INSIDE THE

NEWS + ADVICE

DoD Contracts: Northrop Grumman, Boeing, Lockheed Martin, Amentum Services, Week of 8-5-24 to 8-9-24

Posted by Ashley Jones

8/5

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $1,316,877,000 undefinitized contract action modification to previously awarded contract N00024-24-C-2110 for economic ordering quantity material in support of the planned Virginia Class Block VI submarines and in furtherance of the Navy’s commitment to the health and stability of the industrial base. Work will be performed in Sunnyvale, California (15%); Montville, New Jersey (7%); Spring Grove, Illinois (4%); Arvada, Colorado (4%); Annapolis, Maryland (3%); South El Monte, California (3%); Pittsburgh, Pennsylvania (3%); York, Pennsylvania (3%); Manassas, Virginia (3%); Windsor Locks, Connecticut (2%); Chicago, Illinois (2%); Menomonee Falls, Wisconsin (2%); Detroit, Michigan (1%); Westfield, Massachusetts (1%); Dallas, Texas (1%); Salem, Ohio (1%); Pawcatuck, Connecticut (1%); and other locations less than 1% (44%), and is expected to be completed by September 2035. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $1,316,877,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $72,250,775 cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for Mine Countermeasures Unmanned Surface Vehicle support services. This contract includes a base year and four 12-month options which, if exercised, would bring the cumulative value of this contract to $72,250,775. Work will be performed in Hunt Valley, Maryland (80%); and Panama City, Florida (20%). If all options are exercised, work will continue through August 2029. This contract will be funded by fiscal 2024 operations and maintenance (Navy) funds in the amount of $880,486, which will be obligated at time of award of the first delivery order and will expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities sam.gov in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City, Florida, is the contracting activity (N61331-24-D-0006).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $24,655,366 modification (P00088) to a previously awarded fixed-priced-incentive-fee, cost-plus-fixed-fee, cost, contract (N0001918C1037). This modification adds scope to provide non-recurring engineering risk reduction efforts to support the delivery schedule of the E-2D Advanced Hawkeye aircraft for the government of Japan. Work will be performed in Syracuse, New York (34.92%); Owego, New York (18.25%); Marlborough, Massachusetts (15.41%); Melbourne, Florida (11.04%); Baltimore, Maryland (8.11%); Orlando, Florida (6.49%); Apopka, Florida (4.06%); and other various locations within the continental U.S. (1.72%), and is expected to be completed November 2024. Foreign Military Sales customer funds in the amount of $24,655,366 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Atlas Scientific and Technical Services LLC,* Bowling Green, Virginia, is awarded a $9,860,325 firm-fixed-priced requirements contract for procurement and the repair of items supporting the antenna subassembly associated with the electronic surveillance system. This contract will have no option periods, and work will be completed by November 2026. All work will be performed in Bowling Green, Virginia. No funding will be obligated at the time of award. Appropriate fiscal year working capital funds (Navy) will be used as delivery orders are issued, and funds will not expire at the end of the current fiscal year. 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-QA15).

ARMY

General Dynamics OTS LLC, Wilkes Barre, Pennsylvania (W15QKN-24-D-0030); Global Military Products Inc., Tampa, Florida (W15QKN-24-D-0031); and Premier Precision Machining LLC (W15QKN-24-D-0041), will compete for each order of the $211,983,283 firm-fixed-price contract to manufacture, test, package, produce and deliver mortar shell bodies and variants. 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 July 31, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity.

