INSIDE THE

NEWS + ADVICE

DoD Contracts: SAIC, Peraton, Hexagon US Federal, LinQuest Corp., ManTech Advanced Systems International Inc., CACI, Week of 3-27-23 to 3-31-23

Posted by Ashley Jones
aircraft

3/27

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $210,088,407 cost-plus-incentive-fee, fixed-price-incentive-fee, cost-reimbursable order (N0001923F0308) against a previously-issued basic ordering agreement (N0001919G0008). This order provides logistics support, to include ground maintenance activities, depot activities, automatic logistics information system operations and maintenance, supply chain and warehouse management, pilot training and maintainer training in support of delivered F-35 Lightning II Joint Strike Fighter Air Systems for the government of the United Kingdom. Work will be performed in Marham, United Kingdom (85%); Fort Worth, Texas (5%); and Orlando, Florida (5%), and is expected to be completed in December 2027. Non-U.S. Department of Defense participant funds in the amount of $210,088,407 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $30,374,048 firm-fixed-price modification (P00248) to a previously-awarded contract (N0001914C0067). This modification exercises an option to procure eight P-8A aircraft mechanisms as ancillary equipment in support of support of P-8A production aircraft. Work will be performed in Seattle, Washington, and is expected to be completed in January 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $26,577,292; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $3,796,756 will be obligated at the time of award, $3,796,756 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Owego, New York, is awarded a $29,582,165 firm-fixed-price modification (P00024) to an order (N0001920F0350) against a previously-issued basic ordering agreement (N0001919G0029). This modification exercises options to procure 228 Generation 3i/5i mission computers (MCs) (210 for the Navy, 11 for the government of Australia, 4 for the government of Saudi Arabia, and 3 for the government of Denmark); 210 Generation 3i/5i flight management computers (FMCs) (196 for the Navy, 9 for the government of Australia, 3 for the government of Denmark, and 2 for the government of Saudi Arabia); 40 aircraft wiring kits; 1120 Lynx licenses; 4 Gm5i-MCs; and 541 RedHat licenses for the Navy in support of upgrading Generation III, V MCs and Generation VI MCs configuration to GEN 3i and 5i MC configuration, as well as Generation III and V FMCs configuration to GEN 3i and 5i FMC configuration for MH-60R/S aircraft retrofit. Work will be performed in Owego, New York (97%); and Clearwater, Florida (3%), and is expected to be completed in March 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $27,068,854; and Foreign Military Sales customer funds in the amount of $2,513,311 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Digital Consultants LLC,* Alexandria, Virginia, is awarded an $8,726,215 hybrid (firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity) single award contract to provide audio/visual and video teleconference maintenance and repair support services to Marine Corps Base Quantico and supported tenant commands. The ordering period is from March 29, 2023, to March 28, 2028. Work will be performed at Marine Corps Base Quantico, Virginia; and Stafford, Virginia. Work is expected to be completed March 28, 2028. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $100,972 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be obligated on individual task orders as they are issued. This contract was competitively procured via the System for Award Management with four proposals received. The Marine Corps Installations, National Capital Region Regional Contracting Office, Quantico Virginia, is the contracting activity (M00264-23-D-0003).  

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Peraton Risk Decision Inc., Loveland, Colorado, has been awarded a $144,447,936 firm-fixed-price task order under single award, indefinite-delivery/indefinite-quantity contract HS002123D0001 for the Defense Counterintelligence and Security Agency (DCSA).  Per the ordering procedures established under the contract, no proposals were received for this task order (HS002123F0019), which provides background investigation fieldwork services.  Work will be performed nationwide with a performance period of April 1, 2023, through March 31, 2024. Fiscal 2023 DCSA working capital funds in the amount of $144,447,936 were obligated at the time of award.  The cumulative face value of the contract to date is $144,447,936.  DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Bemsco Inc.,* Salt Lake City, Utah, has been awarded a maximum $29,655,660 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fixed landing gear. This was a competitive acquisition with two responses received. This is a three-year contract with no option periods. The performance completion date is March 27, 2026. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-23-D-0017).

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $13,749,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for physical fitness uniform jackets. This was a competitive acquisition with three responses received. This is a one-year contract with two one-year option periods. Location of performance is Illinois, with a March 26, 2024, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0037).

ARMY

Leonard S. Fiore Inc., Altoona, Pennsylvania, was awarded a $16,400,000 firm-fixed-price contract for renovation and modernization of four buildings. Bids were solicited via the internet with two received. Work will be performed in University Park, Pennsylvania, with an estimated completion date of March 26, 2025. Fiscal 2023 Interagency and International Services funds in the amount of $16,400,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-C-0009).

General Dynamics Land System Inc., Sterling Heights, Michigan, was awarded a $15,646,601 modification (P00070) to contract W56HZV-19-C-0036 for the Mobile Protected Firepower system. Work will be performed in Sterling Heights, Michigan; Anniston, Alabama; and Lima, Ohio, with an estimated completion date of March 24, 2024. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $15,646,601 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AIR FORCE

LinQuest Corp., Los Angeles, California, has been awarded a $7,830,037 cost-plus-fixed-fee contract modification (P00068) to previously awarded contract FA8808-19-C-0006 for system engineering, integration, and test support for programs with increased security requirements. The modification brings the total cumulative face value of the contract to $425,546,762. Work will be performed in El Segundo, California, and is expected to be complete by Feb. 28, 2027. Fiscal 2022 research and development funds in the amount of $2,000,000 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

*Small business
**Mandatory source

3/28

ARMY

Raytheon Co., Andover, Massachusetts, was awarded a $1,225,368,567 firm-fixed-price contract for Patriot Missile System fire units. Bids were solicited via the internet with two received. Work will be performed in Andover and Tewksbury, Massachusetts; West Plains, Missouri; Manchester, New Hampshire; Las Cruces, New Mexico; Chambersburg, Pennsylvania; Altenstadt, Germany; and Switzerland, with an estimated completion date of Dec. 31, 2032. Fiscal 2023 Foreign Military Sales (Switzerland) funds in the amount of $1,225,368,567 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-C-0021).

Science Applications International Corp., Reston, Virginia, was awarded a $12,072,714 modification (P00058) to contract W31P4Q-21-F-0095 for engineering services to support hardware, modeling and simulation development. Work will be performed at Redstone Arsenal, Alabama, with an estimated completion date of March 27, 2024. Fiscal 2010 and 2023 other procurement, Army funds; fiscal 2023 aircraft procurement, Army funds; and fiscal 2023 operation and maintenance, Army funds in the amount of $12,072,714 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Seaward Marine Services LLC, Norfolk, Virginia, is awarded a $295,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for waterborne hull cleaning and associated efforts relating to the underwater portion of ships and craft to support the Director of Ocean Engineering, Supervisor of Salvage and Diving. Work will be performed worldwide and is expected to be completed in March 2028. No funding will be obligated at the time of contract award as funds will be obligated upon the issuance of individual task orders under this contract. 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 Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-D-4311).

ManTech Advanced Systems International Inc., Herndon, Virginia, is awarded a $133,129,075 cost-plus-price-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract to provide warfare analysis in support of ensuring engineering level performance and design are meeting campaign, mission, and engagement level warfighting capability requirements for the Warfare Effectiveness Department Warfare Effectiveness and Analysis Support Services for the Navy. Work will be performed in Patuxent River, Maryland (95.5%); Arlington, Virginia (2.5%); and China Lake, California (2%), and is expected to be completed in March 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0007).

