INSIDE THE

NEWS + ADVICE

DoD Contracts: Peraton, Arcfield, Lockheed Martin, Northrop Grumman, BAE, Week of 10-31-22 to 11-4-22

Posted by Ashley Jones
aircraft

10/31

NAVY

General Electric, Lynn, Massachusetts, is awarded a not-to-exceed $1,085,106,892 indefinite-delivery, performance-based logistics requirements contract for repair, replacement, and program support of 784 F414 engine components in support of F/A-18 aircraft. This contract includes a five-year base with no options. Work will be performed in various continental U.S. contractor locations that cannot be determined at this time (99%), and in Jacksonville, Florida (1%). Work is expected to be completed by October 2027. Working capital (Navy) funds in the amount of $81,383,017 will initially be issued for delivery order N00383-23-F-0DM0 as an undefinitized contract action at time of award, and funds will not expire at the end of the fiscal year. Individual delivery orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. 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-D-DM01).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a not-to-exceed $280,946,361 firm-fixed-price modification (P00004) to a previously awarded contract (N0001922C0004). This modification exercises an option to procure long lead items in support of full rate production Lot 8, CH-53K aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2023. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $230,000,000 and Foreign Military Sales customer funds in the amount of $50,946,361 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

KBR Diego Garcia LLC, Houston, Texas, is awarded a $66,497,640 firm-fixed-price modification to exercise Option Five under previously awarded, indefinite-delivery/indefinite-quantity contract N62742-17-D-3600 for base operations support services at U.S. Naval Support Facility Diego Garcia. Award of this option brings the total cumulative contract value to $392,988,652. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by November 2023. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy and Air Force); and fiscal 2023 non-appropriated funds in the amount of $21,747,671 for recurring work will be obligated on an individual task order issued during the option period and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Far East, Yokosuka, Japan, is the contracting activity.

L3 Technologies Inc., Camden, New Jersey, is awarded an $40,965,044 firm-fixed-price, cost-plus-fixed-fee, and cost-plus-award-fee modification to previously awarded contract N00024-22-C-5218 to exercise options for Cooperative Engagement Capability System spares, signal data processors, AN/USG-3B systems, stock point operation and program support, engineering studies and analyses, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Largo, Florida (48%); Melo Park, California (19%); Lititz, Pennsylvania (17%); and Salt Lake City, Utah (16%), and is expected to be completed by October 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $30,646,110 (80%); fiscal 2023 other procurement (Navy) funds in the amount of $7,182,663 (18%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $159,000 (1%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $50,000 (1%) will be obligated at time of award, of which funding in the amount of $30,696,110 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DCS Corp., Alexandria, Virginia, is awarded a $28,078,107 cost-plus-fixed-fee, cost reimbursable modification (P00026) to a previously awarded, indefinite-delivery/indefinite-quantity contract. This modification extends services, adds hours, and increases the ceiling to provide continued technical support services, to include full systems integration to all Naval Air Warfare Center Weapons Division’s aircraft integrated product teams and their associated aircraft weapons and support systems, to include Foreign Military Sales versions of each aircraft or system. Work will be performed in China Lake, California (87%); Eglin, Florida (7%); Ridgecrest, California (5%); and Point Mugu, California (1%), and is expected to be completed in July 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.  

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, was awarded a $16,611,034 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2104 for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2023. Fiscal 2023 research, development, test and engineering (Navy) funding in the amount of $3,175,000 (99%); and fiscal 2022 research, development, test and engineering (Navy) funding in the amount of $43,000 (1%) will be obligated at time of award, of which $43,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity. (Awarded Oct. 27, 2022)

Sikorsky, A Lockheed Martin Co., Stratford, Connecticut, is awarded a $14,280,171 firm-fixed-price modification (P00001) to an order (N0001921F0434) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to provide supplies or support necessary for efforts associated with the CH-53K Production Rate Tooling Procurement 3 for full rate production for the Navy. Work will be performed in Stratford, Connecticut, and is expected to be completed in July 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $14,280,171 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.

