INSIDE THE

NEWS + ADVICE

DoD Contracts: SAIC, Amentum Services, KPMG, Northrop Grumman, Lockheed Martin, Raytheon, Week of 11-27-23 to 12-1-23

Posted by Ashley Jones
aircraft

11/27

AIR FORCE

AIC International, Inc., Agat, Guam (FA5240-24-D-0001); Environet Inc., Kamuela, Hawaii (FA240-24-D-0002); Fargo Pacific Inc., Tamuning, Guam (FA5240-24-D-0003); InfraTech International LLC, Harmon, Guam (FA5240-24-D-0004); Modern International Inc., Barrigada, Guam (FA5240-24-D-0005); Pacific Rim Constructors Inc., Dededo, Guam, (FA5240-24-D-0006); Reliable Builders Inc., Tamuning, Guam (FA5240-24-D-0007); Serrano Construction and Development Corp., Barrigada, Guam (FA5240-24-D-0008); Techni-Con, Mangilao, Guam (FA5240-24-D-0009); and Weldin Construction LLC, North Las Vegas, Nevada (FA5240-24-D-0010), have been awarded an indefinite-delivery/indefinite-quantity, historically underutilized business zone, multiple award, design-build construction contract with a ceiling of $700,000,000 to perform design and build, minor construction, facility, and real property repair and alteration projects on an as-needed basis. The primary work will consist of multiple disciplines in general construction categories for on-base facilities located on Andersen Air Force Base and Northwest Field, Guam. Modern International Inc. was awarded $1,916,828 for the heating, ventilation, and air conditioning repair of the Precision Measurement Equipment Laboratory Building 17000, Andersen Air Force Base, Guam. This project is expected to be completed by June 2025. All awardees were awarded $2,500 each (minimum contract guarantee per awardee) at contract award. Work will be performed on Andersen Air Force Base and Northwest Field, Guam, and is expected to be completed by November 2028. If the option is exercised, work will continue until November 2030. This contract was competitively procured via the System for Award Management Contract Opportunities website with 20 proposals received. Fiscal 2024 operation and maintenance funds in the amount of $25,000 were obligated on this award and expire at the end of the fiscal year. All other funding will be made available at the task order level as contracting actions occur. These ten contractors may compete for task orders under the terms and conditions of the awarded contract. The 36th Contracting Squadron, Andersen Air Force Base, Guam, is the contracting activity. 

NAVY

Elbit Systems of America – Night Vision LLC, Roanoke, Virginia, is awarded a $500,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Squad Binocular Night Vision Goggle systems; spare and repair parts; contractor logistics support; and test article refurbishment. Work will be performed in Roanoke, Virginia, and is expected to be completed in November 2028. Fiscal 2022 procurement (Marine Corps) funds in the amount of $944,730 will expire at the end of the current fiscal year; fiscal 2023 procurement (Marine Corps) funds in the amount of $46,660,149 that will not expire until fiscal 2025; and fiscal 2024 procurement (Marine Corps) funds in the amount of $79,287,731 that will not expire until fiscal year 2026, for a total amount of $126,892,610, will be obligated on the first delivery order immediately following contract award. This contract was competitively procured via SAM.gov, with three offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-24-D-1013).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a modification to increase the maximum ceiling by $265,000,000 of a previously awarded firm-fixed-price and cost-plus-fixed-fee basic ordering agreement (M67854-20-G-0032). The total cumulative ceiling of the agreement is $514,300,000. The additional ceiling provides for sustaining engineering and logistics support services for the Ground/Air Task Oriented Radar (G/ATOR) program, including engineering changes, contractor logistics support, depot lifecycle support, software support activity support, diminishing manufacturing sources and material shortages support, technical refresh, studies and analyses, services for the retrofit of six fielded Gallium Arsenide G/ATOR Low Rate Initial Production systems with Gallium Nitride technology, operational spares buys, software development for current and future radar systems, and the 5G America’s Mid-band Initiative Spectrum accommodation. Work locations will be determined by individual task orders and is expected to be complete by Sept. 28, 2025. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Aerovironment Inc.,* Simi Valley, California, is awarded a $16,098,922 cost-plus-fixed-fee order (N6833524F0020) against a previously issued basic ordering agreement (N6833519G0059). This order provides for continued research, development, test, and evaluation of advanced image and video analytics capabilities for unmanned system technologies including the optimization of system design through machine learning and techniques to apply to aerial systems, maritime systems, and multi-vehicle coordination and heterogeneous swarming for the Navy. This contract is in support of Small Business Innovation Research Phase III topic N08-077 titled “Automated Entity Classification in Video Using Soft Biometrics.” Work will be performed in Simi Valley, California, and is expected to be completed in November 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $3,710,320 will be obligated at time of award, all of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $199,154,320 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for industrial engineering services for the Multiple Launch Rocket System Family of Munitions programs. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas; White Sands Missile Range, New Mexico; Redstone, Alabama; Camden, Arkansas; Lufkin, Texas; Archbald, Pennsylvania; Orlando, Florida; Ocala, Florida; Clearwater, Florida; Vergennes, Vermont; Budd Lake, New Jersey; Camden, Arizona; Palm Bay, Florida; Jackson, Mississippi; and Whippany, New Jersey, with an estimated completion date of Nov. 28, 2028. Fiscal 2010 Foreign Military Sales (Finland); and fiscal 2023 and 2024 other procurement, Army funds in the amount of $6,544,029, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0007).

