INSIDE THE

NEWS + ADVICE

DoD Contracts: Noblis, Johns Hopkins University Applied Physics Lab, CACI, SAIC, KBR Wyle Services, Week of 7-24-23 to 7-28-23

Posted by Ashley Jones
aircraft

7/24

DEFENSE LOGISTICS AGENCY

Pierce Manufacturing Inc., Appleton, Wisconsin, has been awarded a maximum $889,832,238 fixed-price with economic-price-adjustment, indefinite-delivery requirements contract for fire and emergency equipment. This was a competitive acquisition with six offers received. Other contracts are expected to be awarded under this solicitation (SPE8EC-21-R-0005) and awardees will compete for a portion of the maximum dollar value. This is a five-year contract with no option periods. Location of performance is Florida, with a July 21, 2028, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-23-D-0017).

CORRECTION: The contract announced July 18, 2023, for American Apparel Inc.,* Selma, Alabama (SPE1C1-23-D-0063), for $82,931,950 was announced with an incorrect award date and incorrect ordering period end date. The correct award date is July 20, 2023, and the correct ordering period end date is July 19, 2028.

U.S. TRANSPORTATION COMMAND

Kalitta Air LLC, Ypsilanti, Michigan, was awarded the twenty-third contract in a fixed-price, indefinite-delivery/indefinite-quantity contract (HTC71118RCC01) with a face value of $697,000,000 for domestic air cargo and passenger charter services on Federal Aviation Administration-approved Part 121 aircraft. The location of performance is all U.S. states and territories, Mexico, Canada, and the Caribbean Islands.  Services are to be performed between July 27, 2023, and Sept. 30, 2023.  This award is the result of a competitive acquisition, and 23 offers were received. Fiscal 2023 working capital funds (Transportation) will be obligated at individual task order level. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, was awarded a $528,381,355 cost-plus-fixed-fee, cost-plus-award fee, cost-plus-incentive-fee, indefinite-delivery/indefinite-quantity contract to support emergent work, continuous maintenance availabilities, pre-refueling complex overhaul availabilities, and Chief of Naval Operations scheduled availabilities for Navy aircraft carriers homeported in and visiting the San Diego, California, area. Work is expected to be completed by July 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 and solicited via the System for Award Management website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-D-4107). (Awarded July 21, 2023)

Alabama Shipyard LLC,* Mobile, Alabama, is awarded $19,685,492 firm-fixed-price contract (N3220523C4084) for a 120-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s hospital ship USNS Comfort (T-AH 20). This contract includes a base period and options, which if exercised, would bring the cumulative value to $19,927,348. Work will be performed in Mobile, Alabama, beginning Sept. 15, 2023, and is expected to be completed by Jan. 12, 2024. Fiscal 2023 working capital funds (Navy) in the amount of $19,685,492 are obligated and will expire at the end of the current fiscal year. This contract was a small business set-aside with proposals solicited via the SAM.gov website and four offers received. The Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded $7,663,827 for an indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-20-D-0004. This modification provides for the exercise of Option Number Two for base operating support services at U.S. Naval Support Facility Deveselu. Work will be performed in Deveselu, Romania, and the option period is from August 2023 to July 2024. After award of this option, the total cumulative contract value will be $37,739,278. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $7,343,320 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Europe Africa Central, Naples, Italy, is the contracting activity. 

ARMY

Dynetics Technical Solutions, Huntsville, Alabama, was awarded a $428,266,378 modification (PZ0002) to contract W9124P-23-9-0001 to create Common Hypersonic Glide Body prototypes. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 23, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $43,100,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Eastern Shipbuilding Group,* Panama City, Florida, was awarded a $256,955,264 firm-fixed-price contract for the design-build of a new medium-class hopper dredge. Bids were solicited via the internet with three received. Work will be performed in Panama City, Florida, with an estimated completion date of Aug. 16, 2027. Fiscal 2023 Plant Replacement and Improvement Program funds in the amount of $256,955,264 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0020).

HHI Corp., Ogden, Utah, was awarded a $73,581,115 firm-fixed-price contract for roof repairs. Bids were solicited via the internet with one received. Work will be performed in Layton, Utah, with an estimated completion date of July 27, 2025. Fiscal 2010 military construction, Army funds in the amount of $73,581,115 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0021).

U.S. SPECIAL OPERATIONS COMMAND

CORRECTION: The multiple award contract (H92403-23-R-0002) announced July 21, 2023, with a maximum total ceiling of $750,000,000 to allow U.S. Special Operations Command (USSOCOM) the flexibility to procure numerous types of ammunition requirements for all USSOCOM components included some incorrect company addresses. The correct firms and their locations are Ultimate Training Munitions Inc., Mildenhall, Suffolk, United Kingdom; Sig Sauer, Jacksonville, Arkansas; Black Hills Ammunition, Rapid City, South Dakota; Bighorn Government Services LLC, Georgetown, Tennessee; Eagle Eye Precision Ammunition, Mesa, Arizona; General Dynamics Ordnance and Tactical Systems, Quebec, Canada; Capstone Precision Group LLC, Mesa, Arizona; OCR Global Inc., Chantilly, Virginia; PCP Tactical, Sebastian, Florida; UDC Inc., Tampa, Florida; and Vista Outdoor Sales LLC, Anoka, Minnesota.

*Small business

7/25

AIR FORCE

Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, was awarded a $165,914,899 task order for Sentinel support. This task order is from a previously awarded contract (FA8204-21-D-0001), and provides for continuing the strategic partnership between government and JHU/APL. This contract provides for procurement of engineering, systems engineering for complex systems, research, and development of specialized functions. Work will be performed in Laurel, Maryland, and is expected to be completed July 23, 2026. This contract was a sole-source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $13,000,000 are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8204-23-F-0028). (Awarded July 24, 2023)

Sierra Space Corp., Broomfield, Colorado, has been awarded a $22,605,083 firm-fixed-price contract for the maturation of the Advanced Upper Stage Engine (VR35K-A). This contract provides for leveraging the test data from the first Phase III Small Business Innovation Research component and integrated breadboard engine test to develop flight-weight engine component designs. Work will be performed at Broomfield, Colorado, and is expected to be completed by Oct. 25, 2025. The contract was a sole-source acquisition. Fiscal 2022 research, development, test and evaluation funds in the amount of $20,512,596 are being obligated at time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-6015).

