INSIDE THE

NEWS + ADVICE

DoD Contracts: SAIC, Booz Allen Hamilton, Amentum Services, Northrop Grumman, Week of 8-19-24 to 8-23-24

Posted by Ashley Jones

8/19

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,396,995,054 cost-plus-fixed-fee modification to previously awarded contract (N00024-18-C-2130) to exercise fiscal 2025 options for naval nuclear propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (52%); Schenectady, New York (39%); and Idaho Falls, Idaho (9%). Fiscal 2024 other procurement (Navy) funding in the amount of $14,979,962 (79%); fiscal 2024 research, development, test and evaluation in the amount of $3,551,000 (19%); and fiscal 2022 other procurement (Navy) funding in the amount of $495,000 (2%), will be obligated at time of award and funds in the amount of $495,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $61,000,000 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-20-C-5392) for engineering integration, technical support, and depot operations in support of the MK 41 vertical launching system electronic systems and computer programs. Work will be performed in Moorestown, New Jersey (60%); Ventura, California (16%), San Diego, California (10%); Seattle, Washington (4%); Mayport, Florida (4%); Norfolk, Virginia (4%); and Virginia Beach, Virginia (2%), and is expected to be completed by July 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $5,635,000 (43%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,441,483 (41%); fiscal 2024 other procurement (Navy) funds in the amount of $1,254,750 (9%); and fiscal 2024 Defense-wide research, development, test and evaluation funds in the amount of $927,322 (7%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Henry General Contractors Inc.,* Springfield, Massachusetts (N6660424DN401); Kelly Construction Services Inc.,* Enfield, Connecticut (N6660424DN402); Koman Government Solutions LLC,* Marlborough, Massachusetts (N6660424DN403); and Excell Construction Corp.,* Cranston, Rhode Island (N6660424DN404), are awarded a combined $30,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contracts with firm-fixed-price provisions to accomplish simultaneous maintenance, sustainment, repair, and minor construction projects at the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). Each awardee will be awarded $250 (minimum contract guarantee per awardee) at contract award. Task orders will be competed among the four awardees over the five-year ordering period which may bring the cumulative value to $30,000,000. Work will be performed in Newport, Rhode Island. This contract was competitively procured via SAM.gov, with thirteen offers received. NUWCDIVNPT, Newport, Rhode Island, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $27,658,912 modification (P00023) to a cost-plus-fixed-fee-order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure three retrofit A-Kits for Royal Australian Air Force (RAAF) P-8A aircraft with Increment Three Engineering Change Proposal Six Capabilities. Work will be performed in Jacksonville, Florida (79.6%); San Antonio, Texas (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed October 2026. RAAF Cooperative Funds in the amount of $27,658,912 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.

General Atomics Aeronautical Systems Inc., San Diego, California, is awarded a $9,672,322 modification (P00005) to a firm-fixed-price order (N0001921F0060) against a previously issued basic ordering agreement (N0001916G0006). This modification provides for the procurement and installation of upgraded dual gate drivers for the Electromagnetic Aircraft Launch System Power Conditioning Subsystem Half Bridges to address reliability and obsolescence concerns. This includes a total of 686 kits that will be installed on Navy aircraft carriers (CVN 78, CVN 79) and the Lakehurst System Functional Demonstration test site, including on-board and site spares for each location. Additionally, this modification includes associated labor for engineering, program management, and logistics products. Work will be performed in Tupelo, Mississippi (56.1%); San Diego, California (40.7%); Newport News, Virginia (1.7%); and Lakehurst, New Jersey (1.5%), and is expected to be completed January 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount $3,442,009; fiscal 2024 other procurement (Navy) funds in the amount $2,277,737; fiscal 2023 other procurement (Navy) funds in the amount of $2,676,182; and fiscal 2022 other procurement (Navy) funds in the amount of $1,276,392 will be obligated at the time of award, $1,276,392 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

South Texas Lighthouse for the Blind, Corpus Christi, Texas, is awarded an $8,254,953 fixed-price, indefinite-delivery, requirements contract for the acquisition of miscellaneous items for the Navy Exchange Service Command Ship Store Program. The contract will include a 12-month base period, four one-year options, and a six-month extension option in accordance with Federal Acquisition Regulation (FAR) 52.217-8. If all options are exercised, the total value of this contract will be $48,472,179. Work will be performed in San Diego, California (24%); Seattle, Washington (18%); Norfolk, Virginia (16%); Mayport, Florida (15%); Oahu, Hawaii (14%); and Diego Garcia (13%). Work is expected to be completed by September 2025; if all options are exercised, work will be completed by March 2030. No funds will be obligated at time of award. Appropriate fiscal year working capital funds (Navy) will be used as individual orders are issued. This sole-source requirement is authorized or required by statute in accordance with FAR Part 8.7 Javits-Wagner-O’Day Act (41 U.S. Code 46-48c) and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 Code of Federal Regulations Chapter 51) which implements the AbilityOne Program. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity (N00604-24-D-4001).