Professional Contract Services Inc., Austin, Texas, was awarded a $174,431,851 firm-fixed-price contract for installation operations service and support. Bids were solicited via the internet with two received. Work will be performed at Fort Knox, Kentucky, with an estimated completion date of Nov. 30, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $3,318,404 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-C-0003).

Science Applications International Corporation, Reston, Virginia, was awarded an $18,894,694 firm-fixed-price contract to develop airfield operations policies and maintain instrument flight procedures. Bids were solicited via the internet with one received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Nov. 26, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $883,495 were obligated at the time of the award. Army Field Directorate Office, Fort Belvoir, Virginia, is the contracting activity (W91QV1-24-C-0003).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $15,992,597 modification (P00006) to contract W56HZV-21-C-0072 for contractor logistics support services for the M1A1SA/M88. Work will be performed at Camp Taji, Iraq, with an estimated completion date of Dec. 13, 2023. Fiscal 2022 Iraq Train and Equip funds in the amount of $15,992,597 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Amentum Services Inc., Chantilly, Virginia, was awarded a $13,624,516 modification (P00319) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Germany, Kosovo, Kuwait, Egypt, Iraq, and at Fort Liberty, North Carolina, with an estimated completion date of Nov. 30, 2024. Fiscal 2024 operation and maintenance, Army funds; fiscal 2023 and 2024 aircraft procurement, Army funds; and fiscal 2024 research, development, test and evaluation, Army funds in the amount of $13,624,516, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Amentum Services Inc., Chantilly, Virginia, was awarded a $7,927,335 modification (0002D2) to contract W52P1J-12-G-0028 for Army prepositioned stock logistics support services. Work will be performed in Manheim, Germany, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $7,927,335 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Amentum Services Inc., Chantilly, Virginia, was awarded a $7,877,119 modification (P00318) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed at Hunter Army Airfield, Georgia; Fort Liberty, North Carolina; and Fort Campbell, North Carolina, with an estimated completion date of Nov. 30, 2024. Fiscal 2022, 2023 and 2024 aircraft procurement, Army funds; fiscal 2023 and 2024 Foreign Military Sales (Saudi Arabia) funds; fiscal 2024 operation and maintenance, Army funds; and fiscal 2024 Army working capital funds in the amount of $7,877,119, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small Business

11/28

AIR FORCE

Boeing Defense, Space & Security, a division of The Boeing Co., Seattle, Washington, has been awarded a $2,325,052,415 modification (P00259) to previously awarded FA8625-11-C-6600 for 15 KC-46A Air Force Production Lot 10 aircraft. Work will be performed in Seattle, Washington, and is expected to be completed by July 31, 2027. Fiscal 2024 aircraft procurement funds in the amount of $2,325,052,415 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.  

