INSIDE THE

NEWS + ADVICE

DoD Contracts: Palantir USG Inc., GDIT, Parsons Government Services, Jacobs Technology, Intrepid, Week of 3-20-23 to 3-24-23

Posted by Ashley Jones
aircraft

3/20

NAVY

Lockheed Martin Corp., King of Prussia, Pennsylvania, is awarded a $99,932,000 modification (P00009) to a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001920D0017). This modification increases the ceiling to provide continued management and maintenance of the Tactical Tomahawk Weapons Control System (TTWCS) software product baseline and required system and software documentation. Additionally, this modification provides for system design and development for TTWCS Security and supportability builds and software builds for the Navy and Foreign Military Sales customers. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by January 2025. 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.

Northrop Grumman Systems Corp., Northridge, California, is awarded $14,966,439 for a firm-fixed-price requirement, long-term contract for the repair of two items that are part of the AAR-47 program. This is a five-year contract with no option periods, and work will be completed by March 2028. All work will be performed in Northridge, California. No funds will be obligated at time of award and funds will not expire at the end of the current fiscal year. Appropriate fiscal year working capital (Navy) funds will be used as task orders are assigned. 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. The Naval Supply Systems Command Weapons System Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-23-D-DZ01).

Crowley Government Services Inc., Jacksonville, Florida (N3220522C4172), is awarded a $13,553,111 option (P00005) for the fixed-price portion of a previously awarded, firm-fixed-price contract with reimbursable elements to exercise a one-year option period for the operation of the Ice-class tanker Stena Polaris to provide support of world-wide bulk fuel requirements of the Department of Defense (DOD) to include biennial delivery to Antarctica for the National Science Foundation, and a delivery each year to Greenland for the DOD/Defense Logistics Agency (DLA) Energy. This contract includes a one-year firm period of the performance, three one-year options periods, and one 11-month option period, which if exercised, would bring the cumulative value of this contract to $70,520,292. Work will be performed worldwide and is expected to be completed, if all options are exercised, by Feb. 28, 2026. The option is funded by fiscal 2023 working capital (Transportation) funds and will expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Aeronautics Systems, Melbourne, Florida, is awarded a $10,517,960 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-22-C-6418 to exercise options for safety, logistics, engineering, and depot support for the Airborne Laser Mine Detection System. Work will be performed in Melbourne, Florida, and is expected to be completed by March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $9,901,449 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-6418).

Bath Iron Works, Bath, Maine, is awarded a $9,609,633 fixed-price incentive (firm target) modification to previously awarded contract N00024-13-C-2305 to exercise an option for accomplishment of post-delivery availability work items for DDG 122. Work will be performed in Bath, Maine (93%); Brunswick, Maine (6%); and other locations below 1% (collectively totaling less than 1%), and is expected to be completed by January 2024. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,749,330 (81%); and fiscal 2021 other procurement (Navy) funding in the amount of $1,860,303 (19%) will be obligated at time of award, of which $1,860,303 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity (N00024-13-C-2305).

KJS Support Services JV LLC,* Fort Worth, Texas, is awarded $8,989,080 for firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62473-18-D-5606 for base operating support services at the Naval Air Facility El Centro. This modification provides for the exercise of Option Year Four. This award brings the total cumulative face value of the contract to $43,640,324. Work will be performed in El Centro, California. The option performance period is from April 1, 2023, to March 31, 2024. No funds will be obligated at time of award of the modification. Fiscal 2023 operation and maintenance (Navy) funds; fiscal 2023 Defense Health Program funds; fiscal 2023 Defense Commissary Agency account funds; fiscal 2023 family housing operation and maintenance (Navy) funds; and fiscal 2023 non-appropriated funds in the amount of $5,989,080 for recurring work will be obligated on individual task order issued during the option period. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded an $8,506,601 cost-plus-incentive-fee modification to previously awarded contract N00024-22-C-2300 for the incorporation of additional work items in support of the ongoing Combat System Availability for DDG 1002. Work will be performed in Pascagoula, Mississippi (91%); Dublin, Pennsylvania (9%); Moss Point, Mississippi (less than 1%); and Houma, Louisiana (less than 1%), and is expected to be completed by October 2023. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $8,506,601 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 (N00024-22-C-2300).

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Salient Federal-SGIS, McLean, Virginia, has been awarded a $7,636,866 option exercise (P00005) to previously awarded contract HS0021-20-F-0023 for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises Option 04 to continue to provide case processing support services. Work will primarily be performed in McLean, Virginia, with an estimated completion of April 4, 2024. Fiscal 2023 defense working capital funds in the amount of $7,636,866 were obligated at the time of award. The cumulative face value of the contract to date is $26,743,618. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.