AIR FORCE

Science Applications International Corp., Reston, Virginia, has been awarded a maximum $262,430,360 contract bridge modification (P00013) to previously awarded Government Wide Acquisition Contract Alliant 2 vehicle for continued Air Force cloud computing capability. The contract modification is for continued support of commercial cloud services, common architectural and foundational services, and software engineering services to assist with migration and modernization. The modification brings the total cumulative face value of the contract to $1,246,163,495. Work will be performed at the contractor’s designated facilities and is expected to be completed by Sept. 8, 2025. Fiscal 2024 operations and maintenance funds in the amount of $13,804,881 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-24-F-0001).

Collins Elbit Vision Systems LLC, Fort Worth, Texas, has been awarded a $41,670,592 bilateral modification (P00001) implementing negotiated prices at the basic contract level to previously awarded (FA8539-23-D-0003) for repair services to the Joint Helmet Mounted Cueing System. The modification brings the total cumulative face value of the contract to $67,507,984 from $25,459,443. Work will be performed in Atlanta, Georgia; Talladega, Alabama; and Fort Worth, Texas, and is expected to be complete by Sept. 28, 2026. This contract involves Foreign Military Sales to multiple Foreign Military Sales countries. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

DPG Services JV LLP, North Las Vegas, Nevada, was awarded a $76,203,832 firm-fixed-price contract for base operations support. Bids were solicited via the internet with seven received. Work will be performed in Dugway, Utah, with an estimated completion date of Aug. 18, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $229,421 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-C-0005).

Amentum Services Inc., Chantilly, Virginia, was awarded an $8,769,536 modification (P00004) to contract W912GB-24-F-0305 for construction surveillance technicians. Work will be performed in Baumholder, Germany, with an estimated completion date of June 11, 2028. Fiscal 2022 military construction, Army funds in the amount of $8,769,536 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity.

MISSILE DEFENSE AGENCY

Modern Technology Solutions Inc., Alexandria, Virginia, is being awarded a competitive, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $73,568,329. Under this new contract, the contractor will build advance the state-of-the-art in collaborative, constructive experimentation and evaluation of missile defeat kill webs (MDKW). The contractor will create a digital engineering ecosystem that enables experiments and evaluations of MDKW including left-through-right of launch. A task order in the amount of $11,919,845 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from Aug. 19, 2024, through Aug. 18, 2029. This contract was competitively procured via publication on the government-wide Point-of-Entry website under the Missile Defense Agency’s (MDA) Broad Agency Announcement HQ0860-23-S-0001. Fiscal 2023 research, development, test and evaluation Congressional-Plus-Up funds in the amount of $1,804,347 are being obligated on the first task order. MDA, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-24-D-0001).

DEFENSE LOGISTICS AGENCY

Choctawhatchee Electric Cooperative Inc., DeFuniak Springs, Florida, has been awarded a maximum $44,781,320 modification (P00071) to a 50-year contract (SP0600-16-C-8314) with no option periods incorporating the economic-price adjustment agreement for electric utility services at Eglin Air Force Base, Florida. This is a fixed-price with economic-price-adjustment contract. The performance completion date is July 31, 2067. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2067 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Oklahoma City Water Utilities Trust, Oklahoma City, Oklahoma, has been awarded an $8,510,197 modification (P00015) to a 50-year contract (SP0600-20-C-8331), with no option periods, for water and wastewater utility services at Tinker Air Force Base, Oklahoma City, Oklahoma. This is a regulated tariff rate contract. The performance completion date is Oct. 31, 2071. Using military service is Air Force. Type of appropriation is fiscal 2024 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, is awarded a modification (P00002) valued at $25,777,598 to bridge a previously awarded firm-fixed-price contract (HT001124C0011) for Global Nurse Advice Line (GNAL) support services. The GNAL is a service to the Military Health System eligible beneficiaries and provides access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. Fiscal 2024 operation and maintenance funds are obligated to exercise and fully fund Option Two contract line items 2001-2007 for six months from Sept. 18, 2024, through March 17, 2025. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

8/20

ARMY

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $1,541,861,429 fixed-price with economic-price-adjustment contract for the Family of Heavy Tactical Vehicles. 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 Aug. 19, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0008).

J&J Worldwide Services, Austin, Texas (W91278-24-D-0055); Facility Services Management Inc., Clarksville, Tennessee (W91278-24-D-0056); Korte Construction Co., St. Louis, Missouri (W91278-24-D-0057); Johnson Controls Building Automation Systems, Huntsville, Alabama (W91278-24-D-0058); NAN Inc., Honolulu, Hawaii (W91278-24-D-0059); Valiant Government Services, Fayetteville, North Carolina (W91278-24-D-0060); 2A LLC,* Aberdeen, Maryland (W91278-24-D-0061); Bering-J&J JV,* Anchorage, Alaska (W91278-24-D-0062); Global Engineering & Construction LLC,* Renton, Washington (W91278-24-D-0063); Strategic Industry,* Kingsburg, California (W91278-24-D-0064); and Su-Mo Builders,* Honolulu, Hawaii (W91278-24-D-0065), will compete for each order of the $99,000,000 firm-fixed-price contract for design-build construction. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 19, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Great Lakes Dock and Dredge Co. LLC, Houston, Texas, was awarded a $65,875,022 firm-fixed-price contract to deepen and widen Mobile Harbor. Bids were solicited via the internet with three received. Work will be performed in Irvington, Alabama, with an estimated completion date of April 27, 2025. Fiscal 2020 civil construction funds and fiscal 2024 civil operation and maintenance funds in the amount of $65,875,022 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0044).

