INSIDE THE

NEWS + ADVICE

DoD Contracts: Northrop Grumman, Lockheed Martin, Amentum Services, Week of 5-6-24 to 5-10-24

Posted by Ashley Jones

5/6

ARMY

Hensel Phelps Construction Co., Austin, Texas (W9126G-24-D-0025); W. G. Yates & Sons Construction Co., Mississippi (W9126G-24-D-0026); and Zodiac-Poettker HBZ JV II LLC,* Saint Louis, Missouri (W9126G-24-D-0027), will compete for each order of the $2,358,526,000 firm-fixed-price contract for vertical design build or design bid build construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of March 7, 2029. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. 

Rockwell Collins, Inc., Cedar Rapids, Iowa, was awarded a $10,564,254 cost-plus-fixed-fee contract for production, maintenance, repair, and support of Mounted Assured Positioning, Navigation, and Timing System Line Replaceable Units. 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 Sept. 30, 2025. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-24-F-0035).

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded a $169,720,752 cost-plus fixed-fee contract. This contract provides sustainment engineering and logistics support to include life cycle program planning, manning, training support, repair and modification of government furnished property, integrated logistics support, spare and repair parts, support equipment, special tooling, diminishing manufacturing sources and material shortages management, non-recurring engineering support for engineering change proposals, engineering analyses, investigations, root cause corrective action activities, test support of in-service asset, and the development of associated technical data in support of MQ-4C Triton air vehicles mission control and operator training systems for the Navy and the Royal Australian Air Force (RAAF). Work will be performed in San Diego, California (38.1%); Patuxent River, Maryland (13.5%); Jacksonville, Florida (6.8%); Guam (6.7%); Sigonella, Sicily Italy (5.3%); Whidbey Island, Washington (3.8%); Baltimore, Maryland (3.4%); Chantilly, Virginia (3%); Mayport, Florida (2.2%); Katherine, Australia (2%); Sierra Vista, Arizona (1.6%); Adelaide, Australia (1%); various locations within the continental U.S. (CONUS) (4.2%); and various locations outside of the CONUS (8.4%), and is expected to be completed in May 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,300,000; fiscal 2024 operations and maintenance (Navy) funds in the amount of $35,617,521; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,900,000; and RAAF funds in the amount of $19,548,357, will be obligated at the time of award, $35,617,521 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0005).

L3 Adaptive Methods, Centreville, Virginia, is awarded a $15,070,605 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-20-C-5211) to exercise an option for program management, systems engineering, software development, risk management, algorithm and software prototype development, configuration management, and information assurance. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Newport, Rhode Island (5%); Dahlgren, Virginia (5%); Austin, Texas (1%); Honolulu, Hawaii (1%); Moorestown, New Jersey (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be completed by May 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funding in the amount of $776,052 (37%); fiscal 2024 operations and maintenance (Navy) funding in the amount of $582,368 (28%); fiscal 2024 other procurement (Navy) funding in the amount of $488,159 (24%); and fiscal 2023 research, development, test, and evaluation (Navy) funding in the amount of $ 221,635 (11%), will be obligated at time of award and funds in the amount of $804,003 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $13,139,196 firm-fixed-price order (N0001924F0251) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the production and delivery of 130 Cabin Pressure and On-Board Oxygen Generating System Monitoring System (CPOMS) retrofit kits to include: 52 for the Navy; 42 for the Royal Australian Air Force (RAAF); 28 for the Kuwaiti Air Force; and eight for Malaysia. Additionally, this order procures two CPOMS on-condition supplemental kits (one for the Navy and one for RAAF), as well as associated travel, non-recurring engineering, data, and technical directive updates for the CPOMS kits in support of F/A-18 E/F aircraft retrofit and physiological episodes mitigation efforts. Work will be performed in San Antonio, Texas (50%); Pensacola, Florida (20%); St. Louis, Missouri (15%); and Mesa, Arizona (15%), and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,801,977; and Foreign Military Sales customer funds in the amount of $7,337,219, 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. 