*Small business

3/21

AIR FORCE

Chad Pody Construction Company LLC, Ruston, Louisiana (FA4608-23-D-0003); Acumen Enterprises Inc, Desoto, Texas (FA4608-23-D-0004); Wright Bros. LLC, doing business as WB Construction, Andalusia, Alabama (FA4608-23-D-0005); Reasor Building Group, Pensacola, Florida (FA4608-23-D-0006); Stampede Ventures Inc., Nome, Alaska (FA4608-23-D-0007); Frazier Investments Inc., doing business as Optimum Construction, Lafayette, Louisiana (FA4608-23-D-0008); ERS-CYE JV II LLC, Jacksonville, Florida (FA4608-23-D-0009);  D7 LLC, doing business as Dawson D7, San Antonio, Texas (FA4608-23-D-0010); and MCA-DOT Engineering and Construction, Baton Rouge, Louisiana (FA4608-23-D-0011), have been awarded a not-to-exceed $360,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for construction efforts at Barksdale Air Force Base, Louisiana. Work will be performed at Barksdale AFB and is expected to be completed by March 9, 2032. This contract was a competitive acquisition and 21 offers were received. Fiscal 2023 and operations and maintenance funds in the amount of $500 are being obligated at time of award. The 2d Contracting Squadron Barksdale AFB, Louisiana, is the contracting activity. (Awarded March 9, 2023)

Palantir USG Inc., Palo Alto, California, has been awarded an $18,516,667 firm-fixed-price modification (P00024) to previously awarded FA8806-21-C-0010 for Project Brown Heron Data-as-a-Service. The contract modification provides for a Data-as-a-Service platform that supports three mission areas to automatically ingest data across the Department of the Air Force that informs personnel decisions, planning and operations, and space situational awareness and command and control. The total cumulative face value of the contract is $195,724,056. Work will be performed in Palo Alto, California, and is expected to be completed by June 15, 2023. Fiscal 2023, operations and maintenance funds in the amount of $4,000,000; and fiscal 2023, research, development, test and evaluation in the amount of $4,000,000 are obligated at this time. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

SEWP Solutions LLC, Fairfax, Virginia, has been awarded an $8,016,650 modification (P00001) to previously awarded contract FA4890-23-F-0010 for the Air Force Publicly Available Information Toolkit. This modification brings the total cumulative face value of the contract is $11,281,986. Work will be performed at Langley Air Force Base, Virginia, and is expected to be completed by March 31, 2024. Fiscal 2023 operation and maintenance funds are being obligated at the time of award. The Acquisition Management and Integration Center, Langley AFB, Virginia, is the contracting activity.

ARMY

L3 Fuzing and Ordnance Systems, Cincinnati, Ohio (W15QKN-23-D-0019); and Action Manufacturing Co.,* Bristol, Pennsylvania (W15QKN-23-D-0020), will compete for each order of the $412,755,410 firm-fixed-price contract to manufacture, inspect, test, package and deliver the M734A1 Multi-Option Fuze for Mortars and M783 Point Detonating/Delay Fuzes. 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 March 20, 2028. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Johnson Brothers Corp., a Southland Company, Roanoke, Texas, was awarded a $15,000,000 modification (P00009) to contract W912P5-16-C-0006 for the construction of the Downstream Cofferdam. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of March 23, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $15,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.

JKAF Logistics,* Raeford, North Carolina, was awarded a $9,773,585 firm-fixed-price contract to perform transport services for the Maneuver Center of Excellence. Bids were solicited via the internet with 14 received. Work will be performed at Fort Benning, Georgia, with an estimated completion date of March 13, 2028. Fiscal 2010 operation and maintenance, Army funds in the amount of $9,773,585 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-23-C-0005).

NAVY

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded an $119,982,834 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract to provide logistics, engineering and modification install support for the H-53 helicopter for the Marine Corps, Navy, and Foreign Military Sales customers. Work will be performed in Stratford, Connecticut (97.62%); and various locations within the continental U.S. (2.38%), and is expected to be completed in March 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0015).

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a cost-plus-fixed-fee $49,961,216 modification (P00061) to a previously awarded contract (N0001918C1037). This modification exercises options to provide non-recurring engineering, product support, and production cut in support, in support of Lot 11 E-2D Hawkeye production aircraft. Work will be performed in Melbourne, Florida (24.8%); St. Augustine, Florida (20.1%); Liverpool, New York (18.8%); El Segundo, California (12.1%); Indianapolis, Indiana (4.3%); Menlo Park, California (3.4%); Rolling Meadows, Illinois (1.8%); Aire-sur-l’Adour, France (1.7%); Edgewood, New York (1.1%); Marlboro, Massachusetts (1%); Woodland Hills, California (1%); Greenlawn, New York (1%); and various locations within the continental U.S. (8.9%), and is expected to be completed in February 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $49,961,216 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.

Emax & Real Estate Advisory,* New York, New York, is awarded a $35,000,000 firm-fixed-price, level of effort, indefinite-delivery/indefinite-quantity contract for the Department of Navy Public-Private Venture and Real Estate programs. The work to be performed provides for professional knowledge, skills, and experience in residential and commercial real estate development, and large-scale real estate portfolio management. Work will be performed in oversea locations (85%), Hawaii (10%), and Puerto Rico (5%), and is expected to be completed by March 2028.  The maximum dollar value, including the base period and four option years, is $35,000,000. Fiscal 2023 operation and maintenance, (Navy) funds in the amount of $10,000 will be obligated at the time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Sam.gov website, with three offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N6247023D0008).