Keysight Technologies Inc., Santa Rosa, California, has been awarded an $18,507,313 definitive contract for Radio Frequency Threat Simulators. This contract provides for the procurement of two Radio Frequency Threat Simulators with sustainment support consisting of patch management, field engineer support, non-critical spare parts, critical spare parts, and storage. Work will be performed in Santa Rosa, California, and is expected to be complete by March 18, 2024, for the first Radio Frequency Threat Simulator, and March 20, 2024, for the second Radio Frequency Threat Simulator. This contract was a competitive acquisition and three offers were received. Fiscal 2023 operations and maintenance funds in the amount of $13,337,436 are being obligated at time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-23-C-A005).

NAVY

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded $24,335,192 for firm-fixed-price, spares delivery order N00383-23-F-ZJ0L under a previously awarded basic ordering agreement (N00383-21-G-ZJ01) for the procurement of 25 frequency converters in support of the P-8 ALQ-240 system. The delivery order does not include an option period. All work will be performed in Linthicum Heights, Maryland, and work is expected to be completed by June 2027. This effort combines purchases under the Foreign Military Sales (FMS) Program, and funds will not expire at the end of the current fiscal year. Funds in the full amount of $24,335,192 will be obligated at time of award. This effort combines purchases of working capital funds (Navy) in the amount of $20,441,561 along with FMS funds in the amount of $3,893,631. FMS funds will be from United Kingdom funds (25%); FMS Norway (25%); FMS New Zealand funds (25%); and FMS South Korea funds (25%). One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $22,144,254 modification (P00007) to a cost-plus-fixed-fee order (N0001923F0039) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to provide diminishing manufacturing sources (DMS) management to include the ongoing review and identification of actual and potential DMS issues and DMS of components, parts, materials, assemblies, subassemblies, and software items; as well as recommend solutions to mitigate the issues in support of the F-35 Lightning II Joint Program for the Air Force, Marine Corps, Navy, Foreign Military Sales customers and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in May 2024. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $9,073,455; fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,073,454; and non-U.S. DOD funds in the amount of $3,997,345, will be obligated at 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.

Northrop Grumman Corp., Aeronautics Systems, San Diego, California, is awarded a $19,911,142 cost-plus-fixed-fee order (N0001923F0294) against a previously issued basic ordering agreement (N0001920G0005). This order provides for non-recurring engineering, hardware qualification, systems integration, safety assessment, retrofit installation, and flight testing of the payload interface unit and vehicle management computer upgrades to include a cyber-intrusion protection system in support of the MQ-8C vertical takeoff and landing tactical unmanned air vehicle system. Work will be performed in San Diego, California (90%); and Mojave, California (10%), and is expected to be completed in May 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $19,911,142 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.

Schuyler Line Navigation Co., LLC, Annapolis, Maryland, is awarded a $19,347,074 firm-fixed-price contract with reimbursable elements (N3220523C4019) for a time charter of one U.S. Flag tanker, Goodwill, with an Inert Gas System and Segregated Ballast Tanks that is capable of carrying a minimum of 270,000 barrels of clean petroleum products (intention JP8, JP5, F76) within the vessel’s natural segregation in designated cargo tanks with double valve isolation. This contract includes a 12-month base period with three 12-month option periods and one 11-month option, which, if exercised, would bring the cumulative value of this contract to $93,324,449. Work will be performed in the Far East; and worldwide, and is expected to be completed, if all options are exercised, by August 2028. Working capital funds (Transportation) in the amount of $19,347,074 are obligated for fiscal 2023, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4019).

HII Fleet Support Group LLC, Virginia Beach, Virginia, was awarded a $17,659,231 cost-plus-fixed-fee award delivery order N62793-23-F-0006 off of contract N00024-21-D-4114 providing execution support for USS John C. Stennis Refueling Complex Overhaul, Carrier Engineering Maintenance Assist Team (CEMAT). Contractor support includes providing assistance to ship’s force in the preparation, evaluation, and execution of work required; specifically providing technical guidance pertaining to maintenance execution; providing technical in-process review of work and assisting ship’s force to complete corrective action for identified items; maintaining continuing status of jobs assigned for CEMAT technical assistance and changes of equipment material condition; and where specified providing “hands on” instruction in fault identification and application of current maintenance/repair techniques in accordance with Section C of contract N00024-21-D-4114. Work will be performed in Newport News, Virginia, and is expected to be completed by July 14, 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $17,659,231 were obligated at time of award and will expire at the end of fiscal 2028. The Supervisor of Shipbuilding, Conversion and Repair, Navy, Newport News, Virginia, is the contracting activity. (Awarded July 15, 2023)

CH2M Hill Inc., Englewood, Colorado, was awarded an $8,593,830 cost-plus-award-fee task order under an indefinite-delivery/indefinite-quantity contract for remedial investigations for per- and polyfluoroalkyl substances at Naval Air Station Whidbey Island. The work to be performed provides for addressing requirements of the Comprehensive Environmental Response, Compensation, and Liability Act, Sections 104 and 121, Executive Order 12580, and the National Oil and Hazardous Substances Pollution Contingency Plan. Work will be performed in Coupeville, and Oak Harbor, Washington, and is expected to be completed by July 2028. Fiscal 2023 environmental restoration (Navy) funds in the amount of $8,593,830 are obligated on this award and will not expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Silverdale, Washington, is the contracting activity (N62470-21-D-0007).

DEFENSE LOGISTICS AGENCY

Capps Shoe Co.,* Gretna, Virginia, has been awarded a maximum $15,111,900 modification (P00015) exercising the fourth one-year option period of a one-year base contract (SPE1C1-19-D-1202) with four one-year option periods for men’s and women’s leather oxford and poromeric upper dress shoes. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Michigan, with a July 26, 2024, ordering period end date. Using military services are Army, Air Force, Navy, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

ARMY

CACI Inc.-Federal, Chantilly, Virginia, was awarded a $14,863,683 firm-fixed-price contract for cybersecurity services. Bids were solicited via the internet with six received. Work will be performed at Fort Belvoir, Virginia; Washington, D.C.; Fort Cavazos, Texas; and Fort Gordon, Georgia, with an estimated completion date of Aug. 26, 2028. Fiscal 2023 operation and maintenance, Army funds in the amount of $2,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0281).