Lockheed Martin Space, Littleton, Colorado, is awarded a $34,999,978 cost-plus-incentive-fee contract modification (P00056) to a previously awarded contract (N0003019C0025) for the design, development, build and integration of equipment for missile flight test demonstrations and fielding. Work will be performed in Littleton, Colorado (74%); Cambridge, Massachusetts (14%); Simsbury, Connecticut (8%); Sunnyvale, California (3%); and Pittsfield, Massachusetts (1%). Work is expected to be completed February 25, 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $34,999,978 are obligated on this award. No funds will expire at the end of the fiscal year. This contract is awarded on a sole source basis under 10 U.S. Code 3204(a)(1), and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Hornbeck Offshore Operators LLC, Covington, Louisiana (N3220521C2296), is awarded a $8,418,000 option (P00010) for the fixed-price portion of a previously awarded, firm-fixed-price contract with reimbursable elements to exercise a one-year option period for the operation of the offshore support vessel HOS Red Rock to provide support services in support of Navy operations. This contract includes a one-year-firm period of the performance, three one-year options periods, and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $39,491,000. Work will be performed worldwide and is expected to be completed, if all options are exercised, by Feb. 28, 2026. Working capital funds (Transportation) in the amount of $8,418,000 are obligated for fiscal 2023, and will not expire at the end of the fiscal year. This procurement was released under full and open competition, with an unlimited number of companies solicited via the System for Award Management website, and five offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

AIR FORCE

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $128,455,740.00 firm-fixed-price modification (P00083) to contract FA8615-17-C-6047 for Active Electronically Scanned Array radars of Air Force F-16 aircraft. This modification is for the exercise of options to include 48 radars, 4 initial spare kits, and 2 readiness spares kits. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. The total cumulative face value of the contract is $1,481,312,105. Fiscal 2021 procurement funds in the amount of $457,758.00; fiscal 2022 aircraft procurement funds in the amount of $55,146,210; and fiscal 2023 procurement funds in the amount of $72,851,772 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Valley Apparel LLC, Knoxville, Tennessee (SPE1C1-23-D-0016, $16,876,125); and Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C. (SPE1C1-23-D-0017, $16,285,500), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for GEN III cold weather jackets. This was a competitive acquisition with 13 responses received. Other contracts are expected to be awarded under this solicitation (SPE1C1‐21‐R‐0019) and awardees will compete for a portion of the maximum dollar value. These are one-year base contracts with three one-year option periods. Location of performance is Kentucky, with a March 27, 2024, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Water Military Services LLC, Camden, New Jersey, has been awarded an estimated $12,015,000 modification (P00009) to a 50-year contract (SP0600-22-C-8343) with no option periods for additional utility services for the wastewater system at Naval Station Mayport, Florida. This is a fixed-price with economic-price-adjustment contract. The performance completion date is Feb. 28, 2073. Using military service is Navy. Type of appropriation is fiscal 2023 through 2073 Navy operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: Epic Aviation, Salem, Oregon (SPE607-23-D-0022, $7,684,916), has been added as an awardee to the multiple award contract for fuel support at Victoria Regional Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

U.S. TRANSPORTATION COMMAND

JAR Assets LLC, Mandeville, Louisiana, was awarded an option period modification (P00008) on firm-fixed-price contract HTC711-21-C-W001 in the amount of $11,686,250. This modification provides continued transportation of bulk jet fuel by tug and barge for the Defense Logistics Agency-Energy (DLA-E) in the Gulf of Mexico and Lower Mississippi River and their connecting waterway and tributaries. The location of performance includes inland ports and points along the Gulf Coast Region. The option period of performance is from April 1, 2023, to March 31, 2024. Fiscal 2023 defense working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $10,673,500 to $22,359,750. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business
**Mandatory source

3/29

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply, San Antonio, Texas, has been awarded a maximum $905,836,659 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JAA aviation fuel to Altus Air Force Base, Oklahoma. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. The performance completion date is March 31, 2027. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-23-D-0477).

NAVY

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $619,242,288 fixed-price incentive (firm target) modification to previously awarded contract N00024-22-C-5500 to exercise options for hardware production of the AN/SPY-6(V) family of radars. Work will be performed in Andover, Massachusetts (29%); Scottsdale, Arizona (14%); San Diego, California (12%); Sykesville, Maryland (10%); Syracuse, New York (8%); Cerritos, California (5%); Stafford Springs, Connecticut (5%); Huntsville, Alabama (3%); Indianapolis, Indiana (3%); Riverside, California (3%); Dallas, Texas (2%); Eau Claire, Wisconsin (2%); Portsmouth, Rhode Island (2%); and Tulsa, Oklahoma (2%), and is expected to be completed by September 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $470,624,139 (76%); and fiscal 2023 other procurement (Navy) funds in the amount of $148,618,149 (24%) will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Amentum Services Inc., Germantown, Maryland (N6893623D0008); Booz Allen Hamilton Inc., San Diego, California (N6893623D0009); CGW Technologies Inc.,* Great Mills, Maryland (N6893623D0010); Collins Aerospace, Cedar Rapids, Iowa (N6893623D0011); DRS Training & Control Systems LLC, Fort Walton Beach, Florida (N6893623D0012); Electronic Warfare Associates Triad LLC,* Herndon, Virginia (N6893623D0013); Kranze Technology Solutions Inc.,* Des Plaines, Illinois (N6893623D0014); New Directions Technologies Inc.,* Ridgecrest, California (N6893623D0015); Nu Waves LTD,* Middletown, Ohio (N6893623D0016); and Science Applications International Corp., Reston, Virginia (N6893623D0017), are awarded a $249,869,545 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract. These contracts provide for products and services in support of Test and Training (T&T) range instrumentation, to include airborne and ground-based elements, interfaces, auxiliary equipment to include remote ground stations, data collection systems, data processing and display systems, host range interface equipment, and testing and troubleshooting hardware. Products include various hardware and instrumentation systems identified at the order level to support validation of articles under test. Additionally, these contracts provide a full spectrum of support services, to include long-term sustainment support for existing T&T range systems, as well as new T&T range instrumentation systems that are designed, developed, fielded and integrated.  Services also include providing onsite and in-plant engineering and technical support, as well as necessary studies, analyses, and site surveys for the Navy. The estimated aggregate ceiling for all contracts is $249,869,545, with the companies having an opportunity to compete for individual orders.  Work will be performed in Ridgecrest, California (38%); Des Plaines, Illinois (38%); Cedar Rapids, Iowa (12%); Fort Walton Beach, Florida (4%); Great Mills, Maryland (2%); San Diego, California (2%); Middletown, Ohio (2%); Germantown, Maryland (1%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal, 10 offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $179,013,526 cost-plus-fixed-fee modification (P00003) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001920D0007). This modification increases the ceiling to provide for the ongoing development, installation, integration, testing, training, and delivery of the F-35 Autonomic Logistics Information System (ALIS) and Operational Data Integrated Network (ODIN), to include new capability development and current software modifications. Additionally, this modification continues support for the ALIS-to-ODIN re-architecture endeavor to modernize ALIS in accordance with information technology and software development best practices for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $120,269,044 cost-plus-incentive-fee modification (P00009) to a previously awarded contract (N0001922C0041). This modification exercises an option to provide continued engineering, maintenance, logistics, and material support in support of the development, production, and sustainment of software builds, as well as to execute developmental flight tests in support of the F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, and Foreign Military Sales (FMS) and non-U.S. Department of Defense (DOD) partners. Work will be performed in Fort Worth, Texas (80%); Orlando, Florida (7%); Linthicum, Maryland (3%); Nashua, New Hampshire (3%); San Diego, California (2%); El Segundo, California (2%); Samlesbury, United Kingdom (1%); various locations within the continental U.S. (CONUS) (1%); and various locations outside CONUS (1%), and is expected to be completed in March 2024. Fiscal 2023 operation and maintenance (Air Force) funds in the amount of $43,134,340; fiscal 2023 operation and maintenance (Navy) funds in the amount of $21,567,167; fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $21,567,167; fiscal 2023 research, development, test and evaluation (Air Force) in the amount of $3,900,000; fiscal 2023 research, development, test and evaluation (Navy) in the amount of $3,900,000; and non-U.S. DOD participant funds in the amount of $20,721,143 will be obligated at the time of award, $86,268,674 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Raytheon Co., Tucson, Arizona, is awarded a $55,076,756 firm-fixed-price modification to previously awarded contract N00024-21-C-5408 to exercise options for fiscal 2023 guided missile assemblies, shipping containers, and spare parts in support of the fiscal 2021-2023 Evolved Seasparrow Missile (ESSM) Block 2 full rate production requirements. Work will be performed in Tucson, Arizona (42%); Raufoss, Norway (14%); Edinburgh, Australia (7%); San Jose, California (7%); Mississauga, Canada (5%); Ottobrunn, Germany (4%); Cambridge, Canada (3%); Nashua, New Hampshire (3%); Hengelo, Netherlands (2%); Koropi Attica, Greece (2%); Torrance, California (2%); Canton, New York (1%); Ankara, Turkey (1%); Grenaa, Denmark (1%); West Lake Village, California (1%); and various other locations each less than 1% (5%), and is expected to be completed by March 2027. Fiscal 2023 weapon procurement (Navy) funds in the amount of $55,076,756 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Management Services Group Inc.,* Virginia Beach, Virginia, is awarded a $39,710,682 firm-fixed-price modification to previously-awarded contract N00024-20-C-5608 to exercise options for network, processing, and storage Technical Insertion 16, Modification 1 production equipment, spares, and engineering support. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $16,760,246 (42%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,788,951 (20%); Foreign Military Sales (Canada) funds in the amount of $6,946,176 (17%); fiscal 2022 defense-wide procurement funds in the amount of $5,253,482 (13%); fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $2,955,860 (7%); and fiscal 2022 other procurement (Navy) funds in the amount of $5,967 (1%) will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded March 27, 2023)