Saab Inc., East Syracuse, New York, is awarded a $14,629,146 firm-fixed-price modification to previously awarded contract N00024-21-C-5414 to exercise options for fiscal 2023 MK 9 development and production efforts. Work will be performed in East Syracuse, New York (81%); Rancho Cordova, California (13%); Airmont, New York (3%); Mountain View, California (2%); and Ronkonkoma, New York (1%), and is expected to be completed by March 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $12,730,620 (87%); and fiscal 2023 other procurement (Navy) funds in the amount of $1,898,526 (13%) will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002421C5414).

Raytheon Missiles and Defense, Marlborough, Massachusetts, is being awarded a $7,960,671 firm-fixed-price, undefinitized contract action under previously awarded Basic Ordering Agreement N0002422G5311 to repair and test the AEGIS Weapon System SPY-1D(V) Final Power Amplifiers. Work will be performed in Chesapeake, Virginia (61%); Marlborough, Massachusetts (25%); Mayport, Florida (13%); and Andover, Massachusetts (1%), and is expected to be completed by August 2025. Fiscal 2023 operations and maintenance (Navy) funding in the amount of $3,980,335 will be obligated at time of award and will expire at the end of the current fiscal year. This order was not competitively procured, in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423F5306).

CORRECTION: The March 7, 2023, announcement of an $8,530,000 task order (N6247823F4066) under previously awarded contract N62478-20-D-4003 to Hensel Phelps Construction Co., Honolulu, Hawaii, for repairs to the Water Reclamation Facility secondary clarifier, Marine Corps Base Hawaii, included the wrong contract completion date. The work is expected to be completed by December 2024.

CORRECTION: The March 13, 2023, announcement of a $16,050,000 task order (N6247823F4096) under previously awarded contract N62478-22-D-4003 to Glen/Mar-Hensel Phelps JV, Clackamas, Oregon, for replacement of 24-inch water transmission line at Hospital Point, Joint Base Pearl Harbor-Hickam, Hawaii, included the wrong contract completion date. The work is expected to be completed by January 2025.

DEFENSE LOGISTICS AGENCY

BestWork Industries for the Blind Inc.,** Cherry Hill, New Jersey, has been awarded a maximum $12,638,208 modification (P00004) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-B124) with two one-year option periods for blue, black and coyote brown fleece liners. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 23, 2024. Using military service is Navy. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

*Small business
**Mandatory source

3/22

NAVY

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $234,068,917 firm-fixed-price modification to previously awarded contract N00024-18-C-5432 to exercise options for the Over-the-Horizon Weapon System. Work will be performed in Kongsberg, Norway (69%); Tucson, Arizona (12%); Schrobenhausen, Germany (5%); Raufoss, Norway (4%); Huntsville, Arkansas (4%); Louisville, Kentucky (3%); De Soto, Texas (2%); and various other locations each less than one percent (1%), and is expected to be completed by March 2027. Fiscal 2023 procurement (Marine Corps) funds in the amount of $166,249,114 (73%); fiscal 2023 weapons procurement (Navy) funds in the amount of $53,905,631 (23%); fiscal 2023 other procurement (Navy) funds in the amount of $3,070,116 (1%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,065,256 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $889,400 (1%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $889,400 (1%), will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, was awarded a $140,010,237 cost-plus-award-fee modification to previously awarded contract N00024-19-C-4313 to exercise options for the accomplishment of the planning yard services for the Littoral Combat Ship in-service ships. Work will be performed in Pascagoula, Mississippi (68%); Hampton, Virginia (30%); San Diego, California (1%); and Jacksonville, Florida (1%), and is expected to be completed by April 2024. The contract option was exercised March 20, 2023, and no funding was obligated at the time of award. Funding for work requirements will be provided on an incremental basis as needed throughout the period of performance. Supervisor of Shipbuilding Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

General Dynamics Mission Systems, Pittsfield, Massachusetts, is being awarded a $43,973,717 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification (P00005) to exercise options under a previously awarded contract N0003022C1005 for U.S. and United Kingdom Trident II (D-5) SSBN Fire Control System and SSGN Attack Weapon Control System support. Work will be performed in Pittsfield, Massachusetts (98%); and Rhode Island (2%). Work is expected to be completed April 30, 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $29,254,382; fiscal 2023 weapons procurement (Navy) funds in the amount of $3,197,115; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,930,016; fiscal 2023 operation and maintenance (Navy) funds in the amount of $568,479; fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $80,077; and fiscal 2021 other procurement (Navy) funds in the amount of $71,577 are being obligated on this award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $568,479; and fiscal 2021 other procurement (Navy) funds in the amount of $71,577 will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Corps Solutions LLC,* Stafford, Virginia, is awarded a $43,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for U.S. Marine Corps Range Control Facilities support services. This contract provides U.S. Range Control Facilities located within the continental U.S. and outside of the continental U.S. with operational, safety, technical and administrative support services. The contract also contains five option ordering periods. Corps Solutions will perform the work in Prince William County, Quantico, Virginia (24%); San Diego County, California (17%); Mono County, Bridgeport, California (11%); Okinawa, Japan (11%); Honolulu County, Kaneohe Bay, Hawaii (9%); San Bernardino County, California (6%); Onslow County, Lejeune, North Carolina (6%); Fuji, Japan (4%); Yuma County, Yuma, Arizona (2%); Beaufort County, Parris Island, South Carolina (2%); Puuloa, Hawaii (2%); Bellows Air Force Base, Hawaii (2%); Craven County, Cherry Point, North Carolina (2%); and Iwakuni, Japan (2%), and is to be completed April 2, 2028. The maximum dollar value is $43,000,000. No funds are obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was a competitive acquisition issued via SAM.gov to all qualified offerors and three offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-7902).

Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded a not-to-exceed $21,634,132 undefinitized modification to previously awarded contract N00024-11-C-2300 to support the USS Wichita (LCS 13) main propulsion diesel engine replacement. Work will be performed in Mayport, Florida, and is expected to be completed by December 2023. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $10,817,066 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.

Snow & Company Inc.,* Seattle, Washington, is awarded an $8,841,762 firm-fixed-price modification to previously awarded contract N00024-21-D-2255 to exercise options for the procurement of Workboat Mediums for the Commander, Naval Installation Command. Work will be performed in Seattle, Washington, and is expected to be completed by February 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $12,155,444 (93%); and working capital (Navy) funds in the amount of $911,874 (7%) for the next delivery order 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.

General Dynamics Mission Systems, Pittsfield, Massachusetts, is being awarded an $8,832,784 cost-only (no-fee) contract for capital maintenance of equipment and facilities at the Naval Industrial Ordnance Plant (NIROP) in Pittsfield, Massachusetts. The contract has an option which, if exercised, would increase the value of the contract to $18,737,234. Work will be performed in Pittsfield, Massachusetts.  Work is expected to be completed by March 26, 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $8,832,784 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 3204(a)(1) with one proposal received and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-23-C-1024).

Woodward HRT, Santa Clarita, California, is being awarded $8,380,994 for a spares requirement contract for purchasing 97 hydraulic servocylinder assemblies in support of the F-18 aircraft. All work will be performed in Santa Clarita, California, and work is expected to be completed by July 2025 with no option periods. Working capital funds (Navy) in the full amount of $8,380,994 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this 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 (N00383-23-C-B026).

Raytheon Co., Largo, Florida, is awarded an $8,191,218 cost-plus-fixed-fee and cost-only modification to previously-awarded contract N00024-19-C-5200 to exercise options for design agent and engineering support for the Cooperative Engagement Capability (CEC) program. Work will be performed in Saint Petersburg, Florida (60%); Largo, Florida (30%); and San Diego, California (10%), and is expected to be completed by September 2023. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 (85%); and fiscal 2023 procurement (Marine Corps) in the amount of $260,777 (15%) 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.

DEFENSE LOGISTICS AGENCY

San Antonio Shoe Inc., San Antonio, Texas, has been award a maximum $90,590,940 fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s athletic shoes. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The ordering period end date is March 21, 2026. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0036).

McRae Industries Inc.,* Mount Gilead, North Carolina, has been awarded a maximum $14,258,628 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-1532) with two one-year option periods for general purpose and flight deck safety boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is March 22, 2024. Using military service is Navy. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $13,099,627 firm-fixed-price delivery order (SPRPA1-23-F-0009) against a 15-year basic ordering agreement (SPRPA1-14-D-002U) in support of the B-1 fuselage kitting program. 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 34-month contract with no option periods. The performance completion date is Dec. 30, 2026. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania. (Awarded March 16, 2023)

ARMY

The Dutra Group, San Rafael, California, was awarded a $67,478,100 firm-fixed-price contract for dredging by hopper or mechanical dredge and potential clean-up operations. Bids were solicited via the internet with four received. Work will be performed in Norfolk, Virginia, with an estimated completion date of March 22, 2023. Fiscal 2022 civil construction funds; and fiscal 2022 and 2023 civil operation and maintenance funds in the amount of $67,478,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-23-C-5000).

Alta Via Consulting LLC,* Loudon, Tennessee, was awarded a $15,000,000 modification (P00003) to contract W91CRB-19-D-0018 for cost-management services. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AIR FORCE

Lockheed Martin Rotary and Mission Systems, Orlando, Florida, was awarded a not-to-exceed $25,000,000 single-award, indefinite-delivery/indefinite-quantity contract for international F-16 training. This contract establishes F-16 operational capability for countries new to purchasing and operating F-16s. For countries that had previously purchased and operated F-16s, this contract includes aircraft maintenance and pilot training to support ongoing sustainment training or in-country training to support aircraft upgrade programs. Subsequent task orders will support international F-16 training for various partner nation air forces. The work is expected to be complete by March 21, 2026. This acquisition award is for countries with a directed source in their Letter of Offer and Acceptance (LOA). LOA case funding in the amount of $2,500 was obligated at the time of award. This contract involves Foreign Military Sales (FMS) to Bahrain. Fiscal 2023 FMS funding in the amount of $2,500 is being obligated at time of award. The 338th Enterprise Sourcing Squadron, JBSA-Randolph, San Antonio, Texas, is the contracting activity (FA300223D0004).

*Small business

3/23

ARMY

General Dynamics Information Technology, Falls Church, Virginia, was awarded a $1,796,323,441 firm-fixed-price contract for flight simulation training 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 March 31, 2035. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-D-0001). 