*Small business

7/26

AIR FORCE

Applied Research Associates Inc., Albuquerque, New Mexico (FA8612-23-D-B002); Armaments Research Co. Inc., Bethesda, Maryland (FA8612-23-D-B003); BadVR Inc., Pacoima, California (FA8612-23-D-B004); CGI Federal Inc., Fairfax, Virginia (FA8612-23-D-B001); Flosum Corp., San Ramon, California (FA8612-23-D-B017); Management Services Group Inc., doing business as Global Technical Systems, Virginia Beach, Virginia (FA8612-23-D-B005); Convergent Solutions Inc., doing business as Exiger Government Solutions, McLean, Virginia (FA8612-23-D-B006); Odyssey Systems Consulting Group LTD., Wakefield, Massachusetts (FA8612-23-D-B008); Steeple Group LLC, doing business as Peregrine Defense, Oklahoma City, Oklahoma (FA8612-23-D-B014); Picogrid Inc., Hawthorne, California (FA8612-23-D-B009); Rescue Rover LLC, doing business as AlphaBravo, Gaithersburg, Maryland (FA8612-23-D-B010); Rafael Systems Global Sustainment LLC, Bethesda, Maryland (FA8612-23-D-B011); and Spotible Labs LLC, New York, New York (FA8612-23-D-B012), have been awarded indefinite-delivery/indefinite-quantity contracts with a combined ceiling of $950,000,000 to compete for future efforts associated with the maturation, demonstration, and proliferation of capability across platforms and domains, leveraging open systems design, modern software and algorithm development to enable Joint All Domain Command and Control. These contracts provide for the development and operation of systems as a unified force across all domains (air, land, space, sea, cyber, and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms. The locations of performance are to be determined at the contract directed order level and are expected to be complete by May 28, 2025. These awards are the result of fair and open competition. Air Force Life Cycle Management, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Amentum Service Inc., Chantilly, Virginia, has been awarded a $223,587,481 contract for aircraft maintenance and back shop support services. This contract provides for 24 hours a day, seven days a week, aircraft maintenance and back shop service requirements supported by the contractor. Work will be performed at Joint Base Andrews-Naval Air Facility Washington and is expected to be completed by June 30, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operations and maintenance funds in the amount of $34,960,103 are being obligated at time of award. The 316th Contracting Squadron Services Flight, Joint Base Andrews, Maryland, is the contracting activity (FA2860-23-F-0060).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $489,464,143 modification (P00002) to a cost-plus-fixed-fee, firm-fixed-price order (N0001923F0002) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to procure various material mod kits, special test/tooling equipment, as well as provides product engineering, and installation in support of retrofit and modification engineering change proposal efforts on F-35 aircraft to correct aircraft deficiencies and upgrade F-35 aircraft with Technology Refresh Three for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in March 2028. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $195,183,829; fiscal 2023 aircraft procurement (Navy) funds in the amount of $171,871,471; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $963,892; fiscal 2022 aircraft procurement (Navy) funds in the amount of $818,354; fiscal 2021 aircraft procurement (Navy) procurement funds in the amount of $6,792,712; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $12,817,799; fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,459,308; FMS funds in the amount of $33,390,770; and non-U.S. DOD participant funds in the amount of $66,958,720, will be obligated at the time of award, $20,277,107 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DZSP 21 LLC, Marlton, New Jersey, is awarded $89,096,216 for a cost-plus-award-fee modification to previously awarded contract N40192-23-C-5300. This modification provides for the exercise of Option Period Three for base operating support services at Joint Region Marianas. Work will be performed at various Navy, Marine Corps, and Air Force installations in Guam. The period of performance is from August 2023 to July 2024. This award brings the total cumulative value of the contract to $662,483,464. Fiscal 2023 operation and maintenance (Navy) (O&M, N); fiscal 2023 O&M (Marine Corps); fiscal 2023 O&M (Defense); fiscal 2023 O&M (Army National Guard); fiscal 2023 medical facilities; and fiscal 2023 family housing O&M, N funds in the amount of $42,525,597 will be obligated at time of award, and funds will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity. 

Carter Enterprises LLC,* Brooklyn, New York, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a contract ceiling of $37,886,278 for the manufacture and delivery of a combination of up to 352,297 Plate Carrier Generation III systems, components, repair kits and data deliverables. Work will be performed in Brooklyn, New York, with an expected completion date of July 2028. Fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $381,000 will be obligated on the first delivery order immediately following contract award and will expire at the end of this fiscal year. Fiscal 2022 research, development, test and evaluation (Marine Corps) funds in the amount $19,833 will also be obligated on the first delivery order immediately following contract award and will not expire this fiscal year. This contract was competitively procured via SAM.gov with three proposals received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-1007).

Curtiss-Wright Controls Electronic System Inc., Fairborn, Ohio, is awarded a $33,797,890 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of Keyed Broad Area Maritime Surveillance Airborne Recorder (K-BAR) Network Attached Storage (NAS) Chassis, K-BAR docking stations, K-BAR removable storage modules, and K-BAR lab cable sets in support of PMA-262 Persistent Maritime Unmanned Aircraft Systems’ MQ-4C Triton aircraft, PMA-290 Maritime Patrol and Reconnaissance Aircraft, and Australia as an International Cooperative Partner. The contract also includes training and engineering services in support of the K-BAR NAS Chassis. Work will be performed in Fairborn, Ohio, and is expected to be completed by July 25, 2028. Fiscal 2023 aircraft procurement, Navy appropriation account funds in the amount of $1,350,657 will be obligated at time of award; none of the funds will expire at the end of the current fiscal year. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. Curtiss-Wright Controls Electronic Systems Inc. is the original equipment manufacturer of the K-BAR and the only company who can perform the required repairs. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423DJW69).

BAE Systems – San Diego Ship Repair, San Diego, California, was awarded a $37,730,467 firm-fixed-price contract action for maintenance, modernization and repair of USS John P. Murtha (LPD 26) fiscal 2024 Selected Restricted Availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for, and accomplish, the Chief of Naval Operations Availability for managing critical modernization, maintenance and repair programs. This contract includes options, which if exercised, would bring the cumulative value of this contract to $42,442,680. Work will be performed in San Diego, California, and is expected to be completed by September 2024. If all options are exercised, work will continue through September 2024. Fiscal 2023 operations and maintenance, Navy funds in the amount of $37,725,469 (99.99%); and fiscal 2023 other procurement, Navy funds in the amount of $4,998 (0.01%), will be obligated at the time of award, of which $37,725,469 will expire at the end of the current fiscal year. This contract was awarded on a sole source basis in accordance with Federal Acquisition Regulation 6.302-3, Industrial Mobilization. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423C4405). (Awarded July 24, 2023)

Progeny Systems LLC, Manassas, Virginia, is awarded a $19,152,106 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-6265 to exercise options for engineering and technical services for software development, and hardware and software integration to Navy Submarines. Work will be performed in Manassas, Virginia (65%); Middletown, Rhode Island (25%); and San Diego, California (10%), and is expected to be completed by July 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $3,309,053 (82%); fiscal 2023 National Sea-Based Deterrence Funds in the amount of $659,996 (16%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $94,960 (2%), will be obligated at time of award, of which $94,960 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $8,349,013 cost-plus-incentive-fee modification to previously-awarded contract N00024-15-C-5151 to exercise options for shipboard integration and test of the AEGIS Weapon System. Work will be performed in Moorestown, New Jersey (49%); Norfolk, Virginia (15%); San Diego, California (8%); Washington, D.C. (7%); Pascagoula, Mississippi (6%); Mayport, Florida (4%); Bath, Maine (3%); and various places each below one percent (8%), and is expected to be completed by February 2025. Fiscal 2016 shipbuilding and conversion, Navy funds in the amount $4,516,523 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.