DCS Corp., Alexandria, Virginia, is awarded a $9,608,036 cost-plus-fixed-fee contract (N0017323C600) for the research, development, and application-oriented activities in the generation, propagation, detection, and use of radiation in the wavelength region between near-ultraviolet and far-infrared wavelengths. The contract does not include options; the cumulative value of this contract to $9,608,036. Work will be performed in Washington, D.C., and is expected to be completed by Oct. 31, 2023. Fiscal 2022 research, development, test, and evaluation (Navy) in the amount of $200,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured per Defense Federal Acquisition Regulation 6.302-1 — only one responsible source and no other supplies or services will satisfy agency requirements. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity (N0017323C6000).

Beacon Training Services Inc.,* Richardson, Texas (N39430-23-A-0051); Coley & Associates Inc.,* Spring Branch, Texas (N39430-23-A-0052); Elevate USA Inc.,* Ridgeland, South Carolina (N39430-23-A-0053); Gotham Government Services LLC,* Haymarket, Virginia (N39430-23-A-0054); Horizon Strategies LLC,* Winston Salem, North Carolina (N39430-23-A-0055); and Phoenix Technology Solutions LLC,* Columbia, Maryland (N39430-23-A-0056), are awarded a combined-maximum-value $9,500,000 firm-fixed-price blanket purchase agreement under the General Services Administration’s (GSA) multiple award schedule 611430 (professional and management development training) to provide in-person and virtual synchronous/instructor-led non-technical-competency-based training at various Naval Facilities Engineering Systems Command (NAVFAC) activities within and outside the continental U.S. Work will be performed at both continental U.S. and outside the continental US. NAVFAC locations and is expected to be completed by October 2027. The contracts include an option which, if exercised, would extend the period of performance through April 2028. No funding will be obligated at time of award. Task orders will be funded with operation and maintenance (Navy); and supervision, inspection, and overhead (Navy) funds. This contract was competitively procured via GSA’s ebuy website, with seven proposals received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

ARMY

Cubic Defense Applications Inc., San Diego, California, was awarded a $35,289,602 firm-fixed-price contract to upgrade, procure, produce, integrate, test, deliver, install, train and sustain a multitude of equipment and training. Bids were solicited via the internet with one received. Work will be performed in San Diego, California; and Tbilisi, Georgia, with an estimated completion date of April 30, 2027. Fiscal 2022 Foreign Military Sales (Georgia) funds in the amount of $35,289,602 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0001).

Cox Construction Co.,* Vista, California, was awarded an $18,541,000 firm-fixed-price contract to renovate Dorm B1332 at Travis Air Force Base. Bids were solicited via the internet with five received. Work will be performed in Fairfield, California, with an estimated completion date of June 27, 2024. Fiscal 2023 sustainment, restoration and maintenance funds in the amount of $18,541,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0002).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,885,334 modification (P00022) to contract W56HZV-22-C-0012 for Abrams Systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Aug. 1, 2024. Fiscal 2010 Foreign Military Sales (Australia); and Army working capital funds in the amount of $14,885,334 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Lockheed Martin Missiles & Fire Control, Orlando, Florida, was awarded a $13,090,263 modification (P00004) to contract W58RGZ-22-F-0130 for a refurbishment support effort for the Modernized Target Acquisition Designation Sight/Pilot Night Vision System. Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 31, 2025. Fiscal 2010 Foreign Military Sales (Egypt) funds in the amount of $13,090,263 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

H.V. Collins Co., Inc., Providence, Rhode Island, has been awarded a $24,481,285 firm-fixed-price contract for the Hanscom Air Force Base building 1614 Air Force Life Cycle Management Center acquisition building renovation project. This contract provides for the acquisition of a new design-bid-build contract to complete a “gut” renovation of the northeast end of Building 1614, which includes but is not limited to, the architectural, mechanical, plumbing, electrical, fire protection, fire alarm and various building alarm systems. Work will be performed at Hanscom AFB, Massachusetts, and is expected to be complete by Oct. 30, 2023. This award is the result of a competitive acquisition of which the solicitation was posted to www.sam.gov. This was a 100% small business set-aside utilizing lowest price technically acceptable evaluation procedures with two offers received. Fiscal 2023 operations and maintenance funds in the amount of $22,912,805 will be obligated at the time of the award. Air Force Life Cycle Management Center, Hanscom AFB, Massachusetts, is the contracting activity (FA283523C0003).