AyALL JV LLC*, Denver, Colorado (W912BV-24-D-0002); Auxilio PE JV LLC*, Denver, Colorado (W912BV-24-D-0003); FPM-AECOM JV1*, Oneida, New York (W912BV-24-D-0004); Scout-Cardno JV LLC*, Encinitas, California (W912BV-24-D-0005); CEG-Montrose 8A JV LLC*, Pottstown, Pennsylvania (W912BV-24-D-0006); Versar-Arcadis A JV, Highlands Ranch, Colorado (W912BV-24-D-0007); Leidos Inc., Reston, Virginia (W912BV24-D-0008); Cardno-EA Partners JV, Hunt Valley, Maryland (W912BV-24-D-0010); Sundance-EA Alliance LLC, Main Street, Idaho (W912BV-24-D-0011) and GEO Consultants Corp.*, Kevil, Kentucky (W912BV-24-D-0012), will compete for each order of the $150,000,000 firm-fixed-price contract for environmental services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2029. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $19,731,548 modification (P00097) to contract W15QKN-13-C-0074 for precision guidance kits. Work will be performed in Plymouth, Minnesota, with an estimated completion date of May 21, 2028. Fiscal 2023 ammunition procurement, Army funds in the amount of $19,731,548 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Raytheon Co., McKinney, Texas, was awarded an $8,000,000 modification (P00008) to contract W909MY-23-C-0004 to increase the contract ceiling. Work will be performed in McKinney, Texas, with an estimated completion date of June 30, 3037. Fiscal 2010 other procurement, Army funds in the amount of $8,000,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Sanford Federal Inc., Stafford, Virginia (HTC71124DW028); SeaCube, Textainer Equipment Management (U.S.) Limited, San Francisco, California (HTC71124DW029); and Triton Container International Limited, Hamilton, Bermuda (HTC71124DW030), have been awarded an indefinite-delivery/indefinite-quantity, fixed-price contract, with an estimated combined value of $52,032,431. This contract is to obtain intermodal equipment leasing and transportation services, information technology management in support of leasing operations, and related container support functions to meet the government missions and exercises for peacetime, contingency, disaster, and humanitarian operations on a global basis, to include maintenance, repair, inspection, leasing, and acquisition of intermodal equipment. The period of performance is from Sept. 1, 2024, to Aug. 31, 2025. Operations and Maintenance Funds will be obligated for fiscal 2024 and 2025. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Fargo Pacific Inc., Tamuning, Guam, has been awarded a $21,450,000 firm-fixed-price contract to renovate passenger terminal B17002 and provide a new temporary facility for a passenger terminal. This contract provides for the demolition and renovation of the interior of the passenger terminal, which occupies approximately 21,400 square feet of the existing Building 17002. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by July 26, 2026. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 transportation working capital funds in the amount of $21,450,000 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam, is the contracting activity (FA5240-24-C-0005).

PPG Industries Inc., Allison Park, Pennsylvania, has been awarded an $8,715,900 modification (P00002) to previously awarded cost-plus-fixed-fee contract FA2394-24-C-B026 to evaluate and validate the use of novel additive manufacturing technologies for Air Force requirements. The contract modification is for additional research that is within scope of the contract. The total cumulative value of the contract is $13,107,000. Work will be performed at Allison Park, Pennsylvania, and is expected to be complete by Jan. 5, 2029. Fiscal 2023 and 2024 research, development and test funds in the amount of $8,715,900 are being obligated at the time of award. The Air Force Research Laboratory Materials and Manufacturing Directorate, Wright Patterson Air Force Base, Ohio, is the contracting activity (Contract awarded Aug. 1, 2024).

CORRECTION: The $49,111,861 task order (FA8773-24-F-0110) announced on July 29, 2024, under the General Services Administration One Acquisition Solution for Integrated Services Governmentwide Acquisition Contract for Training Intelligence Plans and Exercise Support Cyber Readiness Operations Weapons and Tactics Network Defensive Operations II has not yet been awarded.

*Small business

8/6

ARMY

Callan Marine Limited, Galveston, Texas, was awarded a $104,974,200 firm-fixed-price contract for Brazos Island Harbor channel deepening. Bids were solicited via the internet with three received. Work will be performed in Brownsville, Texas, with an estimated completion date of Aug. 28, 2026. Fiscal 2024 civil construction funds in the amount of $104,974,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0005).