Phase Sensitive Innovations Inc.*, Newark, Delaware, is awarded an $8,080,004 cost-plus-fixed-fee order (N6833523F0220) against a previously issued basic ordering agreement (N6833522G0039).  This order provides for the development of a compact, lightweight, low power, and low cost imager, capable of sensing through heavily degraded environments to augment long wave infrared imagery in support of Small Business Innovation Research Phase III A18-040 titled, “Low-cost Imager for Heavily Degraded Visual Environments.” Work will be performed in Newark, Delaware, and is expected to be completed in February 2027. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $8,080,004 will be obligated at the time of award, all of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY

BP North America Products Inc., Chicago, Illinois (SPE602-23-D-0483, $349,559,722); and Petro Star Inc.,* Anchorage, Alaska (SPE602-23-D-0484, $41,377,262), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-23-R-0707 for various types of fuel. This was a competitive acquisition with seven offers received. These are nine-month contracts with a 30-day carryover. Locations of performance are California, Hawaii, and Washington with an Aug. 30, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

U.S. SPECIAL OPERATIONS COMMAND

Collins Aerospace Inc., Cedar Rapids, Iowa, was awarded a $62,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide life-cycle contractor support for the Tactical Mission Network, including Common Avionics Architecture System, Avionics Management System, Cockpit Management System, and Contractor Logistics Support for the U.S. Special Operations Command (USSOCOM), Technology Applications Program Office. Fiscal 2023 operations and maintenance funding in the amount of $9,698,399 is being obligated at time of award on the first task order. This contract has one five-year ordering period (total of 60 months) and one six-month option under Federal Acquisition Regulation 52.217-8. The majority of the work will be performed in Fort Campbell, Kentucky. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

GPM Inc., West Alton, Missouri, was awarded a $15,000,000 firm-fixed-price contract for vegetation maintenance. 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 May 31, 2028. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-D-0009)

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $12,625,000 modification (P00011) to contract W912DY-21-F-0025 for minor and emergency repair. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

*Small business

7/27

AIR FORCE

Raytheon, El Segundo, California, has been awarded a $175,050,289 indefinite-delivery/indefinite-quantity contract for the B-2 Advanced High Frequency Radar Components and end items. This contract provides for overhaul and repair of the B-2 Advanced High Frequency Radar Components and end items. Work will be performed in El Segundo, California, and is expected to be completed by July 31, 2033. This contract was a sole-source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $24,558,473 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-23-D-0002).

Archer Aviation Inc., San Jose, California, was awarded an $110,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Midnight Based Advanced Vertical Lift. This contract is a Small Business Innovative Research (SBIR) Phase III to iteratively conduct government operational experimentation on military installation for government-owned, government-operated flight operations to execute and experiment with key missions or mission elements to substantiate government use cases, concept of operations/mission design, and cost/benefit analyses of the Midnight aircraft that extend, derive, and complete previously awarded SBIR Phase I and II efforts. Work will be performed in San Jose, California, and is expected to be completed by July 31, 2028. This contract was a sole-source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,293,077 are being obligated at time of award. AFWERX Enterprise Contracting, Dayton, Ohio, is the contracting activity (FA2280-23-D-0001).

Hitachi Energy USA Inc., Raleigh, North Carolina, was awarded a $7,916,426 firm-fixed-price contract for the rewind/repair of the Arnold Engineering Development Complex’s PES Transformer #7. This contract provides for materials, labor, equipment, tools, oil processing/handling, engineering, and field services necessary to rewind PES Transformer #7; disconnection and reconnection at the site and transportation to the contractor’s facility; analysis to determine any necessary upgrades to meet operating loads and conditions; review of the failure analysis and performance of a condition inspection to determine what components need to be replaced; cleaning and painting of the transformer; conducting verification and testing of the transformer at the contractor’s facility; and packaging and transportation of the transformer from and to Arnold Air Force Base. Work will be performed at Arnold AFB, Tennessee; and Stoney Creek, Ontario, Canada, and is expected to be completed by Dec. 31, 2024. This contract was a sole-source acquisition. Fiscal 2022 research, development, test, and evaluation funds in the amount of $7,916,426 are being obligated at time of award. The Air Force Test Center, Arnold AFB, Tennessee, is the contracting activity (FA9101-23-C-B008).

NAVY

Dark Wolf Solutions LLC, San Diego, California (N0003923D1004); Geo4S Technologies LLC, Catonsville, Maryland (N0003923D1005); ISPA Technology LLC, Lithia, Florida (N0003923D1006); Moebius Solutions Inc., San Diego, California (N0003923D1007); Objective Function Systems LLC, Canoga Park, California (N0003923D1008); ODME Solutions LLC, Del Mar, California (N0003923D1009); Opal Soft Inc., Sunnyvale, California (N0003923D1010); Raft LLC, Reston, Virginia (N0003923D1011); TapHere! Technology LLC, Manassas, Virginia (N0003923D1012); TDI Technologies Inc., Coronado, California (N0003923D1013); and The Marlin Alliance Inc., San Diego, California (N0003923D1014), are awarded a $100,000,000 indefinite-delivery/indefinite-quantity multiple award contract for the development and integration of new software solutions to emerging Program Executive Office for Command, Control, Communication, Computers, and Intelligence requirements, as well as modification and enhancement of existing systems. The focus area of this contract is agile software design, development, modification, integration, related test and evaluation support, and software systems engineering support. This contract further focuses on the use of data analytics techniques such as Artificial Intelligence and Machine Learning to design, develop, modify, integrate, and support new software development, and to sustain existing software programs. This contract also encompasses the functions needed to support these main areas such as development of training embedded in the software, online help resources, and Configuration Management support. Each contract includes a five-year ordering period and five-year option ordering period. The option period, if exercised, would bring the cumulative estimated value of the contract to $200,000,000. Work will be performed in San Diego, California, and ordering is expected to be completed in June 2028. If the option is exercised, the ordering period could continue until June 2033. Contract funds will not expire at the end of the current fiscal year. This requirement was solicited as a small business set-aside via the Naval Information Warfare Systems Command E-Commerce Central website and the Federal Business Opportunities website, with 54 timely offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded an $81,418,740 fixed-price incentive (firm-target), cost reimbursable modification (P00017) to a previously awarded contract (N0001920C0011). This modification adds scope to procure Air Force unique F135 propulsion system spares, to include conventional takeoff and landing spare engines, power modules, gearboxes, fan modules and nozzle modules for the F-35 Lighting II Joint Strike Fighter aircraft. Work will be performed in East Hartford, Connecticut (18.9%) (labor surplus area); Middletown, Connecticut (8.9%); Kent, Washington (7.8%); North Berwick, Maine (4.4%); El Cajon, California (3.3%) (labor surplus area); Cromwell, Connecticut (3.3%); Whitehall, Michigan (3.3%); Portland, Oregon (2.2%); San Diego, California (2.2%); South Bend, Indiana (2.2%); Columbus, Georgia (2.2%); Hampton, Virginia (1.1%); Manchester, Connecticut (1.1%); Cheshire, Connecticut (1.1%); Elmwood Park, New Jersey (1.1%); and various locations within the U.S. (36.9%), and is expected to be completed in October 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $81,418,740 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.