Aleut Information Technology LLC, Colorado Springs, Colorado, has been awarded a $69,349,206 contract for Air Force Joint Worldwide Intelligence Communication System (JWICS) Enterprise and Local Operations Support. This contract provides for AF JWICS with a new enterprise-level capability in which the contractor will perform IT-related services consisting of an integrated organization, innovation, operations, engineering services, solutions architecting, and associated software/hardware acquisition and asset management support to modernize the IT infrastructure.  Additionally, the contractor shall provide localized support to Lackland Air Force Base, Randolph AFB, Medina Base Annex, Port San Antonio, Fort Sam Houston, and collocated units in San Antonio, Texas, for an estimated 5,000 users. Most of the work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Nov. 30, 2027. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $4,999,656 are being obligated at time of award. The Acquisition Management and Integration Center, JBSA-Lackland, Texas, is the contracting activity (FA7037-24-C-0001). (Awarded Nov. 27, 2023)

NAVY

Alliant Techsystems Operations LLC, a wholly owned subsidiary of Northrop Grumman Defense Systems Inc., Northridge, California, is awarded a $235,695,564 firm-fixed-price contract. This contract provides for the production and delivery of 118 low rate initial production Lot Three AGM-88G Advanced Anti-Radiation Guided Missiles – Extended Range (AARGM-ER) to include 84 AGM-88G AARGM-ER All Up Rounds (AURs) for the Navy; 34 AGM-88G AARGM-ER AURs for the Air Force; six AGM-88G AARGM-ER Captive Air Training Missiles; eight Telemetry/Flight Termination System kits for the Navy, ten dummy air training missiles for the Air Force, as well as initial spares, special tooling and test equipment kits, and associated supplies and support. Work will be performed in Northridge, California (61%); Rocket Center, West Virginia (32%); and Ridgecrest, California (7%), and is expected to be completed in February 2027. Fiscal 2023 weapons procurement (Navy) funds in the amount of $167,425,430; fiscal 2023 missile procurement (Air Force) funds in the amount of $68,254,585; and fiscal 2022 weapons procurement (Navy) funds in the amount of $15,549 will be obligated at time of award, $15,549 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0008).

Pacific Federal Management Inc.,* Tumon, Guam, is awarded a $12,287,945 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N40192-20-D-9000 to exercise Option Period Four for grounds maintenance and tree trimming services at Naval Base Guam and Andersen Air Force Base, Guam. This award brings the total cumulative value of the contract to $63,494,710. Work will be performed within the Naval Facilities Engineering Systems Command Marianas area of responsibility including, but not limited to, Naval Base Guam (70%); and Andersen Air Force Base, Guam (30%), and is expected to be completed by November 2024. No funds will be obligated at time of award. NAVFAC, Marianas, Guam, is the contracting activity.

JAG Industrial Services Inc.,* Jonesville, Michigan, is being awarded a $10,703,521 firm-fixed-price contract (N3220524C4002) for a 60-calendar day shipyard availability for a mid-term availability of Military Sealift Command’s fleet rescue and salvage ship USNS Grasp (T-ARS 51). This contract includes a base period and two unexercised options which, if exercised, would increase cumulative value of this contract to $11,006,654. Work will be performed at Vigor Marine, Portland, Oregon, beginning Jan. 15, 2024, and is expected to be completed by Mar. 15, 2024. Working capital funds (Navy) in the amount of $10,703,521 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and one proposal received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4002).

ARMY

Birmingham Industrial Construction LLC,* Alabaster, Alabama, was awarded a $9,973,908 firm-fixed-price contract to construct a weapons load crew training facility. Bids were solicited via the internet with five received. Work will be performed in Montgomery, Alabama, with an estimated completion date of Jan. 27, 2025. Fiscal 2010 military construction, Army National Guard funds in the amount of $9,973,908 were obligated at the time of the award. U.S. Property and Fiscal Office, Alabama, is the contracting activity (W50S6N-24-C-0001).

