INSIDE THE

NEWS + ADVICE

DoD Contracts: The Aerospace Corp., QinetiQ, Amentum Services, SAIC, CACI, Week of 9-18-23 to 9-22-23

Posted by Ashley Jones
aircraft

9/18

ARMY

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $129,412,000 firm-fixed-price contract for design and build services. Bids were solicited via the internet with four received. Work will be performed in Washington, D.C., with an estimated completion date of Oct. 1, 2027. Fiscal 2023 Capitol Police Buildings and Grounds, Architect of the Capitol funds in the amount of $129,412,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting authority.

Abhe & Svoboda Inc.,* Jordan, Minnesota, was awarded a $22,535,910 firm-fixed-price contract for gate maintenance. Bids were solicited via the internet with four received. Work will be performed in Minnesota City, Minnesota, with an estimated completion date of Nov. 1, 2028. Fiscal 2023 civil construction funds in the amount of $22,535,910 were obligated at the time of the award. U.S. Army Corps of Engineers, Saint Paul, Minnesota, is the contracting activity (W912ES-23-C-0011). 

The Boeing Co., Mesa, Arizona, was awarded a $15,000,000 cost-plus-fixed-price contract to procure and fabricate software and hardware into the target air vehicle platform. Bids were received via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-23-D-0010). 

Conrad Shipyard LLC,* Morgan City, Louisiana, was awarded a $9,106,800 firm-fixed-price contract to design, construct, test, and deliver a new steel spud barge. Bids were solicited via the internet with one received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of April 14, 2025. Fiscal 2023 Plant Replacement Improvement Program funds in the amount of $9,106,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0033). 

Dynetics Inc., Huntsville, Alabama, was awarded an $8,778,846 cost-plus-fixed-fee contract for hardware and technical support for the Long-Range Persistent Surveillance System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-D-0023). 

Applied Technologies Group Inc., Huntsville, Alabama, was awarded an $8,036,757 modification (P00012) to contract W31P4Q-23-F-E001 for logistics support. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 17, 2024. Fiscal 2010 and 2023 Foreign Military Sales (Albania, Austria, Croatia, Egypt, Israel, Japan, Jordan, Latvia, Mexico, Slovakia, South Korea, Sweden, Taiwan, Thailand, and Turkey); 2023 operation and maintenance, Army funds; and 2023 other procurement, Army funds, in the amount of $8,036,757 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  

SSFM International Inc., Honolulu, Hawaii, was awarded a $7,823,002 firm-fixed-price contract to design a vehicle maintenance shop. Bids were solicited via the internet with one received. Work will be performed in Okinawa, Japan, with an estimated completion date of June 25, 2026. Fiscal 2023 military construction, Army funds in the amount of $7,823,002 were obligated at the time of the award. U.S. Army Corps of Engineers, Okinawa, Japan, is the contracting activity (W912HV-23-F-0041).

Elevated Technologies Inc.,* Charleston, South Carolina, was awarded a $7,568,640 firm-fixed-price contract for elevator replacement and repair. Bids were solicited via the internet with one received. Work will be performed in Albuquerque, New Mexico, with an estimated completion date of June 26, 2025. Fiscal 2023 Veterans Affairs non-recurring maintenance funds in the amount of $7,568,640 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting authority (W912PP-23-C-0009).

CORRECTION: Signature Renovations LLC,* Capitol Heights, Maryland, was added as an awardee to the $249,000,000 firm-fixed-price contract (W91247-23-D-9014) announced on Aug. 15, 2023, for maintenance, repair, and minor construction projects. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2028. 419th Contracting Support Brigade, Fort Liberty, North Carolina, is the contracting authority. 

AIR FORCE

Long Wave Inc., Oklahoma City, Oklahoma, was awarded a $112,600,000 firm-fixed-price indefinite-delivery/definite-quantity contract for High Frequency Global Communications System – Antenna Program Support III. This contract provides program depot maintenance and installation activities for high power, high frequency antenna and antenna subsystems in support of strategic military command and control communications. Work will be performed at Joint Base Andrews (Davidsonville and Brandywine), Maryland; Ascension Island Auxiliary Field, Royal Air Force Croughton, Diego Garcia; Joint Base Elmendorf-Richardson, Alaska; Guam (Barrigada and Finegayan), Hawaii (Lualualei and Wahiawa); Lajes (Cinco Picos and Villa Nova); Offutt Air Force Base (Elkhorn and Scribner), Nebraska; Puerto Rico (Isabella and Salinas); Naval Air Station Sigonella, Italy; West Coast (Dixon and Lincoln); and Yokota Air Base (Tokorozawa and Owada), Japan, and is expected to be completed by Sept. 19, 2030. This contract was a competitive acquisition and two offers were received. No funds are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8102-23-D-0001).