Custom Mechanical Systems Corp.,* Bargersville, Indiana, is awarded a $53,913,341 firm-fixed-price task order for airfield pavement improvements at Naval Air Station Whidbey Island. The maximum dollar value is $53,913,341. Work will be performed in Oak Harbor, Washington, and is expected to be completed by September 2026. Fiscal 2023 military construction, (Navy) funds in the amount of $53,913,341 will be obligated at time of this award and will not expire at the end of the current fiscal year. This contract was competitively procured via Procurement Integrated Enterprise Environment website, with four offers received. The Naval Facilities Engineering Systems Command Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4034).

Northrop Grumman Systems Corp., San Diego, California, is awarded a $12,741,430 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to procure materials for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare Systems. Work will be performed in San Diego, California, and is expected to be completed by October 2025. Fiscal 2023 other procurement, Navy funds in the amount of $10,714,685 (84%); and fiscal 2023 research, development, test and evaluation, Navy funds in the amount of $1,721,159 (14%) will be obligated at time of award and will not expire at the end of the fiscal year. Fiscal 2023 operations and maintenance, Navy funds in the amount of $305,586 (2%) will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-6407).

ARMY

BAE Land Systems, York, Pennsylvania, was awarded an $89,000,000 hybrid (cost-plus-fixed fee, firm-fixed-price) contract to refurbish and provide new equipment training on Bradley Fighting Vehicles. Bids were solicited via the internet with one received. Work will be performed in Slavonski Brod, Croatia, with an estimated completion date of Dec. 31, 2026. Fiscal 2023 Foreign Military Sales (Croatia) funds in the amount of $89,000,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0071). 

Noblis MSD LLC, Philadelphia, Pennsylvania, was awarded a $58,056,679 cost-plus-fixed-fee contract for Army watercraft systems technical support. 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 July 26, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0064).

Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $49,214,781 firm-fixed-price contract for CH-47 Chinook main fuel control overhauls 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 July 31, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0048).

Next MRO LLC,* Hialeah, Florida, was awarded a $45,885,480 firm-fixed-price contract for maintenance and overhaul of Black Hawk gas turbines. 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 July 26, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0055).

Copper Construction Co. Inc., Vidalia, Georgia, was awarded a $37,051,526 firm-fixed-price contract for building repairs. Bids were solicited via the internet with two received. The work will be performed at Fort Moore, Georgia, with an estimated completion date of July 5, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $37,051,526 funds were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-3005). 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $16,069,475 firm-fixed-price contract for one fully crewed and equipped self-propelled trailing suction type hopper dredge. Bids were solicited via the internet with three received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of Nov. 5, 2024. Fiscal 2010 civil operation and maintenance funds in the amount of $16,069,475.00 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W9912P8-23-C-0033). 

Science Applications International Corp., Reston, Virginia, was awarded a $14,859,833 modification (P00101) to contract W31P4Q-21-F-0033 for aviation systems engineering services. 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 Sept. 6, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Source America, Vienna, Virginia, was awarded a $12,073,537 modification (P00004) to contract W9124D-23-D-0008 for total facility maintenance at Fort Knox. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 31, 2023. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity.

Raytheon Missiles Defense, Tucson, Arizona, was awarded a $9,930,166 cost-plus-fixed-fee contract for engineering support to develop and qualify a replacement guidance electronic assembly. Bids were solicited via the internet with one received. Work will be performed in Tucson, Arizona; and Glenrothes, Scotland, with an estimated completion date of Feb. 28, 2025. Fiscal 2023 procurement of ammunition, Army funds in the amount of $9,930,166 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-F-0073).

Ormond LLC,* Auburn, Washington, was awarded a $9,714,128 firm-fixed-price contract for waterjet technology to hone, grind and machine coatings on gun barrels. 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 July 26, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-D-0046).

DEFENSE LOGISTICS AGENCY

3M Co., Saint Paul, Minnesota, has been awarded a maximum $46,697,078 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical surgical products. This was a competitive acquisition with 26 responses received. This is a one-year contract with nine one-year option periods. The ordering period end date is July 31, 2024. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2023 through 2024 Warstopper Funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-23-D-0002).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $21,547,240 modification (P00004) to cost-plus-fixed-fee contract HR001123C0016 to exercise Option One of the Liberty Lifter program. The modification brings the total cumulative face value of the contract to $29,514,384.00 from $7,967,144. Work will be performed in Poway, California, with an estimated completion date of July 2024. Fiscal 2023 research and development funds in the amount of $4,897,610 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Aurora Flight Sciences Corp., Manassas, Virginia, has been awarded a $19,521,472 modification (P00003) to cost-plus-fixed-fee contract HR001123C0013 to exercise Option One of the Liberty Lifter program. The modification brings the total cumulative face value of the contract to $25,200,818 from $5,679,346. Work will be performed in Manassas, Virginia (16%); Cambridge, Massachusetts (14%); Arlington, Virginia (14%); Indianapolis, Indiana (14%); Clackamas, Oregon (14%); Astoria, Oregon (14%); and Vancouver, Washington (14%), with an expected completion date of July 2024. Fiscal 2022 and 2023 research and development funds in the amount of $121,398 and $6,746,215, respectively, are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