The Boeing Co., Mesa, Arizona, was awarded a $9,312,900 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for post-production support services for the AH-6 Light Attack Helicopter. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Nov. 27, 2027. Fiscal 2024 Foreign Military Sales (Saudi Arabia) funds in the amount of $9,312,900 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-C-0002).

DEFENSE LOGISTICS AGENCY

M M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $9,969,600 modification (P00016) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-1517) with four one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Nov. 30, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

CORRECTION:  The contract announced on November 20, 2023, for Valiant Integrated Services LLC, Herndon, Virginia (SPE300-24-D-4002), for $530,000,000 was announced with an incorrect award date. The correct award date is Nov. 22, 2023.  

*Small Business
**Woman-owned small business in historically underutilized business zones

11/29

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a not-to-exceed $701,923,926 undefinitized modification (P00045) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursable, fixed-price incentive (firm-target) contract (N0001921C0011). This modification exercises options to provide continued recurring sustainment, program management (financial and administrative), propulsion integration, engineering, material management, configuration management, software sustainment, security management, equipment management, product management support activities, and spare replenishments. Additionally, this modification provides for continued joint technical data updates, training, and depot level maintenance and repair for all fielded propulsion systems at the F-35 production sites and operational locations for the Navy, Marine Corps, Air Force, non-U.S. Department of Defense (DOD) partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (40%); Oklahoma City, Oklahoma (21%); Indianapolis, Indiana (12%); West Palm Beach, Florida (6%); Windsor Locks, Connecticut (6%); Brekstad, Norway (4%); Leeuwarden, Netherlands (3%); Iwakuni, Japan (3%); Williamtown, Australia (2%); Cameri, Italy (1%); Marham, United Kingdom (1%); and Fort Worth, Texas (1%), and is expected to be completed in May 2024. Fiscal 2024 operation and maintenance (Air Force) funds in the amount of $40,650,497; fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $37,351,800; fiscal 2024 operation and maintenance (Navy) funds in the amount of $7,135,267; FMS customer funds in the amount of $7,504,760; and non-U.S. DOD participant funds in the amount of $15,753,447 will be obligated at the time of award, $85,137,564 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

CRL Technologies Inc.,* Alexandria, Virginia, is awarded a $247,671,680 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides lead systems integrator support, including engineering, technical, prototyping, and project management, for a wide variety of Navy programs and platforms, including new systems and upgrading existing systems within the manned and unmanned aircraft inventory, in support of the Naval Air Warfare Center (NAWCAD) AIRWorks Office. Work will be performed in Patuxent River, Maryland, and is expected to be completed in December 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; two offers were received. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042124D0005).

The MIL Corp., Bowie, Maryland, is awarded a $64,050,482 cost-plus-fixed fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides command, control, communications, computers, cyber, combat systems, intelligence, surveillance, and reconnaissance systems engineering, integration, in-service engineering agent and logistics support for new and/or existing shipboard, surface, ground-based, and airborne mission systems for the Department of Defense, Department of Homeland Security and Defense Intelligence Agency requirements in support of the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field, Ship and Air Integrated Warfare Division programs. Work will be performed at St. Inigoes, Maryland, and is expected to be completed in February 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042124D0002).

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded a $27,038,759 modification to a previously awarded cost-plus-award fee, cost-plus-incentive-fee contract N00024-16-C-4306 for the USS George H.W. Bush (CVN-77) fiscal 2024 Planned Incremental Availability. Work will be performed in Norfolk, Virginia, and is expected to be completed July 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $27,038,759 will be obligated at the time of award. Mid Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

