INSIDE THE

NEWS + ADVICE

DoD Contracts: Raytheon, Northrop Grumman, Lockheed Martin, Peraton, Week of 12-5-22 to 12-9-22

Posted by Rob Riggins

12/5

AIR FORCE

Northrop Grumman Systems Corp., McLean, Virginia, has been awarded a $405,708,901 cost-plus-fixed-fee task order for engineering services. This task order provides for full spectrum lifecycle engineering, technical, and operational support for intelligence activities at Department of Defense and intelligence community customer centers and satellite locations. Work will be performed in Rome, New York, and is expected to be completed by October 2027. This award was the result of a competitive acquisition, and two offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $510,000; fiscal 2023 Air Force procurement funds in the amount of $75,000; and fiscal 2023 operations and maintenance funds in the amount of $410,000 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-F-0501). 

AT2 LLC, Severn, Maryland, has been awarded an $8,192,222 firm-fixed-price modification (P00031) to contract FA4890-18-C-0008 for operations, maintenance and support services of Air Combat Command and Air Force Global Strike Command Primary Training Ranges. This modification provides for the exercise of an option for continued services of range threat, scoring, and feedback systems at the Dare County Range, North Carolina; Poinsett Range, South Carolina; Grand Bay Range, Georgia; Avon Park Range, Georgia; Snyder Range, Texas; Belle Fourche Range, South Dakota; Holloman Ranges, New Mexico; and Mountain Home Ranges, Idaho. Work is expected to be completed June 30, 2023. Fiscal 2023 operations and maintenance funds in the amount of $7,129,042 are being obligated at the time of award. Total cumulative face value of the contract is $75,861,578. Headquarters Air Combat Command, Joint Base Langley‐Eustis, Virginia, is the contracting activity.

NAVY

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $75,015,996 cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm target) modification (P00006) to an order (N0001921F0030) against a previously issued basic ordering agreement (N0001917G0002). This modification exercises options to procure 12 Nacelle improvements kits, rotable pool components and interim spares. Additionally, this modification provides for the installation of 29 kits in conjunction with conversion area harness, electrical wiring interconnect system assessments, sustaining engineering, and over and above requirements for the CV-22 fleet aircraft. Work will be performed in Amarillo, Texas (53%); Fort Worth, Texas (46%); and Ridley Park, Pennsylvania (1%), and is expected to be completed in June 2025.  Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $65,202,910; and fiscal 2022 aircraft procurement (Air Force) funds in the amount of $9,813,086 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.

ARMY

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded a $12,921,740 modification (P00002) to contract W912DY-21-F-0015 for recurring maintenance and minor repair of petroleum systems. Work will be performed in Tamuning, Guam, with an estimated completion date of Dec. 31, 2023. Fiscal 2023 revolving funds in the amount of $12,921,740 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Iron Bow Technologies LLC, Herndon, Virginia (SPE2D1-23-D-0001, $75,000,000) has been added as an awardee for hospital equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-16-R-0002 and awarded Oct. 6, 2016. 


*Small business

12/6

ARMY

Bell Textron Inc., Fort Worth, Texas, was awarded a $1,361,723,332 hybrid (cost, cost-plus-incentive-fee, firm-fixed price and fixed-price incentive) contract for development of the Future Long Range Assault Aircraft weapon system. Bids were solicited via the internet with two received. Work will be performed in Fort Worth, Texas, with an estimated completion date of April 5, 2031. Fiscal 2022 and 2023 research, development, test and evaluation, Army funds in the amount of $232,208,330 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-C-0001). (Awarded Dec. 5, 2022)

BAE Systems Land & Armaments, York, Pennsylvania, was awarded a $128,210,929 firm-fixed-price contract for production of M88A2s. Bids were solicited via the internet with one received. Work will be performed in York, Pennsylvania, with an estimated completion date of March 31, 2025. Fiscal 2010 Foreign Military Sales (Poland) funds in the amount of $128,210,929 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0015).

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $19,713,950 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed at Naval Station Mayport, Florida, with an estimated completion date of July 27, 2023. Fiscal 2023 civil construction funds in the amount of $19,713,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-23-C-0002).