DSC-EMI Maintenance Solutions LLC,* Dunn, North Carolina, is awarded a $19,283,066 fixed-price-plus-award-fee, indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Marine Corps Base Camp Lejeune. The work to be performed provides for the maintenance and repair services to a variety of systems and equipment, including building and structures maintenance, building systems, roads and paved services, waterfront, airfields, and other BOS services. Work will be performed in North Carolina. The maximum dollar value, including the base period and seven option years, is $246,801,308. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $19,283,066 will be obligated via recurring work task order issued at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via contract opportunities on the System for Award Management website, with 10 offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-23-D-0040). 

Raytheon Co., Tucson, Arizona, is awarded a $19,112,607 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5410 to exercise options and incrementally fund existing contract line items for engineering and technical support of Standard Missiles 2 and 6 (SM-2/6). Work will be performed in Tucson, Arizona, and is expected to be completed by February 2024. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $12,828,921 (67%); fiscal 2023 research, development, test and evaluation (other Department of Defense) funds in the amount of $2,020,000 (11%); Foreign Military Sales (FMS) funds (Japan) in the amount of $1,553,181 (8%); FMS funds (Australia) in the amount of $944,500 (5%); FMS funds (Netherlands) in the amount of $569,700 (3%); FMS funds (Korea) in the amount of $563,250 (3%); FMS funds (Taiwan) in the amount of $405,000 (2%); and FMS funds (Germany) in the amount of $228,055 (1%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

JJLL LLC, Austin Texas, is awarded a $16,904,604 cost-plus-incentive-fee contract for Philippines operating support services within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. The work to be performed provides for facilities and logistics support in the following areas: management and administration, command and staff, public safety, airfield facilities/air terminal, ordnance, supply and material management services, morale, welfare and recreation support, galley, billeting management, facility support, utilities, base support vehicles and equipment, and environmental.  Work will be performed primarily in the Republic of the Philippines, and may include foreign locations within the regions of South East Asia, North East Asia and Oceania, and is expected to be completed by March 2024. The maximum dollar value, which includes a five-month base period of full-performance, a seven-month option period, and a two-month demobilization to commence during the option, or earlier as directed, is $16,904,604. Fiscal 2023 operation and maintenance (Special Forces) funds in the amount of $4,088,000 are being obligated at time of award, and will expire at the end of the current fiscal year. This contract was issued as a sole source procurement under the authority of 10 U.S. Code 3204(b)(B) as implemented by Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. NAVFAC Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-23-C-3550).

Diversified Service Contracting Inc.,* Dunn, North Carolina, is awarded a $13,644,608 firm-fixed-price, indefinite-delivery/indefinite-quantity modification against contract N40080-21-D-0006. The modification provides for the exercise of Option 2 for facilities support services at Naval Air Station Patuxent River. After award of this option, the total cumulative face value of the contract will be $40,509,118. All work will be performed in Maryland, and is expected to be completed by March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $6,468,431; Defense Health Program funds in the amount of $525,723; working capital (Navy) funds in the amount of $ 4,891,796; and non-appropriations funds in the amount of $10,057, will be obligated on a task order, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity. 

Sedna Digital Solutions LLC,* Manassas, Virginia, is awarded a $12,957,680 cost-plus-fixed-fee contract action for engineering design development procurement. This contract includes options which, if exercised, would bring the cumulative value of this contract to $91,063,239. Work will be performed in Manassas, Virginia, and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2030. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,352,837 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured as a follow-on Small Business Innovative Research Phase III. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-23-C-6109).

Aptim Federal Services LLC, Baton Rouge, Louisiana, is awarded $12,440,388 for firm-fixed-price modification placed against contract N62473-22-D-1811. This modification provides for the exercise of Option 1, for additional various environmental services, including operation and maintenance of government-owned facilities for the processing and disposition of industrial and/or oily wastes, containerized solid waste services, including associated oil and hazardous substance spill response, professional services for environmental compliance projects at Navy and Marine Corps installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. All work will be performed in California, with an expected completion date of March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $12,440,388 are being obligated at time of award and will expire at the end of the current fiscal year. NAVFAC Southwest, San Diego, California, is the contracting activity.

Huntington-Ingalls Industries – Newport News Shipbuilding, Newport News, Virginia, is awarded a $12,228,305 cost-plus-fixed fee modification to previously awarded contract (N00024-15-C-2114) for the procurement of material and labor associated with contractor furnished on-board repair parts for the outfitting of CVN 79. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2023 shipbuilding and conversion (Navy) outfitting funding in the amount of $12,228,305 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding, Newport News, Virginia, is the contracting activity.

DRS Laurel Technologies, Largo, Florida, is awarded a $9,332,776 firm-fixed-price contract for the manufacture, assembly, test and delivery of vertical launching system programmable power supply MK 179 Mod 0, maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. This contract includes options which, if exercised, would bring the cumulative value of this contract to $144,626,698. This contract combines purchases for the Navy (86%), and the government of Australia (14%) under the Foreign Military Sales (FMS) program. Work will be performed in Largo, Florida, and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2028. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $8,025,675 (86%); and fiscal 2023 FMS funds in the amount of $1,307,101 (14%) will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with six offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-23-C-0006).

Silver Ships Inc.,* Theodore, Alabama, is awarded an $8,496,795 firm-fixed-price modification to previously awarded contract N00024-22-C-2223 to exercise options for the procurement of Marine Corps assault amphibian safety vessels. Work will be performed in Theodore, Alabama, and is expected to be completed by August 2025. Fiscal 2023 procurement (Marine Corps) funds in the amount of $8,496,795 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

American Ordnance LLC, Middletown, Iowa, was awarded a $24,957,696 firm-fixed-price contract for design and construction of the energetics facility at the Iowa Army Ammunition Plant. Work will be performed in Middletown, Iowa, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 procurement of ammunition, army funds in the amount of $24,957,696 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-F-0153).