TRX System, Greenbelt, Maryland, was awarded a $402,529,209 hybrid (cost-no-fee, cost-plus-fixed-fee, cost-sharing and firm-fixed-price) contract for the procurement of Dismounted Assured Positioning, Navigation, and Timing System Generation II Line replaceable units and associated required 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 March 21, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-23-D-0003).

Walsh Federal LLC, Chicago, Illinois, was awarded a $27,937,000 firm-fixed-price contract for the construction of a new hangar. Bids were solicited via the internet with seven received. Work will be performed at Selfridge Air National Guard Base, Michigan, with an estimated completion date of March 24, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $27,937,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Michigan, is the contracting activity (W50S85-23-C-0002).

Camgian Corp.,* Starkville, Mississippi, was awarded a $10,742,523 cost-plus-fixed-fee contract for Hyper-Enabled Soldier Lethality. Bids were solicited via the internet with one received. Work will be performed in Starkville, Mississippi, with an estimated completion date of March 22, 2025. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $10,300,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-23-C-0003).

Malmrose Heli Services Inc.,* North Salt Lake, Utah, was awarded an $8,133,200 firm-fixed-price contract for overhaul of the dampener-flutter for Blackhawks. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Mar. 23, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0020).

AIR FORCE

Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $340,253,391 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Enterprise Land Mobile Radio support.  This contract provides for lifecycle management and sustainment maintenance services for the Air Force land mobile radio network. Work will be performed in Linthicum Heights, Maryland, and is expected to be complete by March 23, 2033. This award is the result of a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $11,352,208 are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Montgomery, Alabama, is the contracting activity (FA8055-23-D-3001).

Raytheon Missiles & Defense, Tucson, Arizona, has been awarded a $320,276,785 contract award FA8681-23-C-B001 for StormBreaker (SDBII, GBU-53/B) production Lot 9. This contract provides for SDBII, GBU-53/B assembled weapons and containers.  Work will be performed in Tucson, Arizona, and is expected to be completed by June 30, 2027. This award is the result of a sole source acquisition.  Fiscal 2023 Air Force procurement funding in the amount of $239,651,584; and fiscal 2023 Navy procurement funding in the amount of $80,625,201 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-23-C-B001).

Owl Cyber Defense Solutions LLC,* Columbia, Maryland, has been awarded a $35,000,000 ceiling increase to indefinite-delivery/indefinite-quantity modification (P00005) to previously awarded contract FA8750-20-D-0600 for Secure Collaborative Technology (SCTECH) software and hardware. The modification brings the total cumulative ceiling of the contract to $70,000,000 from $35,000,000. Work will be performed at Columbia, Maryland, and is expected to be completed by June 5, 2025. No funds are being obligated at the time of modification. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

Parsons Government Services Inc., Torrance, California, has been awarded a not-to-exceed $14,439,425 modification (P00020) to previously awarded task order FA8811-19-F-0003 for launch manifesting systems integrator services. The contract modification is adding manifesting services and integration services to support up to six National Security Space Launch missions. The modification brings the total cumulative face value of the contract to $93,025,573. Work will be performed at Torrance, California, and is expected to be complete by Nov. 30, 2025. Fiscal 2022 space procurement funds in the amount of $2,397,211 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

Alpha Marine Services LLC, Cut Off, Louisiana, was awarded a $70,285,321 firm-fixed-price contract with reimbursable elements (N3220523C4150) for long-term charter of one U.S. flagged offshore support ship, Kellie Chouest, that will provide support for U.S. Southern Command special missions at sea. This contract includes a 12-month base period with three 12-month option periods and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $70,285,321. Work will be performed worldwide and is expected to be completed if all options are exercised, by March 30, 2028. Fiscal 2023 funds in the amount of $4,139,000 are obligated for fiscal 2023, and will expire at the end of the year. This contract was competitively procured with proposals solicited via the System Award Management website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded March 22, 2023)

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $44,299,897 cost-plus-fixed-fee contract for the Naval Digital Engineering Ecosystem (NDEE) effort. This contract provides for the development of an NDEE utilizing advanced automated test and re-test enterprise platform technologies capable of successfully executing the Office of Naval Research’s emerging requirements for developing and deploying counter-/command, control, communications, computers, cyber, intelligence, surveillance, reconnaissance and targeting (Counter-/C5ISR-T) science and technology hardware and/or software products for rapid testing and evaluation activities, and fielded operational demonstrations. Work will be performed in Arlington, Virginia, with an expected completion date of March 23, 2026. The maximum dollar value, including a 36-month period of performance, is $44,299,897. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $13,768,252; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $20,923,427 are obligated at time of award. Funds in the amount of $13,768,252 will expire at the end of the current fiscal year. This contract is a Small Business Innovation Research (SBIR) Phase III follow-on contract that derives from, extends, or completes efforts made under prior SBIR/STTR Phase I or II awards. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-1006).