3D Systems Corp., Rock Hill, South Carolina, was awarded a $10,758,261 cost-plus-fixed-fee contract for Large-format Metal 3D Printer Advanced Technology Demonstrator (GEN-II DMP-1000). This contract supports the development of large-scale hypersonic relevant additive manufacturing print capabilities. Work will be performed at Rock Hill, South Carolina; and San Diego, California, and is expected to be completed by Sept. 29, 2025.  This contract was a competitive acquisition and one offer was received.  Fiscal 2022 and 2023 research, development, test and evaluation funds in the amount of $10,758,261 are being obligated at time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B055). 

UAV Communications Inc., Newport News, Virginia, was awarded an $8,342,946 firm-fixed-price and cost-reimbursable contract action for the ongoing sustainment, management, development, and network administration of the United Kingdom MQ-9 Reaper Operation Centers. Work will be performed at Royal Air Force Waddington, United Kingdom; and Creech Air Force Base, Nevada, and is expected to be completed by March 31, 2025. This contract involves Foreign Military Sales to the United Kingdom. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $8,342,946 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson AFB, Ohio, is the contracting activity (FA8620-19-C-2002).

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a cost-plus-fixed-fee contract modification (P00019) in the amount of $66,974,244 to a previously awarded and announced contract (N00030-22-C-6001) to exercise fiscal 2024 options to provide support services for the U.S. Trident II D5 Strategic Weapon Systems program, the Attack Weapon System program, and the Nuclear Weapon Security program. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Rockville, Maryland (58.2%); Washington, D.C. (23.8%); Saint Marys, Georgia (3.3%); Cape Canaveral, Florida (2.3%); Rochester, United Kingdom (1.7%); Bremerton, Washington (1.3%); Portsmouth, Virginia (1.0%); and various other locations (less than 1% each, 8.4% total). Work is expected to be completed Sept. 30, 2024. This action is awarded subject to the availability of funds. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $63,820,154 cost-plus-incentive-fee contract for establishment of the AEGIS Canadian Surface Combatant land-based test site in New Jersey. This contract involves Foreign Military Sales to the Royal Canadian Navy. Work will be performed in Moorestown, New Jersey (93%); Clearwater, Florida (3%); Orlando, Florida, (3%); and Owego, New York (1%), and is expected to be completed by November 2026. Foreign Military Sales (Canada) funds in the amount of $63,820,154 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10.U.S. Code 3204 (a)(4) (International Agreement). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5101).

Northrop Grumman Systems Corp., Woodland Hills, California, is awarded a $23,923,898 firm-fixed-price modification (P00009) to a previously awarded contract (N0001921C0073). This modification adds scope to procure six UH-1Y Link 16 A kits, six AH-1Z Link 16 A kits, 12 Link 16 B kits, two Link 16 Flight Training Device B kits, four Link 16 B kit spares, as well as associated systems engineering, program management, and logistics support in support of the UH-1Y and AH-1Z helicopter upgrades for the Navy. Work will be performed in Woodland Hills, California (67%); Des Plaines, Illinois (17%); San Diego, California (9%); and Huntsville, Alabama (7%), and is expected to be completed in November 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $16,415,283; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $7,508,615, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Greenland Enterprises Inc.,* Newport News, Virginia, is awarded a $23,718,772 firm-fixed-price contract to replace a steam boiler. This contract provides for a steam system replacement at the Steam B plant. Work will be performed at Naval Support Facility Indian Head, Maryland, and will be completed by July 2026. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $23,718,772 will be obligated at time of award, and will not expire at the end of the fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website, with two offers received. Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity (N40080-23-C-0013).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded an $11,284,194 modification (P00002) to a firm-fixed-price order (N0001922F2046) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises an option to procure 38 rescue hoist mission kits in support of the CMV-22 Osprey fleet aircraft for the Navy. Work will be performed in Brea, California (88%); Ridley Park, Pennsylvania (9%); and Aston, Pennsylvania (3%), and is expected to be completed in March 2027. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $11,284,194 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