Science Applications International Corp., Reston, Virginia, was awarded a $14,399,683 modification (P00086) to contract W31P4Q-21-F-0033 for hardware-in-the-loop aviation systems engineering services. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Strategic Analysis Inc., Arlington, Virginia, is awarded a task order (GS00Q14OADS434) firm-fixed-price, level of effort contract (HQ003423F0106) valued at $17,289,711 to provide professional, technical, analytical, financial, administrative, and specialized support operations to the Office of the Under Secretary of Defense for Research and Engineering (OUSD(R&E)). Fiscal 2023 research, development, test and evaluation funds in the amount of $6,600,000 are being obligated at the time of award. The total value of the contract if all options are exercised is $109,034,303. The contractor will provide professional technical, analytical, financial, administrative, and specialized support operations to assist OUSD(R&E) with the Department of Defense Science and Technology Foundations and Futures programs within the organization of the Deputy Chief Technology Officer for Science and Technology. The work will be performed at the contractor office in Arlington, Virginia; the Pentagon, Arlington, Virginia; and the Mark Center, Alexandria, Virginia. The estimated contract completion date is March 23, 2028. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

3/30

NAVY

Raytheon Co., El Segundo, California, is awarded a $650,433,839 fixed-price incentive (firm target) and cost-plus-fixed-fee contract for the production and delivery of low rate initial production (LRIP) Lot III Next Generation Jammer (NGJ) Mid-Band (MB), to include 15 NGJ-MB LRIP ship sets (2 pods per ship set), 11 for the Navy and four for the government of Australia, as well as to provide associated spares, support equipment, non-recurring engineering and associated data. Work will be performed in Forest, Mississippi (50%); Dallas, Texas (37%); labor surplus area El Segundo, California (10%); and Andover, Massachusetts (3%), and is expected to be completed in April 2024. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $461,655,033; fiscal 2022 aircraft procurement (Navy) funds in the amount of $6,352,655; and foreign cooperative project funds in the amount of $182,426,151 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0037).

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $94,720,000 firm-fixed-price task order (N4019223F4088) for construction services to renovate Building 51 at Radio Barrigada, Guam. The work to be performed provides for, but is not limited to, renovation of existing spaces, construction of site infrastructure and staging/assembly areas, installation of 13-meter and 24-meter antennas, and other specified services to support antenna and radome integration. The task order also contains five unexercised options, which if exercised, would increase the cumulative contract value to $135,368,000. Work will be performed in Barrigada, Guam, and is expected to be completed by September 2025. Fiscal 2022 research, development, test and evaluation (Navy); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $94,720,000 will be obligated at time of award, and funds in the amount of $59,296,000 will expire at the end of the current fiscal year. This contract was competitively procured under a multiple award construction contract with three offers received. Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity (N62742‐19‐D‐1332).

Ocean Shipholdings Inc., Houston, Texas (N3220523C4198), is awarded a $59,416,597 firm-fixed-price contract for the operation and maintenance of seven government-owned Oceanographic Survey (T-AGS) vessels. The vessels under this award include U.S. Naval Ship (USNS) Waters (T-AGS 45), USNS Pathfinder (T-AGS 60), USNS Bowditch (T-AGS 62), USNS Henson (T-AGS 63), USNS Bruce C. Heezen (T-AGS 64), USNS Mary Sears (T-AGS 65) and USNS Marie Tharp (T-AGS 66). Work will be performed worldwide, with an expected completion date of Sept. 30, 2024. The maximum dollar value, including the base period and six month option, is $90,379,808. Working capital (Navy) funds in the amount of $9,584,083 are obligated for fiscal 2023. Contract funds in the amount of $59,416,597 will not expire at the end of the current fiscal year. This contract was not competitively procured. The contract was prepared under the authority of 41 U.S. Code 3304(a)(2), as implemented by Defense Federal Acquisition Regulation 6.302-1 — only one responsible source and no other supplies or services will satisfy agency requirements. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $19,105,050 cost-plus-fixed-fee term contract (N0003923C9000) for Integrated Common Processors (ICP) on behalf of the Navy Program Executive Office for Undersea Warfare Systems, Maritime Surveillance Systems Program Office. The ICP program provides a common Integrated Undersea Surveillance Systems (IUSS) signal processing and display system software and hardware suite for Surveillance Towed Array Sensor System ships and IUSS shore sites. Fiscal 2022 research, development, test and evaluation (Navy); fiscal 2023 research, development, test and evaluation (Navy); fiscal 2023 operation and maintenance (Navy); fiscal 2023 procurement (Navy); and Foreign Military Sales funds are being used to fund this award. The contract is a five-year contract with five years of options. The option periods, if exercised, would bring the cumulative value of this contract to an estimated $305,033,598. Work will be performed in Manassas, Virginia. Work is expected to be completed in March 2024. If options are exercised, work could continue until March 2028. This action is a result of a justification and approval that authorizes a sole source award under the authority of 10 U.S. Code 2304(c)(1) — only one responsible source, Defense Federal Acquisition Regulation subpart 6.302-1. The Naval Information Warfare System Command, San Diego, California, awarded the contract on behalf of the Navy Program Executive Office for Undersea Warfare Systems, Maritime Surveillance Systems. 

CACI Inc. – Federal, Chantilly, Virginia, is awarded an $18,158,338 cost-plus-fixed-fee modification to previously awarded task order N3904020F3000 for engineering, technical, administrative and managerial (support) services in support of ships availability planning and engineering center, non-nuclear waterfront and deep submergence systems programs at Portsmouth Naval Shipyard. Work will be performed in Kittery, Maine, and is expected to be completed by March 2024. Fiscal 2023 operation and maintenance (Navy) funding in the amount of $6,807,175 will be obligated at time of award and will not expire at the end of the current fiscal year. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

General Electric, Cincinnati, Ohio, is awarded a $17,981,800 firm-fixed-price delivery order for the procurement of five LM2500 gas generator high-pressure turbine kits. The supplies under this order are to support the overhaul and repair of LM2500 single shank turbine engines. Work will be performed in Erlanger, Kentucky, and is expected to be completed by March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the total amount of $17,981,800 will be obligated at time of award, and will expire at the end of the current fiscal year. This order 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. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-F-4090).

General Electric Aerospace – Marine, Cincinnati, Ohio, is awarded a $16,748,330 firm-fixed-price commercial contract for one LM2500+G4 gas turbine engine and auxiliary systems in support of the Navy DDG(X) land based test site. Work will be performed in Cincinnati, Ohio, and is expected to be completed by March 2025. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $16,548,330 (98.81%); and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $200,000 (1.19%) will be obligated at the time of award, of which $200,000 will expire 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 Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-23-C-4115).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $15,554,347 modification (P00003) to a firm-fixed-price order (N0001922F2249) against a previously issued basic ordering agreement (N0001919G0013). This modification adds scope to provide for the development of the sovereign repair capability as well as facility standup for the V-22 AE 1107C engine to include integration of an AE 1107C engine test cell into existing Kawasaki Heavy Industries facilities for the government of Japan.  Work will be performed in Indianapolis, Indiana (27%); and Hyogo, Japan (73%), and is expected to be completed in May 2026. Foreign Military Sales funds in the amount of $15,554,347 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Rotary and Mission Systems, Syracuse, New York, is awarded a $14,433,528 fixed-price incentive fee contract modification to previously awarded contract N00024-21-C-6113 for Navy systems and associated equipment. Work will be performed in Syracuse, New York (85%); and Clearwater, Florida (15%), and is expected to be completed by July 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $14,433,528 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Kratos Unmanned Aerial Systems Inc., Sacramento, California, is awarded an $11,123,211 modification (P00001) to a firm-fixed-price contract (N0001923C0021). This modification provides for the production and delivery of 15 additional full rate production Lot 4 BQM-177A surface launched aerial targets, to include associated rocket-assisted takeoff attachment kits, as well as associated technical and administrative data in support of research, development, test, and evaluation of in-development naval combat weapon systems, fleet gunnery and missile training exercises, and fleet air-to-air missile and surface-to-air missile training exercises for the Navy. Work will be performed in Sacramento, California (50%); Dallas, Texas (20%); Fort Walton Beach, Florida (5%); Blacksburg, Virginia (4%); Santa Ana, California (2%); Newton, Kansas (2%); Concord, California (2%); Milwaukie, Oregon (2%); Chatsworth, California (2%); and various locations within the continental U.S. (11%), and is expected to be completed in May 2024. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $11,123,211 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

KBR Wyle Service LLC, Fulton, Maryland, is awarded an $8,359,202 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide services and supplies for the operation and support of aircrew centrifuge training to include all resources required for aircrews to execute centrifuge-based, G-tolerance training procedures. This contract provides for the operation, maintenance, and security of facilities as well as a 14 person classroom, 14 anti-gravity suits with torso harnesses, office equipment, and reports as required in an end-of-course package in support of training pilots from Chief of Naval Air Training, Navy Flight Demonstration Squadron, Naval Strike Air Warfare Center, Commander, Naval Air Forces, the Marine Corps, and miscellaneous U.S. Air Force and international forces to meet Centrifuge-based Flight Environment Training critical performance objectives. Work will be performed in San Antonio, Texas, and is expected to be completed in May 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $36,733 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134023D0002).