Avalon Contracting Inc.,* Tacoma, Washington (W911S8-24-D-0003); CMEC LLC,* Post Falls, Idaho (W911S8-24-D-0004); Cannon Constructors LLC,* Milton, Washington (W911S8-24-D-0005); M.J. Takisaki Inc.,* Seattle, Washington (W911S8-24-D-0006); and F.L. Pinto Companies LLC,* McLean, Virginia (W911S8-24-D-0007), will compete for each order of the $24,000,000 firm-fixed-price contract for minor maintenance, repair and construction work. 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 Aug. 18, 2029. 418th Contracting Support Brigade, Joint Base Lewis McChord, Washington, is the contracting activity.

NAVY

Carahsoft Technology Corp., Reston, Virginia (N66001-24-A-0056); TD Synnex, Greenville, South Carolina (N66001-24-A-0057); and EC America, Mclean, Virginia (N66001-24-A-0058), are awarded a multiple award, firm-fixed-price, blanket purchase agreement (BPA), with an estimated value of $848,400,000, using the General Services Administration (GSA) Federal Supply Schedule. The Department of Defense Enterprise Software Initiative (DOD ESI) BPAs will provide Red Hat subscription software licenses for on-premises and cloud environments. Red Hat software products are required by the DOD to support warfighting operations and missions, protect against network vulnerabilities, ensure compatibility across network systems, and reduce costs. Additionally, Red Hat software products are required as the Linux operating system is used extensively on a range of workloads in physical, virtual, and cloud environments. Red Hat Enterprise Linux editions are available for servers, mainframe, SAP applications, OpenStack platforms, desktops, data centers, and edge servers. These agreements are issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement Section 208.74. The ordering period will be for five years, base ordering period of three years and one option period of two years. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using primarily operations and maintenance funds. This contract was competitively procured via publication on the GSA E-Buy web site with 990 vendors solicited, three responses received, and three selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

AIM Engineering K.K., Iwakuni, Japan (N40084-24-D-0076); American Engineering Corp., Ginowan-shi, Japan (N40084-24-D-0077); Kikkawa Co. Ltd. Kurashiki-shi, Japan (N40084-24-D-0078); Maeda Road Construction Co. Ltd., Shinagawa-ku, Japan (N40084-24-D-0079); MECCS Mitomo JV, Chuo-ku, Japan (N40084-24-D-0080); Oshima Shokai Co. Ltd., Iwakuni-shi, Japan (N40084-24-D-0081); Sankyo Reinetsu Co. Ltd., Fukuyama, Japan (N40084-24-D-0082); Seiki Tokyu Kogyo Co. Ltd., Akishima, Japan (N40084-24-D-0083); and TECC Corp., Yokohama, Japan (N40084-24-D-0084), are awarded a combined $250,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-bid-build construction contact for repairs, alternation, construction, and demolition work to shore facilities at Marine Corps Air Station Iwakuni, Japan. TECC Corp. will be awarded $113,650 for the seed project. All remaining awardees will be awarded $3,039 each for the minimum contract guarantee at contract award. The maximum dollar value, including the base period and one option period, is $250,000,000. Work will be performed at various locations in Iwakuni, Japan, and is expected to be completed by August 2032. Fiscal 2024 operation and maintenance (Marine Corps) funding in the amount of $137,962 will be obligated at time of award and will expire at the end of the current fiscal year. The contract was competitively procured via the sam.gov website, with nine offers received. Naval Facilities Engineering Systems Command Far East, Yokosuka Naval Base, Japan, is the contracting activity.

Lockheed Martin, Rotary and Missions Systems, Liverpool, New York, is awarded a $113,643,908 firm-fixed-price modification to a previously awarded contract (N00024-20-C-5503) for option exercise of full rate production Surface Electronic Warfare Improvement Program AN/SLQ-32(V)6 and AN/SLQ-32C(V) six systems. This contract combines purchases for the Navy (80%), and the government of Japan (20%), under the Foreign Military Sales (FMS) program. Work will be performed in Liverpool, New York (78%); and Lansdale, Pennsylvania (22%), and is expected to be completed by October 2026. Fiscal 2024 shipbuilding and conversion (Navy) in the amount of $86,926,728 (76%); fiscal 2024 FMS in the amount of $21,731,682 (20%); and fiscal 2024 other procurement (Navy) funds in the amount of $4,985,498 (4%), 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.