The Charles Stark Draper Laboratory, Cambridge, Massachusetts, is awarded a $10,188,553 cost-plus-incentive-fee, cost-plus-fixed-fee modification (P00017) to a previously awarded contract (N0003022C6002). This modification increases the level of effort and incrementally funds fiscal 2023 options to provide technical and engineering services necessary to maintain and sustain the Trident II Strategic Weapon System (SWS) MK 6 Guidance subsystem. The effort also includes a requirement for strategic guidance, navigation, and control subject matter expertise to research and develop current and maturing concepts and technologies that will enable follow-on, full-scale development of the 2nd Life Extension of the Trident II (D5) SWS. Work will be performed in Cambridge, Massachusetts, and is expected to be completed Nov. 30, 2024. Fiscal 2023 research and development test and evaluation (Navy) funds in the amount of $3,311,845; fiscal 2023 weapons procurement (Navy) funds in the amount of $3,030,956; and fiscal 2023 operations and maintenance (Navy) funds in the amount of $3,845,752, will be obligated at the time of modification. Funds in the amount of $3,845,752 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)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded an option (P000026) in the amount of $10,065,000 for contract N3220520C6173. This modification exercises the fourth one-year option period of the contract for one U.S. flagged prepositioning vessel M/V LTC John U.D. Page (T-AK 4543) supporting the Army’s preposition requirements. This contract includes a 223 day base period with two 365 day option periods, one 360 day option period, one 366 day option period, and one 51 day option period, which, if exercised, would bring the cumulative value of this contract to $53,103,000. Work will be performed worldwide and is expected to be completed, if all options are exercised, by Nov. 15, 2025. Working capital funds (Transportation) in the amount of $10,065,000 are obligated for fiscal 2023. This contract was competitively procured with proposals solicited via the System for Award Management website and no offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Athena Construction Group Inc., Triangle, Virginia, is awarded a modification for an option year (P00001) valued at $8,000,000 on a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0021). No funds will be obligated at the time of award. The cumulative total of the contract, including this option year, is $27,010,000. The total amount of this action if all options are exercised is $45,000,000. The purpose of this contract is to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. The work will be performed at the Pentagon Reservation. The estimated completion date is Sept. 26, 2032. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

9/19

NAVY

Hensel Phelps Construction Co., Tysons Corner, Virginia (N40080-23-D-0030); Balfour Beatty, Falls Church, Virginia (N40080-23-D-0026); Grunley Construction Co. Inc., Rockville, Maryland (N40080-23-D-0029); Clark Construction Group LLC, Bethesda, Maryland (N40080-23-D-0027); and Consigli Construction Co. Inc., Washington, D.C. (N40080-23-D-0028), are awarded a $950,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contract for large general construction projects located primarily in the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of responsibility. Work for this task order is expected to be completed by November 2025. Fiscal 2019 military construction (MILCON) contract funds in the amount of $29,060,167; and fiscal 2023 MILCON contract funds in the amount of $14,720,278, for a total of $43,780,445, are obligated on this award, of which $29,060,167 expires at the end of the current fiscal year. This contract was competitively procured via the Contract Opportunities (sam.gov) website with 19 proposals received. NAVFAC, Washington, D.C., is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Liverpool, New York, is awarded a $46,415,206 cost-plus-fixed-fee contract for the digital expanded ultra-high frequency multiple input multiple output optimized radar. This contract provides for the development of advanced radar technology solutions applicable to both next generation platforms and current generation platforms (such as the E-2D). To support a rapid pace of development, the contractor will leverage, build-upon, and/or integrate available technologies from other programs including the Office of Naval Research (ONR). This effort centers on maturing high value radar technologies to a state enabling transfer to one or more programs of record for integration onto naval airborne platforms. Work will be performed in Liverpool, New York, and is expected to be completed in September 2027. The total cumulative value, including a 48-month base period and three 28-month option periods that, when exercised, will run concurrently with the base period, is $46,415,206. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $8,439,900 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. ONR, Arlington, Virginia, is the contracting activity (N00014-23-C-1037).

Norfolk Dredging Co., Chesapeake, Virginia, is awarded a $9,810,396 firm-fixed-price contract for dredging. Work will be performed at Degaussing Station Range; and the waterfront area of Naval Station Norfolk, Norfolk, Virginia, and will be completed by July 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $9,810,396 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov and Procurement Integrated Enterprise Environment website, with five offers received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-23-C-0037).

AIR FORCE

NetCentric Technology LLC, Neptune, New Jersey, was awarded a $262,444,763 indefinite-delivery/indefinite-quantity contract, with a ceiling of $489,000,000, for Cape launch operations and infrastructure support. This contract provides non-personal services in support of mission requirements for vehicle launches, range operations, port operations, and the overall Space Launch Delta 45 mission. Work will be performed at Cape Canaveral Space Force Station, Florida, and is expected to be completed by Nov. 30, 2032.  This contract was a competitive acquisition and six offers were received. Fiscal 2023 operation and maintenance funds in the amount of $5,000 are being obligated at time of award. 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-23-D-0004). 