AIR FORCE

Indra Air Traffic, Inc., Overland Park, Kansas, was awarded a not-to-exceed $198,360,000 indefinite-delivery/indefinite-quantity, fixed-price contract for the man-portable Tactical Air Navigation (MP TACAN) system replacement program. This contract provides for MP TACAN systems, spares, support equipment, interim contractor support, training, travel, organic depot stand up support, technical data packages, and engineering change support for future technology upgrades. The anticipated performance locations for the requirement are 60% in Hurricane, Utah; and 40% in Overland Park, Kansas, and is expected to be completed by fiscal 2032. This contract was a competitive acquisition, and two offers were received. Fiscal 2023 procurement funds in the amount of $3,902,283; and fiscal 2022 procurement funds in the amount of $933,042, are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8102-24-D-2200).

Starfish Space Inc., Tukila, Washington, was awarded a $37,499,938 firm-fixed-price contract for the Starfish Otter Demonstration Award project. This contract provides for a strategic funds increase project for space mobility and logistics technology using a commercial Starfish Space Otter spacecraft to improve maneuverability on-orbit and enable dynamic space operations docking and maneuvering of Department of Defense assets on-orbit by 2026.  Work will be performed at Tukila, Washington; and Cape Canaveral Space Force Station, Florida, and is expected to be completed by June 30, 2028. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,099,786 are being obligated at time of award. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-24-C-0013).

DEFENSE LOGISTICS AGENCY

JetCo Packaging Solutions LLC,* Grand Rapids, Michigan (SP3300-24-D-0007); Ponderosa Packaging Corp.,* Melville, New York (SP3300-24-D-0008); and Mil-Spec Packaging of GA Inc.,* Macon, Georgia (SP3300-24-D-0009), are sharing a maximum $27,555,755 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP3300-24-R-0001 for fiberboard boxes and sheet material. This was a competitive acquisition with six responses received. These are five-year contracts with no option periods. The performance completion date is May 5, 2029. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania.

Kearfott Corp., Black Mountain, North Carolina, has been awarded a maximum $12,246,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Abrams vehicle circuit card assembly units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The ordering period end date is May 6, 2027. 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-0020).

CORRECTION: The contract announced on May 2, 2024, for Konecranes Inc., Springfield, Ohio (SPRDL1-24-F-0097) for $12,253,992 was announced with an incorrect award date. The correct award date is May 3, 2024. 

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a firm-fixed-price contract modification under a Foreign Military Sales (FMS) case to the Japan Ministry of Defense.  The contract modification P00042 to contract HQ085121C0001 has an estimated value of $26,116,563. The total value of the contract is increased from $946,690,958 to $972,807,521. Under this contract modification, the contractor will provide continued support of hardware integration and test in support of the Aegis System Equipped Vessel program. The work will be performed in Moorestown, New Jersey. The performance period is from May 6, 2024, through July 26, 2026. FMS funds in the amount of $26,116,563 will be used to fund this effort. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ085121C0001).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Charles Stark Draper Laboratory Inc.,* Cambridge, Massachusetts, has been awarded a $9,331,487 cost-plus-fixed-fee contract, no options, for the Tellus program. This contract provides for the development of a platform methodology for the rapid and modular design of microbe-based sensing systems to include tailoring of input stimuli and output signals, biologically encoded signal processing, and response times. Work will be performed in Cambridge, Massachusetts (76%); Boston, Massachusetts (11%); Boulder, Colorado (6%); and Raleigh, North Carolina (7%), with an expected completion date of Nov. 5, 2026.  Fiscal 2023 research, development, test, and engineering funds in the amount of $2,402,754 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001123S0027 Tellus, and seven offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-25-C-0243).