UD Contracting, Leitchfield, Kentucky, was awarded an $11,864,428 modification (P00015) to contract W9124D-19-D-0007 for heating, ventilation and air conditioning facility maintenance. 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 Jan. 31, 2024. U.S. Army Field Directorate Office, Fort Knox, Kentucky, is the contracting activity.

MAGA Mechanical Contractors Inc.,* Prince Frederick, Maryland, was awarded an $8,000,000 firm-fixed-price contract for engineering and construction services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 5, 2027. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-D-0002).

NAVY

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $59,350,949 cost-plus-fixed-fee contract modification to previously awarded contract N00024-22-C-5405 to exercise an option for design agent engineering and technical support for the Phalanx Close-In Weapon System (CIWS), SeaRAM, and Land-based Phalanx Weapon System. Work will be performed in Tucson, Arizona (46%); Yuma, Arizona (15%); El Segundo, California (5%); Louisville, Kentucky (3%); China Lake, California (2%); Forest, Mississippi (1%); Dallas, Texas (1%); Picatinny, New Jersey (1%); and various other locations each under 1% (26% total), and is expected to be completed by January 2024. Foreign Military Sales (FMS) (Korea) funds in the amount of $966,901 (29%); FMS (United Kingdom) funds in the amount of $807,511 (24%); FMS (Saudi Arabia) funds in the amount of $382,418 (12%); FMS (Taiwan) funds in the amount of $375,000 (11%); FMS (Japan) funds in the amount of $315,000 (9%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $299,860 (9%); FMS (Australia) funds in the amount of $100,000 (3%); FMS (New Zealand) funds in the amount of $75,000 (2%); and fiscal 2021 weapons procurement (Navy) funds in the amount of $1,000 (1%) will be obligated at time of award and $1,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, was awarded a $30,193,995 modification (P00003) to a cost-plus-fixed-fee order (N0001922F1198) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to provide technical publications, logistics support analysis and logistics product data resulting from production engineering changes, diminishing manufacturing sources and material shortages in support of CH-53K aircraft production and fielding. Work will be performed in Stratford, Connecticut (84.23%); Bohemia, New York (7.03%); various locations within the continental U.S. (8.02%); and various locations outside the continental U.S. (0.72%), and is expected to be completed in December 2023. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $$30,193,995 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 Dec. 2, 2022)

Boeing Digital Solutions Inc., Englewood, Colorado, is awarded an $18,919,575 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures annual navigation database software subscriptions with monthly updates to calculate aircraft performance. This software includes MilPlanner, FliteDeck Pro, On-board Performance Tool (OPT) database, OPT software, and Aeronautical Radio, Incorporated 424 navigational database tools. Work will be performed in Englewood, Colorado, and is expected to be completed in December 2027. 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 Defense Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833523D0008).

AIR FORCE

Boeing Space, El Segundo, California, has been awarded a $36,689,916 launch and missions’ operations modification (P00143) to contract FA8808-10-C-0001 for Wideband Global Satellite Communications (WGS). The contract modification is for the implementation of launch and mission operations for WGS Space Vehicle 11. Work will be performed in El Segundo, California, and is expected to be completed Oct. 31, 2025. Fiscal 2023 Space Force procurement funds in the full amount is being obligated at the time of award. Total cumulative face value of the contract is $2,616,221,284. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, has been awarded a $24,380,916 undefinitized contract action for the T108 engine sustainment on previously awarded delivery order FA8124-22-F-0004. This contract provides for the technical, logistics, engineering, maintenance, repair and overhaul services required to provide long-term sustainment of the C-130J R391 propeller, nacelle, the powerplant assembly, whole engines and line replaceable units. Work will be performed in Indianapolis and is expected to be completed Feb. 2, 2023. Fiscal 2023 operation and maintenance funds in the amount of $12,190,458 are being obligated at the time of award. This award is the result of a sole-source acquisition. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (Awarded Dec. 4, 2022) 