Raytheon Co., El Segundo, California, is awarded a $32,974,039 ceiling-priced, undefinitized contract, spares delivery order (N00383-23-F-UX02) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of two Active Electronically Scanned Array radar system APG-79 weapon repairable assemblies (WRAs), for a total quantity of 54 WRAs in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in Forest, Mississippi, and is expected to be completed by December 2025. Working capital funds (Navy) in the amount of $24,730,529 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Curtiss-Wright Flow Control Service LLC, doing business as Engineered Arresting Systems Corp., Aston, Pennsylvania, is awarded a $27,715,887 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to a maximum quantity of 270 E28 Retrieve Drive Assemblies and related accessories in support of replacing the aging legacy E28 Retrieve Drive Assemblies that are unsupportable due to obsolescence issues for the Navy and Marine Corps expeditionary airfield air stations. Work will be performed in Aston, Pennsylvania, and is expected to be completed in March 2028. No funds will be obligated at the time of award and funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833523D0010).

Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia, is awarded a $18,607,521 cost-plus-fixed-fee award contract (N62793-23-F-1001) providing engineering services; planning USS John C. Stennis (CVN 74) refueling complex overhaul (RCOH), maintenance and operator training; technical and repair support to ships force during the RCOH for the maintenance, operation, repair, training; and testing of the following equipment in accordance with Section C of the basic contract: aircraft elevators, weapons elevators, deck edge doors, hangar bay divisional doors, vertical package conveyors and associated handling equipment/systems. Work will be performed in Newport News, Virginia, and is expected to be completed by March 2024. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $18,607,521 is obligated at time of award and will not expire at the end of the fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured as only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion and Repair, U.S. Navy, Newport News, Virginia, is the contracting activity (N62793-23-F-1001). 

Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded an $8,703,236 cost-plus-award-fee modification to previously awarded contract N00024-21-C-4205 to procure material in support of planning yard services for operational (in-service) amphibious transport dock (LPD-27). Work will be performed in San Diego, California, and is expected to be completed by December 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $8,703,236 are 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.

DEFENSE LOGISTICS AGENCY

City Light & Power FTC LLC,* Greenwood Village, Colorado, has been awarded an estimated $35,418,832 modification (P00070) to a 50-year contract (SP0600-17-C-8325) with no option periods for the ownership, operation, and maintenance of the electric utility system at Fort Campbell and Blue Grass Army Depot, Kentucky. This is a fixed-price with economic-price-adjustment contract. Location of performance is Kentucky, with a Nov. 9, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2023 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

TK&K Services LLC,* Alpharetta, Georgia, has been awarded a maximum $9,693,802 modification (P00013) exercising the five-year option period of a four-year base contract (SPE603-19-C-5004) with one five-year option for operation and maintenance of fuel facilities and alongside aircraft refueling services at Joint Base Lewis McChord and Yakima Training Center, Washington. This is a firm-fixed-price contract. Location of performance is Washington, with a March 31, 2028, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: Enid Woodring Regional Airport, Enid, Oklahoma (SPE607-23-D-0021, $10,096,948), has been added as an awardee to the multiple award contract for fuel support at Enid Woodring Regional Airport, Oklahoma, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

U.S. TRANSPORTATION COMMAND

Gannett Fleming Inc., Camp Hill, Pennsylvania, has been awarded a $25,600,000 ceiling, indefinite-delivery/indefinite-quantity with firm-fixed price and time and material line items contract (HTC711-23-D-D002) to provide site visits, data collection, surveys, analyses, and simulation using government-off-the-shelf software, and professional recommendations and development of a study report with Geographic Information System (GIS) exhibits. GIS collection and digitization provides seaport analysis while onsite support improves productivity and capabilities for GIS data and tools. Work will be performed at the Camp Hill, Pennsylvania, contractor site; and Scott Air Force Base. Illinois.  Three offers were received. Operation and maintenance; and transportation working capital funds will be obligated at the individual task order level. The period of performance is from April 1, 2023, to March 31, 2033. Transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity. 

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

RELX Inc, Miamisburg, Ohio, was awarded a $10,058,160 firm-fixed-price modification (P00012) to previously awarded task order HS002119F0009 from HS002119A0001 to exercise an option for continued access to the LexisNexis Continuous Evaluation / ProMonitor solution which provides public records holdings that include third party data, data analytics, risk scoring, and alerting for the Defense Counterintelligence and Security Agency (DCSA). Work will be performed in Miamisburg, Ohio. This option period will be incrementally funded with fiscal 2023 operations and maintenance funds. The period of performance for this option is March 28, 2023, through March 27, 2024. This contract modification brings the cumulative value of this order to $47,118,080. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business

