INSIDE THE

NEWS + ADVICE

DoD Contracts: SAIC, Northrop Grumman, Booz Allen Hamilton, Week of 4-22-24 to 4-26-24

Posted by Ashley Jones
aircraft

4/22

NAVY

Raytheon Missiles & Defense, Tewksbury, Massachusetts, is awarded a $212,514,179 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only modification to a previously awarded contract (N00024-22-C-5522) for an option exercise of combat system engineering, miscellaneous material, and travel supporting combat system installation, integration, development, testing, correction, maintenance, and modernization of ZUMWALT class mission systems and mission system equipment. Work will be performed in Portsmouth, Rhode Island (40%); Tewksbury, Massachusetts (33%); San Diego, California (11%); Nashua, New Hampshire (9%); Pascagoula, Mississippi (6%); and Fort Wayne, Indiana (1%), and is expected to be completed by April 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,057,392 (37%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,600,000 (27%); fiscal 2024 other procurement (Navy) funds in the amount of $ $2,796,988 (21%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,010,627 (7%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $801,601 (6%); fiscal 2023 other procurement (Navy) funds in the amount of $ $71,263 (1%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $169 (1%), will be obligated at time of award, and $5,057,561 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $167,113,948 modification to previously awarded firm-fixed-price contract (M67854-19-C-0043), in accordance with Federal Acquisition Regulation 6.302-1. This modification provides for the exercise of Ground/Air Task Oriented Radar (G/ATOR) full rate production Lot Six options to procure four full rate production G/ATOR systems and associated data and travel. Work will be performed at Baltimore, Maryland (35%); East Syracuse, New York (19%); Stafford Springs, Connecticut (6%); Tulsa, Oklahoma (4%); Hampstead, Maryland (3%); Santa Clarita, California (3%); Rochester, New York (2%); Atlanta, Georgia (2%); San Diego, California (2%); and various places at 1% each (24%), with an expected completion date of February 2029. Fiscal 2024 other procurement funds (Air Force) in the amount of $167,113,948 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Design West Technologies Inc.,* Tustin, California, is awarded a $17,813,945 firm-fixed-price modification to a previously awarded contract (N6339422C0008) to exercise options for the manufacture, assembly, test, and delivery of a vertical launching system motor control panel, status panel, associated maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. Work will be performed in Tustin, California, and is expected to be completed by November 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $9,514,695 (53%); and Foreign Military Sales (FMS) funds in the amount of $8,299,250 (47%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. government (53%); and the governments of Canada (35%) and Australia (12%), under the FMS program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Coffin Turbo Pumps Inc.,* Englewood, New Jersey, is awarded a $13,928,262 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of turbine driven main feed pumps with tools and spare parts for Navy LHD class ships. Work will be performed at the contractor’s facilities in Englewood, New Jersey, and is expected to be completed by April 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $76,318 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was procured competitively via sam.gov, with one offer received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-0003).  

Dcode Group Inc., * Washington, D.C., is awarded $10,605,490 for a firm-fixed-priced task order (N00189-24-F-R037) under previously awarded basic ordering agreement (N00189-24-G-R001) to provide deployment, sustainment, maintenance, and enhancement support services for the Naval Autonomous Data Collection System, in support of Naval Supply Systems Command. The contract will include a one-year base period with two one-year option periods which, if exercised, will bring the total estimated value to $32,503,240. All work will be performed in Washington, D.C. Work is expected to be completed by April 2025; if all options are exercised, the ordering period will be completed by April 2027. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,000,000 will be obligated at time of award, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. The requirement was solicited for this sole-source procurement pursuant to the authority of 10 U.S. Code 3204(a)(5) as implemented by Federal Acquisition Regulation 6.302-5 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Regional Directorate, Mechanicsburg, Pennsylvania, is the contracting activity.

AIR FORCE

Lockheed Martin Corp., Rotary and Mission Systems, King of Prussia, Pennsylvania, was awarded a $156,988,653 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) enterprise software. This contract provides for the sustainment, modernization, and advancement of JASSM enterprise management software; operational real-time combat analysis systems; SMART-Sync software; mission optimization analysis and reporting capabilities; terminal area model automation systems engineering, integration, and test; and enhanced JASSM advanced training. Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by April 21, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $10,000,000 are being obligated at time of award for the base year, along with procurement funds of $602,555. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-24-C-B002).