7/28

AIR FORCE

Aerostar, Sioux Falls, South Dakota (FA868423-D-B116); AEVEX Aerospace LLC., Solana Beach, California (FA868423-D-B117); Altum Trading Co., Edmond, Oklahoma (FA868423-D-B119); Ampcus, Inc., Chantilly, Virginia (FA868423-D-B121); AnaVation LLC., Reston Virginia (FA868423-D-B122); Anduril Industries Inc., Costa Mesa, California (FA868423-D-B115); Anvyl Technologies, Denver, Colorado (FA868423-D-B124); Applied Research Associates, Dayton, Ohio (FA868423-D-B126); ARCTOS, Beavercreek, Ohio (FA868423-D-B127); ASI, McLean, Virginia (FA8684-23-D-B144); ASRI, Orlando, Florida (FA8684-23-D-B162); ASTI, Herndon, Virginia (FA8684-23-D-B146); ASURE, Scottsdale, Arizona (FA8684-23-D-B160); BAE Systems, Nashua, New Hampshire (FA8684-23-D-B150); Ball Aerospace, Broomfield, Colorado (FA8684-23-D-B151); BridgePhase, Arlington, Virginia (FA8684-23-D-B153); BTAS, Beavercreek, Ohio (FA8684-23-D-B155); Cambridge International Systems Inc., Arlington, Virginia (FA8684-23-D-B158); COLSA, Huntsville, Alabama (FA8684-23-D-B159); Constellation Software Engineering, Annapolis, Maryland (FA8684-23-D-B114); Crossflow Technologies, Albertville, Alabama (FA8684-23-D-B118); Cryptic Vector, Liberty Township, Ohio (FA8684-23-D-B180); Cubic Defense Application, San Diego, California (FA8684-23-D-B123); Cynnovative, Arlington, Virginia (FA8684-23-D-B125); DCEVTECH, College Park, Maryland (FA8684-23-D-B128); DittoLive Inc., San Francisco, California (FA8684-23-D-B129); EPS Corp., Tinton Falls, New Jersey (FA8684-23-D-B130); Genasys Inc., San Diego, California (FA8684-23-D-B131); General Atomics Aero Systems Inc., Poway, California, (FA8684-23-D-B132); General Dynamics Mission System, Fairfax, Virginia (FA8684-23-D-B137); GIRD Systems, Cincinnati, Ohio (FA8684-23-D-B156); Giuseppe Space Enterprises, Woodland Park, Colorado (FA8684-23-D-B161) HAVIK Solutions LLC., San Diego, California (FA8684-23-DB163); Image Insight, Inc., East Hartford, Connecticut (FA868423DB164); Innovative Management Concepts, Sterling, Virginia (FA868423DB165); IRTC, Huntsville, Alabama (FA868423DB166); Jacobs Technology Inc., Severn, Maryland (FA868423DB167); JHNA, Clifton, Virginia (FA868423DB168); Kratos Technology and Training Solutions Inc., San Diego, California (FA868423DB169); L3 Harris, Space and Airborne Systems, Clifton, New Jersey (FA868423DB134); L3Harris ISR, Greenville, Texas (FA868423DB135); Logistic Services International, Jacksonville, Florida (FA868423DB136); Mantech, Herndon, Virginia, (FA868423DB138); Mile Two LLC, Dayton, Ohio (FA868423DB139); Next Tier Concepts, Fairfax County Vienna, Virginia (FA868423DB152); Nimbis, Oro Valley, Arizona (FA868423DB154); NTT Data Services, Herndon, Virginia (FA868423DB157); Omni Consulting Solutions, El Segundo, California (FA868423DB142); Pacific Defense Strategies, El Segundo, California (FA868423DB147); Riverside Research, Arlington, Virginia (FA868423DB171); Sabre Systems Inc., Warminster, Pennsylvania (FA868423DB172); Sev1Tech, Woodbridge, Virginia (FA868423B173); Sierra Nevada Corp., Englewood, Colorado (FA868423DB174); Signature Research Inc., Calumet, Michigan (FA868423DB175); Simulation Technologies Inc., Huntsville, Alabama (FA868423DB176); Skayl, Westminster, Maryland (FA868423DB181); SRC, North Syracuse, New York (FA868423DB177); Strategic Technology Consulting, Toma River, New Jersey (FA868423DB178); TeleDevices LCC, Duluth, Georgia (FA868423DB179); Tybram LLC, Jacksonville, Florida (FA868423DB112); UDRI, Dayton, Ohio (FA868423DB133); Uni Robotics, San Francisco, California (FA868423DB140); Vana, Beavercreek, Ohio (FA868423DB141); Viasat, Tempe, Arizona (FA868423DB143); Virginia Tech Applied Research, Arlington, Virginia (FA868423DB145); Visionist Inc., Columbia, Maryland (FA868423DB148); and VTS, Folsom, California (FA868423DB149), have been awarded a $900,000,000 ceiling indefinite-delivery/indefinite-quantity contract for yielding cost-effective warfighting capabilities. These contracts provide for the development of innovative approaches that bring multi-domain systems capabilities, the characterization of new technologies and systems through studies, recurrent demonstration, and rapid development to enable rapid prototyping, and test and capability transition. Future work under this multiple-award contract will be completed via the Fair Opportunity process. The locations of performance are to be determined at the contract direct order level and are expected to be completed by July 28, 2033. These awards are the result of fair and open competition and 70 offers were received. Air Force Life Cycle Management, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Command Cyber Solutions LinTech JV LLC, Milwaukee, Wisconsin, has been awarded a $86,101,708 contract for Agile Technical Support services. This contract provides for subject-matter experts to support various technical and functional activities related to software development, technical solution architecture, enterprise resource planning operations, configuration management, program management, technical writing, and Agile coaching. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by February 1, 2029. This contract was a sole-source acquisition. Fiscal 2023 operations and maintenance and research, development, test, and evaluation funds in the amount of $3,186,693 are being obligated at time of award. Air Force Life Cycle Management, Wright-Patterson AFB, Ohio, is the contracting activity (FA8770-23-C-B003).

Chenega Security California Corp., Chantilly, Virginia, has been awarded a $61,036,754 firm-fixed-price contract for Fire Protection, Emergency Management, and Emergency Medical Services IV. This contract provides fire protection, emergency management, and emergency medical services for Cape Canaveral Space Force Station 24 hours a day, seven days a week. Work will be performed at Cape Canaveral Space Force Station and is expected to be completed by September 30, 2029. This contract was a competitive acquisition and five offers were received. Fiscal 2023 and operations and maintenance funds in the amount of $516,050 are being obligated at time of award. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-23-C-0015).