Modern Technology Solutions Inc., Alexandria, Virginia, was awarded a $16,000,000 indefinite-delivery/indefinite-quantity contract for the Digital Material Management model based engineering and automation effort.  This contract provides for systems engineering and technical assistance to The Air Force Research Laboratory for integrating and employing digital methodologies across the entire Air Force Research Laboratory Technology Integration Division mission area. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 24, 2028.  This contract was a sole-source acquisition. Fiscal 2023 research, development, and test and evaluation funds in the amount of $520,000 are being obligated at time of award. The Air Force Research Laboratory, Eglin AFB, Florida, is the contracting activity (FA8651-23-D-A009). 

Raytheon Technologies Corp., Pratt & Whitney Military Engines Division, East Hartford, Connecticut, was awarded a $14,087,000 firm-fixed-price contract to establish an integrally bladed rotor, Directed Energy Deposition repair process. This contract provides for an innovated approach to establish a repair process that will result in a fully organic and automated integrally bladed rotor repair capability. Work will be performed at East Hartford, Connecticut, and is expected to be completed by March 24, 2025. This contract was a competitive acquisition and two offers were received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $14,087,000 are being obligated at time of award. The Air Force Life Cycle Management Center Rapid Sustainment Office, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA8684-23-C-B020).

CACI Inc.-Federal, Chantilly, Virginia, was awarded an $8,077,248 cost-plus-fixed-fee contract for FarPoint Software. This contract provides for the research, development, and tuning of complex models of human distributed command and control decision-making by analyzing the actual behavior of operators in a virtual simulation. Work will be performed in Chantilly, Virginia, and is expected to be completed by Sept. 17, 2027. This contract was a competitive acquisition and two offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $5,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-C-B005).

ARMY

InDyne Inc., Lexington Park, Maryland, was awarded a $152,888,901 cost-plus-award-fee contract for scientific engineering support services. Bids were solicited via the internet with four received. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Sept. 30, 2028. Fiscal 2024 research, development, test and evaluation, Army funds were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-23-C-0019). 

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $128,730,498 modification (P00003) to contract W56HZV-23-F-0395 to produce M2A4 and M7A4 vehicles. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting authority.   

Guyco Inc., Lampasas, Texas, was awarded a $123,488,000 firm-fixed-price contract for barracks renovations. Bids were solicited via the internet with two received. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of Nov. 4, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $123,488,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0017). 

Bryan 77 Construction JV LLC, Colorado Springs, Colorado, was awarded an $84,416,964 firm-fixed-price contract to construct humidity-controlled warehouses. Bids were solicited via the internet with three received. Work will be performed in Sanem, Luxembourg, with an estimated completion date of July 11, 2026. Fiscal 2019 and 2020 military construction, Air Force funds in the amount of $84,416,964 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-23-C-0027). 

Radiance Technologies Inc.,* Huntsville, Alabama, was awarded a $49,731,154 cost-plus-fixed-fee contract for aerial intelligence, surveillance and reconnaissance support services. Bids were solicited via the internet with one received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of March 19, 2029. Fiscal 2023 operation and maintenance, Army funds in the amount of $49,731,154 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-23-C-0016). 

Taylor-Woolpert LLC,* Jacksonville, Florida, was awarded a $49,400,000 firm-fixed-price contract for research and development projects. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2025. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-23-D-0003).

Valkos Corp.,* San Antonio, Florida, was awarded a $20,415,167 firm-fixed-price contract for logistics expertise and training. Bids were solicited via the internet with 18 received. Work will be performed at Fort Liberty, North Carolina, with an estimated completion date of Sept. 18, 2027. Fiscal 2023 operations and maintenance, Army funds in the amount of $4,270,087 were obligated at the time of the award. 419th Contracting Support Brigade, Fort Liberty, North Carolina, is the contracting activity (W91247-23-C-0064).

Summerwind Consultants Inc.,* Wesson, Mississippi, was awarded a $14,962,067 firm-fixed-price contract to develop handbooks and support tools for non-technical decision makers. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2028. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-23-D-0015).

DEFENSE LOGISTICS AGENCY

Marvin Land Systems Inc., Inglewood, California, has been awarded a maximum $104,481,720 firm-fixed-price, indefinite-delivery/definite-quantity contract for auxiliary power units with containers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Sept. 30, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0045).

G.E. Chaplin Inc., Flemington, New Jersey, has been awarded a maximum $8,188,490 firm-fixed-price contract to purchase Neodymium Oxide and Praseodymium Oxide materials. This was a competitive acquisition with seven responses received. This is a one-year contract with no option periods. The performance completion date is Sept. 18, 2024. Using military services are Army, Marine Corps, Navy, and Air Force. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Fort Belvoir, Virginia (SP8000-23-C-0013).