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $51,994,150 firm-fixed-price contract for Fire Island Inlet dredging. Bids were solicited via the internet with two received. Work will be performed in Bay Shore, New York, with an estimated completion date of March 30, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $51,994,150 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0023). (Awarded Aug. 5, 2024)

NAVY

RDA Inc.,* Doylestown, Pennsylvania, is awarded a $35,677,930 cost-plus-fixed-fee order (N6833524F0025) against a previously issued basic ordering agreement (N6833520G3039). This order procures engineering and technical services for research and development (R&D) efforts supporting anti-submarine warfare and under-sea warfare advanced sensors and systems (both active and passive) to include under-sea advantage, strategic development, multistatic active coherent, and airborne acoustic intelligence. Additionally, this effort includes digitization, encryption and assurance of production and future sonobuoys, on-going fleet training, maintenance of products for deployed systems and system stimulators including hardware and software. This R&D effort specifically supports Small Business Innovation Research (SBIR) Phase III efforts under SBIR topic N98-035 entitled “Signal Processing and System Concepts to Exploit Passive Signals in Airborne Active ASW Missions,” SBIR topic N04-247 entitled “Littoral Environment Parameter Estimation from Bistatic and Multistatic Fleet Air Antisubmarine Warfare Acoustic Reverberation Data,” and SBIR topic N06-011 entitled “Multi-Sensor Data Fusion for Littoral Undersea Warfare.” Work will be performed in Doylestown, Pennsylvania, and is expected to be completed in August 2029. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division Lakehurst, New Jersey, is the contracting activity.

Arete Associates,* Northridge, California, is awarded a $12,999,980 cost-plus-fixed-fee contract for Small Business Innovation Research (SBIR) Phase II in support of Office of Naval Research. Work will be performed in Northridge, California, and is expected to be completed by June 2026. Fiscal 2023 research, development, test and evaluation (Navy) SBIR funds in the amount of $6,499,994 (50%); and fiscal 2024 research, development, test and evaluation (Navy) non-SBIR funds in the amount of $6,499,986 (50%), 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 Navy Broad Agency Announcement 15.1, Topic Number N151-049 entitled “Machine Learning Algorithm for Target Detection on the Coastal Battlefield and Reconnaissance System” with two offers received. he Naval Surface Warfare Center Corona Division, Norco, California, is the contracting activity (N6426724C0040).

Colorado State University, Fort Collins, Colorado, is awarded a $9,946,321 cost reimbursement contract for the Cooperative Institute for Research in the Atmosphere Optical Variability Evaluation of Regional Cloud Asymmetries in Space and Time project. This contract provides for the performance of core science and technology (S&T) and research, development, test and evaluation efforts by addressing novel methods to resolve and forecast clouds and atmospheric visibility. Proposed tasks include formulating, developing, prototyping and transitioning algorithms for three-dimensional cloud character, advanced satellite environmental characterization and artificial intelligence/machine learning tools. Specific applications include atmospheric visibility assessments and tropical cyclone structure quantification. Planned effort will interact with Naval S&T and Meteorology and Oceanography Officer enterprise stakeholders to support development and transition of software into Naval systems, including via interaction with open-source government-owned software systems. Work will be performed in Fort Collins, Colorado, and is expected to be completed in July 2029. The total cumulative value of this contract, including a 60-month base period with no option periods, is $9,946,321. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $1,150,000 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C2214).

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $8,871,225 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-4314 for the procurement of Ship’s force shore-based facilities through undocking for the USS Boise (SSN 764). Work will be performed in Newport News, Virginia, and is expected to be completed by October 2028. Fiscal 2023 other procurement (Navy) funds in the amount of $8,871,225 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Newport News, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

IDSC Holdings LLC, Kenosha, Wisconsin, has been awarded a maximum $26,638,598 firm-fixed-price contract for Krankkarts and modification tool kits. This was a sole-source acquisition using justification 10 U.S. Code 3204 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. The performance completion date is Aug. 5, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-24-D-0080).