One Network Enterprises, Dallas, Texas, has been awarded an $18,261,682 hybrid, firm-fixed-price, level-of-effort contract, for the configuration, development, deployment, and sustainment of Foundational Logistics Information Technology Enterprise System (FLITES) Minimal Viable Product (MVP). This contract is a follow-on contract to continue the development and deployment of MVP1, and all other applicable MVPs, and subsequent deployments during the period of performance of the subject delivery order. The work will consist of software license, continued development of a commercial off-the-shelf software, technical support, and the associated software support necessary to enable the configuration of the FLITES solution. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 26, 2025. This award is a delivery order off an indefinite-delivery/definite-quantity contract that was competitively awarded between five offerors. Fiscal 2024 research, development, test, and evaluation funds in the amount of $5,376,997 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-24-F-B001).  

DEFENSE LOGISTICS AGENCY

Twin Disk Inc., Racine, Wisconsin, has been awarded a maximum $10,955,700 firm-fixed-price delivery order (SPRDL1-24-F-0119) against a five-year long-term contract (SPRDL1-21-D-0036) for hydraulic and container transmissions. This was a competitive acquisition with one response received. The ordering period end date is May 3, 2026. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan. 

ARMY

Cotter-MOCA JV,* Burr Ridge, Illinois, was awarded a $7,500,000 firm-fixed-price contract for architecture and engineering design services. 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 April 30, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2005).  

*Small Business

4/23

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $102,064,704 cost-plus-incentive-fee modification to previously-awarded contract N00024-23-C-5123 for capability package development and fielding, system integration and fielding, and in-service sustainment in support of current configurations of the AEGIS combat system. Work will be performed in Moorestown, New Jersey, and is expected to be completed by Dec. 31, 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $24,803,348 (71%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $6,183,214 (18%); fiscal 2024 operation and maintenance (Navy) funds in the amount of $2,029,852 (6%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $999,114 (3%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $394,513 (1%); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $9,546 (1%) will be obligated at time of award, and funds in the amount of $3,028,966 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, is awarded a $40,069,033 hybrid (firm-fixed-price, cost-plus fixed-fee) delivery order for the procurement of Remotely Operated Ground Unit for Expeditionary Fires carriers for use in the Navy/Marine Expeditionary Ship Interdiction System . Work will be performed in Alexandria, Virginia (18%); Gaithersburg, Maryland (15%); and Oshkosh, Wisconsin (67%). Work is expected to be completed in December 2026. Fiscal procurement 2024 (Marine Corps) funds in the amount of $40,069,033 will be obligated at the time of the award and will not expire at the end of the current fiscal year. This action is a negotiated delivery order in accordance with 10 U.S. Code § 3403(c). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-F-1004). 

Imagine One Technology & Management Ltd., Lexington Park, Maryland, is awarded a $35,813,685 cost-plus-fixed-fee definitized bridge contract action for informational technology services in support of Naval Sea Systems Command, Digital Industrial Operations, Navy Maritime Maintenance Enterprise Solution Program. This contract includes an option which, if exercised, would bring the cumulative value of this contract to $58,790,185. Work will be performed in Norfolk, Virginia (88%); Lexington Park, Maryland (2%); Rocket Center, West Virginia (6%); Bremerton, Washington (1%); Kittery, Maine (1%); Pearl Harbor, Hawaii (1%); and Washington, D.C. (1%), and is expected to be completed by October 2024. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $4,000,000 (87%); and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $600,000 (13%) will be obligated at time of award, of which $4,000,000 will expire at the end of fiscal 2025, and $600,000 at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center Corona Division, Corona, California, is the contracting activity (N6426724C0021).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $9,063,776 modification (P00006) to a previously awarded fixed-price incentive (firm-target), cost-plus-fixed-fee, cost reimbursable contract (N0001923C0001). This modification increases the contract ceiling to procure the necessary hardware and associated technical engineering, management and logistics support for fabrication, assembly, test, and delivery of eight AN/APR-39 D(V)2 Radar Warning Receiver/Electronic Warfare Management Systems, and eight D(V)2 Battery Handle Assemblies in support of the MV-22B aircraft. Work will be performed in Rolling Meadows, Illinois (50.3%); Woburn, Massachusetts (9.48%); Lansdale, Pennsylvania (8.5%); San Leandro, California (5.42%); Lewisburg, Tennessee (5.3%); Longmont, Colorado (5%); Verona, Wisconsin (2.5%); Salt Lake City, Utah (1.75%); Newark, Delaware (1.6%); Melbourne, Florida (1.29%); Baltimore, Maryland (1.17%); and various locations within the continental U.S. (7.72%), and is expected to be completed in May 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,063,776 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.