Gentex Corp., Simpson, Pennsylvania, has been awarded an estimated $7,905,232 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-1496) with four one-year option periods for HGU-56/P aircrew integrated helmet systems and components. This is a firm-fixed-price, requirements contract. The performance completion date is Sept. 21, 2024.  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.

DEFENSE HEALTH AGENCY

R&K Enterprise Solutions Inc., Newport News, Virginia, is being awarded an $8,593,946 12-month extension of services modification (HT0011-21-F-0086-P00007) for the firm-fixed-price contract (HT0011-21-F-0086) to provide safe, effective, evidence-based health care to Military Health System beneficiaries. The Defense Health Agency will utilize R&K staff expertise to foster a culture of patient safety, reliability, collaborative teamwork, and process improvement. R&K staff will engage in proactive risk assessment, risk mitigation, and process improvement. Work will be performed at various locations inside and outside the continental U.S. . Fiscal 2024 operation and maintenance funds will be obligated to exercise and fully fund the extension of Contract Line Items 4001-4005 for 12 months, from Nov. 1, 2023, to Oct. 31, 2024. This modification is being issued subject to availability of fiscal 2024 funds. DHA, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.  

*Small business

9/20

DEFENSE MICROELECTRONICS ACTIVITY

GlobalFoundries U.S. 2, Essex Junction, Vermont, is being awarded a single award indefinite-delivery/indefinite-quantity, firm-fixed-price contract (HQ072723D0003) with a 10-year ordering period for the Defense Microelectronics Activity (DMEA) Trusted Access Program Office. The contract has a $3,127,000,000 ceiling. Fiscal 2022 funds in the amount of $17,320,034 are being obligated for the first task order at the time of award. This contract procures access to state of the art and state of the practice microelectronics and trusted processes for the Department of Defense and other federal agencies. The work will be performed at the contractor’s facilities in Burlington, Vermont; East Fishkill, New York; and Malta, New York. DMEA, McClellan, California, is the contracting activity.

AIR FORCE

CCI Utility and Construction Services LLC (FA2521-23-D-0005), Anchorage, Alaska; Custom Mechanical Systems Corp. (FA2521-23-D-0006), Bargersville, Indiana; and Maverick Constructors LLC (FA2521-23-D-0007), Lutz, Florida, were awarded a ceiling $750,000,000 indefinite-delivery/indefinite-quantity contract for installation infrastructure repair and/or construction. These contracts provide for a full range of design, construction and engineering activities necessary to meet Space Force and other customer requirements. Work will be performed at Patrick Space Force Base, Florida; Cape Canaveral Space Force Station, Florida; Kennedy Space Center, Florida; and other Air Force units geographically separated throughout Florida, and is expected to be completed Nov. 30, 2031. These contracts were a competitive acquisition and 59 offers were received. Fiscal 2023 operation and maintenance funds in the amount of $1,000 per contract are being obligated at time of award. The 45th Contracting Squadron, Patrick SFB, Florida, is the contracting activity. 

Red Point Construction LLC, Palmer, Alaska, was awarded a $25,637,182 firm-fixed-price contract for the repair of Fuel Farms 3 and 4. This contract provides for the repair, replacement, and consolidation of Fuel Farm 3 and Fuel Farm 4’s bulk JP-8 and ultra-low sulfur diesel underground storage tanks, as well as a new filter building and fuel station.  Work will be performed at Joint Base Elmendorf-Richardson, Alaska, and is expected to be completed by Jan. 17, 2026. This contract was a competitive acquisition and five offers were received. Fiscal 2023 Defense Logistics Agency Defense working capital funds in the amount of $25,637,182 are being obligated at time of award. There is known congressional interest pertaining to this acquisition. The 673rd Contracting Squadron, JBER, Alaska, is the contracting activity (FA5000-23-C-0028).

The Boeing Co., Tukwila, Washington, has been awarded a maximum $12,400,000 modification (P00115) to previously awarded contract FA8625-16-C-6599 for two VC-25B aircraft. The modification brings the total cumulative face value of the contract to $4,228,971,949 from $4,216,571,949. Work will be performed in San Antonio, Texas, and is expected to be completed by Oct. 1, 2026. Fiscal 2022 research, development, test, and evaluation funds in the amount of $6,076,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Reasor Building Group LLC, Pensacola, Florida, was awarded a $10,313,642 firm-fixed-price contract for constructing the interim building for the F-35. This contract provides for the purchase and construction of a temporary facility to house the F-35 Partner Support Complex Exchange Reprogramming Laboratory Office to support F-35 mission data development and verification for Japan, South Korea, Israel, Belgium, and Poland (in a secure environment), as international partners in the F-35 program. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Oct. 2, 2024. This contract involves Foreign Military Sales to Japan, Israel, Belgium, and South Korea. This contract was a competitive acquisition and four offers were received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $10,313,642 are being obligated at time of award. The Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2823-23-C-0046).