Kellogg Brown and Root Services, Inc., Houston, Texas, is awarded a $17,052,768 cost-plus-award-fee modification to task order N3319118F4417 under previously awarded contract N62742-16-D-3551 for continued base operating support services at Naval Support Facility Redzikowo, Slupsk, Poland. This award brings the total cumulative value of the contract to $66,352,888. Work will be performed in Slupsk, Poland, and is expected to be completed by August 2024. Fiscal 2024 operation and maintenance (Navy); and fiscal 2024 research, development, test and evaluation (Department of Defense) funds in the amount of $4,571,892, will be obligated at time of award; of which $3,778,848 will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Europe Africa Central, Naples, Italy, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $9,773,762 modification (P00049) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee indefinite delivery, indefinite quantity contract (N0001918D0001). This modification increases the ceiling and extends support to provide continued system engineering, program management, emergent material support, as well as associated support equipment and tooling in support of the F/A-18E/F Service Life Modification for the Navy. Work will be performed in San Antonio, Texas (95%); and St. Louis, Missouri (5%), and is expected to be completed in July 2025. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

AECOM Technical Services Inc., Los Angeles, California (W912DQ-24-D-3000); Aptim Federal Services LLC, Baton Rouge, Louisiana (W912DQ-24-D-3001); Cape-Cabrera JV2 LLC,* Norcross, Georgia (W912DQ-24-D-3002); EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (W912DQ-24-D-3003); Environmental Chemical Corp.,* Burlingame, California (W912DQ-24-D-3004); HydroGeoLogic Inc.,* Reston, Virginia (W912DQ-24-D-3005); Parsons Government Services Inc., Centreville, Virginia (W912DQ-24-D-3006); Sevenson Environmental Services Inc.,* Niagara Falls, New York (W912DQ-24-D-3007); and Tetra Tech EC Inc., Langhorne, Pennsylvania (W912DQ-24-D-3008), will compete for each order of the $245,000,000 cost-plus-fixed-fee contract for environmental remediation services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 28, 2028. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

KPMG LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $53,012,899 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, 2024. 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 $165,791,406.85 from $112,778,508. Fiscal 2024 operation and maintenance, Army funds in the amount of $53,012,899 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 LOGISTICS AGENCY

LVI, Pendergrass, Georgia, has been awarded a $9,506,054 modification (P00010) exercising the second one-year option of a two-year base contract (SPE1C1-21-D-1417) with five one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. The performance completion date is Dec. 1, 2024. Using customers are Army and Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small Business

11/30

ARMY

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Pennsylvania (W15QKN-23-D-0025, P00001); and IMT Defense Corp.,* Westerville, Ohio (W15QKN-23-D-0026, P00001), were awarded a modification and will compete for each order of the $654,497,038 fixed-price with economic-price-adjustment contract for M1128 metal parts programs. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Colt Sunbelt JV LLC,* Fort Mill, South Carolina, was awarded a $59,391,990 firm-fixed-price contract to provide labor, materials, equipment and services for the set-up, operation and tear-down of life support structures and services at Fort Johnson and other locations. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2028. 418th Contracting Support Brigade, Fort Johnson, Louisiana, is the contracting activity (W9124E-24-D-0001).