DEFENSE HUMAN RESOURCES ACTIVITY 

Institute of International Education, New York, New York, was awarded a hybrid (time-and-materials and firm-fixed-price) contract in the amount of $187,206,766 for Project Global Officer (GO) and the Language Training Center (LTC) programs. This contract provides services to perform all critical functions in the management and administration of the Reserve Officers’ Training Corps (ROTC), Project GO, and LTC programs. Work will be performed throughout the globe, with an expected completion date of April 14, 2028. Fiscal 2023 operations and maintenance funds in the amount of $36,570,000 are being obligated at time of award. This contract was a competitive acquisition and three offers were received. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity (H98210-23-C-0010).

Institute of International Education, New York, New York, is being awarded a $35,300,000 modification to previously awarded contract H98210-21-C-0002 to exercise Option Year 2 for services designed to attract, recruit, and train a future national security workforce through the David L. Boren National Security Education Act of 1991. The purpose is also to administer and provide management for additional initiatives under the Language Flagship, to undergraduate and graduate students who are U.S. citizens studying languages, cultures, and regions of the world critical to national security. Through long-term overseas study, Boren Scholars and Fellows learn to communicate across cultures and to analyze economic, political, religious, and societal events from local, national, and global perspectives. In exchange for funding, Boren Scholars and Fellows agree to work in qualifying national security positions in the U.S. federal government. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.

ARMY

Walsh Federal LLC, Chicago, Illinois, was awarded a $148,978,000 firm-fixed-price contract for design and construction of a nuclear command, control and communications alert campus. Bids were solicited via the internet with eight received. Work will be performed at Offutt Air Force Base, Nebraska, with an estimated completion date of Jan. 5, 2026. Fiscal 2019, 2020, 2022 and 2023 military construction, Air Force funds in the amount of $148,978,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0013).

Folsom Dam Contractors, Pleasanton, California, was awarded a $114,445,377 firm-fixed-price contract for the Folsom Dam Raise Project. Bids were solicited via the internet with three received. Work will be performed in Folsom, California, with an estimated completion date of June 15, 2027. Fiscal 2018 civil works funds in the amount of $114,445,377 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0010).

AECOM Technical Services Inc., Los Angeles, California (W91278-23-D-0044); APTIM Geosyntec JV LLC, Baton Rouge, Louisiana (W91278-23-D-0045); Arcadis, Highlands Ranch, Colorado (W91278-23-D-0046); Cardno-EA Partners JV, Hunt Valley, Maryland (W91278-23-D-0047); HDR, Englewood, Colorado (W91278-23-D-0048); Leidos, Reston, Virginia (W91278-23-D-0049); Tetra Tech Inc., Mobile, Alabama (W91278-23-D-0050); WSP Versar JV UR, Washington, D.C. (W91278-23-D-0051); ACT Services LLC JV, Columbia, Maryland (W91278-23-D-0052); QRI Tetra Tech JV, Baton Rouge, Louisiana (W91278-23-D-0053); and SERES-Arcadis SB JV2, Charleston, South Carolina (W91278-23-D-0054), will compete for each order of the $99,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with 20 received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2028. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

AECOM Arcadis PFAS JV, Germantown, Maryland, was awarded a $99,000,000 firm-fixed-price contract to conduct remedial investigations, feasibility studies, time-critical and non-time-critical removal action, and decision documents at Army National Guard facilities. 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 1, 2028. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-D-0007).

RENK America LLC, Muskegon, Michigan, was awarded a $48,029,744 modification (P00030) to contract W56HZV-20-C-0124 for transmissions, transmission containers and transmission control modules. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2024. Fiscal 2021, 2022 and 2023 weapons and tracked combat vehicle procurement, Army funds in the amount of $48,029,744 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

BAE Systems, Radford, Virginia, was awarded a $46,425,270 cost-plus-fixed-fee contract to address workplace safety issues, including process safety actions, equipment replacement, equipment enhancement, process improvements, environmental improvements and infrastructure improvements at Radford Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of July 31, 2026. Fiscal 2023 procurement of ammunition, Army funds in the amount of $46,425,270 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0173).

Lockheed Martin Corp., Liverpool, New York, was awarded a $33,566,331 firm-fixed-price contract to support acquisition of the Terrestrial Layer System Brigade Combat Team. Bids were solicited via the internet with one received. Work will be performed in Syracuse, New York, with an estimated completion date of Sept. 8, 2026. Fiscal 2022 other procurement, Army funds in the amount of $33,566,331 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-23-C-0008).

The Boeing Co., St. Louis, Missouri, was awarded a $29,556,460 modification (PZ0012) to contract W58RGZ-19-F-0045 for aircraft concurrency enhancements and functional hardware and software technology improvements. Work will be performed in St. Louis, Missouri, with an estimated completion date of Sept. 30, 2024. Fiscal 2018, 2019, 2021 and 2022 aircraft procurement, Army funds in the amount of $29,556,460 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Next Level Relief LLC, Onalaska, Wisconsin, was awarded a $25,596,290 firm-fixed-price contract to procure non-traditional full food services at Fort Knox, Kentucky. 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 March 30, 2028. U.S. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-23-D-0009).

BOH Solutions, Covington, Louisiana, was awarded a $22,662,730 firm-fixed-price contract for containers for special tools and test equipment. 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 March 30, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0034).

Professional Contract Services Inc., Austin, Texas, was awarded a $14,855,802 cost-no-fee contract for base operations support services. Bids were solicited via the internet with one received. Work will be performed at Fort Sill, Oklahoma, with an estimated completion date of Dec. 31, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $14,855,802 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124L-23-C-0003).

Northrop Grumman, McLean, Virginia, was awarded a $13,900,000 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract to provide mission command training and technical, exercise, simulation, and organizational support. Bids were solicited via the internet with one received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Aug. 22, 2023. Fiscal 2010 operation and maintenance, Army funds in the amount of $6,990,339 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0013).

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $12,377,686 firm-fixed-price contract to develop the specification, selection and procurement of a new hammer mill and associated ancillary equipment for the processing of sheeted wood pulp or sheeted cotton linters. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of May 22, 2025. Fiscal 2023 procurement of ammunition, Army funds in the amount of $6,188,843 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-F-0114).

AIR FORCE

Hamilton Sundstrand Corp., doing business as Collins Aerospace, Windsor Locks, Connecticut, was awarded a $23,623,733 indefinite-delivery/indefinite-quantity contract with a firm-fixed-price pricing arrangement for C-130 repair. The total estimated value of all options is $116,760,189. The maximum ceiling value of the contract is $140,383,922. This contract provides repair in support of the NP2000 eight blade propeller and electronic propeller control system of the C-130 for the Air Force. Work will be performed in Windsor Locks, Connecticut, and is expected to be completed by March 29, 2028. This contract was a sole source acquisition. Fiscal 2021 procurement funds in the amount of $13,806,632 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

American Fuel Cell and Coated Fabrics Co.,* Magnolia, Arkansas, has been awarded a maximum $18,264,775 indefinite-quantity contract for aircraft fuel tanks. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The performance completion date is March 29, 2028. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A7-23-D-0158).

Aviation Devices and Electronic Components LLC,* Fort Worth, Texas, has been awarded an estimated $8,741,910 indefinite-quantity contract for electronic shielding gaskets and similar items. This was sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. The performance completion date is April 14, 2026. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-23-D-0052).