BAE Systems Information & Electronic Systems Integration, Merrimack, New Hampshire, has been awarded a $10,068,222 modification (P00016) to contract FA8651-20-C-0043 for research and development seeker integration and testing. Work will be performed in Merrimack, New Hampshire, and is expected to be completed by June 2024.  The award of contract FA8651-20-C-0043 was based on broad agency announcement procedures under solicitation FA8651-17-S-0003. Fiscal 2022 research and development funds in the amount of $3,836,101 are being obligated at the time of modification award. The cumulative face value of the contract is $27,491,746. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity.

University of Dayton Research Institute, Dayton, Ohio, has been awarded an $8,044,206 cost-plus-fixed-fee contract for research and development. The Proficient Research of Onboard Subsystems Technology contract will leverage commercial, and government developed sensors to research and develop and test and evaluate electro-optical, hyperspectral, radiofrequency, and electronic warfare subsystems. Work will be performed in Dayton, Ohio, and is expected to be completed by Jan. 31, 2028.  Fiscal 2022 research and development funds in the total amount of $1,409,926 are being obligated at time of award.  Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-23-C-1135).

*Small business

11/1

NAVY

Lockheed Martin Space, Titusville, Florida, is being awarded a $581,181,943 fixed-price-incentive-fee, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (PZ0001) to previously awarded and announced un-price letter 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 Kings Bay, Georgia (17.5%); Orlando, Florida (15.1%); Magna, Utah (11.3%); Bangor, Washington (8.6%); Titusville, Florida (5.5%); Morris Plains, New Jersey (3%); Cape Canaveral, Florida (2.9%); Arlington, Washington (2.6%); Santa Rosa, California (2.4%); Jacksonville, Florida (2.2%); Chandler, Arizona (2.1%); Norcross, Georgia (1.8%); Milwaukee, Wisconsin (1.5%); Campbell, California (1.4%); Oak Ridge, Tennessee (1.2%), and locations less than 1% each, (19.8% total). Work is expected to be completed Sept. 30, 2027. Fiscal 2023 operations and maintenance (Navy) funds in the amount $57,014,441; and fiscal 2023 weapons procurement (Navy) funds in the amount of $90,134,878 will be obligated on this award. No funds will expire at the end of the current fiscal year. The maximum dollar value of the modification, including the base and all option items, if exercised, is $1,195,689,899. 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, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California (N62470-23-D-0003); HDR Engineering Inc., Colorado Springs, Colorado (N62470-23-D-0004); Michael Baker Makers Cardno NAVFAC Planning JV, Alexandria, Virginia (N62470-23-D-0005); Parsons Government Services Inc., Washington, D.C. (N62470-23-D-0006); and Tetra Tech / Mason & Hanger JV, Ann Arbor, Michigan (N62470-23-D-0007), are awarded a combined-maximum-value $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline architect-engineer services for preparation of Navy and Marine Corps planning and engineering services. The preponderance of the work on this contract is anticipated to occur in the continental U.S.; however, an order could be issued for any location worldwide, and is expected to be completed by October 2027. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $50,000 will be obligated at time of award in order to satisfy the guaranteed minimum ($10,000 for each awardee) and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with six offers received. The Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity.