*Small Business
*Large Not for Profit Business

5/7

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N66001-19-D-3407); Booz Allen Hamilton, McLean, Virginia (N66001-19-D-3408); ICF Inc., LLC, Reston, Virginia (N66001-19-D-3409); Leidos Inc., Reston, Virginia (N66001-19-D-3410); Peraton Technology Services Inc., Herndon, Virginia (N66001-19-D-3411); Parsons Government Services Inc., Pasadena, California (N66001-19-D-3412); Science Applications International Corp., Reston, Virginia (N66001-19-D-3413); Scientific Research Corp., Atlanta, Georgia (N66001-19-D-3414); and Peraton Technology Services Inc., Chantilly, Virginia (N66001-19-D-3415), are each awarded a modification to exercise Option Two of a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support Naval Information Warfare Center (NIWC) Pacific with the architecture, engineering, functionality, interface and interoperability of Cyberspace Operations systems, services and capabilities at the tactical, operational and strategic levels. The maximum dollar value for all nine contracts combined is $1,856,048,552. BAE Systems Technology Solutions & Services Inc. is awarded $205,601,340; this two-year option extends the five-year contract to seven years, increasing the total value to $677,769,136. Booz Allen Hamilton Inc. is awarded $204,053,976; this two-year option extends the five-year contract to seven years, increasing the total value to $672,034,025. ICF Inc. LLC is awarded $240,164,326; this two-year option extends the five-year contract to seven years, increasing the total value to $802,045,896. Leidos, Inc. is awarded $223,713,581; this two-year option extends the five-year contract to seven years, increasing the total value to $691,584,396. Peraton Technology Services Inc. is awarded $205,301,482; this two-year option extends the five-year contract to seven years, increasing the total value to $704,295,666. Parsons Government Services Inc. is awarded $211,984,975; this two-year option extends the five-year contract to seven years, increasing the total value to $710,979,159. Science Applications International Corporation is awarded $170,488,367; this two-year option extends the five-year contract to seven years, increasing the total value to $569,177,650. Scientific Research Corp. is awarded $171,923,497; this two-year option extends the five-year contract to seven years, increasing the total value to $577,918,498. Peraton Technology Services Inc. is awarded $222,817,008; this two-year option extends the five-year contract to seven years, increasing the total value to $739,941,511. Work will be performed at San Diego, California (100%). The period of performance for this option is May 2024 to May 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation; other procurement, Navy, operations and maintenance, and other funding. Other funding includes the potential for defense working capital funds; and Foreign Military Sales funding. This contract was competitively procured via Request for Proposal (N66001-18-R-001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce central website. 18 offers were received and nine were selected for award. NIWC Pacific, San Diego, California, is the contracting activity.  

Chugach Dynamic Solutions LLC,* Anchorage, Alaska (M67854-24-D-4934); Copper River Infrastructure Services LLC,* Anchorage, Alaska (M67854-24-D-4935); DecisiveInstincts LLC,* Vienna, Virginia (M67854-24-D-4936); Direct Enterprise Solutions LLC,* Springfield, Virginia (M67854-24-D-4937); Nakupuna Consulting LLC,* Arlington, Virginia (M67854-24-D-4938); and Spectrum Solutions Inc.,* Madison, Alabama (M67854-24-D-4939), are awarded a combined $404,524,133 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to engineer, furnish, install, secure, test, and make operational, the refreshed and modernized capabilities for the telecommunication and network infrastructure at all required Marine Corps base, post, camp, and station. Five awardees will be awarded $1,500 (minimum contract guarantee per awardee) at contract award, and one awardee will be awarded $3,729,565 for the first delivery order. These contracts include options which, if exercised, would bring the cumulative value to $809,045,264 over a 10-year period to the six vendors combined. Work will be performed in current or future Marine Corps continental U.S.; and outside continental U.S. installations and detachments and work is expected to be completed by May 2034. Fiscal 2024 procurement (Marine Corps) funding in the amount of $3,737,065 will be obligated at the time of award and will expire at the end of fiscal 2026. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the SAM.Gov, with 17 offers received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.  

ARMY

Hologic Sales and Service LLC, Marlborough, Massachusetts, was awarded a $93,301,460 firm-fixed-price contract for Hologic test kits. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 5, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-24-D-0010). 