UPDATE: Signature Flight Support LLC, Orlando, Florida (SPE607-23-D-0024, $24,681,138), has been added as an awardee to the multiple award contract for fuel support at Rick Husband Amarillo International Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0034, $7,622,005), has been added as an awardee to the multiple award contract for fuel support at East Texas Regional Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. (Awarded March 29, 2023)

DEFENSE HEALTH AGENCY

NikSoft Systems Corp., Reston, Virginia, is awarded a six-month extension modification with a total value of $12,514,843 on a firm-fixed-price contract (HT001121C0022) to provide program management, engineering, and operations support for the emigration and sustainment of legacy systems while the replacement technology lifecycle support contract is completed in support of the Defense Health Agency Solutions Delivery Division. Work will be primarily performed at Defense Health Headquarters in Falls Church, Virginia. Operation and maintenance funds in the amount of $12,514,843 are obligated for fiscal 2023. The contract was awarded on a sole source basis in accordance with Federal Acquisition Regulation 6.302-1 One Responsible Source and was executed on Sept. 29, 2021. The period of performance for this extension modification is April 1, 2023, to Sept. 29, 2023. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

3/31

NAVY

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded a $1,295,000,013 fixed-price-incentive modification to previously awarded contract N00024-18-C-2406 for the procurement of the detail design and construction of the Amphibious Transport Dock ship, LPD 32, the third LPD 17 Flight II ship.  Work will be performed in Pascagoula, Mississippi (82%); Crozet, Virginia (3%); Beloit, Wisconsin (2%); and New Orleans, Louisiana (2%), with other efforts performed at various sites throughout the U.S. (11%). Work is expected to be completed by September 2029. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $1,295,000,013 will be obligated at award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $235,904,196 firm-fixed-price modification to previously awarded contract N00024-20-C-5519 to exercise an option for production of Surface Electronic Warfare Improvement Program Block 3 Hemisphere Systems. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (8%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (5%); San Diego, California (3%); Rochester, New York (2%); Los Angeles, California (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); Rolling Meadows, Illinois (1%); and other locations each less than 1% (4%), and is expected to be completed by December 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $175,249,445 (74%); and fiscal 2023 other procurement (Navy) funds in the amount of $60,654,751 (26%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $212,681,084 fixed-price incentive (firm-target) modification (P00031) to a previously awarded contract (N0001921C0011). This modification definitizes the existing contract and extends the period of performance to provide continued recurring sustainment, program management, financial and administrative, propulsion integration, engineering, material management, configuration management, software sustainment, security management, equipment management and product management support activities. Additionally, this modification definitizes and extends the period of performance to continue to provide joint technical publication updates, training, depot level maintenance and repair for all fielded propulsion systems at the F-35 production sites and operational locations for the Navy, Marine Corps, Air Force, non-U.S. Department of Defense (DOD) partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (40%); Oklahoma City, Oklahoma (21%); Indianapolis, Indiana (12%); West Palm Beach, Florida (6%); Windsor Locks, Connecticut (6%); Brekstad, Norway (4%); Leeuwarden, Netherlands (3%); Iwakuni, Japan (3%); Williamtown, Australia (2%); Cameri, Italy (1%); Marham, United Kingdom (1%); and Fort Worth, Texas (1%), and is expected to be completed in November 2023. Fiscal 2023 operation and maintenance (Air Force) funds in the amount of $82,789,319; fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $35,970,027; fiscal 2023 operation and maintenance (Navy) funds in the amount of $14,356,701; FMS customer funds in the amount of $25,690,292; and non-U.S. DOD participant funds in the amount of $53,300,944 will be obligated at the time of award, $133,116,047 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $132,485,525 firm-fixed-price modification to previously awarded contract N00024-20-C-5380 for MK 41 vertical launching system (VLS) canister production and ancillary hardware. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by November 2025. Fiscal 2023 weapons procurement (Navy) funds in the amount of $76,616,300 (58%); fiscal 2023 defense-wide procurement funds in the amount of $30,163,290 (22%); other customer funds in the amount of $12,690,500 (9%); fiscal 2023 research, development, test and evaluation (Army) funds in the amount of $9,213,700 (6%); fiscal 2023 procurement (Marine Corps) funds in the amount of $1,842,740 (1%); Fiscal 2021 weapons procurement (Navy) funds in the amount of $1,553,887 (1%); Foreign Military Sales funds (Japan) in the amount of $325,413 (1%); fiscal 2022 research, development, test and evaluation funds (Army) in the amount of $63,250 (1%); and fiscal 2022 procurement (Marine Corps) funds in the amount of $16,445 (1%) will be obligated at time of award, of which $1,617,137 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded an $113,628,201 firm-fixed-price modification to previously awarded contract N00024-21-C-5406 for MK 15 close-in weapon system (CIWS) upgrades and conversions, system overhauls, and associated hardware. Work will be performed in Louisville, Kentucky (37%); Tucson, Arizona (13%); Mason, Ohio (6%); Williston, Vermont (5%); Hauppauge, New York (2%); Joplin, Missouri (2%); Radford, Virginia (2%); Palo Alto, California (2%); Andover, Massachusetts (2%); Van Nuys, California (1%); Anaheim, California (1%); Valencia, California (1%); Irvine, California (1%); Tempe, Arizona (1%) and various other locations each less than 1% (24%), and is expected to be completed by September 2026. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $70,496,178 (62%), fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $41,316,038 (36%), fiscal 2021 weapons procurement (Navy) funds in the amount of $804,046 (1%), and fiscal 2022 weapons procurement (Navy) funds in the amount of $11,939 (1%), will be obligated at time of award, of which $71,300,224 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

DRS Systems Inc., Melbourne, Florida, is awarded a $26,000,000 modification (P00002) to a firm-fixed-price order (N0001922F1162) against a previously issued basic ordering agreement (N0001919G0030). This modification adds scope to procure 16 joint urgent operation need Weapon Replaceable Assembly Shipsets associated with the AN/AAQ-45 Distributed Aperture Infrared Countermeasures system configuration in support of the MH-60S for the Navy. Work will be performed in Dallas, Texas (55%); San Diego, California (43%); Fort Walton Beach, Florida (1%); and Melbourne, Florida (1%), and is expected to be completed in March 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $26,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Space, Titusville, Florida is being awarded a $20,941,008 cost-plus-fixed-fee level-of-effort and completion type contract modification (P00002) to previously awarded contract N0003022C2023 for engineering, technical support services, operational support hardware and consumable spares for the Fleet Ballistic Missile Program. Work will be performed in Denver, Colorado (24.64%); Valley Forge, Pennsylvania (23.30%); Cape Canaveral, Florida (23.21%); Titusville, Florida (9.75%); Sunnyvale, California (7.77%); Coulport, Scotland (4.19%); Kings Bay, Georgia (1.83%); and various locations below one percent (5.31%). Work is expected to be completed by March 31, 2025. Non-appropriated funds in the amount of $20,941,008 will be obligated on this award and no funds will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition pursuant to 10 U.S.Code 2304(c)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity.  

Hexagon US Federal Inc. – Huntsville, Alabama, is awarded a $16,370,119 firm-fixed-price delivery order (N00024-23-F-4125) for surface ship Situational Awareness, Boundary Enforcement and Response (SABER) land-based site equipment under indefinite-delivery/indefinite-quantity contract N00024-19-D-4114. Work will be performed in Huntsville, Alabama, and is expected to be completed by October 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $11,490,113 (70.2%); fiscal 2023 ship construction (Navy) funds in the amount of $3,559,293 (21.7%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,320,713 (8.1%) will be obligated at the time of award. This contract was not competitively procured as it is a delivery order off of a single award contract. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

American Bureau of Shipping (ABS), Spring, Texas, is awarded a $15,922,961 modification under a previously awarded firm-fixed-price contract (N3220522C4029) to fund and exercise Option Year 1 for continuous supportive engineering and technical services to audit ships and conduct plan reviews to verify, confirm and document that Military Sealift Command’s government-owned, government-operated fleet and government-owned, contract-operated fleet of are maintained in class or can be placed in class with ABS. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.  