CORRECTION: The April 16, 2024, announcement of a $176,313,168 contract award to Aircraft Readiness Alliance JV LLC,** Anchorage, Alaska (N6852024D0001), to provide depot-level maintenance support services for aircraft, aircraft engines and associated components and material, included incorrect procurement information. The contract was competitively procured as an 8(a) small business set-aside, and two offers were received.

DEFENSE LOGISTICS AGENCY

Bren-Tronics Inc.,* Commack, New York, has been awarded an estimated $9,708,829 fixed-price with economic-price-adjustment, indefinite-quantity contract for lithium-ion batteries used in multiple communications platforms. This was a competitive acquisition with four responses received. This is a three-year base contract with two one-year option periods. Location of performance is New York, with an April 22, 2027, performance completion date. Using military services are Army, 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-0042).

*Small Business
**Small disadvantaged business

4/24

NAVY

Colonna’s Shipyard Inc,* Norfolk, Virginia (N0002424D4226); East Coast Repair & Fabrication,* Portsmouth, Virginia (N0002424D4227); General Dynamics NASSCO-Mayport, Jacksonville, Florida (N0002424D4228); BAE Systems Jacksonville Ship Repair LLC, Jacksonville, Florida (N0002424D4229); Fincantieri Marine Repair, Jacksonville, Florida (N0002424D4230); Standard Inspection Services/Standard Welding & Fabrication,* Jacksonville, Florida (N0002424D4231); Epsilon Systems,* Portsmouth, Virginia (N0002424D4232); and Tecnico Corp.,* Atlantic Beach, Florida (N0002424D4233), are awarded a combined $701,167,248 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for repair, maintenance and modernization requirements of non-nuclear Navy Surface ships homeported in, or visiting the Mayport, Florida, region. The scope of work includes continuous maintenance emergent maintenance and short-term (10 months or less in duration) Chief of Naval Operations availabilities. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in the Mayport, Florida, homeport area. Work is expected to be completed by April 2029. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $80,000 is obligated at contract award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the SAM.gov website, with 10 offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Textron Aviation Inc., Wichita, Kansas, is awarded a $121,280,428 modification (P00009) to a previously awarded firm-fixed-price contract (N0001923C0020). This modification exercises options for the production and delivery of 14 Multi-Engine Training System aircraft in support of providing intermediate and advanced training platform for accession into P-8, EP-3, KC-130, E-6, E-2, CMV-22 and MV-22 for the Navy, Marine Corps, and Coast Guard to support the mission of Chief Naval Air Training to produce aviators and flight officers in sufficient quantity to support Naval Air Forces tasking. Work will be performed in Wichita, Kansas (99%); and Corpus Christi, Texas (1%), and is expected to be completed in September 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $121,280,428 will be obligated at the time if 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 Dynamics Electric Boat Corp., Groton, Connecticut, was awarded a $53,557,623 cost-plus-fixed-fee modification to a previously awarded contract (N00024-23-C-4300) to exercise options for continued New England Maintenance Manpower Initiative support of non-nuclear maintenance for submarines based at Naval Submarine Support Facility New London. Work will be performed in Groton, Connecticut, and is expected to be completed by April 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $15,550,000 was obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4300).
(Awarded April 19, 2024)

Raytheon Co., El Segundo, California, is awarded $8,831,086 for a firm-fixed-priced delivery order (N00383-24-F-UX08) under a previously awarded basic ordering agreement (N00383-19-G-UX01) for the procurement of 11 receiver mainframe assemblies in support of the E2D Advanced Hawkeye aircraft. The contract does not include options. All work will be performed in El Segundo, California. Work is expected to be completed by April 2027. Working capital (Navy) funds in the full amount of $8,831,086 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority of 10 U.S. Code 3204(a)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

NLGC JV LLC,* Detroit, Michigan, was awarded an $18,684,757 firm-fixed-price contract for a National Guard Readiness Center. Bids were solicited via the internet with three received. Work will be performed in Grayling, Michigan, with an estimated completion date of Nov. 28, 2025. Fiscal 2024 military construction, Army National Guard funds in the amount of $18,684,757 were obligated at the time of the award. U.S. Property and Fiscal Office, Michigan, is the contracting activity (W912JB-24-C-0002).