Q.E.D. Systems Inc.,* Virginia Beach, Virginia, was awarded a $78,945,441 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-4200 to exercise options for the Specification Development and Availability Execution Support for CG, DDG, LHA, LHD, LPD, and LSD-class vessels. Work will be performed in Virginia Beach, Virginia, (45%); San Diego, California (45%); and Bremerton, Washington (10%), and is expected to be completed by October 2023. Fiscal 2023 operations and maintenance (Navy) funding in the amount of $3,472,600 will be obligated at the 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. (Awarded Oct. 26, 2022)

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, is awarded a $29,380,891 firm-fixed-price contract action for the alteration, overhaul, and repair, including performance of dry-docking, pier-side overhaul and maintenance, repairs, and alterations that requires certification by American Bureau of Shipping onboard Vindicator (TSV 5). Work will be performed in Jacksonville, Florida, and is expected to be completed by September 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $25,413,996 (86.5%); and fiscal 2023 other procurement (Navy) funds in the amount of $3,966,895 (13.5%) will be obligated at contract award, of which funds in the amount of $25,413,996 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award Management website, with only one offer received. Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity (N40027-23-C-0001).

Coastal Helicopters Inc.,* Panama City, Florida, is awarded a $17,648,526, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flight test support of suitable airborne platforms for ongoing testing of sensor systems. This contract includes a base year of 12 months and four 12-month option periods. Work will be performed in Panama City, Florida (70%); Fort Walton, Florida (25%); and outside the continental U.S. (5%), and is expected to be completed by November 2023. If all options are exercised, work will continue through November 2027. This contract will be funded from fiscal 2023 research, development, training, and evaluation funds with a ceiling of $17,648,526; however, no funding will be obligated at contract award. This contract was not competitively procured via the Federal Business Opportunities website per 10 U.S. Code 2304(c)(1). Coastal Helicopter Inc. is the only source with the required capabilities. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity (N61331-22-D-0001). 

Airborne Systems North America, Pennsauken, New Jersey, is awarded a $10,075,637 firm-fixed-price modification to previously awarded contract M00264-22-C-0005 to exercise Option Year One for the Multi-Mission Parachute 2 Course. The Multi-Mission Parachute 2 Course provides training and technical support for all military free-fall training to ensure compliance with all Federal Aviation Administration regulations and Marine Corps orders to safely meet the Marine Corps training input requirements. Work will be performed in Eloy, Arizona (100%), and is expected to be completed by September 2023. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $10,075,637will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations National Capital Region – Regional Contracting Office, Quantico, Virginia, is the contracting activity. 

Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded a $9,583,018 cost-plus-fixed-fee modification (P00037) to a previously awarded contract (N0003019C0032). This modification exercises fiscal 2023 options for program management and financial support of the Trident II D5 Strategic Weapons System Life Extension program and future concepts, including the Common Missile Compartment. Work will be performed in Alexandria, Virginia (82%); Strategic Systems Programs Headquarters, Washington Navy Yard, Washington, D.C. (15%); Greensville, South Carolina (2%); and Orlando, Florida (1%). Work is expected to be completed on Oct. 31, 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $1,644,146 will be obligated at the time of award and 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.

PTC Inc., Boston, Massachusetts, is awarded an $8,163,409 firm-fixed-price modification to previously awarded contract N00024-20-C-6121 to exercise options in support of model-based production support. Work will be performed in Boston, Massachusetts, and is expected to be completed by June 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $8,080,000 (97%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $83,409 (3%) will be obligated at the time of award, of which, $83,409 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

WGL Energy Services Inc., Vienna, Virginia (SPE604-23-D-7500, $81,846,848); Enspire Energy LLC, Chesapeake, Virginia (SPE604-23-D-7501, $32,760,506); and Direct Energy Business Marketing LLC, Iselin, New Jersey (SPE604-23-D-7502, $26,754,291), have each been awarded a fixed‐price with economic‐price-adjustment contract under solicitation SPE604-22-R-0405 for natural gas. This was a competitive acquisition with six offers received. These are two-year base contracts with one six‐month option period. Locations of performance are Massachusetts, New York, New Jersey, Pennsylvania, Delaware, Maryland, Virginia, and Washington, D.C., with a March 31, 2025, performance completion date. Using customers are Army, Marine Corps, Navy, Air Force, Coast Guard, National Guard and federal civilian agencies. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ARMY

Mitchell Brothers Inc.,* Seabrook, South Carolina, was awarded a $53,170,000 firm-fixed-price contract to repair airfield infrastructure. Bids were solicited via the internet with three received. Work will be performed at Hunter Army Airfield, Georgia, with an estimated completion date of Jan. 10, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $53,170,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-23-C-4000).