UPDATE: Geo-Med LLC,** Lake Mary, Florida (SPE2DE-24-D-0025, $49,000,000), has been added as an awardee to the multiple award contract for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0017 and awarded Sept. 28, 2023.

CORRECTION: The contract announced on July 30, 2024, for AM General LLC, South Bend, Indiana (SPRDL1-24-D-0056), for $41,563,407 was announced with an incorrect award date. The correct award date is July 31, 2024.

*Small business
**Service-disabled veteran-owned small business

8/7

AIR FORCE

Dell Federal Systems L.P., Round Rock, Texas, was awarded a $109,911,637 ceiling, firm-fixed price blank purchase agreement. This contract provides for hardware to support Enterprise Logging Extra and Small Form Factor efforts; and will support four different hardware form factors: rack-mounted server, mobile server, mobile lightweight sensor, and common hardware switch for both rack-mounted and mobile servers. Work will be performed at multiple Air Force bases is expected to be completed by July 31, 2026. This contract was a competitive acquisition, and three offers were received. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Joint-Base San Antonio-Lackland, Texas, is the contracting activity (FA8307-24-A-B001).

SOFIS-TRG LLC, Alexandria, Virginia, was awarded a $83,058,286 firm-fixed-price, single award contract for MQ-9 Aircrew Training Support. This contract provides for all personnel, equipment, tools, materials, supervision, and all other items and services required to perform and support MQ-9 Remotely Piloted Aircraft aircrew academic instruction; courseware development; and air and ground intelligence, surveillance, and reconnaissance test and training support. Work will be performed at Holloman Air Force Base, New Mexico; White Sands Missile Range, New Mexico; the U.S. Air Force Weapons School, and 556th Test and Evaluation Squadron, Creech AFB, Nevada; March Air Reserve Base, California; and Hancock Field Air National Guard Base, New York; and is expected to be completed by Aug. 31, 2029. This contract was a competitive, small-business set-aside acquisition, and four offers were received. Fiscal 2024 operation and maintenance funds in the amount of $4,215,673 are being obligated at the time of award. Air Combat Command, Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity (FA4890-24-C-0015).

The Boeing Corp., St. Louis, Missouri; and Nashua, New Hampshire, was awarded a $14,837,411, bilateral modification (P00058) to previously awarded FA8634-21-C-2702 for the F-15 Eagle Passive Active Warning Survivability System Low-Rate Initial Production. The modification brings the total cumulative face value of the contract to $843,901,630. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Dec. 31, 2026. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $14,837,411 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter and Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

NAVY

General Dynamics Electric Boat Corp, Groton, Conn., was awarded a $55,537,547 cost-plus-incentive-fee modification to previously awarded contract N00024-20-C-4312 to exercise an option for efforts related to completion of the USS Hartford (SSN 768) engineered overhaul. Work will be performed in Groton, Connecticut, and is expected to be completed by October 2026. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $55,537,547 will be obligated at the time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded July 30, 2024)

Cobham Advanced Electronic Solutions, Lansdale, Pennsylvania, is being awarded $16,104,750 firm-fixed-price contract for the procurement of 25 antenna array panels supporting the AN/SLQ-32(V)6 countermeasure set weapon system. This contract will have no option periods, and work will be completed by August 2027. All work will be performed in Lansdale, Pennsylvania. Working capital funds (Navy) funds in the full amount of $16,104,750 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-SA10).

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $34,412,000 firm-fixed-price contract for dredging crew and equipment. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of Sept. 27, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $34,412,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0022).