*Small business

12/7

WASHINGTON HEADQUARTERS SERVICES

Google Support Services LLC, Reston, Virginia (HQ003423D0017), is awarded a hybrid (firm-fixed-price and time-and-materials, indefinite-delivery/indefinite-quantity) contract with a ceiling of $9,000,000,000. No funds are being obligated at the time of award; funds will be obligated on individual orders as they are issued. The purpose of this contract is to provide the Department of Defense with enterprise-wide, globally available cloud services across all security domains and classification levels, from the strategic level to the tactical edge. The Joint Warfighting Cloud Capability will allow mission owners to acquire authorized commercial cloud offerings directly from the Cloud Service Providers contract awardees. Joint Warfighting Cloud Capability is a multiple award contract. The work will be performed in Reston, Virginia. The estimated completion date is June 8, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Oracle America Inc., Redwood City, California (HQ003423D0018), is awarded a hybrid (firm-fixed-price and time-and-materials, indefinite-delivery/indefinite-quantity) contract with a ceiling of $9,000,000,000. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The purpose of this contract is to provide the Department of Defense with enterprise-wide globally available cloud services across all security domains and classification levels, from the strategic level to the tactical edge. The Joint Warfighting Cloud Capability will allow mission owners to acquire authorized commercial cloud offerings directly from the Cloud Service Providers contract awardees. Joint Warfighting Cloud Capability is a multiple award contract. The work will be performed in Reston, Virginia. The estimated completion date is June 8, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Amazon Web Services Inc., Seattle, Washington (HQ003423D0019), is awarded a hybrid (firm-fixed-price and time-and-materials, indefinite-delivery/indefinite-quantity) contract with a ceiling of $9,000,000,000. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The purpose of this contract is to provide the Department of Defense with enterprise-wide globally available cloud services across all security domains and classification levels, from the strategic level to the tactical edge. The Joint Warfighting Cloud Capability will allow mission owners to acquire authorized commercial cloud offerings directly from the Cloud Service Providers contract awardees. Joint Warfighting Cloud Capability is a multiple award contract. The work will be performed in Seattle, Washington. The estimated completion date is June 8, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Microsoft Corp., Redmond, Washington (HQ003423D0020), is awarded a hybrid (firm-fixed-price and time-and-materials, indefinite-delivery/indefinite-quantity) contract with a ceiling of $9,000,000,000. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The purpose of this contract is to provide the Department of Defense with enterprise-wide globally available cloud services across all security domains and classification levels, from the strategic level to the tactical edge. The Joint Warfighting Cloud Capability will allow mission owners to acquire authorized commercial cloud offerings directly from the Cloud Service Providers contract awardees. Joint Warfighting Cloud Capability is a multiple award contract. The work will be performed in Reston, Virginia. The estimated completion date is June 8, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

NAVY

Wunderman Thompson, Atlanta, Georgia, is awarded a $116,400,429 modification (P00031) to previously awarded, firm-fixed-price contract M95494-19-C-0020. This modification exercises Option Period Three to furnish supplies and services to enhance the United States Marine Corps’ recruiting efforts. These services include a full range of services from the development of a tactical advertising strategy to the production of a wide-range of advertising formats (e.g., TV, radio, print media, internet, and direct marketing). Work will be performed in Atlanta, Georgia, with an expected completion date of December 2023. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $104,154,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

Woodward HRT, Santa Clarita, California, is awarded a $27,170,000 delivery order (N00383-23-F-YN03) under previously awarded basic ordering agreement N00383-21-G-YN01 for the repair of 418 components of the drive unit used in support of the V-22 aircraft hydraulic system. All work will be performed in Santa Clarita, California, and is expected to be completed by August 2024, with no option periods. Working capital (Navy) funds in the amount of $20,377,500 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.

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded a $21,782,635 cost-plus-fixed-fee modification (P00055) to a previously awarded contract (N0042120C0003). This modification exercises an option to provide engineering and technical services in support of the Command, Control, Communications, Computer, and Intelligence electronic radio communication systems integration for Navy ships. Work will be performed in St. Inigoes, Maryland, and is expected to be completed in September 2029. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $6,785,913 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 Boeing Co., St. Louis, Missouri, is awarded a $9,391,406 modification (P00001) to a firm-fixed-price order (N0001922F2016) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises an option to procure 10 Infrared Search and Track System (IRST) pods, 10 fuel tank assemblies, 10 sensor assembly structures, as well as non-recurring engineering, sustainment, and data in support of IRST pod assemblies for the Navy. Work will be performed in St. Louis, Missouri, and is expected to be completed in July 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,391,406 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.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences, Manassas, Virginia, has been awarded a $42,177,014 cost-plus-fixed-fee contract, excluding unexercised options, for the Control of Revolutionary Aircraft with Novel Effectors (CRANE) phase 2-3 program. Work will be performed at Manassas, Virginia (20%); Cambridge, Massachusetts (14%); Charleston, South Carolina (6%); Bridgeport, Connecticut (6%); Huntsville, Mississippi (6%); St. Louis, Missouri (6%); Huntington Beach, California (6%); Mesa, Arizona (6%); Fort Worth, Texas (6%); National Harbor, Maryland (6%); and Salt Lake City, Utah (18%), with an expected completion date of September 2025. Fiscal 2022 research and development funds in the amount of $6,500,000 are being obligated at time of award. This contract was a competitive acquisition in accordance with the original broad agency announcement HR001119S0072. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-23-C-0012).

AIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $28,099,828 modification (P00001) to previously awarded contract FA8730-22-C-0011 for the Royal Saudi Air Force Airborne Warning and Control System (AWACS) modernization program Phase 2. This contract modification is for the additional hardware and non-recurring engineering to support production kitting, training, and installation and checkout. Work will be performed in Oklahoma City and Al Kharj, Saudi Arabia, and is expected to be completed by Feb. 21, 2026. This contract involves Foreign Military Sales To the Kingdom of Saudi Arabia. Total cumulative face value of the contract is $426,021,377. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sopackco Inc., doing business as Sopacko Packaging, Mullins, South Carolina, has been awarded a maximum $13,004,582 fixed-price, indefinite-delivery/indefinite-quantity contract for production and delivery of unitized group rations snack items. 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 Dec. 5, 2025. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-23-D-Z257).

ARMY

Raytheon Integrated Defense Systems Co., Andover, Massachusetts, was awarded a $10,150,046 modification (P00190) to contract W31P4Q-15-C-0022 for procurement of the country unique scope of Phased Array Tracking Radar to Intercept on Target (PATRIOT) technical publications, new equipment training and logistics management information in support of Romania 3-Lot. Work will be performed in Andover, Massachusetts, with an estimated completion date of June 28, 2024. Fiscal 2023 Foreign Military Sales (Romania) funds in the amount of $10,150,046 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.


*Small business

12/8

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Peraton Risk Decision Inc., Loveland, Colorado (HS002123D0001); and CACI Inc. – Federal, Reston, Virginia (HS002123D0002), have been awarded parallel, single-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contracts for nationwide background investigation fieldwork services under solicitation numbers HS002122R0002 and HS002122R0003. The Defense Counterintelligence and Security Agency (DCSA) is the primary investigative service provider for the federal government. Each multi-year contract has a maximum value of $2,250,000,000; a minimum guaranteed value of $50,000,000; and a five-year ordering period that will conclude on Dec. 8, 2027. The awards are the result of a competitive acquisition process under which four offers were received in response to each solicitation. Task order awards to Peraton and CACI, each obligated in the amount of $50,000,000 with defense working capital funds, followed directly thereafter. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.  

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $2,218,242,426 cost-plus-fixed-fee, cost-plus-incentive-fee, firm-fixed-price, and fixed-price incentive, cost reimbursable modification (P00060) to a previously awarded contract (N0001921C0020). This modification exercises an option to provide logistics support, to include ground maintenance activities, action request solution, depot activities, automatic logistics information system operations and maintenance, reliability and maintainability, supply chain management, pilot training, maintainer training, and training system sustainment in support of delivered F-35 Lightning II Joint Strike Fighter air systems for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (57%); Orlando, Florida (26%); Greeneville, South Carolina (11%); Samlesbury, United Kingdom (4%); and El Segundo, California (2%),  and is expected to be completed in December 2023. Fiscal 2023 operations and maintenance (Air Force) funds in the amount of $429,707,693; fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $121,187,907; fiscal 2023 operations and maintenance (Navy) funds in the amount of $54,259,998; FMS customer funds in the amount of $121,551,361; and non-DOD participant funds in the amount of $293,723,889 will be obligated at time of award, $605,155,598 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $576,360,793 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2115 for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (75%); and Schenectady, New York (25%). Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $456,176,165 (100%) will be obligated at time of award and funds will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded a $328,533,513 cost-plus-incentive-fee and cost-plus-fixed-fee contract (N00030-23-C-6045) for the U.S. and United Kingdom to provide Strategic Weapon System Trident Fleet support, Trident II Shipboard Integration Increment 8, and navigation subsystem development efforts. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Mitchel Field, New York (64%); Huntington Beach, California (24%); Clearwater, Florida (9%); Cambridge, Massachusetts (2%); and Manassas, Virginia (1%). Work is expected to be completed by Sept. 30, 2026.  Fiscal 2023 operation and maintenance (Navy) funds in the amount of $13,181,524; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $17,386,309 will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $13,181,524 will expire at the end of the current fiscal year. This contract is being awarded as a sole-source pursuant to 10 U.S. Code 3204(a)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary Mission Systems, Orlando, Florida, is awarded a $97,013,794 modification (P00027) to a previously awarded, firm-fixed-price, cost-plus-fixed-fee, cost reimbursable contract (N6833518C0681). This modification exercises an option to procure 38 full rate production electronic Consolidated Automated Support System units and associated equipment, to include one self-maintenance and test/calibration operational test program set, one calibration equipment suite/kit, 40 rack rail kits, 23 shore installation kits, and 28 ship installation kits in support of repair of avionics and weapon systems for AV-8B, C-2, E-2D, EA-6B, EA-18G, E-2, F/A-18A/B/C/D/E/F, H-60R/S, T-45 and V-22 for the U.S. Navy. Work will be performed in Orlando, Florida, and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $57,591,212; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $39,422,582 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, Lakehurst, New Jersey, is the contracting activity.