Design Partners Inc., Honolulu, Hawaii, is awarded an $80,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N62478-19-D-5029) for architect-engineer services. This award brings the total cumulative face value of the contract to $210,000,000. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%), with an expected completion date of August 2024. No funds will be obligated at time of award. Task orders will be primarily funded by operation and maintenance, Navy, and military construction funds. NAVFAC Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity.

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $39,683,997 cost-plus-fixed-fee modification to previously awarded contract (N00024-21-C-5100) to increase engineering labor and support for Automated Test and Analysis requirements. Work will be performed in Arlington, Virginia (63%); Mount Laurel, New Jersey (21%); San Diego, California (8%); and Boston, Massachusetts (8%). Work is expected to be completed by November 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funding in the amount of $10,232,288 (82%); fiscal 2024 Defense-wide research, development, test and evaluation funding in the amount of $1,000,000 (8%); fiscal 2024 research, development, test and evaluation (Army) funding in the amount of $688,000 (5%); and fiscal 2024 operations and maintenance (Navy) funding in the amount of $577,059 (5%), will be obligated at time of award, of which $577,059 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Dunlop Aircraft Tyres Inc., Mocksville, North Carolina, has been awarded an estimated $7,640,593 firm-fixed-price requirements contract for aircraft tires. This was competitive acquisition with three responses received. This is a three-year contract with no option periods. The performance completion date is Aug. 19, 2027. Using military services are Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-24-D-0083).

*Small business

8/21

AIR FORCE

Northrop Grumman Systems Corp., Space Systems Division, Redondo Beach, California, was awarded a $97,348,304 contract modification (P00090) to a previously awarded contract (FA8810-18-C-0006) for Next Generation Overhead Persistent Infrared Polar Space Vehicles 1 and 2 for the additional scope to complete the design, build, integration and testing of mission payload. The modification brings the total cumulative face value of the contract to $2,301,726,852. Work will be performed in Redondo Beach, and Azusa, California, and is expected to be completed by July 25, 2026. Fiscal 2024 research and development funds in the amount of $39,597,988 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Booz Allen Hamilton, McLean, Virginia, was awarded a $82,742,559 firm-fixed-price, level-of-effort contract for continued life cycle management process – integrated data environment (LCMP-IDE) support. This contract provides for support of the LCMP-IDE program management tool and software system, plus infrastructure, applications, and related IT management services. Work will be performed at McLean, Virginia; and Hill Air Force Base, Utah, and is expected to be completed by Aug. 17, 2029. This contract was a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $3,147,556 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8219-24-F-0010). (Contract awarded on Aug. 17, 2024)

RTX, Fullerton, California was awarded a $9,923,932 firm-fixed-price, cost-plus-fixed-fee contract for providing continuation of software maintenance services and support for deployed Situation Awareness Data Link receiver transmitters. Work will be performed in Fullerton, California, and is expected to be completed Feb. 21, 2030. This contract was a sole source acquisition. Fiscal 2024 operational and maintenance funds in the amount of $947,336 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2291-24-C-B0008).

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $97,262,416 cost-plus-fixed-fee contract for various H-60 Black Hawk configurations. 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 Aug. 21, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0059).

Weeks Marine Inc., Covington, Louisiana, was awarded a $58,252,000 firm-fixed-price contract for dredging. Bids were solicited via the internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of June 23, 2025. Fiscal 2024 civil construction funds in the amount of $58,252,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0007).

Plateau Software Inc., Fairfax, Virginia, was awarded a $49,000,000 firm-fixed-price contract for general application support, system management, operations and maintenance, cybersecurity and training in support of the Army’s Environmental Health and Safety system. 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 Aug. 21, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-D-0054).

Beckenhauer Construction Inc.,* Norfolk, Nebraska (W50S89-24-D-0001); BKM Construction LLC,* Leavenworth, Kansas (W50S89-24-D-0002); Caspers Construction Co.,* Beatrice, Nebraska (W50S89-24-D-0003); Elkhorn West Construction Inc.,* Omaha, Nebraska (W50S89-24-D-0004); Firelake Construction Inc.,* Lawrence, Kansas (W50S89-24-D-0005); Fuller Construction Holding Co. Inc.,* Chadron, Nebraska (W50S89-24-D-0006); HD Inc.,* Loveland, Colorado (W50S89-24-D-0007); Mark-VII Enterprises Inc.,* Omaha, Nebraska (W50S89-24-D-0008); Razor Consulting Solutions Inc.,* Watford City, North Dakota (W50S89-24-D-0009); RGC Constructors Inc.,* Omaha, Nebraska (W50S89-24-D-0010); Shekar Engineering P.L.C.,* Des Moines, Iowa (W50S89-24-D-0011); and Venus Unlimited LLC,* Davey, Nebraska (W50S89-24-D-0012), will compete for each order of the $38,000,000 firm-fixed-price contract for maintenance, repair, and construction services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2029. U.S. Property and Fiscal Office, Nebraska, is the contracting activity.