Linquest Corp., Los Angeles, California, was awarded a $10,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the Air Force Research Laboratory Munitions Directorate (AFRL/RW) ground test range evaluation and improvement plan effort. This contract provides for the upgrade of the AFRL/RW current test capabilities to ensure it can provide state-of-the-art test and experimentation facilities to its researchers for years to come.  Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Dec. 22, 2030.  This contract was a sole-source acquisition. Fiscal 2022 research, development, test, and evaluation funds in the amount of $199,452 are being obligated at time of award.  The Air Force Research Laboratory, Eglin AFB, Florida, is the contracting activity (FA8651-23-D-A008).

CORRECTION: InteliTrac Inc., Fort Worth, Texas, (FA4890-23-D-0021); and Rubicon Rex Inc., Melbourne Beach, Florida (FA489023D0022), were added as awardees to the combined, not-to-exceed $960,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Counter-Narcotics and Global Threats, Operations, Logistics and Training Support program announced on March 15, 2023. These awardees were added to the overall contract on Sept. 18, 2023.

ARMY

Armtec Defense Products Co., Coachella, California, was awarded a $691,628,515 modification (P00003) to contract W15QKN-21-D-0005 for artillery charge systems and combustible case assemblies. Work locations and funding will be determined with each order, with an estimated completion date of March 4, 2026. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

AECOM Garver FTW MILCON JV, Houston, Texas (W9126G-23-D-0004); Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W9126G-23-D-0005); Merrick & Co., Greenwood Village, Colorado (W9126G-23-D-0006); Ice & Dannenbaum JV 2,* Corpus Christi, Texas (W9126G-23-D-0007); Citrine-Olsson JV LLC,* Grand Junction, Colorado (W9126G-23-D-0008); Westeast Design Group LLC,* San Antonio, Texas (W9126G-23-D-0009); Toland & Mizell Architects Inc.,* Atlanta, Georgia (W9126G-23-D-0010); MSMM Huitt-Zollars a Joint Venture LLC,* New Orleans, Louisiana (W9126G-23-D-0011); and GEO-Stanley JV 2,* Kevil, Kentucky (W9126G-23-D-0013), will compete for each order of the $245,000,000 firm-fixed-price contract for architect and engineer services. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2030. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Gradkell Systems Inc.,* Huntsville, Alabama, was awarded a $150,000,000 firm-fixed-price contract for maintenance and modernization services for the U.S. Army Corps of Engineers financial management system. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of March 19, 2029. U.S. Army Corps of Engineers’ Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the support activity (W912HQ-23-D-0001).

Taylor Defense Products LLC, Louisville, Mississippi, was awarded a $96,851,697 hybrid (firm-fixed-price, fixed-price with EPA) contract for the Rough Terrain Container Handler modernization program. 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 Sept. 19, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0076).

QinetiQ Inc., Lorton, Virginia, was awarded an $84,000,000 firm-fixed-price contract for first article testing and production of next-generation advanced bomb suits. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 20, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-23-D-0021).

Amentum Services Inc., Chantilly, Virginia (W912GB-23-D-0026); Continuity Global Solutions LLC, Chantilly, Virginia (W912GB-23-D-0027); and M.C. Dean Inc., Tysons Corner, Virginia (W912GB-23-D-0028), will compete for each order of the $45,000,000 firm-fixed-price contract for construction surveillance services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 1, 2028. U.S. Army Corps of Engineers, European District, is the contracting activity.

Geotechnical Construction Inc.,* Mount Olive, Illinois, was awarded a $24,000,000 firm-fixed-price contract for rehabilitation of parking lots, roadways, camping pads, trails and project facilities. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2028. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-D-0017).

BioFire Defense LLC, Salt Lake City, Utah, was awarded an $18,815,630 order-dependent contract for maintenance and support of the Next Generation Diagnostic System 1. 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 Jan. 31, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-23-D-0053).   

Amentum Services Inc., Chantilly, Virginia, was awarded a $15,111,339 firm-fixed-price contract for construction of a command and control facility. Bids were solicited via the internet with three received. Work will be performed at Command Post Tango, South Korea, with an estimated completion date of May 17, 2025. Fiscal 2019 military construction, Army funds in the amount of $15,111,339 were obligated at the time of the award. U.S. Army Corps of Engineers, Far East District, is the contracting activity (W912UM-23-C-0004).  

Doyon Technical Services LLC, Federal Way, Washington, was awarded a $12,729,371 firm-fixed-price contract to build a munitions maintenance and administration facility. Bids were solicited via the internet with three received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of March 21, 2025. Fiscal 2021 procurement, Air Force funds were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0029).