Northrop Grumman Systems Corp., Military Aircraft Systems, Melbourne, Florida, is awarded a $32,458,804 firm-fixed-price order (N0001923F0080) against a previously issued basic ordering agreement (N0001920G0005). This order procures spare Wet Outer Wing Panels for the government of Japan’s configuration of the E-2D Advanced Hawkeye aircraft. Work will be performed in St. Augustine, Florida (38%); Melbourne, Florida (10%); Gardena, California (7%); Clemmons, North Carolina (5%); Ronkonkoma, New York (3%); Rancho Cucamonga, California (2%); Edgewood, New York, (1%); Tulsa, Oklahoma (1%); Hauppauge, New York (1%); Merritt Island, Florida (1%); Cedar City, Utah (1%); Carson, California (1%); Irvine, California (1%); Crestview, Florida (1%); and various locations within the continental U.S. (27%), and is expected to be completed in July 2027. Foreign Military Sales customer funds in the amount of $32,458,804 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.

Coffman Specialties Inc.,* San Diego, California, is awarded a $15,835,000 firm-fixed-price task order (N6247323F4086) under previously awarded contract N62473-19-D-2439 for design-bid-build repair of Echo Taxiway and the airfield warm-up pad at Marine Corps Air Station Miramar. Work will be performed in San Diego, California, and is expected to be completed by March 2025. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $15,835,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Merrick-RS&H JV LLP, Greenwood Village, Colorado, is awarded a $15,000,000 firm-fixed-price modification to previously awarded contract N69450-21-D-0003 to increase the not-to-exceed contract price for professional architectural and engineering services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative value of the contract to $60,000,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by October 2025. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

ARMY

Airbus U.S. Space & Defense Inc., Arlington, Virginia, was awarded a $297,480,728 modification (P00029) to contract W58RGZ-22-C-0022 for UH-72 Lakota contractor logistics support and engineering services. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 31, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $76,383,853 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Messer Construction Co., Cincinnati, Ohio, was awarded a $70,755,002 firm-fixed-price contract for whole-house interior and exterior modernization, renovation, and repair of 29 government owned houses of residential/commercial type construction. Bids were solicited via the internet with four received. Work will be performed at Wright-Patterson Air Force Base, Ohio, with an estimated completion date of May 6, 2025. Fiscal 2020 and 2021 family housing construction, Defense funds in the amount of $70,755,002 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0004).

AIR FORCE

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $16,749,836 firm-fixed-price modification (P00043) to previously awarded contract FA8823-21-C-0001 for Space Based Infrared System contractor logistics support and product support integration contract evolution. Work will be performed on Peterson Space Force Base, Buckley SFB, Greeley Air National Guard Station, and Boulder, Colorado, and is expected to be completed by Dec. 14, 2024. Fiscal 2022 procurement funds in the amount of $16,749,836 are being obligated at the time of award. Total cumulative face value of the contract is $1,090,509,030. Space Systems Command, Peterson SFB, Colorado, is the contracting activity.