ADC Engineering Inc.,* Hanahan, South Carolina (W9133L-24-D-6109); Prairie-Hanson 8A JV,* Columbia, Illinois (W9133L-24-D-6110); and Raymond Pond Enterprise Solutions JV LLC,* Conyers, Georgia (W9133L-24-D-6111), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 20, 2029. The National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.

DHPC Technologies Inc., Woodbridge, New Jersey, was awarded a $14,690,271 cost-plus-fixed-fee contract for research, development and rapid prototyping of Next-Generation Army Precision Targeting Solutions. Bids were solicited via the internet with one received. Work will be performed in Woodbridge, New Jersey, with an estimated completion date of Aug. 21, 2024. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $3,502,000 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-C-0056).

George Harms Construction Co. Inc., Farmingdale, New Jersey, was awarded a $13,416,051 firm-fixed-price contract to construct new sheet pile wall. Bids were solicited via the internet with 15 received. Work will be performed in Newark, New Jersey, with an estimated completion date of Oct. 19, 2025. Fiscal 2014 civil construction funds in the amount of $13,416,051 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0025).

DEFENSE LOGISTICS AGENCY

Michelin North America Inc., Greenville, South Carolina (SPE7LX-24-D-0085, $41,438,584); and The Goodyear Tire and Rubber Co., Akron, Ohio (SPE7LX-24-D-0084, $22,100,507), have each been awarded a firm-fixed-price requirements contract under solicitation SPE7LX-24-R-0058 for aircraft tires. This was competitive acquisition with three responses received. These are three-year contracts with no options. The performance completion date is Aug. 19, 2027. Using military services are the Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio. (Awarded August 20, 2024)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SRI International, Menlo Park, California (HR0011-24-A-0001); Capital Factory Properties LLC, Austin, Texas (HR0011-24-A-0002); The General Hospital Corp., Boston, Massachusetts (HR0011-24-A-0003); Wireless Research Center of North Carolina, Wake Forest, North Carolina (HR0011-24-A-0004); and Hyperion Technologies LLC, Arlington, Virginia (HR0011-24-A-0005), were awarded a maximum value $25,000,000 (total sum among all five contractors) hybrid, firm-fixed-price and time-and-materials, multiple-award blanket purchase agreement for the Commercial Accelerator program. This agreement provides for expert technological and industry proficiency to conduct ongoing, iterative assessments of the technical solutions’ commercial viability. Work will be performed in Menlo Park, California; Austin, Texas; Boston, Massachusetts; Wake Forest, North Carolina; and Arlington, Virginia, with an expected completion date of August 2027. This agreement will not obligate funds at the time of award. This agreement was a competitive acquisition under solicitation HR0011-24-Q-0002, and 39 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

NAVY

Oceanetics Inc.,* Annapolis, Maryland, is awarded a $15,000,000 firm-fixed-price modification to a previously awarded contract (N39430-23-D-4050) for a capacity increase of the firm-fixed-price contract line-item number. This award brings the total cumulative face value of the contract to $114,989,368. Work will be performed at various locations within the Naval Facilities Engineering (NAVFAC) and Expeditionary Warfare Center (EXWC) area of responsibility and will be completed by May 2028. No funds are associated with this modification as the capacity increase solely raises the not to exceed limit under the firm-fixed price contract line-item number. The contracting activity is NAVFAC EXWC, Naval Base Ventura County, Port Hueneme, California.

SCMI1, Hauppauge, New York, was awarded a $9,147,794 firm-fixed-price contract action to provide hull, mechanical, and electrical systems engineering support services for engineering, logistics, and technical support services to Southeast Regional Maintenance Center (SERMC). Work will be performed in Jacksonville, Florida (75%); and support provided at other continental U.S. (20%); and outside of the continental U.S. locations (5%). Fiscal 2024 operations and maintenance (NAVY) funds in the amount of $1,830,514 were obligated at the time of award to base Contract Line-Item Numbers 5000, 5001, 5002, 5003, 5004, 5005, 5006, 5007, 5008, 5009, 5010, 5011, 5012, 5013, 5014, 5015, and 5016, and will not expire at the end of the current fiscal year. This contract was competitively procured using a small business set-aside via www.seaport.navy.mil and four offers were received. SERMC, Mayport, Florida, is the contracting activity (N0017819D8601/N40027-24-F-3001). (Awarded on Aug. 20, 2024)

*Small business

8/22

DEFENSE INFORMATION SYSTEMS AGENCY

Viasat Inc., Carlsbad, California, was awarded a $153,500,000 non-competitive, cost-plus-fixed-fee, and cost contract for Army Blue Force Tracker-2 (BFT2) engineering support services. The period of performance is a one-year base with four one-year options. The contract is funded by fiscal 2024 other procurement Army funds. Performance will take place at the contractor facility in Carlsbad, California; continental U.S. (CONUS) BFT Global Network sites; and outside CONUS satellite ground station locations. The period of performance for the base period is Aug. 21, 2024, to Aug. 20, 2025; if all options are exercised, the contract performance will end Aug. 20, 2029. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

MVL USA Inc., Lansing, Michigan, was awarded a $91,378,720 firm-fixed-price contract to construct a new air traffic control tower and passenger terminal complex. Bids were solicited via the internet with three received. Work will be performed in Kwajalein Atoll, Marshall Islands, with an estimated completion date of Sept. 1, 2027. Fiscal 2020 and 2022 military construction, Army funds and fiscal 2024 research, development, test and evaluation, Army in the amount of $91,378,720 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W9128A-24-C-0012).