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $20,717,731 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the Manned/Unmanned Teaming hardware and technical and engineering support for the Apache attack helicopter. 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. 31, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-F-0293).

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $45,291,305 for audit services of the Army general fund and working capital fund financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2023. This contract is the result of a competitive acquisition for which three quotes were received. The modification brings the total cumulative face value of the contract to $116,648,547 from $71,357,242. Fiscal 2023 operation and maintenance, Army funds in the amount of $45,291,305 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-21-F-0005).

DEFENSE HEALTH AGENCY

IntelliDyne LLC, Falls Church, Virginia, is awarded a bridge contract of previously awarded firm-fixed-price bridge task order HT001121F0030 under GS-35F-0151S to continue network support services at the Defense Health Agency (DHA) headquarters. The total contract value is $29,072,756. The extent of the information technology support services to be provided includes operating and maintaining, and the transition to a fully integrated site, and enterprise IT support model for all current DHA headquarters sites, network domains currently referred to as the DHA Network (DHAN), as well as all respective IT network, systems support services, associated infrastructures, and enclaves. Continued support services include, but are not limited to, desk side support, remote or onsite troubleshooting, onsite IT touch labor, local IT support activity program/project management support, network security and infrastructure assurance activities to include Risk Management Framework/Authorization To Operate (RMF/ATO) support, in room/on-site video teleconferencing support and assistance, DHHQ site asset management activities, and limited network/systems engineering support where required,. Work will be primarily performed at Defense Health Headquarters, Falls Church, Virginia, along with other locations in Virginia; San Antonio, Texas; Aurora, Colorado; San Diego, California; Great Lakes, Illinois; Silver Spring, Maryland; and Fort Detrick, Maryland. Operation and maintenance funds for $14,536,385 are obligated for fiscal 2023 to fund the base period of performance. The task order was not competitively procured and was prepared under the authority of the multiple award schedule program, 41 U.S. Code 152(3) and 40 U.S. Code 501, and regulatory authority, as implemented by Defense Federal Acquisition Regulation 8.405-6(a)(1)(i)(C). In the interests of economy and efficiency, the new work is a logical follow-on to a Federal Supply Schedule order, placed in accordance with Federal Supply Schedule ordering procedures and fully executed on Oct. 31, 2022, with a base period of performance of Nov. 1, 2022, to April 30, 2023, and one option period from May 1, 2023, to Oct. 31, 2023. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. 

AIR FORCE

Pacific Defense Strategies Inc., El Segundo, California, has been awarded a $9,078,430 firm-fixed-price contract for the Sensor Open Systems Architecture Radio Frequency Payload. This contract provides for enhanced space domain awareness. Work will be performed in El Segundo, California; and Kirtland Air Force Base, New Mexico, and is expected to be completed by Oct. 21, 2026. This contract was a competitive acquisition, and one offer was received. Fiscal 2022 research and development funds in the amount of $9,087,430 are being obligated at the time of award. The Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-23-C-A010).

*Small business

11/2

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $63,653,671 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2103 to exercise an option for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Groton/New London, Connecticut, and is expected to be completed by September 2023. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $3,725,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $24,955,241 firm-fixed-price, cost-plus-fixed-fee modification (P00001) to an order (N0001922F2530) against a previously issued basic ordering agreement (N0001920G0005). This modification adds scope for fabrication and installation support to retrofit the Delta System Software Configuration 4.0 capabilities, to include tactical targeting network technology and the beyond line of sight in the E-2D Advanced Hawkeye aircraft. Work will be performed in Dallas, Texas (57%); Melbourne, Florida (11%); Boulder, Colorado (9%); Norfolk, Virginia (8%); Salisbury, Maryland (5%); Ronkonkoma, New York (3%); and various locations within the continental U.S. (7%), and is expected to be completed in September 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $858,147; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $24,097,094 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.

