contract involves Foreign Military Sales to the United Kingdom, Canada, Australia, United Arab Emirates, Qatar, India, and Kuwait. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8124-18-D-0001).

CGI Federal Inc., Fairfax, Virginia, has been awarded a $49,681,780 contract for enhancing the functionality, capability, capacity, and resiliency of the U. S. Strategic Command (USSTRATCOM). This contract provides USSTRATCOM with agile and innovative research, development, and sustainment of new and existing hardware, systems, and software capability enabling operational robustness of the Global Integration Enterprise. Work will be performed at Offutt Air Force Base, Nebraska, is expected to be completed by Dec. 31, 2023. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance; and research, development, test and evaluation funds in the amount of $3,446,691 are being obligated at the time of award. The 55th Contracting Squadron is the contracting activity at Offutt AFB, Bellevue, Nebraska (FA4600-23-F-0044). (Awarded June 28, 2023)

CORRECTION: The $625,000,000 indefinite-delivery/indefinite-quantity contract FA2293-23-D-B001 announced June 28, 2023, to Raytheon Co., Marlborough, Massachusetts, for the U.S. Air Force Family of Advanced Beyond Line-of-Sight Terminals program, was awarded June 30, 2023.

DEFENSE HEALTH AGENCY

NetCentric Technologies LLC, Wall, New Jersey (HT001523D0001); A1FedImpact LLC, Falls Church, Virginia (HT001523D0002); DecisiveInstincts LLC, Vienna, Virginia (HT001523D0003); Eagle Integrated Services LLC, San Antonio, Texas (HT001523D0004); ITC-DE LLC, doing business as dotIT, Vienna, Virginia (HT001523D0005); and Beat LLC, doing business as Business Enabled Acquisition and Technology LLC, San Antonio, Texas (HT001523D0006) were awarded a global multiple award, indefinite-delivery/indefinite-quantity contract with a ceiling value of $2,400,000,000 dollars to provide support for non-personal standardized enterprise information technology support services to medical treatment facilities and other lines of business. This contract will acquire IT services across the Defense Health Agency enterprise supporting medical treatment facilities and other lines of business in the continental U.S. and outside the continental U.S. Global service providers (GSP) are contractors that perform a wide variety of IT tasks and services to standardize and provide robust information technology support at medical treatment facilities and other lines of business. GSP services may augment enterprise capabilities.  The contractor will provide the expertise, technical knowledge, staff support, and other related resources necessary. The nine GSP scope areas include: IT Service Desk; Database, Application, and Web Development; Identity Management and Desktop Support; Data Center Operations; Information Assurance; Network Operations; Telecommunications; Clinical Informatics; and Information Business Operations. The total small business set aside solicitation provided a fair opportunity for competition, with 39 offers received.  The ordering period of this contract will be 10 years, comprised of one five-year base ordering period and one five-year option ordering period.  The contract will allow the use of firm-fixed-price and labor hour type task orders, as is appropriate for commercial services of this kind. The place of performance will be worldwide and annotated on each task order awarded. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

ARMY

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $793,350,000 firm-fixed-price contract for aircraft. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-F-0395).

Jacobs Government Services Co., Washington, D.C. (W912ER-23-F,-0071); HKS Inc., Dallas, Texas (W912ER-23-F-0072); M. Arthur Gensler & Associates Inc., Washington, D.C. (W912ER-23-F-0066); Skidmore, Owings & Merrill LLP, Washington, D.C. (W912ER-23-F-0070); WSP USA Solutions Inc., Washington, D.C. (W912ER-23-F-0068); and Hellmuth, Obata & Kassabaum PC, Washington, D.C. (W912ER-23-F-0069), will compete for each order of the $700,000,000 firm-fixed-price contract for architecture-engineer design services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2028. U.S. Army Corps of Engineers, Middle East District, Winchester, Virginia, is the contracting activity. 