AIR FORCE

The Boeing Corp., St. Louis, Missouri, has been awarded a $19,141,215 firm-fixed-price contract modification (P00042) to previously awarded contract FA8634-21-C-2702 for the F-15 Eagle Passive/Active Warning Survivability System. The modification brings the total cumulative face value of the contract to $824,669,013. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Dec. 31, 2026. Fiscal 2022 procurement funds in the amount of $15,659,345; and fiscal 2023 procurement funds in the amount of $3,481,870, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The contract announced May 2, 2024, for Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia (FA2383-24-C-B006), for $15,586,916, for Iraq integrated air defense system contractor logistics support, was announced with an incorrect award date. The correct award date is May 3, 2024.

DEFENSE THREAT REDUCTION AGENCY

Amentum Services Inc., Chantilly, Virginia, was awarded a $12,088,565 cost-plus-fixed-fee contract (HDTRA1-24-C-0027) to provide advisory and assistance services for the Defense Threat Reduction Agency (DTRA), Strategic Integration Directorate. The principal place of performance is Fort Belvoir, Virginia. Performance is expected to be completed by May 5, 2025. Fiscal 2024 operations and maintenance in the amount of $3,998,801 is being obligated at the time of award. This award is the result of a sole source acquisition. DTRA, Fort Belvoir, Virginia, is the contracting activity. (Awarded May 3, 2024)

*Small Business

5/8

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded an $861,333,188 firm-fixed-price contract for production of High Mobility Artillery Rocket Systems and supporting services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-D-0019). 

Mirador Enterprises Inc., El Paso, Texas, was awarded a $20,000,000 modification (P00002) to contract W911SG-22-D-0004 for facility support services. Work locations and funding will be determined with each order, with an estimated completion date of May 8, 2025. 418th Contracting Support Brigade, Fort Bliss, Texas, is the contracting activity. 

Airborne Systems North America of Ca Inc., Santa Ana, California, was awarded a $14,973,280 firm-fixed-price contract for parachutes. 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 June 30, 2025. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-24-F-0105). 

Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $7,562,585 modification (P00027) to contract W912DW-18-C-0011 for the Mud Mountain Dam Fish Passage Facility. Work will be performed in Enumclaw, Washington, with an estimated completion date of Dec. 31, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $7,319,448 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Envision Industries Inc.,** Wichita, Kansas, has been awarded a maximum $48,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for combat fitness test equipment. This is a one-year contract with four one-year option periods. The ordering period end date is May 5, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-24-D-0005). (Awarded May 6, 2024)

Grasmick Produce Co. Inc.,* Boise, Idaho, has been awarded a maximum $25,500,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is May 5, 2029. Using customers are Army, Air Force, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-P424).

AIR FORCE

CAM Management and Services LLC, Springboro, Ohio, was awarded a $22,400,000 indefinite-delivery/indefinite-quantity contract for repairing mechanical systems. This contract provides for a broad range of mechanical systems repair work on real property and facilities. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by May 7, 2029.  This contract was a competitive acquisition, and four offers were received. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-24-D-0003).

CAM Management and Services, Springboro, Ohio, was awarded a $8,900,000 firm-fixed, single-award, indefinite-delivery/indefinite-quantity contract for repairing electrical systems. This contract provides for low and medium voltage electrical system and component diagnostics, alterations, repairs, and replacements (including removals) on real property located at Wright-Patterson Air Force Base, Ohio. Work is expected to be completed by May 7, 2029. This contract was the result of a total Small Business Set-Aside acquisition, and four offers were received. Fiscal 2024 operation and maintenance funds in the amount of $46,822 are being obligated at time of award. The Air Force Life Cycle Management Center, Installation Contracting Division, Wright-Patterson AFB, Ohio, is the contracting activity (FA8601-24-D-0006).

NAVY

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $13,980,295 cost-plus-fixed-fee modification (P00071) against a previously awarded contract (N0001917C0015). This modification increases the contract ceiling to provide continued post-production systems engineering and program management support for the V-22 Common Configuration Readiness and Modernization retrofit program for the Marine Corps. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in September 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,562,400; fiscal 2023 aircraft procurement (Navy) funds in the amount of $7,304,380; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $5,113,515, will be obligated at the time of award, of which $6,675,915 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Patuxent River, Maryland, is the contracting activity.