Torch Technologies Inc., Huntsville, Alabama, was awarded a $17,472,977 modification (P00167) to contract W31P4Q-21-F-0038 to provide full life cycle support for high fidelity system simulators. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2024. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Science Applications International Corp., Reston, Virginia, was awarded a $10,004,145 modification (P00106) to contract W31P4Q-21-F-0095 to provide full life cycle support for trainers and virtual interactive and multimedia systems. Work will be performed in Reston, Virginia, with an estimated completion date of April 23, 2026. Fiscal 2024 procurement, defense-wide funds and operation and maintenance, defense-wide funds in the amount of $10,004,145 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

SPARC Research LLC, Warrenton, Virginia, has been awarded a $22,000,000 cost-plus-fixed-fee ceiling increase modification (P00001) to previously awarded contract FA8651-23-D-A010 for future research to continue Counter Air Science and Technology efforts to conduct research for advanced missile subsystem components in support of Compact Air to Air Missile and Extended Range Air to Air Missile. The modification brings the total cumulative face value of the contract to $28,000,000. Work will be performed in Warrenton, Virginia, and is expected to be completed by Aug. 7, 2028. Funding will be provided on the task order level. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity. (Awarded April 23, 2024)

Raytheon Technologies Corp., East Hartford, Connecticut, was awarded a $13,751,996 firm-fixed-price, and cost-reimbursable contract for contractor engineering and technical services in support of the F100-PW-100/220/220E/229 engines for F-15 and F-16 aircraft. This contract provides for on-site proficiency training and advice to elevate the technical skill and abilities of personnel responsible for the operation and maintenance of the Raytheon Technologies Corp. equipment and systems to the level of self-sufficiency. The locations of performance include Air National Guard support in Tucson, Arizona; Toledo, Ohio; New Orleans, Louisiana; and Foreign Military Sales support in Egypt, Indonesia, Jordan, Republic of Korea, Morocco, Saudi Arabia, Taiwan, and Thailand, and is expected to be completed by March 15, 2026. This contract involves foreign military sales to Egypt, Indonesia, Jordan, Republic of Korea, Morocco, Saudi Arabia, Taiwan, and Thailand. This contract was a sole source acquisition. Foreign Military Sales and fiscal 2023 operation and maintenance funds in the amount of $1,129,911 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8604-23-D-B002).

DEFENSE LOGISTICS AGENCY

Allied Tube and Conduit Corp., Harvey, Illinois, has been awarded a maximum $8,400,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for instabarrier wire. This was a competitive acquisition with one response received. This is a two-year base contract with three one-year option periods. Location of performance is Ohio, with an April 24, 2026, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E6-24-D-0005).

*Small Business

4/25

ARMY

Absher Construction Co., Puyallup, Washington, was awarded a $57,608,170 firm-fixed-price contract for unaccompanied enlisted personnel housing. Bids were solicited via the internet with three received. Work will be performed in Joint Base Lewis McChord, Washington, with an estimated completion date of Oct. 26, 2026. Fiscal 2024 military construction, Army funds in the amount of $57,608,170 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-C-0004).

Miller Electric Co. Inc., Reno, Nevada, was awarded a $15,000,000 firm-fixed-price contract for sustainment, restoration and modernization projects. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 24, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2006).

RSI-Quantitech JV LLC,* Huntsville, Alabama, was awarded an $8,048,752 modification (P00005) to contract W911SF-23-C-0009 for aviation maintenance support. Work will be performed at Fort Moore, Georgia, with an estimated completion date of April 27, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $8,048,752 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Moore, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Phillystran Inc., Montgomeryville, Pennsylvania, has been awarded a maximum $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for aramid fibrous ropes. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The ordering period end date is April 24, 2025. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-24-D-0006).

Belleville Shoe Manufacturing Co.,* Belleville, Illinois, has been awarded a maximum $16,912,795 fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s dress oxford shoes. This was a competitive acquisition with three responses received. This is a three-year contract with no option periods. The ordering period end date is April 24, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0039).