L3 Harris Technologies Inc. – Interstate Electronics Corp., Anaheim, California, is awarded a $15,798,147 cost-plus-fixed-fee and cost-plus-incentive-fee modification (P00015) under previously awarded contract N00003022C2001 for services and support for flight test instrumentation systems.  Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (31%); Washington, D.C. (8%); Barrow-in-Furness, United Kingdom (3%); and Groton, Connecticut (3%).  Work is expected to be completed Sept. 30, 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,449,557; and fiscal 2023 other procurement (Navy) funds in the amount of $9,009,302 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. The total obligated dollar value of the modification is $13,458,859 and the total cumulative face value of the options exercised is $15,798,147. This contract was awarded on a sole source basis under 10 U.S.Code 2304(c)(1) and was previously synopsized on the System for Award Management online portal. This contract award also benefits a foreign military sale to the United Kingdom. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Northrop Grumman Corp., Charlottesville, Virginia, is awarded a $15,723,200 firm-fixed-price and cost-only modification to previously awarded contract N00024-23-C-5234 to exercise options for surface and submarine inertial sensor module (ISM) configurations and material for engineering support for the navigation program. Work will be performed in Charlottesville, Virginia, and is expected to be completed by January 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $11,724,162 (75%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,949,519 (12%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,949,519 (12%); and fiscal 2022 other procurement (Navy) funds in the amount of $100,000 (1%) will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.  

Raytheon Missiles & Defense, Tewksbury, Massachusetts, is awarded a $15,043,848 firm-fixed-price modification to previously awarded contract N00024-22-C-5522 for an option exercise of a technical refresh and a procurement of spares to support DDG 1000-class combat system activation, sustainment, and modernization. Work will be performed in Portsmouth, Rhode Island (44%); Largo, Florida (29%); Marlborough, Massachusetts (19%); and Nashua, New Hampshire (8%), and is expected to be completed by January 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $5,575,427 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Centerra Group LLC, Herndon, Virginia, was awarded $8,830,791 for a modification to indefinite-delivery/indefinite-quantity contract N62742-16-D-3600. This modification provides for the exercise of Option Period Seven for base operating support services at military and civilian installations within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. This award brings the total cumulative face value of the contract to $68,418,701. Work will be performed in the Republic of Singapore. This option period is from April 2023 to March 2024. Fiscal 2023 operation and maintenance (Navy); fiscal 2023 operation and maintenance (Air Force); and fiscal 2023 non-appropriated funds in the amount of $8,049,648 for recurring work was obligated at time of award and will expire at the end of the current fiscal year. NAVFAC Pacific, Pearl Harbor, Hawaii, is the contracting activity. (Awarded March 28, 2023)

Triton Marine Construction Corp., Bremerton, Washington, is awarded $8,593,939 firm-fixed-price task order (N4425523F4247) to repair saltwater distribution and compressed air lines at Dry Docks 4 and 5, Puget Sound Naval Shipyard. The work to be performed provides for returning the saltwater distribution and compressed air loop feed utility lines to new condition by complete replacement of the damaged piping and other system hardware. Work will be performed in Bremerton, Washington, and is expected to be completed by October 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $8,593,939 will be obligated at time of award, and will expire at the end of the current fiscal year. This task order was competitively procured via the Procurement Integrated Enterprise Environment website, with four offers received. The Naval Facilities Engineering Systems Command, Northwest, Bremerton, Washington, is the contracting activity (N44255-21-D-5008).

CORRECTION: The March 30, 2023, announcement of a $650,433,839 contract with Raytheon Co., El Segundo, California (N0001923C0037), included the wrong contract completion date. The work is expected to be completed in October 2026.

AIR FORCE

The Boeing Co., Oklahoma City, Oklahoma, was awarded a $994,000,000 ceiling, indefinite-delivery/indefinite-quantity, firm‐fixed-price contract for C-32A and C-40B/C aircraft contractor logistics support services.  This contract provides for program management, aircraft base and depot maintenance, engine maintenance, modifications, and modification support.  Work will be performed at Scott Air Force Base, Illinois; and Joint Base Andrews, Maryland, and is expected to be completed by March 31, 2033.  Fiscal 2023 operations and maintenance funds in the amount of $1,191,576 are being obligated at the time award for the first task order (FA8134-23-F-B001).  This contract was a competitive and two offers were received.  The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8134-23-D-B004).

Rolls-Royce Corp., Indianapolis, Indiana, was awarded a $714,030,586 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for T108 AE2100 engine sustainment. This contract provides for the technical, logistics, engineering, maintenance, repair, and overhaul services required to provide long-term sustainment of the C-130J R391 propeller, nacelle, the powerplant assembly, whole engines, and line replaceable units. Work will be performed at Robbins Air Force Base, Georgia, within the contiguous U.S., and outside the contiguous U.S., and is expected to be complete by Nov. 30, 2032. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $20,385,749 will be obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-23-D-0002).

AECOM Technical Services Inc, Los Angeles, California (FA890323D0001); APTIM Federal Services LLC, Baton Rouge, Louisiana (FA890323D0002); Argus Consulting Inc, Overland Park, Kansas (FA890323D0003); Austin Brockenbrough & Associates, Richmond, Virginia (FA890323D0004); Burns & McDonnell Engineering Company Inc, Kansas City, Missouri (FA890323D0005); CJT Joint Ventures LP, Linden Virginia (FA890323D0006); Enterprise Engineering Inc, Anchorage, Alaska (FA890323D0007); GTP Consulting Engineers Inc., Duluth, Georgia (FA890323D0008); HDR Engineering Inc., San Antonio, Texas (FA890323D0009); Pond & Co., Peachtree Corners, Georgia (FA890323D0010); Robert and Co., Atlanta, Georgia (FA890323D0011); Stanley Consultants Inc., Austin, Texas (FA890323D0012); Tetra Tech Inc., Collinsville, Illinois (FA890323D0013); and Weston Solutions Inc., West Chester, Pennsylvania (FA890323D0014), have been awarded a $500,000,000 ceiling, firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract for Department of Defense fuels infrastructure architect-engineering (A-E) services to include Title I, Title II, and other related A-E services. Work will be performed worldwide and is set for a five-year base ordering period with a five-year option not to exceed a 10-year ordering period, with an anticipated completion of all work awarded no later than three years after the expiration of the 2036 ordering period. These awards are the result of a competitive acquisition, and 14 offers were received. Fiscal 2023 working capital funds in the amount of $35,000 ($2,500 per awardee), are being obligated at the time of award.  The 772 Enterprise Sourcing Squadron, Joint Base Lackland-San Antonio, Texas, is the contracting activity.

Dale Rogers Training Center Inc., Oklahoma City, Oklahoma, was awarded $139,055,951 for base-wide custodial services at Tinker Air Force Base, Oklahoma. This contract provides all management, tools, equipment, and labor necessary to ensure that custodial services are performed at Tinker AFB. Work will be performed at Tinker AFB and is expected to be completed by March 31, 2033. This contract was a sole source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $429,551; and fiscal 2023 Air Force working capital funds in the amount of $7,996,910 are being obligated at time of award. The work is expected to be completed by March 31, 2033.  This award is the result of a sole source acquisition. The Air Force Sustainment Center, Tinker AFB, Oklahoma, is the contracting activity (FA8101-23-D-0001).

L-3 Communication Integrated Systems L.P., Greenville, Texas, was awarded a $71,928,605 cost-plus-fixed-fee and firm-fixed-price contract for the procurement of engineering procurement and fabrication and subsequent modification effort of one Gulfstream GV-SP (G550) aircraft. This contract provides for Joint Airborne Multi-sensor Multi-mission System (JAMMS) engineering, procurement and fabrication of Foreign Military Sales (FMS) Aircraft #1 and #2. Work will be performed at Greenville, Texas, and is expected to be completed by June 2, 2026. This contract involves 100% foreign military sales. This contract was a sole source acquisition. FMS funds in the amount of $71,928,605 are being obligated at the time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-21-G-4027 / FA8620-23-F-4868). 

Peraton Inc., Herndon, Virginia, was awarded a $65,802,242 indefinite-delivery/indefinite-quantity contract for engineering support services. This contract provides engineering services support for the AN/ALM 280 enhanced automated special test equipment, AN/ALQ-161A subsystem software configuration, engineering qualification, field test support for preprocessor flight software, and integrated facility for avionics testing. Work will be performed at Robins Air Force Base, Georgia, and is expected to be complete by March 31, 2033. This contract is the result of a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $5,952,198 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-23-D-0002).

Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $32,827,972 firm-fixed-price incentive modification (P00129) to a previously awarded contract (FA3002-17-C-0009) for base operations support. The contract modification is for the exercise of Option VI. The modification brings the total cumulative face value of the contract to $265,081,036. Work will be performed at Maxwell-Gunter Air Force Base, Alabama, and is expected to be completed by March 31, 2024. Fiscal 2023 operations and maintenance funds are being obligated at the time of award. The 42d Contracting Squadron, Montgomery, Alabama, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded an $11,990,629 firm-fixed-price modification (P00254) to previously awarded contract FA8629-14-C-2403 for implementation of the Tactical Cross Domain Solution. The modification brings the total cumulative face value of the contract to $5,102,995,487. Work will be performed in Stratford, Connecticut, and is expected to be completed by July 31, 2026. Fiscal 2022 research, development, test and evaluation funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

ARMY

Lockheed Martin Corp., Orlando, Florida, was awarded a $439,461,775 hybrid (cost-plus-fixed-fee, firm-fixed-price and fixed-price-incentive) contract for the manufacture and delivery of air-to-ground missile systems. Bids were solicited via the internet with one received. Work will be performed in Orlando, Florida, with an estimated completion date of Sept. 30, 2025. Fiscal 2021 and 2022 missile procurement, Army funds; fiscal 2021 and 2022 missile procurement, Air Force funds; fiscal 2021 and 2022 weapons procurement, Navy funds; and 2023 Foreign Military Sales (Australia, Czech Republic, France, South Korea and Thailand) funds in the amount of $439,461,775 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-C-0005). (Awarded March 30, 2023)

Parsons Government Services Inc., Pasadena, California, was awarded a $164,000,000 firm-fixed-price contract for design completion and construction of a new explosives decomposition chamber facility. Bids were solicited via the internet with one received. Work will be performed in Kingsport, Tennessee, with an estimated completion date of March 20, 2027. Fiscal 2022 procurement of ammunition, Army funds in the amount of $164,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-23-C-4007). (Awarded March 30, 2023)

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $122,612,703 modification (P00003) to contract W52P1J-22-C-0024 for tank-training ammunition. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Aug. 19, 2025. Fiscal 2021, 2022 and 2023 procurement of ammunition, Army funds in the amount of $122,612,703 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded March 30, 2023)

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $105,780,608 modification (P00003) to contract W52P1J-22-C-0023 for tank-training ammunition. Bids were solicited via the internet with three received. Work will be performed in St. Petersburg, Florida, with an estimated completion date of June 2, 2025. Fiscal 2023 procurement of ammunition, Army funds in the combined amount of $105,780,608 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded March 30, 2023)

Vectrus System Corp., Colorado Springs, Colorado, was awarded a $73,872,000 modification (0001C3) to contract W52P1J-13-G-0027 for logistics support services. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of April 1, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $7,159,381 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded March 30, 2023)

Palantir USG Inc., Palo Alto, California, was awarded a $60,007,256 modification (P00006) to contract W911QX-22-C-0031 for research and development services in the area of artificial intelligence and machine learning. Work will be performed in Palo Alto, California, with an estimated completion date of Sept. 28, 2023. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $42,520,836 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded March 30, 2023)

MDT Armor Corp.,* Auburn, Alabama, was awarded a $21,913,585 firm-fixed-price contract for the purchase of David Urban Light Armored Vehicles. Bids were solicited via the internet with one received. Work will be performed in Auburn, Alabama, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 Foreign Military Sales (Israel) funds in the combined amount of $21,913,585 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-C-0047). (Awarded March 30, 2023)

Lucianos Excavation Inc.,* Taunton, Massachusetts, was awarded an $8,312,000 firm-fixed-price contract for breakwater repairs. Bids were solicited via the internet with three received. Work will be performed in Isles of Shoals, New Hampshire, with an estimated completion date of Aug. 3, 2024. Fiscal 2019 civil construction funds in the amount of $8,312,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-23-C-0006). (Awarded March 30, 2023)

Luhr Crosby LLC, Columbia, Illinois, was awarded a $7,985,700 firm-fixed-price contract to construct a stone core on the west end of Grand Isle. Bids were solicited via the internet with three received. Work will be performed in Grand Isle, Louisiana, with an estimated completion date of Dec. 12, 2023. Fiscal 2022 civil flood control and coastal emergencies funds in the amount of $7,985,700 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0015). (Awarded March 30, 2023)

DEFENSE LOGISTICS AGENCY

Premier ProduceOne Inc., Dayton, Ohio, has been awarded a maximum $343,225,875 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is March 25, 2028. Using customers are Air Force, Air National Guard, Coast Guard, Navy and Ohio schools. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P406).

Intuitive Research and Technology Corp.,* Huntsville, Alabama, has been awarded a $56,928,794 firm-fixed-price, one-time buy contract for sensor suites. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a one-year contract with no option periods. The performance completion date is March 31, 2024. Using military service is the Army. Type of appropriation is fiscal 2023 Army operations and maintenance; and research, development, test and evaluation funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-23-C-0010).

MISSILE DEFENSE AGENCY

Northrop Grumman Systems Corp. (NGSC), Chandler, Arizona, is being issued a $153,000,000 not-to-exceed undefinitized contract action to previously awarded contract HQ0147-19-C-0005 to support the development and production of five subscale MBRV-11 vehicles (Modified Ballistic Re-Entry Vehicle-11).  The value of this contract is increased from $353,788,276 to $506,788,276. Under this modification, the contractor will procure, manufacture, and assemble hardware and perform required testing.  NGSC will also support launch vehicle integration, launch execution, and pre- and post-flight activities.  The work will be performed in Chandler, Arizona; and Redstone Arsenal, Alabama.  The performance period is from March 2023 through September 2027.  Fiscal 2023 research, development, test and evaluations funds will be used on this effort; the initial funding amount is $6,057,000.  A request for information was posted on SAM.gov and three responses were received. The three responses were evaluated during market research and only one source was identified as able to fulfill the agency’s requirement. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Mente Systems Inc., doing business as TheIncLab, McLean, Virginia (H92415-23-9-0001), is being awarded a production other transaction agreement (OTA) to provide a software suite in support of the Special Operations Mission Planning and Execution (SOMPE) program. The agreement has a maximum ceiling of $95,000,000 for a 12-month base period and nine option years. Fiscal 2023 research, development, test and evaluation funds in the amount of $7,042,825 are being obligated at time of award. This software suite is comprised of tactical mission planning and situational awareness tools that automate many aspects of joint operations. The majority of the work will be done in McLean, Virginia. This contract is awarded as a production OTA authorized under 10 U.S. Code §4022(f). U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY 

Radiance Technologies Inc.,* Huntsville, Alabama, has been awarded a $14,947,173 cost-plus-fixed-fee contract for Phase III of the Secure Advanced Framework for Simulation and Modeling (SAFE-SiM) program. This contract provides for Phase III continuation on Radiance Technologies Inc.’s Phase II research results, which is critical to meeting the Defense Advanced Research Projects Agency’s joint all domain theater-wide analysis goals; specifically, development and delivery of the integrated SAFE-SiM system deployable as part of the hardware-agnostic Modeling and Simulation Integration Environment Infrastructure (MSIE) as code. Work will be performed in Huntsville, Alabama (40%); Dayton, Ohio (20%); San Diego, California (5%); Boston, Massachusetts (5%); Rome, New York (10%); Basking Ridge, New Jersey (10%); and Albuquerque, New Mexico (10%), with an expected completion date of November 2024. Fiscal 2023 research, development, test, and engineering funds in the amount of $1,279,000 are being obligated at time of award. This contract was a sole-source acquisition. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-23-C-0058).

*Small business

Author

  • Ashley Jones

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

    View all posts
This entry was posted on Wednesday, April 05, 2023 1:32 pm

Leave a Reply

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

Notify me of updates to this conversation