US Ecology Washington Inc., Richland, Washington, is awarded an $8,508,290 modification to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N4523A23D4000). This modification is due to a rate change issued by the Washington Utilities and Transportation Commission at the beginning of May 2024. This contract is for class A, B, and C low-level radioactive waste disposal services for waste under the cognizance of Puget Sound Naval Shipyard and Intermediate Maintenance Facility, and Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility. Work will be performed in Richland, Washington, and is expected to be completed by August 2028. Operation and maintenance, Navy funds will be made available at the task order level and funding obligated via task order awards as contracting actions occur. Puget Sound Naval Shipyard and Intermediate Maintenance Facility and Northwest Regional Maintenance Center, Bremerton, Washington, is the contracting activity.

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $7,751,287 cost-plus-fixed-fee modification to previously awarded contract (N00024-21-C-4311) to exercise an option for the continued operation, maintenance, and protection of the government-owned, contractor-operated floating dry dock, Shippingport (ARDM-4). Work will be performed in Groton, Connecticut, and is expected to be completed by May 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $7,751,287 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.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Battelle Memorial Institute,** Columbus, Ohio, has been awarded a $10,670,749 cost-plus-fixed-fee contract, no options, for the Tellus program. This contract provides for the development of a platform Methodology for the rapid and modular design of microbe-based sensing systems to include tailoring of input stimuli and output signals, biologically encoded signal processing, and response times. Work will be performed in Columbus, Ohio, (71%); Cambridge, Massachusetts (8%); and New York, New York (21%), with an expected completion date of Nov. 7, 2026.  Fiscal 2023 through 2024 research, development, test, and engineering funds in the amount of $2,500,000 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001123S0027 Tellus, and seven offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001124C0441).

DEFENSE HEALTH AGENCY

The Henry M. Jackson Foundation for the Advancement of Military Medicine Inc., Bethesda, Maryland, is awarded $9,378,588 for a cost-plus-fixed-fee contract (HT9425-24-C-0031) to support exoskeleton research support services for the Telemedicine and Advanced Technology Research Center in support of the Biotechnology High Performance Computing Software Applications Institute. The contract was a sole source acquisition, funded with fiscal 2024 and 2025 Defense Health Agency research development, test and evaluation funds. The period of performance is May 13, 2025, to May 12, 2027. Place of performance is Frederick, Maryland. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity.

*Small Business
**Large Not for Profit Business

5/9

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The Johns Hopkins University Applied Physics Laboratory LLC, a not-for-profit university affiliated research center, Laurel, Maryland, has been awarded a ceiling $515,000,000 modification (P00005) to previously awarded indefinite delivery indefinite quantity contract HR001122D0001 with cost-plus-fixed-fee term and completion task orders contemplated for essential research, development, and engineering capabilities. The modification brings the total cumulative face value of the contract to $740,000,000 from $225,000,000. Work will be performed in Laurel, Maryland, with an expected completion date of November 2026. Contract task orders can extend an additional 12 months until November 2027. No funds are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Aurora Flight Sciences,** Manassas, Virginia, has been awarded an $8,310,000 modification (P00009) to cost-plus-fixed-fee contract HR0011-23-C0013 to extend the current work under the Liberty Lifter program.  Work will be performed at 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 Jan. 31, 2025. Fiscal 2023 research and development funds in the amount of $8,310,000 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-23-C0013).

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $221,223,730 modification (P00001) to contract W31P4Q-23-C-0032 for Multiple Launch Rocket System requirements. Work will be performed in Grand Prairie, Texas; Camden Arkansas; and New Boston, Texas, with an estimated completion date of April 30, 2028. Fiscal 2022 and 2024 missile procurement, Army funds; fiscal 2024 Foreign Military Sales (Finland) funds; and fiscal 2024 cooperative partner (Italy and United Kingdom) funds in the amount of $221,223,730, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Dewatto Bay Services,* Lilliwaup, Washington, was awarded a $10,000,000 firm-fixed-price contract for building repair and maintenance support services. 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 May 8, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2007).