NAVY

Pacific Rim Constructors Inc.,* Dededo, Guam, is awarded a $21,978,000 firm-fixed-price contract for construction at the Naval Support Activity Marine Corps Base, Finegayan, Guam, The work to be performed provides for construction of a permanent low-rise recreation center. Work will be performed in Finegayan, Guam, and is expected to be completed by October 2026. Fiscal 2024 military construction (Navy) funds in the amount of $21,978,000 will be obligated at time of award. This contract was competitively procured via the sam.gov website, with three proposals received. Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1312).

Hunsaker and Associates San Diego Inc.,* San Diego, California, is awarded a $10,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering contract for surveying and mapping services within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). This contract provides for the performance of surveying and mapping services in support of construction planning. The maximum dollar value, including the base and option periods, is $10,000,000. Work will be performed at various military installations in the NAVFAC Southwest AO to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by April 2032. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with seven offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-24-D-1401).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,913,054 cost reimbursable, cost-plus-incentive-fee modification (P00082) to a previously awarded contract (N0001918C1048). This modification adds scope to procure low-rate initial production 11 depot test systems upgrades including LMStar and Integrated Core Processor and Communication, Navigation, and Identification Test Program Set (TPS) required for Windows 10 and TestStand 2019 in support of F-35 aircraft sustainment efforts for the Air Force, Marine Corps, Navy, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in February 2027. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $3,785,515; fiscal 2022 aircraft procurement (Marine Corp) funds in the amount of $1,892,835; fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,892,761; and non-U.S. DOD participant funds in the amount of $1,341,941, will be obligated at time of award, $7,571,111 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $8,089,776 cost-plus-fixed-fee order (N0001924F0064) against a previously issued basic ordering agreement (N0001920G0005). This order provides engineering and logistics sustainment support in support of the E-2D Hawkeye aircraft transition from production to sustainment. Work will be performed in Melbourne, Florida and is expected to be completed in April 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $4,443,250; and fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $354,260, will be obligated at the time of award, of which $4,443,250 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business

4/26

AIR FORCE

Sierra Nevada Corp., Englewood, Colorado, was awarded a $13,080,890,647 cost-plus-incentive-fee, fixed-price incentive (firm-target), and cost-plus-fixed-fee contract for the Survivable Airborne Operations Center (SAOC). This contract provides for the development and production of the SAOC Weapon System to include the delivery of engineering and manufacturing development aircraft, associated ground systems, production aircraft, and interim contractor support. Work will be performed in Englewood, Colorado; Sparks, Nevada; Beavercreek, Ohio; and Vandalia, Ohio, and is expected to be completed by July 10, 2036. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $59,000,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2834-24-C-B002).

URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-0004); Kellogg Brown & Root Services Inc., Houston, Texas (FA8051-20-D-0005); PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006); Readiness Management Support L.C., Panama City, Florida (FA8051-20-D-0007); and Vectrus Systems Corp., Colorado Springs, Colorado (FA8051-20-D-0008), were originally awarded a combined multiple award, indefinite-delivery/indefinite-quantity contract with a program ceiling value of $6,400,000,000 for worldwide contingency and humanitarian support on April 3, 2020. This modification to the combined multiple award contract increases the program ceiling value to $15,000,000,000 for worldwide contingency and humanitarian support. This contract provides contingency planning, deploying, and training and equipping of forces; emergency and contingency construction; logistics and commodities; and services. The Air Force Contract Augmentation Program is a contract with extensive worldwide support capabilities, providing a full range of base operating and life support and logistical support on an as required basis to support all programs. The requirements focus on emergency and contingency construction, logistics and commodities, and services to support the Air Force, any Department of Defense component, or any federal government entity operating to: 1) deter, deny, and defeat state adversaries; 2) disrupt, degrade, and defeat violent extremist organizations; 3) strengthen our global network of allies; and 4) strengthen America’s foreign policy impact on our strategic challenges. The location of performance is determined at the task order level and includes various locations worldwide and is expected to be completed by May 31, 2031. The original contract was a competitive acquisition, and eight offers were received. At the time of this modification, URS Federal Services International Inc., Cleveland, Ohio (FA8051-20-D-0001); DynCorp International LLC, Fort Worth, Texas (FA8051-20-D-0002); and PAE-Perini LLC, Arlington, Virginia (FA8051-20-D-0006), have merged via novation agreement and are currently operating under Amentum Services Inc., Chantilly, Virginia (FA8051-20-D-0002). The six Air Force Contract Augmentation Program V contractors are noted as the following: Amentum Services Inc., Chantilly, Virginia (FA8051-20-D-0002); ECC International LLC, Virginia Beach, Virginia (FA8051-20-D-0003); Fluor Intercontinental Inc., Greenville, South Carolina (FA8051-20-D-0004); Kellogg Brown & Root Services Inc., Houston, Texas (FA8051-20-D-0005); Readiness Management Support L.C., Panama City, Florida (FA8051-20-D-0007); and Vectrus Systems Corp., Colorado Springs, Colorado (FA8051-20-D-0008). Fiscal 2020 operation and maintenance funds in the amount of $4,000 per contract were obligated at the time of award. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity. (Awarded April 3, 2020)