Fabritex Inc.,* Hartwell, Georgia, was awarded a $9,034,200 firm-fixed-price contract for non-corrosive wire mesh. Bids were solicited via the internet with two received. Work will be performed in Memphis, Tennessee, with an estimated completion date of Aug. 6, 2029. Fiscal 2024 civil Mississippi River and tributaries funds in the amount of $9,034,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-24-C-0011).

DEFENSE LOGISTICS AGENCY

Switlik Parachute Co.,* Trenton, New Jersey, has been awarded a maximum $29,394,639 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for anti-gravity suits. This was a competitive acquisition with three responses received. This is a four-year contract with no option periods. The ordering period end date is Aug. 6, 2028. Using military services are Air Force and Navy. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0053).

U.S. TRANSPORTATION COMMAND

CORRECTION: The Aug. 5, 2024, announcement of a multiple award contract to obtain intermodal equipment leasing and transportation services, information technology management in support of leasing operations, and related container support functions to meet the Government missions and exercises for peacetime, contingency, disaster, and humanitarian operations on a global basis, to include maintenance, repair, inspection, leasing, and acquisition of intermodal equipment, included an incomplete company name. The correct name is SeaCube Container Leasing International Inc., Woodcliff Lake, New Jersey (HTC71124DW028).

*Small business

8/8

NAVY

Technical Data Analysis Inc.,* Falls Church, Virginia, is awarded a $43,571,825 cost-plus-fixed-fee, cost, indefinite-delivery/indefinite-quantity contract. This contract provides engineering and technical services to support aircraft structural life monitoring and air vehicle airworthiness certification to include Structural Appraisal of Fatigue Effects program, strength engineering, and loads and dynamics engineering in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Structures Division for the Navy. Work will be performed in Patuxent River, Maryland, and is expected to be completed in August 2029. 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 as a small business set-aside; two offers were received. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042124D0022).

Culmen International LLC,* Alexandria, Virginia, was awarded an estimated $39,957,443 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions to provide bio surveillance and epidemiology research support services required to support the ongoing development, performance, and management of research across the Indo-Pacific region and in collaboration with host-country partners in support of Naval Medical Research Unit Indo-Pacific. The contract will include a five-year ordering period with an additional six-month ordering period pursuant to Federal Acquisition Regulation (FAR) 52.217-8 which, if exercised, will bring the total estimated value of the contract to $44,328,172. Work will begin September 2024 and be completed by September 2029; if the option is exercised, work will be completed by March 2030. Work will be performed in multiple geographic regions. The predominance of performance will occur in various locations within the and outside the contiguous U.S. in the Indo-Pacific region (97%); and Alexandria, Virginia (3%). More specifics on locations of work cannot be determined at this time. Fiscal 2024 research, development, test and evaluation (Navy) (RDT&E) funds in the contract’s minimum amount of $1,000 will be obligated at time of award and funds will expire at the end of the current fiscal year. Subsequent task orders will be funded with appropriate fiscal year operations and maintenance (Navy) or RDT&E (Navy) funds. The requirement was competitively procured under a small business set-aside pursuant to FAR 16.504 with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk Contracting Department, Bureau of Medicine and Surgery/Financial Management and Comptroller Directorate, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-D-Z020). (Awarded Aug. 5, 2024)

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $29,667,817 modification (P00003) to a cost-plus-fixed-fee order (N0001922F2073) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to procure training systems and simulation design, development, integration, test, production, deployment, modifications, upgrades and sustainment services to improve and sustain F-35 training devices in support of distributed mission training for the Navy, Air Force, Marine Corp, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Orlando, Florida (85%); and Fort Worth, Texas (15%), and is expected to be completed in July 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,500,000; fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $2,250,000; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $1,245,579; fiscal 2024 operations and maintenance (Navy) funds in the amount of $464,849; fiscal 2023 aircraft procurement (Navy) funds in the amount of $4,240,187; fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,040,102; and non-U.S. DOD participant funds in the amount of $16,139,156, will be obligated at time of award, $2,750,530 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rouxbe Global Food Group Inc.,* Spokane, Washington was awarded a $14,997,260 firm-fixed-price contract (N3220524C4135) to to provide food service and logistics training services for various MSC N4 Logistics’ Directorate Divisions. The work performed under this contract will be inside and outside the contiguous U.S. This competitive procurement solicitation was posted to the System for Award Management website (SAM.gov) on May 10, 2024, for 49 days and two proposals were received in response to the solicitation. This contract will be funded via appropriate fiscal working capital funds (Navy). This contract will have a 24-day phase-in period, an 11-month base period, four one-year option periods, and an option to extend services for up to six months in accordance with Federal Acquisition Regulation 52.217-8. Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded Aug. 7, 2024)