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Boston, Massachusetts, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This is a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 458-day bridge contract with no option periods. Locations of performance are Florida, Alabama, and Mississippi, with an Aug. 15, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0012).

Marvin Land Systems Inc., Inglewood, California, has been awarded a maximum $14,656,000 firm-fixed-price delivery order (SPRDL1-24-F-0057) against a five-year indefinite-delivery/ indefinite-quantity contract (SPRDL1-23-D-0045) for M1 Abrams tank auxiliary power units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition 6.302-1. The ordering period end date is Sept. 19, 2024. 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. 

SOFX Inc.,* Charleston, South Carolina, has been awarded a maximum $11,655,000 modification (P00003) exercising the first one‐year option period of a one‐year base contract (SPE1C1‐23‐D‐0046) with three one‐year option periods for extreme cold/wet weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Tennessee, with a May 11, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Federal Contracts Corp., Tampa, Florida, has been awarded a maximum $8,042,452 fixed-price with economic-price-adjustment, indefinite-delivery requirements contract for portable power. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE8EC-21-R-0009) and awardees will compete for a portion of the maximum dollar value. Locations of performance are Tennessee, California, Texas, and Wisconsin, with a May 5, 2029, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-24-D-0036).

UPDATE: Fisher Scientific Co. LLC, Pittsburgh, Pennsylvania (SPE2DE-24-D-0021, $350,000,000), has been added as an awardee to the multiple award contract for laboratory equipment, accessories and consumables for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0006 and awarded Feb. 24, 2023.

AIR FORCE

Odyssey Systems Consulting Group Ltd., Colorado Springs, Colorado, has been awarded a $14,430,112 contract modification (P00043) to previously awarded contract FA8823-22-F-0008 to exercise Option Year Two for Space Domain Awareness technical acquisition and advisory services. The modification brings the total cumulative face value of the contract to $76,587,418. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by May 9, 2025. Fiscal 2024 operation and maintenance funds in the amount of $650,000 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

NAVY

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $13,449,401 modification (P00010) to a cost-plus-fixed-fee order (N0001923F0039) against a previously issued basic ordering agreement (N0001919G0008). This modification extends the period of performance to provide continued 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, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2025. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $5,499,789; fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,499,790; and non-U.S. DOD funds in the amount of $2,449,822, will be obligated at 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.

Northrop Grumman Systems Corp., Magna, Utah is awarded a $7,940,636 cost-plus-fixed-fee contract. The contract provides for services to complete capital maintenance projects and related capital maintenance studies. Capital maintenance is work which is in excess of normal maintenance, that is major rehabilitation or repair work, which is not repetitive in nature and has a relatively long-life span. Projects completed as part of this effort are limited to non-severable improvements, repair, or modifications of Navy-owned land, buildings, and support utilities. Work will be performed in Magna, Utah. Work is expected to be completed May 8, 2028. Fiscal 2024 weapons procurement (Navy) funds in the amount of $7,917,787; and fiscal 2022 weapons procurement (Navy) funds in the amount of $22,849, will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

*Small Business
**Large Business

5/10

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $332,126,764 modification (P00006) to contract W31P4Q-23-D-0003 for the Guided Multiple Launch Rocket System. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 20, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Eccalon LLC,* Hanover, Maryland, was awarded a $22,751,128 cost-plus-fixed-fee contract for data encryption. Bids were solicited via the internet with one received. Work will be performed in Hanover, Maryland, with an estimated completion date of May 31, 2025. Fiscal 2010 procurement, defense-wide funds in the amount of $22,751,128 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-24-C-0055). 

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $20,222,085 modification (P00056) to contract W911S0-18-C-0004 for contractor support for exercises, training and logistics. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of Oct. 14, 2024. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity. 