Amentum Services Inc., Reston, Virginia, was awarded a $33,385,950 modification (P00320) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Germany; Honduras; Kuwait; Hunter Army Airfield, Georgia; Aberdeen Proving Ground, Maryland; Fort Drum, New York; and Fort Campbell, Kentucky, with an estimated completion date of Nov. 30, 2024. Fiscal 2023 research, development, test, and evaluation, Army; 2023 aircraft procurement, Army; 2024 operation and maintenance, Army; and 2024 Foreign Military Sales (Kuwait) funds in the amount of $33,385,950, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $24,011,613 modification (P00088) to contract W15QKN-13-C-0074 for reliability improvements of the precision guidance kit. Work will be performed in Plymouth, Minnesota, with an estimated completion date of March 31, 2025. Fiscal 2023 procurement of ammunition, Army funds in the amount of $24,011,613 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $28,983,754 modification (P01127) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicles, parts, and services. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 25, 2025. Fiscal 2023 Foreign Military Sales (Israel) and other procurement, Army funds in the amount of $28,983,754 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $225,308,559 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-19-C-5501) to exercise options for continued Air and Missile Defense Radar and Enterprise Air Surveillance Radar integration and production support. Work will be performed in Marlborough, Massachusetts (56%); Pascagoula, Mississippi (14%); Moorestown, New Jersey (9%); Newport News, Virginia (6%); Kauai, Hawaii (5%); Wallops Island, Virginia (4%); Bath, Maine (2%); Chesapeake, Virginia (2%); Portsmouth, Rhode Island (1%); and San Diego, California (1%), and is expected to be completed by November 2024. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $23,159,899 (35%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $19,743,202 (30%); fiscal 2024 research development, test and evaluation funds in the amount of $8,659,881 (13%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,449,322 (7%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $2,147,169 (3%); fiscal 2023 research development, test and evaluation funds in the amount of $1,788,804 (3%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,445,116 (2%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $1,427,937 (2%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,405,700 (2%); fiscal 2024 shipbuilding and conversion (Navy) in the amount of $983,593 (1%); fiscal 2024 operations and management (Navy) in the amount of $653,000 (1%); and fiscal 2024 other procurement (Navy) in the amount of $593,378 (1%), will be obligated at time of award, of which $2,441,804 will expire at the end of the current fiscal year. This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Austal USA LLC, Mobile, Alabama, is awarded a $45,892,768 firm-fixed-price, indefinite-delivery/indefinite-quantity contract modification (P00003) under a previously awarded contract (N40345-22-D-8000) to exercise option year one for emergent repair and continuous maintenance for littoral combat ships deployed to the Western Pacific and Indian Oceans and the countries and ports therein. The contract included a one 24-month base period beginning in January 2022 with three additional 12-month option periods. The exercise of this option will bring the value of the contract to $118,407,174; and if all options are exercised, it will bring the total estimated value to $215,881,424. Work will begin January 2024 and is expected to be completed by December 2024; if all options are exercised, work will be completed by December 2026. Work will be primarily performed in Singapore with a percentage that cannot be determined at this time in countries and ports within the Western Pacific and Indian Oceans. No funds will be obligated at time of award. Individual task orders will be subsequently funded with appropriate fiscal year operations and maintenance funds (Navy) at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov, with two offers received. Naval Supply Systems Command Fleet Logistics Center Yokosuka, Site Singapore, is the contracting activity. 

FAUN Trackway USA Inc., Arlington, Virginia, is awarded a $24,169,736 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to 54 Vertical Takeoff and Landing Surfacing Systems kits and associated engineering support in support of the Marine Corps Expeditionary Airfield emergent requirements to support Expeditionary Advance Base Operations. Work will be performed in Llangefni, United Kingdom, and is expected to be completed in November 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c) (1). Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0003).

Mercury Mission Systems LLC, Torrance, California, is awarded a $16,817,046 firm-fixed-price modification (P00005) to a previously awarded contract (N0001922C0038). This modification exercises an option to procure 48 data transfer units and 121 high-definition video recorders for retrofit on F/A-18C-F Hornet and EA-18G Growler aircrafts in support of Small Business Innovation Research Phase III topic N102-0129 titled, “Automatic Real-Time, Reconfigurable Interface Generalization Hardware Multiprotocol Data Recorder”. Work will be performed in Torrance, California, and is expected to be completed in June 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $12,402,666; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $4,414,380, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $16,129,185 firm-fixed-price contract (N3220524C4221) for a 125-calendar day regular overhaul and dry-docking availability of Military Sealift Command’s cable laying ship USNS Zeus (T-ARC 7). This contract includes a base period and four unexercised options which, if exercised, would bring the cumulative contract value of this contract to $16,533,115. Work will be performed in North Charleston, South Carolina, beginning Feb. 1, 2024, and is expected to be completed by June 5, 2024. Working capital funds (Navy) in the amount of $16,129,185 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was a small business set-aside with proposals solicited via the sam.gov website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4221).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $8,484,104 cost-plus-incentive-fee contract modification to previously awarded contract (N00024-20-C-6117) to exercise options for Navy spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by Jan. 23, 2031. Fiscal 2024 other procurement (Navy) funds in the amount of $8,484,104 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

PRAK Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $42,478,800 fixed-price, indefinite-delivery/indefinite-quantity for duffel bags. This was a competitive 8(a) small business set-aside acquisition with five responses received. This is a two-year contract with no option periods. The ordering period end date is Nov. 29, 2025. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0018).