Northrop Grumman Systems Corp., San Diego, California, was awarded a $387,545,690 definitized contract action for Global Hawk (RQ-4) aircraft sustainment. This contract provides for contractor logistics support services. The locations of performance are Sacheon Air Base, Republic of Korea; Osan Air Base, Republic of Korea; Misawa Air Base, Japan; Naval Air Station Sigonella, Italy; and San Diego, California; and is expected to be completed by April 30, 2025. This contract involves Foreign Military Sales to the Republic of Korea, Japan Ministry of Defense, and the North Atlantic Treaty Organization. This contract is a sole source acquisition. Foreign Military Sales funds in the amount of $33,678,759 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8690-24-C-B001).

Dataminr Inc., New York, New York, has been awarded a $59,354,911 modification (P00009) to previously awarded FA7014-21-C-0024 to exercise Option Year Three for web-based, mobile, e-mail, and application programming interface alerting on breaking news to the Department of Defense for force protection and first response. The modification brings the total cumulative face value of the contract to $217,225,289. Work will be performed at the Pentagon, Washington, D.C., and is expected to be completed by June 25, 2025. Fiscal 2024 operation and maintenance funds in the amount of $51,337,559 are being obligated at time of award. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

AM General LLC, South Bend, Indiana, has been awarded a maximum $61,173,210 firm-fixed price, requirements contract for hydraulic transmissions. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. The performance completion date is Jan. 21, 2028. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0034).

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $12,033,000 modification (P00005) exercising the second one-year option period of a one-year base contract (SPE1C1-22-D-N162) with four one-year option periods for silk weight drawers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is April 28, 2025. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Fechheimer Brothers Co., Cincinnati, Ohio, has been awarded a maximum $9,418,500 modification (P00012) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1468) with four one-year option periods for men’s uniform dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Illinois, with a May 4, 2025, ordering period end date. 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.

ARMY

AeroVironment Inc., Simi Valley, California, was awarded a $32,120,832 modification (P00044) to contract W31P4Q-20-C-0024 for the Switchblade Weapon System. Work will be performed in Simi Valley, California, with an estimated completion date of June 30, 2024. Fiscal 2023 other procurement, Army funds and Marine Corps funds in the amount of $32,120,832 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Booz Allen Hamilton Inc., McLean, Virginia, was awarded a $16,604,243 time-and-materials contract to integrate data on predictive analytics in the personnel and human resources, talent management, medical, readiness, resilience, and security domains. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-2229).

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $10,832,385 modification (P00059) to contract W56HZV-23-C-0081 for the Joint Light Tactical Vehicle Family of Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of April 30, 2025. Fiscal 2024 Foreign Military Sales (North Macedonia) funds in the amount of $10,832,385 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Raytheon Co., El Segundo, California, is awarded a $7,648,058 cost-plus-fixed fee, level-of-effort contract for field service representatives and engineering and logistics support for the Next Generation Jammer–Mid Band. This contract includes options which, if exercised, would bring the cumulative value of this contract to $25,382,554. Work will be performed in Oak Harbor, Washington (66%); El Segundo, California (18%); Patuxent River, Maryland (9%); China Lake, California (6%); and Amberley Queensland, Australia (1%), and is expected to be completed by April 2025. If all options are exercised, work will continue through April 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,661,702 will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center Crane Division, Crane, Indiana, is the contracting activity (N0016421GWS31 N0016424FW026).

*Small Business
**Mandatory source
This entry was posted on Tuesday, April 30, 2024 5:21 pm

Leave a Reply

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

Notify me of updates to this conversation