Camas Creek Services LLC,* Rexburg, Idaho, was awarded a $9,000,000 modification (P00002) to contract W911SA-22-D-2000 for sustainment, modernization, and improvement projects. Work locations and funding will be determined with each order, with an estimated completion date of May 10, 2025. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. 

NAVY

VideoRay LLC, Pottstown, Pennsylvania, is awarded a $92,684,651 indefinite-delivery/indefinite-quantity contract for Maritime Expeditionary Standoff Response (MESR) Production. This contract provides for hardware, software, repairs, training, technical assist visits, and ancillary components for the continuous production, sustainment, and development of the MK20 Defender Remotely Operated Vehicle platform produced by VideoRay. This production contract will support the Navy’s Explosive Ordnance Disposal Underwater Response Vehicle program, and the MESR program of record. Work will be performed in Pottstown, Pennsylvania (99%); and at various locations throughout the U.S. and overseas (1%). The contract will have a five-year ordering period. Work is expected to be complete by May 2029. This award is the result of a sole source acquisition citing authority 10 U.S. Code 4022(f). Zero-dollar amount is obligated at the time of award. Funding obligations will be at delivery order level. Contracting activity is Naval Information Warfare Center Pacific, San Diego, California (N66001-24-D-0027).

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $12,420,301 firm-fixed-price order (N0042124F0002) to a previously awarded contract (N004212G0005). This order provides investigative studies on the feasibility of integrating the Crypto Modernization 2 study and plan for the RT-1939A(C), RT-1990A(C), and RT-2036(C) radios utilized by the Navy, Marine Corps, Army, Coast Guard, other Department of Defense agencies and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $12,420,301 will be obligated at time of award, of which none will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

T3W Business Solutions Inc., San Diego, California, is awarded an $8,647,078 modification to previously awarded Firm fixed price contract (M67400-20-F-0187) for Technical and Administrative support services. Work will be performed at Okinawa, Japan, with an expected completion date of June 29, 2025.  Fiscal 2024 operation and maintenance funds Marine Corps funds in the amount of $8,674,078 are being obligated at time of award and will expire at the end of the current fiscal year. The Marine Corps Installation Pacific Regional Contracting Office, Okinawa, Japan, is the contracting activity.   

WASHINGTON HEADQUARTERS SERVICES

General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a firm-fixed price, firm-fixed-price-level-of-effort, and time-and-materials hybrid contract (HQ0034-24-C-0042) valued at $45,472,928. The purpose of the contract is to provide case analysis and investigative support services to assist in military commission cases in all aspects of pre-trial investigations, trials, and court activities. Fiscal 2024 operations and maintenance funds in the amount of $1,993,367 are being obligated at time of award. The total if all options are exercised is $45,472,928.00. The work will be performed in Arlington, Virginia; and McClean, Virginia.  The estimated contract completion date is May 10, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

HDR Architecture, Inc., Arlington, Virginia, is awarded an indefinite-delivery/indefinite-quantity contract (HQ003424D0004) valued at $30,000,000 to perform architectural and engineering services in support of design and construction activities related to government planning, programming, and project execution. No funds are being obligated at time of award. The total if all options are exercised is $33,000,000. The work will be performed at the Pentagon Reservation, Arlington, Virginia; Washington Headquarters Services, Alexandria, Virginia; and Raven Rock Mountain Complex. 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Redondo Beach, California, was awarded a $12,753,984 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency (DARPA) research project. Work will be performed in Redondo Beach, California (81.7%); Madison, Wisconsin (8.8%); and Orlando, Florida (9.5%), with an expected completion date of May 2026. Fiscal 2023 research, development, test, and evaluation funds in the amount of $4,137,607; and fiscal 2024 research, development, test, and evaluation funds in the amount of $2,022,383, are being obligated at time of award. This contract was a limited competitive acquisition with three offers received. DARPA, Arlington, Virginia, is the contracting activity (HR0011-24-C-0367).

*Small Business
This entry was posted on Tuesday, May 14, 2024 5:35 pm

Leave a Reply

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

Notify me of updates to this conversation