ARMY

Amentum Services Inc., Chantilly, Virginia, was awarded a $12,020,288 modification (P00371) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Nov. 30, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $12,020,288 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Lindstrom Excavating Contractors Inc.*, Worton, Maryland, was awarded a $8,900,435 firm-fixed-price contract for dike improvement. Bids were solicited via the internet with four received. Work will be performed in Wittman, Maryland, with an estimated completion date of Oct. 12, 2025. Fiscal 2017, 2018, 2019, 2010, 2021, and 2023 civil construction funds in the amount of $8,900,435 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, the contracting activity (W912DR-24-C-0022).

DEFENSE LOGISTICS AGENCY

CORRECTION: The contracts announced on July 30, 2024, for SOPAKCO,* Mullins, South Carolina (SPE3S1-24-D-Z105, $20,115,000); and Wornick, doing business as Baxter’s North

America, Blue Ash, Ohio (SPE3S1-24-D-Z104, $19,358,400), under solicitation SPE3S1-24-R0007 for tailored operational training meals have been cancelled.

*Small business

8/9

AIR FORCE

The Boeing Co. – Boeing Defense, Space, and Security, Boeing Military Aircraft, Tukwila, Washington, has been awarded a $2,560,846,860 modification (PZ0014) to previously awarded undefinitized contract action (UCA) FA8730-23-C-0025 for E-7A Rapid Prototyping. The modification is for the definitization of the UCA. Work will be performed in Tukwila, Washington, and is expected to be completed by Aug. 28, 2029. There are no funds being obligated at the time of award. Total cumulative face value of the contract is $2,560,846,860. Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.

Sierra Nevada Co., LLC, Englewood, Colorado, has been awarded a $64,236,592 contract for PC-12 return to service. This order, under a previously awarded indefinite-delivery/indefinite-quantity contract (FA8691-21-D-1020), provides for return to service, field representative support, and contractor logistics support for six PC-12 Aircraft to Uzbekistan. Work will be performed in Uzbekistan and is expected to be completed by Aug. 7, 2027. This contract involves Foreign Military Sales to Uzbekistan. This contract was a sole source acquisition. Foreign Military Sales Trust Funds in the amount of $26,012,048 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8691-24-F-B007).