Allstate Heating and Cooling Inc.,* Lexington, Kentucky (W91248-23-D-3001); CCCS International LLC,* North Charleston, South Carolina (W91248-23-D-3002); CCS King George2 LLC,* Honolulu, Hawaii (W91248-23-D-3003); Clemons Vasquez JV LLC,* Dayton, Ohio (W91248-23-D-3004); Global Go LLC,* Fort Lauderdale, Florida (W91248-23-D-3005); Howard W. Pence Inc.,* Elizabethtown, Kentucky (W91248-23-D-3006); Intec Group Inc.,* Lexington, Kentucky (W91248-23-D-3007); Kellie W. Tipton Construction Co. Inc.,* Indian Mound, Tennessee (W91248-23-D-3008); Native American Services Corp.,* Kellogg, Idaho (W91248-23-D-3009); New Dominion Construction LLC,* Dumfries, Virginia (W91248-23-D-3010); PM Jenkins Group-Professional Management Services LLC.,* Kalamazoo, Michigan (W91248-23-D-3011); Puyenpa Construction LLC,* Duckwater, Nevada (W91248-23-D-3012); QBS Inc.,* Alliance, Ohio (W91248-23-D-3013); S&K Design Build, Saint Ignatius, Montana (W91248-23-D-3014); Signature Renovations LLC,* Capitol Heights, Maryland (W91248-23-D-3015); and T&T Construction Enterprises LLC,* Leitchfield, Kentucky (W91248-23-D-3016), will compete for each order of the $495,000,000 firm-fixed-price contract for construction services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2028. U.S. Army 419th Contracting Support Brigade, Fort Campbell, Kentucky, is the contracting activity.

AICI-Archirodon Construction Co. Ltd. JV, McLean, Virginia (W912ER-23-D-0003); Al Hamra Kuwait WLL, Kuwait City, Kuwait (W912ER-23-D-0005); Dogus Construction and Trade Co., Sariyer, Turkey (W912ER-23-D-0006); Gilbane Federal- Yuksel Insaat A.S. JV, Concord, California (W912ER-23-D-0007); MVL Saudi Builders Group, Lansing, Michigan (W912ER-23-D-0008); and Perini Management Systems Inc., Framingham, Massachusetts (W912ER-23-D-0018), will compete for each order of the $449,000,000 firm-fixed-price contract for design build, design-bid-build, site adapt, and operation construction activities. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2030. U.S. Army Corps of Engineers, Middle East District, is the contracting activity.

Archer Western Federal JV, Chicago, Illinois, was awarded a $376,929,000 firm-fixed-price contract to construct a weapon storage and maintenance facility. Bids were solicited via the internet with seven received. Work will be performed in Great Falls, Montana, with an estimated completion date of June 18, 2027. Fiscal 2020 military construction, defense-wide funds in the amount of $376,929,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-23-C-0012).

Cox General Trade, Juffair, Kingdom of Bahrain (W519TC-23-D-0032); KGL Transportation Co., Shuwaikh, Kuwait (W519TC-23-D-0033); Rehal International Transport Co., Sharq, Kuwait (W519TC-23-D-0034); Readiness Management Support, Panama City Beach, Florida (W519TC-23-D-0035); and Al Jazy Shipping & Forwarding Co., Amman, Jordan (W519TC-23-D-0030), will compete for each order of the $248,081,000 firm-fixed-price contract for line haul, heavy lift, material-handling equipment and personnel transportation services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 29, 2026. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $92,455,111 modification (000837) to contract W52P1J-11-D-0013 for MK90 grain. Work locations and funding will be determined with each order, with an estimated completion date of June 28, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Olin Winchester LLC, Oxford, Mississippi, was awarded a $64,441,277 modification (P00021) to contract W52P1J-21-C-0016 for the manufacture of small-caliber ammunition. Work will be performed in Oxford, Mississippi, with an estimated completion date of Sept. 30, 2024. Fiscal 2021, 2022 and 2023 procurement of ammunition, Army funds in the amount of $64,441,277 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $20,262,250 firm-fixed-price contract for coastal storm risk management and beach renourishment. Bids were solicited via the internet with four received. Work will be performed in Vilano Beach, Florida, with an estimated completion date of Feb. 17, 2024. Fiscal 2023 civil flood control and coastal emergencies funds in the amount of $20,262,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-23-C-0016).

Peraton, Herndon, Virginia, was awarded a $17,247,304 modification (P00022) to contract W91RUS-19-F-0248 for information technology services and support. Work will be performed in Wiesbaden-Erbenheim, Germany, with an estimated completion date of April 18, 2024. Fiscal 2023 operation and maintenance, Army funds, in the amount of $11,570,963 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $16,566,431 cost-plus-fixed-fee contract for assessing, procuring and applying/demonstrating automation upgrades to two area of solventless rocket propellant grain production. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of Dec. 31, 2024. Fiscal 2023 procurement of ammunition, Army funds in the amount of $8,283,216 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0341).