Sikorsky Aircraft Co., a Lockheed Martin Corp., Stratford, Connecticut, is awarded a $21,354,094 firm-fixed-price modification (P00002) to an order (N6134022F7009) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises options to procure one CH53K containerized flight training device (2F243-3), as well as associated technical data based on low-rate initial production Lot 4 configuration in support of CH-53K phase II training system efforts. Work will be performed in Chantilly, Virginia (67%); Stratford, Connecticut (18%); and Orlando, Florida (15%), and is expected to be completed in February 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $21,354,094 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Systems Application and Technologies Inc.,* Upper Marlboro, Maryland, is awarded a $17,939,039 cost-plus-fixed-fee, level of effort, cost reimbursable modification (P00028) to a previously awarded contract (N0042119C0023). This modification exercises an option to provide engineering, technical, project analyst, and administrative support services in support of research, development, test, and evaluation of aircraft instrumentation flight test for the Department of Defense and other government agencies. Work will be performed in Patuxent River, Maryland, and is expected to be completed in November 2024. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,759,000; and fiscal 2023 working capital (Navy) funds on the amount of $1,164,500 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Bell Textron Inc., Fort Worth, Texas, was awarded a $15,236,598 cost-plus-fixed-fee modification (P00005) to a previously awarded contract (N0001920C0061). This modification adds scope for courseware/curriculum development, electronic classrooms, and in-country pilot, crew and maintainer training on the UH-1Y and AH-1Z production aircraft for the government of the Czech Republic. Work will be performed in Czech Republic (65%); Fort Worth, Texas (25%); Huntsville, Alabama (9%); and Brno, Czech Republic (1%), and is expected to be completed in November 2024. Foreign Military Sales funds in the amount of $15,236,598 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. (Awarded Oct. 31, 2022)

CORRECTION: The $9,630,112 contract modification announced on Oct. 27, 2022, to Lockheed Martin Corp., Moorestown, New Jersey, to exercise an option on previously awarded contract N0017822C2300, was actually awarded on Nov. 1, 2022.

DEFENSE LOGISTICS AGENCY

DFA Dairy Brands Fluid LLC, doing business as PET Dairy, High Point, North Carolina, has been awarded a maximum $27,375,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for milk and dairy items. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is Georgia, with a Nov. 15, 2025, ordering period end date. Using customers are Army, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-V004).

ARMY

L-J Inc.,* Cayce, South Carolina, was awarded an $8,547,380 firm-fixed-price contract for furnishing all plant, labor, transportation, supplies and materials to perform all operations in connection with raising dikes and berms, and installation of new spillway systems. Bids were solicited via the internet with one received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Feb. 25, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $8,547,380 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-23-C-0001).

*Small business

11/3

DEFENSE LOGISTICS AGENCY

Caterpillar Inc., Peoria, Illinois, has been awarded a maximum $1,284,062,023 fixed-price with economic-price-adjustment, indefinite-delivery requirements type contract for construction equipment. This was a competitive acquisition with three 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-0004) and awardees will compete for a portion of the maximum dollar value. The ordering period end date is Oct. 27, 2027. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-23-D-0002).

NAVY

WMEM JV LLC,* Tamuning, Guam, is awarded a maximum-value $20,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity contract for mechanical, electrical, and fire protection architect-engineer services for projects located primarily within the Naval Facilities Engineering Systems Command Marianas area of responsibility. Work will be performed at various locations on Guam and is expected to be completed by November 2027. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $335,754 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with two offers received. The Naval Facilities Engineering Systems Command Marianas, Guam, is the contracting activity (N40192-23-D-0001).