*Small business

12/9

AIR FORCE

Accenture Federal Services, Arlington, Virginia (FA868423DB018); Ad hoc Research Associates, Havre De Grace, Maryland (FA868423DB019); Aegis Aerospace Inc., Houston, Texas (FA868423DB020); Aero Simulation, Tampa, Florida (FA868423DB021); Alion Science and Technology Corp., McLean, Virginia (FA868423DB022); American Systems, Chantilly, Virginia (FA868423DB023); ANSYS, Exton, Pennsylvania (FA868423DB024); Apogee Engineering, LLC, Colorado Springs, Colorado (FA868423DB025); Applied Information Sciences, Orlando, Florida (FA868423DB026); Applied Research Solutions Inc., Reston, Virginia (FA868423DB027); Applied Visual Technology Inc., Orlando, Florida (FA868423DB028); Assured Information Security Inc., Rome, New York (FA868423DB029); Aviation Training Consulting LLC, Oklahoma City, Oklahoma (FA868423DB030); BGI LLC, Akron, Ohio (FA868423DB031); NuWave Solutions LLC, McLean, Virginia (FA868423DB032); Black Sage Technologies Inc., Boise, Idaho (FA868423DB033); Boecore, LLC, Colorado Springs, Colorado (FA868423DB034); The Boeing Co., Saint Louis, Missouri (FA868423DB035); Booz Allen Hamilton Inc., Chantilly, Virginia (FA868423DB036); CAE USA Inc., Arlington, Texas (FA868423DB037); Capability Analysis & Measurement Organization LLC, Wright-Patterson Air Force Base, Ohio (FA868423DB038); Carley Corp., Orlando, Florida (FA868423DB039); Clear Creek Applied Technologies Inc., Fairborn, Ohio (FA868423DB040); Cole Engineering Services Inc., Melbourne, Florida (FA868423DB041); CFD Research Corp., Huntsville, Alabama (FA868423DB042); CIYIS LLC, Atlanta, Georgia (FA868423DB043); CORASCloud Inc., Chantilly, Virginia (FA868423DB044); CymSTAR LLC, Dallas, Texas (FA868423DB045); deciBel Research Inc., Madison, Alabama (FA868423DB046); Dell Federal Systems LP, Irving, Texas (FA868423DB047); Dignitas Technologies LLC, Orlando, Florida (FA868423DB048); Discovery Machine Inc., Williamsport, Pennsylvania (FA868423DB049); Dynepic Inc., Reno, NV (FA868423DB050); Equinox Innovative Systems, Inc., Columbia, Maryland (FA868423DB051); Engineering Research and Consulting Inc., Madison, Alabama (FA868423DB052); Expansia Group LLC, Andover, Massachusetts (FA868423DB053); Expeditionary Engineering Inc., San Diego, California (FA868423DB054); FAAC Inc., Ann Arbor, Michigan (FA868423DB055); Falconry Training Solutions JV, Lakewood, Colorado (FA868423DB056); ASES LLC, doing business as Field Aerospace, Oklahoma City, Oklahoma (FA868423DB057); FlightSafety International Defense, Englewood, Colorado (FA868423DB058); Fusion Constructive LLC, Austin, Texas (FA868423DB059); Hill Technical Solutions, Huntsville, Alabama (FA868423DB060); Hyperion Technology Group Inc., Tupelo, Mississippi (FA868423DB061); Infinity Labs LLC, Beavercreek Township, Ohio (FA868423DB063); Infoscitex Corp., Wright-Patterson Air Force Base, Ohio (FA868423DB064); Intrinsic Enterprises Inc., Bellevue, Washington (FA868423DB065); Roundarch Isobar Inc., Chicago, Illinois (FA868423DB066); JANUS Research Group LLC, Smyrna, Georgia (FA868423DB067); KIHOMAC Inc., Reston, Virginia (FA868423DB068); KPMG LLP, Fort Belvoir, Virginia (FA868423DB069); Leidos Inc., Reston, Virginia (FA868423DB070); Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas (FA868423DB071); MAK Technologies Inc., Cambridge, Massachusetts (FA868423DB072); Maxar Mission Solutions Inc., Herndon, Virginia (FA868423DB073); MetroStar Systems Inc., Reston, Virginia (FA868423DB074); n-ask Inc., Reston, Virginia (FA868423DB076); Nexagen Networks Inc., Old Bridge, New Jersey (FA868423DB077); NextGen Federal Systems LLC, Rocket Center, West Virginia (FA868423DB078); Northrop Grumman Systems Corp., McLean, Virginia (FA868423DB079); Omni Fed LLC, Gainesville, Virginia (FA868423DB080); Parry Labs LLC, Alexandria, Virginia (FA868423DB081); Parsons Government Services Inc., Centreville, Virginia (FA868423DB082); Peerless Technologies Corp., Fairborn, Ohio (FA868423DB083); PeopleTec Inc., Madison, Alabama (FA868423DB084); Phoenix Defense Ventures LLC, Luke AFB, Arizona (FA868423DB085); Picture Clean Consulting LLC, Las Vegas, Nevada (FA868423DB086); PLEXSYS Interface Products, Bellevue, Washington (FA868423DB087); ProActive Technologies Inc., Oviedo, Florida (FA868423DB088); Rackner Inc., Silver Spring, Maryland (FA868423DB089); Radiance Technologies Inc., Huntsville, Alabama (FA868423DB090); RAFT LLC, Reston, Virginia (FA868423DB091); Raytheon Co., Woburn, Massachusetts (FA868423DB092); Real-Time Innovations Inc., Campbell, California (FA868423DB093); Rockwell Collins Inc., Cedar Rapids, Iowa (FA868423DB094); Sabel Systems Technology Solutions LLC, Wright-Patterson AFB, Ohio (FA868423DB095); Science Applications International Corp., Reston, Virginia (FA868423DB096); SNA Software LLC, Orlando, Florida (FA868423DB097); Soar Technology Inc., Sterling Heights, Michigan (FA868423DB098); Specialty Systems Inc., Toms River, Virgnia (FA868423DB099); Systems & Technology Research LLC, Woburn, Massachusetts (FA868423DB100); Systems Planning and Analysis, Chantilly, Virginia (FA868423DB101); Tangram Flex Inc., Dayton, Ohio (FA868423DB102); TDMK Digital, Reston, Virginia (FA868423DB103); Troy7 Inc., Huntsville, Alabama (FA868423DB104); Unity Technologies, San Francisco, California (FA868423DB105); Vertex, Madison, Mississippi (FA868423DB106); XL Scientific LLC, Albuquerque, New Mexico (FA868423DB107); Virtualistics Inc, Pasadena, California (FA868423DB108); Wingbrace LLC, Boston, Massachusetts (FA868423DB109); Yotta Navigation Corp., Campbell, California (FA868423DB110); and Zel Technologies LLC, Hampton, Virginia (FA868423DB111), have each been awarded an up-to $900,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for the development of innovative approaches that bring multi-domain systems capabilities, the characterization of new technologies and systems through studies, recurrent demonstration and rapid development to enable rapid prototyping, and test and capability transition. The location of work performance will be determined at the contract direct order level and is expected to be completed December 2032. These awards are the result of full and open competition, and 94 responses were received. Fiscal 2022 operations and maintenance funds in the amount of $1,000 will be awarded to each contractor. Air Force Life Cycle Management, Wright Patterson AFB, Ohio, is the contracting activity.