Stryker Endoscopy, San Jose, California, was awarded a $22,379,100 firm-fixed-price contract for sterile processing distribution, operating rooms and outpatient clinical support. Bids were solicited via the internet with five received. Work will be performed at Joint Base San Antonio-Fort Sam Houston, Texas, with an estimated completion date of Sept. 3, 2029. Fiscal 2024 Defense Health Program funds in the amount of $22,379,100 were obligated at the time of the award. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-24-C-0011).

JP Industries, Tucson, Arizona, was awarded a $20,393,363 firm-fixed-price contract for custodial support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W9124A-24-D-0001).

S&E Services Inc.,* Edison, New Jersey, was awarded an $18,031,380 firm-fixed-price contract for repairs at Camp Buckner, U.S. Military Academy. Bids were solicited via the internet with two received. Work will be performed in Highland Mills, New York, with an estimated completion date of Jan. 1, 2026. Fiscal 2024 military construction, Army funds in the amount of $18,031,380 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0026).

Abhe & Svoboda Inc., Jordan, Minnesota, was awarded a $17,402,880 firm-fixed-price contract for lock and dam maintenance. Bids were solicited via the internet with four received. Work will be performed in Fountain City, Wisconsin, with an estimated completion date of Nov. 24, 2028. Fiscal 2024 civil construction funds in the amount of $17,402,880 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-24-C-0014).

L3 Technologies Inc. Communication Systems-West, Salt Lake City, Utah, was awarded a $14,662,940 firm-fixed-price contract for hardware and services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 28, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-F-0375).

Halff Associates Inc., Richardson, Texas, was awarded a $10,846,316 firm-fixed-price contract for remedial design of the Sandoval Zinc Co. Superfund Site. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 2, 2027. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-F-0038).

NAVY

Information Systems and Networks Corp., Bethesda, Maryland, is awarded a $27,297,042 modification to previously awarded firm-fixed-price contract (M95494-20-C-0002). This modification exercises Option Period Four and provides property management support to the Marine Corps service members residing in Unaccompanied Housing (UH). This modification also increases the number of full-time-equivalent building managers to meet the fiscal 2024 National Defense Authorization Act requirements to replace active-duty Marines currently performing barracks manager (and collateral building manager) duties across the Marine Corps UH portfolio. This modification increases the value of the basic contract by $27,297,042, the new total is $45,178,878. Work will be performed at approximately 26 installations located in inside and outside of the continental U.S., including Okinawa, Japan (23%); Oceanside, California (21%); Jacksonville, North Carolina (21%); San Diego, California (6%); Port Royal, South Carolina (5%); Twentynine Palms, California (4%); Kaneohe, Hawaii (4%); Quantico, Virginia (4%); Havelock, North Carolina (3%); Yuma, Arizona (3%), and various other locations below 1%. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $27,297,042 will be obligated at time of award. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

J.F. Taylor Inc.,* Lexington Park, Maryland, is awarded a $12,857,547 modification (P00007) to a previously awarded cost-plus-fixed-fee, level-of-effort, indefinite-delivery/indefinite-quantity contract (N0042120D0008). This modification exercises an option to and increases the contract ceiling to provide continued systems engineering, technical services, and supplies in support of the Simulation Division development projects, laboratories and operations to include hardware design, fabrication, software development, integration, testing, delivery, initial operational support, maintenance, and upgrade for simulation systems for the Navy. Work will be performed in Patuxent River, Maryland (50%); Lexington Park, Maryland (35%); and other various locations within and outside the continental U.S. (15%), and is expected to be completed November 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

DEFENSE COMMISSARY AGENCY

Summit Construction Inc., Santa Rosa Beach, Florida, has been awarded a contract for $9,959,780 funded by the Defense Commissary Agency Surcharge Trust Fund Collections for the replacement of the commissary’s existing HVAC, refrigeration, and décor upgrade at Fort Buchanan, Puerto Rico. Work is expected to be completed by Aug. 24, 2026. This firm-fixed award is a result of a competitive small business set aside solicitation. Four bids were received in response to the invitation for bids posted on the governmentwide point of entry. The contracting activity is the Defense Commissary Agency, Acquisition Management Directorate, Construction and Design Branch, Joint Base San Antonio, Lackland, Texas (HQC00324C0002).