The Boeing Corp., St. Louis, Missouri, has been awarded a maximum $53,186,025 bilateral modification (P00006) to previously awarded contract FA8634-24-F-0041 for F-15 Mobile User Objective System/Second Generation Anti-Jam Ultra-High Frequency Radio for NATO (SATURN) Group-A production and sustainment. The modification brings the total cumulative face value of the contract to $13,867,780. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; and Royal Air Force Lakenheath, England, United Kingdom; and is expected to be completed by Dec. 31, 2027. Fiscal 2023 and 2024 procurement funds in the amount of $13,867,780 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter and Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Palantir USG, Palo Alto, California, was awarded a $8,000,000 contract for commercial AI Mission Control software and integration services in support of the 7th Air Force and 607th Air Operations Command. This contract provides for commercial software to accelerate combined dynamic targeting processes by providing software tools that introduce automation to existing workflows. Work will be performed primarily in South Korea and is expected to be completed by Aug. 8, 2025. This contract was a competitive acquisition. Fiscal 2024 operation and maintenance funds in the amount of $8,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-24-P-B020).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $611,270,079 modification (P00005) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N0001923C0009). This modification exercises options to procure development of Multi-Ship Infrared Search and Track Increment 2 hardware and Band 5 Radar Warning Receiver hardware in support of Lot 18 U.S. Reprograming Lab Development; Lot 18 Australia, Canada, and the United Kingdom Reprogramming Lab Development; Lot 18 Norway and Italy Reprogramming Lab Development; Lot 18 Denmark, Netherlands, and Foreign Military Sales (FMS) mission data file updates; and F-35 In a Box development and licensing for the F-35A/B/C aircraft. Work will be performed in Fort Worth, Texas (60%); Nashua, New Hampshire (16%); Baltimore, Maryland (9%); Orlando, Florida (5.5%); Torrance, California (2%); San Diego, California (2%); El Segundo, California (2%); Northridge, California (1%); Clearwater, Florida (1%); Buffalo, New York (1%); and Tucson, Arizona (0.5%), and is expected to be completed in June 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,724,622; fiscal 2024 research, development, test, and evaluation (Air Force) funds in the amount of $5,724,623; FMS customer funds in the amount of $1,201,206; and non-Department of Defense participants funds in the amount of $15,527,961, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Space, Littleton, Colorado, is awarded a cost-plus-incentive-fee and cost-plus-fixed-fee, unpriced letter contract modification (P00050) with a not-to-exceed amount of $220,000,000 under contract N00030-22-C-1025. This effort will support program management, engineering development, systems integration, long lead material, and special tooling and equipment in support of missile and launching platform production for Conventional Prompt Strike. Work will be performed in Denver, Colorado (52%); Huntsville, Alabama (36%); Sunnyvale, California (8%); Michoud, Louisiana (2%); Stennis, Mississippi (1%); and various other locations (1% total). Work under this contract is expected to be completed on July 31, 2028. Fiscal 2023 Missile Procurement (Army) funds in the amount of $980,000; fiscal 2024 research, development, test, and evaluation (Army) funds in the amount of $96,240,000; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $9,200,000, will be obligated upon award. No funds will expire at the end of this fiscal year. This contract is being awarded to the contractor 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.

G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU, JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $82,000,000 indefinite-delivery/indefinite-quantity modification to increase the capacity of their previously awarded multiple award construction contracts. The work to be performed provides for design build and design-bid-build construction services, and may include new work, additions, alterations, maintenance, and repairs within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value, including the base period and four option years, is $398,000,000. Work will be performed within Washington, D.C. (30%); Virginia (35%); and Maryland (35%), and is expected to be completed by July 2026. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.

Kongsberg Underwater Technology LLC, Lynnwood, Washington, is awarded a $48,060,071 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for sensor suite production, software licenses and maintenance, spare components, engineering support, inspection and maintenance, and travel. This contract includes a base year and four 12-month options which, if exercised, would bring the cumulative value of this contract to $48,060,071. If all options are exercised, work will continue through August 2029. Work will be performed in Lynwood, Washington. No funding will be obligated at the time of award. Other procurement (Navy) funding will be used on the first order. This contract was not competitively procured via the Federal Business Opportunities sam.gov in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City, Florida, is the contracting activity (N61331-24-D-0002).

StraCon Services Group LLC,* Fort Worth, Texas, was awarded a $20,436,537 cost-plus-fixed-fee order (N6134023F0074) against a previously awarded indefinite-delivery/indefinite-quantity contract (N6134020D0024). This order increases the contract ceiling and provides engineering, logistics, and program management support to Navy training systems for the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida, and is expected to be completed in July 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,894,81; fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,225,802; fiscal 2024 working capital (Navy) funds in the amount of $3,125,355; fiscal 2024 working capital (defense wide) funds in the amount of $202,955; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $201,406; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $24,912; and FMS customer funds in the amount of $3,141,787, will be obligated at award, $6,096,217 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded Aug. 7, 2024)

Mission Systems Davenport, Davenport, Iowa, is awarded a $13,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair of various components used in the On-Board Oxygen Generating Systems in support of safety and survival materials. This is a two-year contract with no option periods, and work will be completed by August 2026. All work will be performed in Davenport, Iowa. No funds will be obligated at time of award, and funds will not expire at the end of the current fiscal year. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-BX01).