Raytheon Co., Tucson, Arizona, has been awarded a $50,571,557 modification (PZ0113) to previously awarded contract FA8672-10-C-0002 for right-sized hardware and software integration of the Small Diameter Bomb II onto the F-35B and C platforms. Work will be performed in Tucson, Arizona, and is expected to be completed by October 31, 2024. No funds are being obligated at the time of award. The Air Force Life Cycle Management, Eglin Air Force Base, Florida, is the contracting activity. 

KBR Wyle Services, Lexington Park, Maryland, has been awarded a $24,973,847 cost-plus-fixed-fee contract for the development of robust capabilities to better understand and predict motion, perform data association, Initial Orbit Determination, and maneuver detection. This contract provides for better understanding chaotic orbits in the XGEO domain, N-body problems, and improved gravity models including developing and evaluating Space Situational Awareness frameworks, with an emphasis on non-traditional orbits, to understand the technical trades associated with the larger SSA architecture. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed August 31, 2028. This contract was a competitive acquisition, and one offer was received. Fiscal 2022 research, development, test, and evaluation funds in the amount of $7,093,144 are being obligated at time of award. The Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9453-23-C-X001).

VentureScope LLC, Falls Church, Virginia, was awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Defense Accelerator as a Platform for Enterprise Results. This contract provides for an award to a Small Business Innovative Research Phase III to provide an innovation accelerator program that extends the existing SBIR that supports the AFWERX refinery to become repeatable and scalable “Innovation Accelerator as a Platform” that aligns projects to stakeholder needs and develops a foundational business case for institutional adoption. Work will be performed as indicated in the contract award or based on each task order and is expected to be completed by August 1, 2028. Fiscal year and type of funds will be based on the ordering agency with a $250,000 minimum order and $5,000,000 maximum order for each ordering period. Funds in the amount of $1,300,000 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson, Ohio, is the contracting activity (FA2280-23-D-0004). (Awarded July 27, 2023)

U.S. TRANSPORTATION COMMAND

Crowley Government Services Inc., Jacksonville, Florida, is awarded a $480,000,000 economic adjustment (P00018) for the previously awarded indefinite-delivery/indefinite-quantity, fixed-price contract HTC71117DR003 to provide continued surface transportation coordination services for the movement of freight within the continental U.S. and Canada, as specified on each individual order, under the Defense Freight Transportation Services program. The contract modification’s term of performance is from August 1, 2023, to July 31, 2024. Department of Defense agencies funds, Fiscal 2023 and Fiscal 2024, will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

NAVY

Akyo Group WA Patriot JV,* Honolulu, Hawaii (N44255-23-D-1601); Bristol Prime Contractors,* Anchorage, Alaska (N44255-23-D-1603); Blue Trident Newton JV2,* Bainbridge Island, Washington (N44255-23-D-1602); Chugach Solutions Enterprise,* Anchorage, Alaska (N44255-23-D-1608); Doyon Management Services LLC,* Federal Way, Washington (N44255-23-D-1604); DTS P&L JV2,* Oak Harbor, Washington (N44255-23-D-1605); Grenlar Shape JV LLC,* Poulsbo, Washington (N44255-23-D-1606); GSINA PAC II JV LLC,* Flemmington, New Jersey (N44255-23-D-1609); Port Madison Construction Corp.,* Poulsbo, Washington (N44255-23-D-1600); and TriCoast – PacTech JV,* Longview, Washington (N44255-23-D-1607), are awarded a combined $400,000,000 indefinite-delivery/indefinite-quantity multiple award construction contract for new construction, renovation, alteration, demolition, and repair of facility construction projects at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations. Nine awardees will be awarded $5,000 each (minimum contract guarantee per awardee) at contract award. Port Madison Construction Corp., is awarded a $1,432,000 task order (N4425523RF004) for the installation of final denial barriers at Manchester Fuel Depot. Work will be performed in Port Orchard, Washington, and is expected to be completed no later than August 2024. The maximum dollar value, including one three-year base period, and one five-year option period, for all ten contracts combined, is $400,000,000. The term of the contract is not to exceed 96 months. Fiscal 2023 operation and maintenance (Navy) (O&M,N) funds in the amount of $1,477,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N; and military construction funds. This contract was competitively procured via the SAM.gov with 22 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Northwest, Silverdale, Washington, is the contracting activity. 

Core Tech International Corp., Tamuning, Guam, is awarded a $216,876,249 firm-fixed-price contract for the design and construction (design-build) for the replacement of Andersen Housing, Naval Support Activity Andersen. Work will be performed in Yigo, Guam, and is expected to be completed by October 2026. Fiscal 2019 family housing (Navy) funds in the amount of $4,919,749 will be obligated at time of award and will expire at the end of this current fiscal year; Fiscal 2023 family housing (Navy) funds in the amount of $211,956,500 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with three proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-23-C-1329).

Erie Forge and Steel, Erie, Pennsylvania (N00104-23-D-GZ01); Steel America, Norfolk, Virginia (N00104-23-D-C001); Collins Machine Works, Portsmouth, Virginia (N00104-23-D-C101); Bender CCP, Vernon, California (N00104-23-D-C201); and North American Forgemasters, New Castle, Pennsylvania (N00104-23-D-GY01), are awarded an estimated $137,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract for the procurement of waterborne surface shafts. Each contract is for a five-year period with no options. Work will be completed by July 2028. All work will be performed in the various contractor facilities identified at task order level that cannot be determined at this time. Working capital funds (Navy) in the amount of $2,500 will be obligated ($500 on each of the five contracts) to fund the contracts’ minimum amount, and funds will not expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. The requirement is full and open competition with five offers received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity. 

Raytheon Technologies, Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $43,764,235 firm-fixed-price modification (P00045) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001920D0008). This modification adds scope to procure Lot 4 antenna hardware kits for Tactical Tomahawk (TACTOM) recertification and production as follows: 281 antenna hardware kits for TACTOM recertification, to include 276 for the Navy and five for the Government of the United Kingdom; and 114 antenna hardware kits for TACTOM production, to include 48 for the Navy, 13 for the Marine Corps, 50 for the Army, and three for the Department of Defense. Work will be performed in Boulder, Colorado (79%), and Tucson, Arizona (21%), and is expected to be completed in January 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.

Collins Elbit Vision Systems LLC, Fort Worth, Texas, is awarded a $16,801,972 cost-plus-fixed-fee contract that provides development, engineering, logistics, and test support for the Improved Joint Helmet Mounted Cueing System. Additionally, this contract provides for the delivery of six helmet mounted displays, 21 mass models, six spare visors, three cockpit units, two aircraft kits, and helmet mounted display support equipment. Work will be performed in Haifa, Israel (30%); Wilsonville, Oregon (25%); Merrimack, New Hampshire (25%); Cedar Rapids, Iowa (10%); and Fort Worth, Texas (10%), and is expected to be completed in July 2025. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,687,039 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123C0031).