*Small business

8/23

AIR FORCE

Northrop Grumman Systems Corp., Colorado Springs, Colorado, was awarded a $200,250,000 cost-plus-incentive-fee contract for Deep Space Advanced Radar Capability (DARC) Site 2. This contract provides an award, to include the design, integration, and testing of the second DARC radar site, which will be within the European Command area of responsibility through a partnership with the United Kingdom. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Feb. 4, 2030. This contract was a sole source award. No funds are being awarded at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity. (FA8820-24-C-B001)

Mercer Engineering Research Center, Warner Robins, Georgia, was awarded a $70,000,000 indefinite-delivery-indefinite-quantity modification (P00015) to previously awarded (FA8530-20-D-0001) for essential engineering services required to fulfill forthcoming requirements at Robins Air Force Base, Georgia. This modification brings the total cumulative face value of the contract to $213,700,000. Work will be performed in Warner Robins, Georgia; and at Robins AFB, Georgia; and is expected to be completed by June 30, 2030. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity.

Raytheon Co., Goleta, California, was awarded a $26,452,690 cost-reimbursement contract for the creating arrays for strategic electro-optical, proliferated and exquisite program. The contract builds seeks to characterize performance and improve yields of medium and large format focal plane arrays. Work will be performed in Goleta, California, and is expected to be completed by Feb. 23, 2029. This award is the result of a competitive acquisition, and three offers were received. Fiscal 2024 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X010).

BAE Systems Information & Electronic Systems Integration Inc., Merrimack, New Hampshire, was awarded a $25,000,000 ceiling indefinite-delivery-indefinite-quantity, cost-plus-fixed-fee contract for the Seeker for Agile Guidance Experimentation. This contract will support the developmental testing of two use cases, supported by two subsequent kinetic hardware in the loop software seeker testing events following seeker delivery. Work will be performed in Merrimack, New Hampshire; and Eglin Air Force Base, Florida, and is expected to be completed by Aug. 23, 2029. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $728,329 are being obligated at time of award. The Air Force Research Laboratory is the contracting activity (FA8651-24-D-B011).

MaChis Mid-Atlantic Inc., Clinton, Maryland, was awarded a $22,746,452 firm-fixed-price construction contract for the repair and modernization of an 89th Maintenance Group building. This contract provides for all architectural and engineering services as required to finalize a government provided design and complete all construction required to execute the design. Work will be performed at Joint Base Andrews, Maryland, and is expected to be completed by June 5, 2026. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $17,568,540 are being obligated at the time of award. The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA2860-24-C-0011).

Thomas Instrument Inc., Brookshire, Texas, was awarded a $9,093,302 firm-fixed-price requirements contract for the remanufacture of the B-1B lower rudder and master pitch/roll servo-cylinder. Work will be performed in Brookshire, Texas, and is expected to be completed by Aug. 22, 2029. This contract was a competitive acquisition, and one offer was received. No funds are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-24-D-0018).

DEFENSE HEALTH AGENCY

Goldbelt Glacier Health Service LLC, Alexandria, Virginia, was awarded a modification to a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HT941022D0002) to increase the total value to $100,000,000 for nurse and health care worker services in Japan to provide nursing, physician assistant, mental health case manager, and administrative assistant support. Work will be performed at multiple Navy and Air Force military medical hospital and clinics throughout Japan. The contract was a direct award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4). Fiscal 2024 operations and maintenance funds were obligated at time of award. The period of performance on this contract is from Aug. 28, 2022, to Aug. 27, 2027. The Defense Health Agency, Western Healthcare Operations Contracting Division, San Diego, California, is the contracting activity.

NAVY

Canadian Commercial Corp. (representing StandardAero Ltd., also known as SAE), Ottawa, Canada (N64498-24-D-4027); RWG Repair & Overhauls USA Inc., Houston, Texas (N6449824D4028); and Hanwha Aerospace, Changwon, South Korea (N6449824D4029), are awarded a combined $81,742,631 firm-fixed-price, indefinite delivery/indefinite quantity contract for K34 marine gas turbine engines repairs. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. The contracts awarded to the three vendors are not to exceed a combined or total value of $81,742,631, over a five-year ordering period. Work will be completed at the contractor’s facilities in Ottawa, Canada; Houston, Texas; and Changwon, South Korea, and is expected to be completed by July 2030. The contract will have a five year ordering period. Fiscal 2024 operation and maintenance (Navy) funds in the total amount of $1,500 will be obligated at time of award, and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was procured on a limited sources basis in accordance with 10 U.S. Code 3204(a)(1). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

L3 Technologies, Incorporated Systems Co., Camden, New Jersey, is awarded a $29,276,702 cost-plus-fixed-fee modification to the previously awarded contract (N00024-22-C-5514) to exercise an option for engineering services, travel, and incidental materials for the Shipboard Panoramic Electro-Optical Infrared system. Work will be performed in Mason, Ohio (51%); Tulsa, Oklahoma (32%); Northampton, Massachusetts (9%); Norfolk, Virginia (7%); and various locations across the U.S., each less than 1% (1%). Work is expected to be completed by August 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $1,399,140 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.