UPDATE: Polaris Sales Inc., Hamel, Minnesota (SPE8EC-24-D-0028, $86,000,000), has been added as an awardee to the multiple award contract for agricultural equipment, issued against solicitation SPE8EC-21-R-0006 and awarded July 29, 2022.

AIR FORCE

Systems Implementers Inc., Clearfield, Utah, has been awarded a $35,000,000 ceiling increase modification (P00006) to previously awarded contract FA8224-19-D-A0003 to continue technical services for the maintenance business system modernization, comprised of Impresa, and maintenance, repair, and overhaul applications within the Ogden Air Logistics Complex at Hill Air Force Base. The modification brings the total cumulative face value of the contract from $54,000,000 to $89,000,000. Work will be performed at Hill Air Force Base, Utah, with occasional travel to support geographically separated units, and is expected to be completed by July 9, 2026. No funds are being obligated at time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity.

*Small Business
*8(a) small business

12/1

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $389,000,000 fixed-price incentive contract for the purchase of MQ-1C-25M Gray Eagle Modernized Extended Range systems. 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 Nov. 29, 2024. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-C-0021).

Raytheon Southeast Asia Systems Co., Tewksbury, Massachusetts, was awarded a $145,000,000 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract for Qatar Phased Array Tracking Radar to Intercept of Target (PATRIOT) depot operations, technical assistance, and new equipment training. Bids were solicited via the internet with one received. Work will be performed in Doha, Qatar, with an estimated completion date of Nov. 30, 2025. Fiscal 2024 Foreign Military Sales (Qatar) funds in the amount of $141,630,794 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0005).

Amentum Services Inc., Chantilly, Virginia, was awarded a $13,624,789 modification (P00308) to contract W58RGZ-19-C-0018 for aviation maintenance services. Work will be performed in South Korea; Fort Cavazos, Texas; and Joint Base Lewis-McChord, Washington, with an estimated completion date of Nov. 30, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $13,624,789 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Gemini Technical Services JV LLC, Oklahoma City, Oklahoma, was awarded a maximum $350,000,000 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Innovation, Integration, and Information Support to Space Training and Readiness Command. This contract provides for support services for military training, exercises, plans, and operations for Department of Defense frontline warfighters. Work will be performed at Colorado Springs, Colorado, and is expected to be completed by Dec. 31, 2030. This contract was a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance funds in the amount of $25,758 are being obligated at time of award. The Space Acquisition Integration Office, Colorado Springs, Colorado, is the contracting activity (FA2518-24-D-0001).

FCN Inc., Rockville, Maryland, has been awarded a $15,675,275 firm-fixed-price modification to previously awarded contract FA8307-23-F-0008 to exercise the first option period. The contract provides Elastic program enterprise license agreement endgame endpoint security software licenses and product training in support of three legacy weapon systems for the future Integrated Defensive Cyber System. Work will be performed at Joint Base San Antonio-Lackland Chapman Annex, Texas; Scott Air Force Base, Illinois; and Hurlburt Field, Florida, and is expected to be completed by November 2025. Fiscal 2024 operation and maintenance funds in the amount of $15,675,275 are being obligated at time of award. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity. (Awarded Nov. 28, 2023)

DEFENSE LOGISTICS AGENCY

Coastal Pacific Food Distributors Inc., Stockton, California, has been awarded a maximum $250,077,543 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This is a one-year bridge contract with no option periods. Locations of performance are Japan, Singapore, Philippines, and the Diego Garcia area of responsibility, with a Dec. 2, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-4000).

Forestwood Farm Inc., Birmingham, Alabama, has been awarded a maximum $184,575,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. The ordering period end date is Dec. 1, 2028. Using customers are U.S. Department of Agriculture schools. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-S770).