Peraton/Arcfield, Chantilly, Virginia, is awarded a $15,694,715 cost-plus-fixed-fee modification (P00015) under a previously announced contract (N0003021C0016) for program support services for the Navy’s Strategic Weapons Systems Reentry Subsystem. Work will be performed in Colorado Springs, Colorado (75%); Washington, D.C. (15%); Albuquerque, New Mexico (8%); Cape Canaveral, Florida (1%); and Omaha, Nebraska (1%).  Work is expected to be completed by Sept. 30, 2023. Fiscal 2023 weapons procurement (Navy) funds in the amount of $1,255,559; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,575,000; and fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,547,500 will be obligated at time of award.  Funding in the amount of $2,547,500 will expire at the end of the current fiscal year. The total dollar value of the modification is $15,694,715, and the total cumulative face value of the contract is $58,611,621. This contract was initially 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.

Archer Western Federal JV, Chicago, Illinois (N69450-19-D-0907); B.L. Harbert International, Birmingham, Alabama (N69450-19-D-0908); The Haskell Co., Jacksonville, Florida (N69450-19-D-0909); The Korte Co., St. Louis, Missouri (N69450-19-D-0910); and Mortenson Construction, Minneapolis, Minnesota (N69450-19-D-0911), are awarded a combined-maximum-value $15,000,000 firm-fixed-price modification to increase the capacity of their previously awarded contracts. The work to be performed provides for, but is not limited to, general building type projects located primarily within the Naval Facilities Engineering Systems Command Southeast area of responsibility. After award of this modification, the total cumulative value for all five contracts combined to $340,000,000. Work will be performed within Florida (15%), Georgia (15%), Louisiana (14%), Mississippi (14%), South Carolina (14%), Tennessee (14%), and Texas (14%), and is expected to be completed by February 2024. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

General Electric Co., Niskayuna, New York, is awarded a $12,832,460 cost-type contract modification to previously awarded contract N66001-21-C-4014 for research and development services. These services are aimed at developing a mobile automated manufacturing platform to provide just-in-time manufacturing of nucleic acid countermeasures to rapidly produce, formulate, and package doses of nucleic acid therapeutics and prophylactics. Work will be performed in Niskayuna, New York; Le Kremlin-Bicêtre, France; New Milford, Connecticut; Cambridge, Massachusetts; and Seattle, Washington. Work is expected to be completed by February 2026. Funds in the amount of $683,690 will be obligated upon award of the contract modification. Contract funds will expire at the end of the current fiscal year. Fiscal 2022-2023 research, development, test and evaluation funds will be obligated using funding from the Defense Advanced Research Projects Agency. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, is awarded an $8,467,608 cost-plus-fixed-fee modification to previously awarded contract N00024-22-C-2105 to exercise options for planning and design yard activities for Standard Navy Valves installed in commissioned nuclear-powered submarines, submersibles, and aircraft carriers.  Work will be performed in Newport News, Virginia. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $1,500,000 will be obligated at time of award, which 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-2105).

*Small business

11/4

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded a not-to-exceed $765,158,560 firm-fixed-price, cost-plus-fixed-fee, undefinitized indefinite-delivery/indefinite-quantity contract. This contract provides for site activation/hardware requirements in support of first aircraft arrival, initial operation capability, and full operational capability milestone events, to include site activation events, support equipment, pilot flight equipment, and post ejection survival training  material, as well as contract management, planning and readiness reviews and associated non-recurring introduction to service activities in support of F-35A, F-35B, and F-35C aircraft initial sustainment activities for the Air Force, Marine Corps, Navy, non-Department of Defense participants and Foreign Military Sales customers. Work will be performed in El Segundo, California (52%); Orlando, Florida (44%); Fort Worth, Texas (3%); and Lancashire, United Kingdom (1%), and is expected to be completed in December 2024. 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 (N0001923D0010).