Heritage-M2C1 JV, Delta, Alaska, has been awarded a $75,000,000 ceiling simplified acquisition of base engineering requirements, indefinite-delivery/indefinite-quantity contract for minor, non-complex construction projects. The contract will encompass most types of real property maintenance, repair, and construction work with minimal design and will provide on-base project management by the contractor. Work will be performed on Eielson Air Force Base, Alaska; and Clear Space Force Station, Alaska, and is expected to be completed Dec. 9, 2029. The award is the result of a competitive acquisition with six offers received. Fiscal 2023 operations and maintenance funds in the amount of $4,500 are being obligated at time of award. The 354th Contracting Squadron Eielson AFB, Alaska, is the contracting activity (FA5004-23-D-0001). 

Textron Aviation Inc., Wichita, Kansas, has been awarded a $12,466,347 firm-fixed-price contract for AT-6 components. This contract provides for the procurement of components not included in the original Thailand AT-6 direct commercial sale contract. The location of performance is in Wichita, Kansas, and is expected to be completed by Feb. 28, 2024. This contract action involves Foreign Military Sales to Thailand, and is the result of a competitive source selection with two solicitations received. Fiscal 2023 and 2022 Building Partner Capacity funds in the amount of $5,465,932 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8637-23-C-0001).

NAVY

Science Applications International Corp. (SAIC), Reston, Virginia, is awarded a $349,500,982 indefinite-delivery/indefinite-quantity contract for support to execute in-service engineering agent (ISEA) functions for afloat and ashore tactical networks (TACNET). Specifically, Naval Information Warfare Center (NIWC) Pacific requires ISEA support, technical and engineering assistance, design analysis, network information assurance accreditation, installation, integration, sustainment, and life cycle support ISEA functions for afloat and ashore TACNET and command, control, communications, computers, and intelligence systems including the sustainment of fielded systems through end-of-life replacement, system upgrades, follow-on, or interrelated system, distant support, onsite repair, installations, and system analysis to ensure networks are performing within designed specifications and peak capabilities. The contract includes a single five-year ordering period. The period of performance of the base award is from Dec. 9, 2022, through Dec. 8, 2027. Work will be performed in San Diego, California (70%); and outside continental U.S. locations on a temporary basis at worldwide Department of Defense ashore and afloat facilities (30%, if applicable) and will be annotated at the task order level. Funding will be obligated via task orders. The predominant types of funding anticipated to be obligated on task orders include operations and maintenance (Navy); other procurement (Navy); research, development, test and evaluation; and shipbuilding and conversion (Navy). This contract was competitively procured via Request for Proposal N66001-22-R-0030 which was published on the System for Award management website and the Naval Information Warfare Systems Command E-Commerce Central website. One offer was received and selected for award. NIWC Pacific, San Diego, California, is the contracting activity (N66001-23-D-0004).

BAE Systems – Norfolk Ship Repair, Norfolk, Virginia, is awarded a $294,786,804 firm-fixed-price contract action for maintenance, modernization and repair of USS Kearsarge (LHD 3) fiscal 2023 docking selected restricted availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $340,311,714. Work will be performed in Norfolk, Virginia, and is expected to be completed by November 2024. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $289,402,941 (98.2%); and fiscal 2022 other procurement (Navy) funds in the amount of $5,383,863 (1.8%) will be obligated at the time of award, of which $289,402,941 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 website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4408).

AECOM Technical Services, Los Angles, California, is awarded a $15,000,000 firm-fixed-price modification to previously awarded contract N69450-20-D-0052 to increase the not-to-exceed contract price for architect-engineer design related services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative value of the contract to $60,000,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by September 2025. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

ARMY

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $26,667,763 firm-fixed-price contract to reconfigure, install, integrate, and test a combat network system. Bids were solicited via the internet with one received. Work will be performed in Biedrusko, Poland, with an estimated completion date of Nov. 28, 2025. Fiscal 2022 Foreign Military Sales (Poland) funds in the amount of $26,667,763 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-C-5006).

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded a $23,845,457 modification (P00795) to contract DAAA09-98-E-0006 for definitization of an unpriced change order under the Holston Army Ammunition Plant facility contract. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Feb. 28, 2025. Fiscal 2021 ammunition procurement, Army funds in the amount of $23,845,457 were obligated at the time of the award. U.S Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, was awarded an $8,499,969 cost-plus-fixed-fee contract for MQ-9 Raptor launch and recovery services. Bids were solicited via the internet with 1 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 1, 2023.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-0044).

EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland, was awarded an $8,052,894 firm-fixed-price contract for removal of munitions and explosives of concern and closure of munitions response sites at former Camp Howze, Cooke County, Texas. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 8, 2027. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-F-0022).

DEFENSE LOGISTICS AGENCY

The Boeing Co., St. Louis, Missouri, has been awarded a $12,807,900 modification (SPRPA1-22-F-0041; P00002) exercising the fourth option period against a five-year option period contract (SPRPA1-14-D-002U) for performance-based support for the F-18/AH-64/CH-47 Global Material Support 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. The performance completion date is Sept. 18, 2024. Using military service is Army. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.


*Small business

Author

This entry was posted on Tuesday, December 13, 2022 8:40 am

Leave a Reply

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

Notify me of updates to this conversation