TTT-Cubed Inc., Freemont, California, is awarded a $29,071,946 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures the fabrication, test and delivery of up to a maximum of 250 Band One Integrated Stabilized Radio Frequency (ISRFS) and up to a maximum quantity of 125 Band Two ISRFS as well as repairs, teardown and evaluation, and modification to modify or develop variants of the ISRFS to meet new simulation of threats against U.S. forces in a dynamic electronic attack, for the Airborne Threat Simulation Organization in support of the Naval Air Warfare Center Weapons Division (NAWCWD). Work will be performed in Fremont, California (100%), and is expected to be completed by August 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 electronic request for proposal; one offer was received. NAWCWD, China Lake, California, is the contracting activity (N6893624D0017).

BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida, was awarded a $26,225,607 cost-plus-award-fee modification to exercise an option to a previously awarded contract (N00024-20-C-2320) for the accomplishment of a post shakedown availability (PSA). The PSA is for one Freedom variant littoral combat ship (LCS 29). Work will be performed in Mayport, Florida, and is expected to complete February 2026. Fiscal 2024 Shipbuilding and Conversion (Navy) funding in the amount of $4,911,885 will be obligated at the 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. (Awarded Aug. 21, 2024)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $24,995,517 cost-plus-incentive-fee modification to a previously awarded contract (N00024-23-C-5123) to exercise options for in-Service AEGIS combat system baseline sustainment, Baseline 10 System Integration and Fielding, and product documentation. Work will be performed in Moorestown, New Jersey and is expected to be completed by Dec. 31, 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $10,994,304 (43%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $10,784,514 (43%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,419,697 (10%); fiscal 2022 weapons procurement (Navy) funds in the amount of $580,295 (2%); fiscal 2022 other procurement (Navy) funds in the amount of $116,766 (1%); and fiscal 2024 weapon procurement (Navy) funds in the amount of $49,941 (1%), will be obligated at time of award and funds in the amount of $14,161,062 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington D.C., is the contracting activity.

ARMY

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, was awarded a $52,192,314 modification (P00060) to contract W58RGZ-22-C-0010 for HH-60M Black Hawk helicopters. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2022 and 2023 aircraft procurement, Army funds in the amount of $52,192,314 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sedona-Nasco JV2 LLC,* Las Cruces, New Mexico, was awarded a $45,000,000 firm-fixed-price contract for sustainment, restoration and modernization at Joint Base San Antonio and Corpus Christi Army Depot. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 22, 2027. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-D-0033).

Parsons Government Services Inc., Centreville, Virginia, was awarded a $16,915,407 firm-fixed-price contract for design-bid-build construction of the Lt. Col. Hernan G. Pesquera Army Reserve Center Microgrid. Bids were solicited via the internet with eight received. Work will be performed in Juana Diaz, Puerto Rico, with an estimated completion date of April 25, 2026. Fiscal 2020, 2021, and 2023 military construction, defense-wide funds in the amount of $16,915,407 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0027).

Saab Inc., Orlando, Florida, was awarded an $8,302,037 firm-fixed-price contract for the procurement of spare parts and services to repair live-fire targetry, targetry systems, and ranges. Bids were solicited via the internet with one received. Work will be performed in Orlando, Florida, with an estimated completion date of Aug. 16, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $8,302,037 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0005).

DEFENSE LOGISTICS AGENCY

M M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $17,289,492 modification (P00015) exercising the third one‐year option period of a one‐year base contract (SPE1C1‐21‐D-1490) with three one‐year option periods for cold weather jackets. This is a firm‐fixed‐price, indefinite-delivery/indefinite‐quantity contract. The ordering period end date is Aug. 26, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Bernard CAP LLC,* Hialeah, Florida, has been awarded a maximum $14,242,687 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s polyester white trousers. This was a competitive acquisition with five responses received. This is a five-year contract with no option periods. The ordering period end date is Aug. 20, 2029. Using military service is Navy. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0066).

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $11,598,076 delivery order (SPRTA1-24-F-0095) and modification (P00008) to a four-year subsumable base contract (SPRTA1-19-D-0001) with one five-year option period for additional pricing for the manufacture and production of B-2 aft liner spares. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is California, with a Jan. 31, 2029, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

TRANSPORTATION COMMAND

Raytheon BBN Technologies Corp., Cambridge, Massachusetts (HTC71118DD001), is awarded a contract modification (P00012) with a face value of $10,000,000 for continued operational and development support for the Analysis of Mobility Platform program, which is a comprehensive transportation modeling, simulation, and optimization environment used to analyze and assess the movement of military-related cargo and personnel within the Defense Transportation System. The modification of this indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract, with a fixed-priced contract line item for sustainment brings the cumulative face value to $123,500,00. The locations of performance are Cambridge, Massachusetts; and Scott Air Force Base, Illinois. The period of performance is extended from Oct. 1, 2024, to March 31, 2025. Working capital funds (Transportation) will be obligated on individual Task Orders. The U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

*Small business
**Small business in historically underutilized business zone
This entry was posted on Tuesday, August 27, 2024 1:10 pm

Leave a Reply

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

Notify me of updates to this conversation