Gexa Energy LP, Houston, Texas (SPE604-24-D-8002, $63,946,933); and ENGIE Resources LLC, Houston, Texas (SPE604-24-D-8001, $9,589,108) have each been awarded a firm-fixed-price, fixed-price, utilizing real-time settlement point price, contract under solicitation number SPE604-23-R-0400 for electricity. This was a competitive acquisition with six responses received. These are 36-month contracts with no option periods. The performance completion date is Jan. 31, 2027. Using customers are Army Reserves, Navy, Air Force, Marine Corps Reserves, NASA, U.S. Department of Agriculture, Customs and Border Protection, and Army and Air Force Exchange Service. Using customers are solely responsible to fund these contracts and vary in appropriation type and fiscal year. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Glenn Oil Co. LLC,* Lawton, Oklahoma, has been awarded an estimated $51,063,913 modification (P00001) to a four-year, six-month contract (SPE605-24-D-4507) with no option periods for various types of fuel. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a June 30, 2028, performance completion date. Using customers are Army, Air Force and federal civilian agencies. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded Nov. 30, 2023)

NAVY

Assurance Technology Corp.,* Carlisle, Massachusetts, is being awarded a $70,000,000 indefinite-delivery/indefinite-quantity contract for optical and radio frequency payload systems development support and integration. The contract does not include options and has a cumulative value of $70,000,000. A $22,053,060 cost-plus-fixed-fee task order was issued concurrently. Work for the initial task order will be performed at the U.S. Naval Research Laboratory(NRL), Washington, D.C., and is expected to be completed by November 2028. Fiscal 2024 research, development, test, and evaluation (Navy) funding in the amount of $132,400 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with one offer received via Contract Opportunities on Sam.Gov. The NRL, Washington D.C., is the contracting activity (N0017324D2002, N0017324F2008).

RLT Networks*, Denver, Colorado, is awarded a $33,431,765 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract to provide cyber survivability risk assessments and cyber engineering on major aircraft and weapons systems, as well as research and development of new systems for the Navy. Additionally, this contract provides for the implementation of the cybersecurity and cyber warfare system safety certification required to deploy new and updated warfighting system capabilities to the fleet. Work will be performed in China Lake, California, and is expected to be completed in November 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a service-disabled veteran-owned small business set-aside; one offer was received. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893624D0003).

Crowley Inc., Jacksonville, Florida (N3220523C2506), is being awarded a $24,269,306 modification under a previously awarded firm-fixed-price contract (N3220523C2506) to exercise a six-month option under Federal Acquisition Regulation  52.217-9 (P00028) for the operation and maintenance of six government-owned surveillance ships (T-AGOS) and missile range instrumentation (T-AGM) vessels. The vessels under this award include USNS Victorious (T-AGOS 19), USNS Able (T-AGOS 20), USNS Effective (T-AGOS 21), USNS Loyal (T-AGOS 22), USNS Impeccable (T-AGOS 23), and USNS Howard O. Lorenzen (T-AGM 25). Military Sealift Command, Norfolk, Virginia, is the contracting activity.

DEFENSE HEALTH AGENCY

Ipsos Public Affairs LLC, Norwalk, Connecticut, was awarded $12,806,156 for a twelve-month, firm-fixed-price contract option (GS-00F-123DA-HT001123F0033) to support the TRICARE Patient Experience Survey effort. This effort is to provide for Consumer Assessment of Healthcare Providers and Systems (CAHPS) surveys for the Defense Health Agency (DHA) of: (a) the recently discharged adult and child inpatient population; (b) the CAHPS Clinician and Group Survey; and (c) the CAHPS Outpatient and Ambulatory Surgery Survey. The contract was awarded on a competitive basis, effective June 1, 2023. Fiscal 2024 operations and maintenance funding will be provided later in accordance with Federal Acquisition Regulation 52.232-18, Subject to the Availability of Funds. The place of performance is Falls Church, Virginia. The period of performance for the first option year is Dec. 1, 2023, to Nov. 30, 2024. DHA, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small Business

Author

  • Ashley Jones

    Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

This entry was posted on Tuesday, December 05, 2023 11:16 am

Leave a Reply

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

Notify me of updates to this conversation