BAE OSI Systems, Kingsport, Tennessee, was awarded an $11,272,767 modification (P00837) to contract DAAA09-98-E-0006 for process improvements at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2024. Fiscal 2023 procurement of ammunition, Army funds in the amount of $11,272,767 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Loyal Source Government Services LLC, Orlando, Florida, was awarded an $11,007,051 modification (P00009) to contract W9133L-19-C-2014 for specimen collection, packaging and on-site management. Work will be performed at Joint Base Andrews, Maryland, with an estimated completion date of March 28, 2024. Fiscal 2023 operation and maintenance, defense-wide funds in the amount of $11,007,051 were obligated at the time of the award. The National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.  

Burns Technologies LLC, Orlando, Florida, was awarded a $10,000,000 cost-plus-fixed-price contract for Multi-Functional Lidar technology. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-23-D-0006).

Ahntech Inc.,* Los Altos, California, was awarded a $9,000,000 firm-fixed-price contract for maintenance at elementary and secondary schools. 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 Sept. 28, 2028. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting authority (W91236-23-D-4000).

BCI Construction USA Inc.,* Pace, Florida, was awarded a $7,770,220 firm-fixed-price contract for replacement, fabrication and installation of gates. Bids were solicited via the internet with five received. Work will be performed in Johnson, Iowa, with an estimated completion date of Sept. 19, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $7,770,220 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-23-C-0049).

NAVY

Sauer Construction, Jacksonville, Florida, is awarded a $45,078,384 firm-fixed-price contract for magazine construction. This contract provides for construction of up to five earth-covered, high-explosive magazines and demolition of up to 16 magazines. Work will be performed in Yorktown, Virginia, and will be completed by November 2025. Fiscal 2022 military construction (Navy) funds in the amount of $45,078,384 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the www.sam.gov website, with one offer received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-23-C-0052).

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $23,490,127 for a ceiling-priced, undefinitized contract action, delivery order N00383-23-F-X950 under previously awarded basic ordering agreement N00383-20-G-X901 for the procurement of six AI gearbox assemblies and six input module gearboxes in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by March 2029. Annual working capital funds (Navy) in the amount of $17,617,595 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $21,708,974 for a ceiling-priced, undefinitized contract action, delivery order N00383-23-F-X94Z under previously awarded basic ordering agreement N00383-20-G-X901 for the procurement of four swashplate assemblies and 28 rotary blade sleeves in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by March 2029. Annual working capital funds (Navy) in the amount of $16,281,730 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

Laurel Technologies Partnership, Johnstown, Pennsylvania, is awarded an $18,251,866 firm-fixed-price modification to previously-awarded contract N6339422C0003 for Launch Control Unit MK 235 Mods 17, Mod 18 production, and associated maintenance assistance module, onboard repair part, installation and checkout components kits in support of the MK 41 vertical launch system. This modification combines purchases for procurement defense wide (13%); Navy (10%); other procurement (Navy) (3%); and the governments of Australia (21%), Netherlands (23%), and Canada (30%), under the Foreign Military Sales (FMS) program. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by September 2024. Fiscal 2023 FMS funds in the amount of $13,560,510 (74%); procurement defense wide funds in the amount of $2,298,095 (13%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,808,651 (10%); and fiscal 2023 other procurement (Navy) funds in the amount of $584,610 (3%) will be obligated at time of award of which $584,610 will expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Silver Ships Inc.,* Theodore, Alabama, is awarded a $16,352,650 firm-fixed-price, delivery order under indefinite-delivery/indefinite-quantity contract N00024-21-D-2205 for the procurement of 10 Navy 11-meter Surface Support Craft and 26 Coast Guard Special Purpose Craft Law Enforcement Generation II. Work will be performed in Theodore, Alabama, and is expected to be completed by April 2027. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $12,730,240 (78%); and fiscal 2023 other procurement (Navy) funds in the amount of $3,622,410 (22%), in the total amount of $16,352,650, will be obligated at time of award, of which $12,730,240 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Tactical Engineering & Analysis Inc., San Diego, California, is awarded an $8,546,727 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded task order N00178-19-D-8638 / N66001-20-F-3503 for engineering services. These services will provide software support activity engineering services for the Command and Control Processor Modernization system. Work will be performed in San Diego, California, and is expected to be completed by September 2024. This modification will be fully funded at the time of award using research, development, test and evaluation (Navy) funds. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Owego, New York, has been awarded a maximum $33,410,619 firm-fixed-price contract for the manufacture of B-2 countermeasure receivers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year contract with no option periods. Locations of performance are New Jersey and Florida, with an April 30, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-23-C-0020).