Duke Energy Progress, Raleigh, North Carolina, is awarded an $8,357,478 modification to previously awarded firm-fixed-price task order N4008519F9952 for the implementation of energy conservation measures at Marine Corps Base Camp Lejeune. This award brings the total cumulative face value of the contract to $71,758,188. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by January 2026. No funds will be obligated at time of award. This modification is procured under the authority of Title 10 U.S. Code 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055).

Leidos Inc., Reston, Virginia, is awarded a $7,893,226 modification (P00019) to a previously awarded cost-plus-fixed-fee contract (N0001422C1004) for the Marine Corps Warfighting Laboratory Science and Technology Division Autonomous Littoral Connector (ALC) project. The ALC project will utilize autonomy to provide maneuver from seabases and throughout the littorals with an unmanned ship-to-objective maneuver connector that is in alignment with the Marine Corps Operating Concept: “How an Expeditionary Force Operates in the 21st Century” and the Marine Corps’ Force Design 2030 guidance for surviving in the weapons engagement zone. This effort integrates autonomy onto connectors (vessels) to deliver equipment, fuel, or supplies from ship-to-shore and throughout the littoral environment; improves autonomous beaching, well deck ops, and payload integration; conducts an Amphibious Assault Direction System spiral; and adds autonomous navigation to multiple vessels. This modification provides for the execution of an option. Work will be performed in Reston, Virginia, and is expected to be completed in August 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,799,398 are obligated at time of award and will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

ARMY

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $55,994,895 modification (P00003) to contract W519TC-23-F-0174 for equipment and infrastructure repair. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2026. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-F-0174).

Great Lakes and Dredge and Dock Co. LLC, Houston, Texas, was awarded a $54,407,315 firm-fixed-price contract for beach nourishment. Bids were solicited via the internet with two received. Work will be performed in Long Beach Island, New Jersey, with an estimated completion date of May 6, 2025. Fiscal 2024 general construction, non-federal cost share and Bipartisan Infrastructure Law funds in the amount of $54,407,315 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0017).

Amentum Services Inc., Chantilly, Virginia, was awarded a $32,580,202 modification (0002 DL) to contract W52P1J-12-G-0028 for storage equipment. Work will be performed in Powidz, Poland, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $32,580,202 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Xometry Inc., North Bethesda, Maryland (W911QX-24-A-0002); and Proto Labs Inc., Maple Main, Minnesota (W911QX-24-A-0003) will compete for each order of the $10,000,000 firm-fixed-price contract for mechanical hardware prototypes. 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 Aug. 8, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $19,474,422 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is New Jersey, with an Aug. 6, 2027, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0058).

Hutchinson Industries Inc., Trenton, New Jersey, has been awarded a maximum $9,041,331 firm-fixed-price delivery order (SPRDL1-24-F-0213) against a three-year long-term contract (SPRDL1-22-D-0027) for high mobility multipurpose wheeled vehicle wheel assemblies. This was a competitive acquisition with two responses received. The ordering period end date is July 12, 2025. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

UPDATE: Getinge USA Sales LLC, Wayne, New Jersey (SPE2D1-24-D0010, $100,000,000), has been added as an awardee to the multiple award contract for SPE2D1-17-R0001 and awarded Dec. 14, 2018.

*Small business
This entry was posted on Wednesday, August 14, 2024 10:52 am

Leave a Reply

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

Notify me of updates to this conversation