3/24

AIR FORCE

Agility Consulting LLC, Indianapolis, Indiana (FA8806-23-D-0001); August Schell Enterprises Inc., Rockville, Maryland (FA8806-23-D-0002); Avantus Federal LLC, McLean, Virginia (FA8806-23-D-0003; BAE Systems Information and Electronic Systems Integration, San Diego, California (FA8806-23-D-0004); Bluestaq LLC, Colorado Springs, Colorado (FA8806-23-D-0005); C3. AI Inc., Redwood City, California (FA8806-23-D-0006); Enlighten IT Consulting LLC, Linthicum Heights, Maryland (FA8806-23-D-0007); Ernst & Young LLP, New York, New York (FA8806-23-D-0008); Kinetica DB Inc., Arlington, Virginia (FA8806-23-D-0009); Mags DS Corp., Fairfax, Virginia (FA8806-23-D-0010); Map Large Inc., Atlanta, Georgia (FA8806-23-D-0011); Meroxa Inc., San Jose, California (FA8806-23-D-0012); Next Tier Concepts Inc., Vienna, Virginia (FA8806-23-D-0013); Oracle America Inc., Redwoord City, California (FA8806-23-D-0014); Palantir USG Inc., Palo Alto, California (FA8806-23-D-0015); Raft LLC, Reston, Virginia (FA8806-23-D-0016); Royce Geospatial Consultants Inc., Arlington, Virginia (FA8806-23-D-0017); and World Wide Technology LLC, St. Louis, Missouri (FA8806-23-D-0018), have been awarded a $900,000,000 ceiling, firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for Data Software Services. This contract provides for furnishing commercial licenses and product deliverables for Data Software Services support and includes application development. The location of performance is El Segundo, California. The work is expected to be complete by March 31, 2028. These awards are the result of a competitive acquisition and 34 offers received. No funds are being obligated at the time of award; funds will be obligated on individual orders as they are issued. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N0003923D1001); Serco Inc., Herndon, Virginia (N0003923D1002); and Scientific Research Corp., South Atlanta, Georgia (N0003923D1003) are awarded a not-to-exceed $536,700,000 cost-plus-fixed-fee, cost-only, indefinite-delivery/indefinite-quantity multiple award contract for the procurement of engineering services that provide integration, test, and installation of command, control, communications, computers, and intelligence (C4I) on surface ships. This contract vehicle will provide those services and supporting data deliverables throughout the five phases of shipboard C4I integration for each hull at the task order level. Work will be performed in Charleston, South Carolina; Marinette, Wisconsin; Seattle, Washington; San Diego, California; Pascagoula, Mississippi; Lockport, Louisiana; Bath, Maine; Morgan City, Louisiana; and Mobile, Alabama. Contract funds in the amount of $10,000 will be obligated on the first task order under each contract utilizing fiscal 2023 shipbuilding and conversion (Navy) funds; fiscal 2023 shipbuilding and conversion (Navy) funds; and fiscal 2023 research and development (Navy) funds. This multiple award contract is awarded pursuant to full and open competition, with three offers received. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Lockheed Martin Space, Titusville, Florida, is awarded a $474,220,267 fixed-price-incentive-fee, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (P00005) to exercise options under a previously- awarded contract (N0003022C0100) for Trident II (D5) missile production and deployed systems support. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Magna, Utah (62.9%); Camden, Arkansas (9.1%); Rockford, Illinois (4.5%); Biddeford, Maine (3.2%); Elkton, Maryland (2.8%); Inglewood, California (2.7%); Denver, Colorado (2.3%); Titusville, Florida (1.4%); Lancaster, Pennsylvania (1.3%); Joplin, Missouri (1.1%); Lansdale, Pennsylvania (1%); and locations less than 1% each (7.7% total). Work is expected to be completed September 30, 2027. Fiscal 2023 operations procurement (Navy) funds in the amount $14,931,189; fiscal 2023 weapons procurement (Navy) funds in the amount of $381,968,359; and fiscal 2023 operations and maintenance (Navy) funds in the amount of $16,223,144 will be obligated at time of award. Funds in the amount of $16,223,144 will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, is awarded a $186,511,034 modification (P00005) to a cost-plus-fixed-fee order (N0001922F0010) against a previously-issued basic ordering agreement (N0001919G0011). This modification adds scope to provide non-recurring engineering and test vehicle materials for the development of the Air-to-Ground Missile (AGM), Long-Range Anti-Ship Missile (LRASM), C-3 variant (AGM-158C-3) in support of providing a combined Anti-Surface Warfare, LRASM, and Joint Air-to-Surface Standoff Missile strike capability for the Navy. Work will be performed in Orlando, Florida (95%); Ocala, Florida (2.5%); and Troy, Alabama (2.5%), and is expected to be completed in March 2025. Fiscal 2023 research, development, test and development (Navy) funds in the amount of $30,000,000 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $79,955,058 firm-fixed-price, cost-plus-fixed-fee modification (P00006) to a previously-awarded indefinite delivery/ indefinite-quantity contract (N0001921D0001). This modification adds scope to procure additional initial spares in support of F-35 Lightning II Lot 17 deliveries for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2029. No funds are being obligated at 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.

Jacobs Technology Inc., Tullahoma, Tennessee, is awarded $52,964,937 for a fixed-price modification placed against contract N62470-20-D-0001. This modification provides for the exercise of Option Year 3 for base operating support services at various installations within the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations (AO). Upon award of this option, the total cumulative contract value will be $425,148,961. Work will be performed at various installations within the NAVFAC Northwest AO, including but not limited to Washington (90%), Alaska (1%), Idaho (1%), Iowa (1%), Minnesota (1%), Montana (1%), Nebraska (1%), Oregon (1%), North Dakota (1%), South Dakota (1%), and Wyoming (1%). The option period is from April 1, 2023, to March 31, 2024. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $52,964,937 for recurring and non-recurring services will be obligated on individual task orders issued during the option period. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.