General Dynamics Mission Systems Inc., Taunton, Massachusetts, was awarded a $14,287,601 firm-fixed-price contract for logistics services. Bids were solicited via the internet with one received. Work will be performed in Taipei, Taiwan, with an estimated completion date of Dec. 31, 2026. Fiscal 2023 Foreign Military Sales (Taiwan) funds in the amount of $14,287,601 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-C-5028).

Northrop Grumman Systems Corp., Radford, Virginia, was awarded a $12,687,687 firm-fixed-price contract for the procurement of non-standard ammunition. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2024. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0299).

Amentum Services Inc., Chantilly, Virginia, was awarded a $9,146,733 modification (P00289) to contract W58RGZ-19-C-0025 for worldwide aviation maintenance. Work will be performed in Kuwait; and Fort Campbell, Kentucky, with an estimated completion date of Nov. 30, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $9,146,733 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DKJR Roofing LLC,* Le Mars, Iowa, was awarded a $7,688,758 firm-fixed-price contract for roof replacement and repair. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2026. U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity (W91QF4-23-D-0013).

NAVY

Frontier Electronic Systems Corp.,* Stillwater, Oklahoma, is awarded a $94,099,269, cost-plus-fixed-fee and firm-fixed-price indefinite-delivery/indefinite-quantity contract for hardware in support of the AN/SPQ- 15(V) Data Distribution System (DDS) and supporting engineering services. This contract will address the need for the procurement of hardware in support of the AN/SPQ-15(V) DDS programs. Work will be performed in Stillwater, Oklahoma (80%); and various Navy shipyards (20%), and is expected to be completed by June 2028. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $500 will be obligated at time of award, which will not expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017823D4501). 

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $70,298,476 cost-plus-fixed-fee modification (P00003) to a previously awarded contract (N0001922C0046). This modification adds scope to provide for maintenance and sustainment operations of the Norway and Italy Reprogramming Laboratory facilities and systems, to include consumables and spare material/tooling support in support of the F-35 program for non-U.S. Department of Defense (DOD) participants. Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in April 2027. Non-DOD participant funds in the amount of $23,432,826 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Technologies Corp., Pratt & Whitney Military Engine, East Hartford, Connecticut, is awarded a $66,084,257 modification (P00002) to a cost-plus-fixed-fee order (N0001923F0019) against a previously issued basic ordering agreement (N0001921G0005). This modification definitizes the order to provide design engineering, program management support, technology maturation, risk reduction, long lead material and hardware, and weapons system integration to support F135 engine enhancement efforts for the F-35 Lightning II program. Work will be performed in East Hartford, Connecticut (92%); and Indianapolis, Indiana (8%), and is expected to be completed in February 2024. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $32,442,129; and fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $28,625,000 will be obligated at the time of award, $28,625,000 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $57,269,379 firm-fixed-price modification to previously-awarded contract N00024-21-C-5401 for fiscal 2023 U.S. and German Navy German Rolling Airframe Missile (RAM) Mod 5 Guided Missile Launching System (GMLS) requirements and spares. This contract is to procure material, fabricate parts, assemble, test, and deliver RAM MK 49 Mod 5 GMLSs, GMLS Ordnance Alteration (ORDALT) Kits, and spare parts. Work will be performed in Ottobrunn, Germany, (40%); Tucson, Arizona (13%); Huntsville, Alabama (9%); Louisville, Kentucky (9%); Moorepark, California (8%); Moonachie, New Jersey (4%); Berryville, Arkansas (3%); Tulsa, Oklahoma (3%); Miami, Florida (2%); and various other U.S. locations (cumulative of 9%), and is expected to be completed by July 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $37,365,646 (65%); German Navy funds in the amount of $9,014,496 (16%); fiscal 2023 other procurement (Navy) funds in the amount of $7,423,113 (13%); fiscal 2022 weapons procurement funds in the amount of $1,658,250 (3%); Foreign Military Sales funds in the amount of $583,874 (1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $500,000 (1%); fiscal 2023 research, test, development and evaluation funds in the amount of $500,000 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $100,000 (less than 1%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $100,000 (less than 1%); and fiscal 2022 other procurement (Navy) funds in the amount of $24,000 (less than 1%) will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Insitu Inc., Bingen, Washington, is awarded a $31,955,872 firm-fixed-price modification (P00004) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001922D0038). This modification adds scope to procure hardware in support of the RQ-21A Blackjack and ScanEagle unmanned air systems platforms for the Navy, Marine Corps, and Foreign Military Sales customers to include four RQ-21A air vehicles; 20 ScanEagle air vehicles; and 62 ScanEagle payloads and turrets; as well as various support equipment, spares and sustainment spares. Work will be performed in Bingen, Washington (88%); and various locations outside the U.S. (12%), and is expected to be completed in June 2026. No funds will be obligated at the 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.