Booz Allen Hamilton Inc., McLean, Virginia, is awarded a $16,536,228 nine-month, firm-fixed-price, and cost-plus-fixed-fee bridge task order (M9549423F0019) under the General Services Administration One Acquisition Solution for Integrated Services contract (GS00Q14OADU108) to continue professional services support at Marine Corps Installations Command (MCICOM) Headquarters. This task order will provide a range of professional programmatic support services to the major directorates within the command headquarters such as logistics services program support, information technology program support, operations support, planning support, government and external affairs support, facilities program support, and enterprise content management support. Work will be performed at Arlington, Virginia (55%); McLean, Virginia (15%); Washington, D.C. (10%); Marine Corps Base Quantico, Virginia (10%); Marine Corps Base Camp Butler, Okinawa Prefecture, Japan (5%); and Marine Corps Base Camp Pendleton, California (5%); with an expected completion date of May 31, 2024. This task order includes a three-month option period which, if exercised, could bring the cumulative value of this task order to $22,061,282. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $16,536,228 are being obligated at time of award and will expire at the end of the current fiscal year. This task order was not competitively procured pursuant to Federal Acquisition Regulation 16.505(b)(2)(i)(C). MCICOM, Arlington, Virginia, is the contracting activity (M95494-23-F-0019). 

TOTE Services LLC, Jacksonville, Florida, is awarded a $12,972,390 option of a previously awarded contract (N3220518C3002) for operation and maintenance of the Offshore Petroleum Discharge System vessels, USNS Wheeler and USNS Fast Tempo. This modification exercises Federal Acquisition Regulation 52.217-8, Option to Extend Services of this contract. This option will extend the contract by six months. The vessels will continue to support Military Sealift Command’s prepositioning requirements. Work will be performed at sea, worldwide, and is expected to be completed by January 31, 2024. Working capital funds (Navy) in the amount of $12,972,390 will be obligated for Fiscal 2023 and Fiscal 2024, and will not expire at the end of the fiscal years. This procurement was released under full and open competition, with an unlimited number of companies solicited via the SAM.gov website and four offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220518C3002).

Maritime Applied Physics Corp.,* Baltimore, Maryland, is awarded a $9,870,402 firm-fixed-price modification to previously-awarded Small Business Innovative Research Phase III contract N00024-22-C-2228 for Global Advanced Reconnaissance Craft (GARC), Unmanned Multirotor Areal Relay Vehicles, and other GARC payloads. The award is in conjunction with the Fiscal 2023 appropriation for the Accelerate the Procurement and Fielding of Innovative Technologies program to expeditiously transition technologies from development into production. Work will be performed in Baltimore, Maryland (74%); and Essington, Pennsylvania (26%), and is expected to be completed by January 2025. Fiscal 2023 Defense-Wide Procurement funds in the amount of $9,870,402 will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was not competitively procured in accordance with 10 U.S. Code 3204 (a)(5) (authorized or required by statute). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2228-P0006). 

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded an $8,763,620 cost-plus-fixed-fee modification to previously awarded contract N6339421C0008 to exercise options for design agent engineering and technical specialized support services in support of the legacy rotating Guided Missile Launching Systems. Work will be performed in Minneapolis, Minnesota (94%); and Taiwan (6%), and is expected to be completed by July 2024. Foreign Military Sales (Taiwan) funds in the amount of $550,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

US Foods Inc., San Francisco Division, Livermore, California, has been awarded a maximum $83,245,200 modification (P0005) exercising the second two‐year option period of a two‐year base contract (SPE300‐20‐D‐3250) with one one‐year option period and one two‐year option period for full‐line food distribution. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract. The ordering period end date is July 26, 2025. Using customers are Air Force, Army, Navy, Marine Corps, and Coast Guard. Type of appropriation is Fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

General Dynamics Land Systems, Sterling Heights, Michigan, has been awarded a maximum $32,020,324 firm-fixed-price, indefinite-delivery/definite-quantity contract for electronic components. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. The performance completion date is July 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, Warren, Michigan (SPRDL1-23-D-0041).

Amsted Graphite Materials LLC,* Anmoore, West Virginia, has been awarded a maximum $8,068,892 firm-fixed-price contract for research and development services pertaining to Strategic Materials. This acquisition is being awarded based on a proposal submitted against the Emergent IV Broad Agency Announcement 0001-22, as stated in DFARS 235.006-71(a), and was posted June 13, 2022, on SAM.gov. This is a three-year contract with no option periods. The performance completion date is July 27, 2026. Using customer is Defense Logistics Agency. Type of appropriation is Fiscal 2022 research, development, testing and evaluation Congressional Ad funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania (SP4701-23-C-0039).

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $44,301,149 modification (PZ0030) to contract CW31P4Q-21-C-0042 for early operational production for the Precision Strike Missile. Work will be performed in Grand Prairie, Texas, with an estimated completion date of April 28, 2025. Fiscal 2010 aircraft procurement, Army funds in the amount of $44,301,149 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Record Steel & Construction Inc., Boise, Idaho, was awarded a $21,833,400 firm-fixed-price contract to design and build an operations facility. Bids were solicited via the internet with three received. Work will be performed in Glendale, Arizona, with an estimated completion date of August 4, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $21,833,400 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-23-C-0015). 

Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a $21,149,750 firm-fixed-price contract for New York and New Jersey Harbor maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Newark, New Jersey, with an estimated completion date of October 5, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $21,149,750 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-C-0009). 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $20,653,000 firm-fixed-price contract for Atchafalaya River basin maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of February 15, 2024. Fiscal 2023 civil construction funds in the amount of $20,653,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0030). 

Marinex Construction Inc., Charleston, South Carolina, was awarded a $16,442,066 firm-fixed-price contract for Morehead City Inner Ocean Bar maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Morehead, North Carolina, with an estimated completion date of April 30, 2024. Fiscal 2021 and 2023 civil operation and maintenance funds in the amount of $16,442,066 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-23-C-0012). 

Archetype I LLC,* Herndon, Virginia, was awarded a $9,385,267 firm-fixed-price contract for financial, real estate analytical, advisory and consulting support services. Bids were solicited via the internet with two received. Work will be performed in Herndon, Virginia, with an estimated completion date of July 27, 2028. Fiscal 2023 operation and maintenance, Army funds in the amount of $9,385,267 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-23-F-0106).

*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 31, 2023 3:58 pm

Leave a Reply

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

Notify me of updates to this conversation