Raytheon Missile and Defense, Tucson, Arizona, is awarded a $43,574,473 firm-fixed-price modification to previously-awarded contract N00024-22-C-5400 to exercise options for fiscal 2023 Navy procurements for Rolling Airframe Missile Block 2B Guided Missile Round Pack requirements. Work will be performed in Tucson, Arizona (58%); Ottobrunn, Germany (25%); Cincinnati, Ohio (6%); Glenrothes Fife, Scotland (4%); Bedford, New Hampshire (4%); Keyser, West Virginia (2%); and Joplin, Missouri (1%), and is expected to be completed by January 2026. Fiscal 2023 weapons procurement (Navy) funds in the amount of $43,574,473 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5400).

Kiewit-Alberici SIOP MACC JV, Vancouver, Washington, is awarded $30,925,000 for a firm-fixed-price modification to a previously-issued task order (N6274223F4006) placed against basic contract (N62742-22-D-1313). This modification provides for installation and construction of risk mitigation measures associated with potential seismic events at Dry Docks 4 and 5 at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, and the Trident Refit Facility Dry Dock at Naval Submarine Base Bangor. This award brings the total maximum value of the task order to $161,800,137. Work will be performed in Washington, and is expected to be completed by June 2023. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $30,925,000 will be obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $13,383,172 firm-fixed-price modification to indefinite-delivery/indefinite-quantity contract M67854-21-D-0073 for the production and delivery of full-rate production air-to-air launchers (ATAL), item unique identification registration for ATAL systems, and other direct services and supplies in support of the Program Manager Ground-Based Air Defense, Marine Air Defense Integrated System. Work will be performed in Tucson, Arizona (66%); and Dine, New Mexico (34%), with an expected completion date of September 2026. Fiscal 2023 procurement (Marine Corps) funds in the amount of $6,684,164 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-D-0073).

ARMY

B.L. Harbert International LLC, Birmingham, Alabama, was awarded a $94,675,599 firm-fixed-price contract for design and construction of four igloos, a parking area, an aircraft support equipment storage facility, an aircraft support equipment yard and a missile assembly shop. Bids were solicited via the internet with five received. Work will be performed at Tyndall Air Force Base, Florida, with an estimated completion date of June 1, 2025. Fiscal 2019 and 2023 military construction, Air Force funds in the amount of $94,675,599 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-23-C-0006).

Valiant Global Defense Services Inc., San Diego, California, was awarded a $47,266,444 modification (P00060) to contract W91247-18-C-0001 to support rotational training. Work will be performed at Fort Polk, Louisiana, with an estimated completion date of March 26, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $38,418,845 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Fort Polk, Louisiana, is the contracting activity.

Intrepid LLC, Huntsville, Alabama, was awarded a $21,011,000 modification (P00045) to contract W9113M-18-F-0012 for system engineering and technical assistance. 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 Jan. 17, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Torch Technologies Inc., Huntsville, Alabama, was awarded an $11,025,747 modification (P00050) to contract W31P4Q-21-F-0054 to provide various types of simulation support. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 24, 2024. Fiscal 2023 research, development, test and evaluation, Army funds; research, development, test and evaluation, defense-wide funds; and aircraft procurement, Army funds in the amount of $11,025,747 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Geiger Bros. Construction,* Jackson, Ohio, was awarded a $9,892,900 firm-fixed-price contract for construction projects at the U.S. Department of Energy Oak Ridge Office of Environmental Management. Bids were solicited via the internet with three received. Work will be performed in Oak Ridge, Tennessee, with an estimated completion date of Dec. 12, 2024. Fiscal 2018 and 2019 non-defense environmental cleanup funds in the amount of $9,892,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-23-C-0003).

U.S. TRANSPORTATION COMMAND

Erickson Helicopters Inc., Portland, Oregon, was awarded a modification (P00017) on firm-fixed-price contract HTC711-18-D-R023 in the amount of $14,781,257. This modification provides continued fixed-wing and rotary-wing air services to include personnel, equipment, supplies, facilities, transportation, tools, materials, fuel (with supervision), limited security (for contractor property/personnel), and other items necessary to perform airlift (passenger, cargo, or combination thereof) services, casualty evacuation services, personnel recovery services, and sling-load operations. Work will be performed at Edwin Andrews Air Base, Philippines. The period of performance is from March 28, 2023, to Aug. 27, 2023. Fiscal 2023 Navy operations and maintenance funds were obligated at award. This modification brings the total cumulative face value of the contract from $122,184,438, to $136,965,695. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

BRZ Investment & Consulting LLC,* Boynton Beach, Florida, has been awarded an estimated $10,773,167 fixed-price with economic-price-adjustment contract for fuel. This was a competitive acquisition with two responses received. Other contracts are expected to be awarded under this solicitation (SPE605-23-R-0207). This is a 16-month base contract with one six-month option period. Locations of performance are throughout Japan, with an Aug. 31, 2024, performance completion date. Using customer is Army Air Force Exchange Services. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE605-23-D-1000).

UPDATE: Trajen Flight Support, Plano, Texas (SPE607-23-D-0020, $19,025,287), has been added as an awardee to the multiple award contract for fuel support at Kelly Field Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

*Small business
This entry was posted on Tuesday, March 28, 2023 4:05 pm

Leave a Reply

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

Notify me of updates to this conversation