Metron Inc.,* Reston, Virginia, is awarded a $31,872,180 cost-plus-fixed-fee contract (N6523623C8020) for a Joint Mission Planning System. The end product delivered will be an integrated Mission Planning System for the Joint Force. The contract includes a 10-month base period for a risk reduction effort starting in 2023, followed by three 12-month option periods for spiral developments for a total period of performance of 46 months. The option periods, if exercised, would bring the cumulative value of this contract to an estimated $81,650,955. Fiscal 2023 research, development, test and evaluation funds in the amount of $6,523,457 will be obligated at time of award. Contract funds will not expire at the end of the current fiscal year. Work will be performed in Reston, Virginia (94%); Honolulu, Hawaii (3%); San Diego, California (1%); Oceanside, California (1%); and Okinawa, Japan (1%), with performance through April 2027 if all options are exercised. This contract 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 and no other services will satisfy agency requirements (Federal Acquisition Regulation 6.302-1). Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity. 

Vigor Marine LLC, Portland, Oregon, is awarded a $20,199,666 firm-fixed-price contract (N3220523C4083) for a 120-calendar day post shakedown availability (PSA) availability of Military Sealift Command’s expeditionary sea based USNS John L. Canley (T-ESB 6). This contract includes a base period and nine unexercised options, which if exercised, would bring the cumulative contract value of this contract to $20,717,201. Work will be performed in Portland, Oregon, beginning Sept. 20, 2023, and is expected to be completed by Jan. 17, 2024. Working capital funds (Navy) in the amount of $20,199,666 are obligated for fiscal 2023, and will not expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website and two offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4083).

DSA LLC, Gadsden, Alabama, is awarded a $10,365,515 firm-fixed-price modification to previously-awarded contract N40080-20-D-0303 for grounds maintenance and snow removal at installations within Naval District Washington, Washington, D.C. This award brings the total cumulative value of the contract to $40,672,888. Work will be performed in Maryland (34%); Washington, D.C. (56%); and Virginia (10%); and will be completed by June 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $4,578,231 will be obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity. 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded an $82,582,131 cost-plus-fixed-fee contract, excluding unexercised options, for Phase III of the LongShot program. Work will be performed in Poway, California (62%); Adelanto, California (15%); Mukilteo, Washington (6%); Detroit, Michigan (5%); Tucson, Arizona (4%); Tulsa, Oklahoma (3%); Buffalo, New York (2%); Yuma Proving Grounds, Arizona (1%); Dugway Proving Grounds, Utah (1%); and Sedro-Woolley, Washington (1%), with an estimated completion date of October 2025. Fiscal 2023 research and development funds in the amount of $24,459,077 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original Broad Agency Announcement HR001122S0037. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0087).

DEFENSE LOGISTICS AGENCY

Hamilton Sundstrand Corp., Rockford, Illinois, has been awarded a maximum $23,936,400 firm-fixed-price contract for generator containers. 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 an 18-month base contract with one one-year option period. The performance completion date is May 25, 2026. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-C-0049).

Colt’s Manufacturing Co., West Hartford, Connecticut, has been awarded a maximum $9,327,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for barrel carbines. 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 five-year contract with no option periods. The performance completion date is June 28, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-23-D-5045).

UPDATE: Deere & Co., Cary, North Carolina (SPE8EC-23-D-0012, $86,000,000), has been added as an awardee to the multiple award contract for agricultural equipment, issued against solicitation SPE8EC-21-R-0006 and awarded July 29, 2022.

* 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, July 03, 2023 7:15 pm

Leave a Reply

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

Notify me of updates to this conversation