Dine Construction Services LLC, doing business as DDC 4C, Scottsdale, Arizona, is awarded a $33,066,680 firm-fixed-price, non-recurring indefinite-quantity contract for environmental management of fire protection services. Work will be performed in Jacksonville, North Carolina, at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, and will be completed by October 2027. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Marine Corps) funds will be obligated upon issuance of each individual tasker order for the base period. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-23-D-0001).

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $29,852,860 firm-fixed-price modification (P00012) to an order (N0001921F0064) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option that provides five aerial refueling retrofit kits including installation onboard E-2D Advanced Hawkeye aircraft for the Navy. Work will be performed in St. Augustine, Florida, and is expected to be completed in August 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $29,852,860 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.

The University of South Carolina, Columbia, South Carolina, is awarded a $9,964,825 cost type contract for Digital Twins for Resilient Power and Energy Systems. This contract provides for science and technology research into digital twin (DT) and advanced control system technologies that have the potential to improve resiliency of shipboard Navy power and energy systems (NPES). DT technology will be leveraged to rapidly and automatically “look ahead” to predict the interactions between system components and the consequences of alternative control actions in order to improve the speed and capability for recovery from unplanned events or disruptions, and to improve coordination between components during routine operations. Work will be performed in Columbia, South Carolina, and is expected to be completed by Nov. 3, 2025. The maximum dollar value, including a 36-month base period with no options, is $9,964,825. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $9,964,825 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under (N00014-22-S-B001), long range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology. Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-1012).

AIR FORCE

Bionetics Corp., Yorktown, Virginia, has been awarded a $185,762,242 fixed-price contract for the operation of the Air Force Primary Standards Laboratory. Work will be performed in Heath, Ohio, and is expected to be completed by Nov. 30, 2032. This award is the result of a competitive acquisition, and five offers were received. Fiscal 2023 operations and maintenance funds in the amount of $50,302 are being obligated at the time of award. Air Force Life Cycle Management Center, Heath, Ohio, is the contracting activity (FA2263-23-C-0002).

Cherokee Nation Aerospace and Defense LLC, Tulsa, Oklahoma (FA8517-23-D-0002); Ciqima Federal Services, Charleston, South Carolina (FA8517-23-D-0003); and S&K Federal Services LLC, St. Ignatius, Montana (FA8517-23-D-0004), have been awarded a $72,800,000 ceiling multiple award set-aside contract. This contract provides for the sourcing, acquiring and delivery of a broad range of ground and aircraft support equipment items. Work will be performed at various locations and is expected to be complete by Nov. 3, 2023. This award is the result of a competitive acquisition with a solicitation posted to Sam.gov and four offers received. Fiscal 2021 procurement funds in the amount of $85,693 are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

BAE, Kingsport, Tennessee, was awarded a $63,631,145 firm-fixed-price contract to construct, commission, and transition to production, a new filtration and wash facility. Bids were solicited via the internet with one received. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Dec. 31, 2024. Fiscal 2022 ammunition procurement, Army funds in the amount of $63,631,145 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (DAAA09-98-E-006).

Michels Construction Inc., Brownsville, Wisconsin, was awarded a $39,848,304 firm-fixed-price contract for flood repair of structures that support river commerce and public safety. Bids were solicited via the internet with three received. Work will be performed in Waverly, Missouri, with an estimated completion date of Nov. 17, 2025. Fiscal 2022 civil operation and maintenance-Recovery Act funds in the amount of $39,848,304 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-1000).

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $20,266,145 modification (P00113) to contract W56HZV-16-C-0028 for the Joint Assault Bridge program. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Aspen Construction Co., Hackensack, Minnesota, was awarded a $10,882,619 firm-fixed-price contract for construction services for the Johnson County Phase II Paintsville East Levee and West Floodwall. Bids were solicited via the internet with three received. Work will be performed in Paintsville, Kentucky, with an estimated completion date of July 1, 2024. Fiscal 2023 civil operation and maintenance funds in the amount of $10,882,619 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0002).

*Small business
This entry was posted on Monday, November 07, 2022 3:46 pm

Leave a Reply

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

Notify me of updates to this conversation