*Small business

9/21

AIR FORCE

The Aerospace Corp., El Segundo, California, has been awarded a $1,217,826,697 modification (P00114) to previously awarded contract FA8802-19-C-0001 to exercise Option Year 5 for fiscal 2024 services being procured under the multiple year contract for systems engineering and integration support for the National Space Community. The modification brings the total cumulative face value of the contract is $6,936,296,665.  Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2024. Space Systems Command, El Segundo, California, is the contracting activity.

Arrowpoint Corp., Alexandria, Virginia (FA7146-23-D-0007); and Intelligensis LLC, Columbia, Maryland (FA7146-23-D-0008), were awarded a combined, not-to-exceed ceiling $60,000,000, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract for enhancing Defense Industrial Base (DIB) partners cybersecurity. This contract provides for a comprehensive solution for cyber defenses. Work will be performed in Washington, D.C.; Linthicum Heights, Maryland; and the continental U.S. Work will be completed by Sept. 20, 2028. This contract was a competitive acquisition and five offers were received. Fiscal 2023 operational and maintenance funds in the amount of $1,000 are being obligated at time of award for each awardee for a total of $2,000. The Office of the Secretary of the Air Force, Concepts, Development, and Management Office, Fairfax, Virginia, is the contracting activity.

Goodrich Corp., Westford, Massachusetts, was awarded a $28,502,283 firm-fixed-price, cost-plus-fixed-fee contract for Optical Sensors Interface. This contract provides for Ground Segment Plus software support for Senior Year Electro-Optical Reconnaissance System and Multi-Spectral Imagery-177 families of systems on the open architecture for the Air Force Distributed Common Ground System optical sensor interface requirement. Work will be performed inside and outside of the continental U.S., and is expected to be completed Sept. 20, 2024. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $21,108,625 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8527-23-D-0001).

Wichita State University, Wichita, Kansas, was awarded a $17,185,071 cost-reimbursement contract, with the possibility of three options totaling $16,499,661, for research and development. This contract provides for the demonstration of the use of advanced materials and processes for demonstrating agile manufacturing of composite structures through model-based engineering solutions and sensor-based data analytics. Work will be performed at Wichita, Kansas, and is expected to be completed by Jan. 30, 2027. Fiscal 2022 development, test, and evaluation funds in the amount of $17,142,700; and fiscal 2023 development, test, and evaluation funds in the amount of $42,371, are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B002). (Awarded Sept. 20, 2023)

Virginia Commonwealth University, Richmond, Virginia, was awarded an $8,992,719 cost-reimbursable contract for the establishment of a Convergence Lab Initiative (CLI). The establishment of CLI will drive new discoveries, enhancements, and prototype products in the derivative applied areas of electro-optics, infrared, radio frequency, and cyber technologies. Work will be performed at Virginia Commonwealth University, Richmond, Virginia, and is expected to be completed by Sept. 30, 2024. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research, development, test and evaluation funds in the amount of $8,992,719 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contract activity (FA8651-23-C-A023).

NAVY

Absher Construction Co., Puyallup, Washington (N44255-23-D-1700); The Haskell Co., Jacksonville, Florida (N44255-23-D-1701); Macnak Construction LLC, Lakewood, Washington (N44255-23-D-1702); Shape Construction, Poulsbo, Washington (N44255-23-D-1703); Tompco-Triton JV, Seabeck, Washington (N44255-23-D-1704); Contrack Watts, McLean, Virginia (N44255-23-D-1705); GlenMar-Hensel Phelps JV, Clackamas, Oregon (N44255-23-D-1706); and NH1 JV, Highland, Utah (N44255-23-D-1707), are awarded a combined maximum-value $1,000,000,000 indefinite-delivery/indefinite-quantity, multiple-award construction contract for new construction, renovation, alteration, demolition and repair of facilities at various locations within the Naval Facilities Engineering Systems Command Northwest area of operations. Work will be completed no later than October 2025. Fiscal 2023 military construction funds in the amount of $23,625,994 are obligated on this award. Seven awardees will be awarded $5,000 each at contract award. This contract was competitively procured via SAM.gov with 31 proposals received. The Naval Facilities Engineering Systems Command Northwest, Silverdale, Washington, is the contracting activity.

L3 Technologies Inc., Camden, New Jersey, is awarded a $67,428,655 firm-fixed-price, cost-plus-fixed-fee, cost-plus-award-fee, and cost-only modification to previously-awarded contract N00024-22-C-5218 to exercise options for Cooperative Engagement Capability AN/USG-2B System, AN/USG-3B System, spares, signal data processors, stock point, equipment repairs, repair material, engineering studies and analyses, other direct cost associated with engineering studies and analyses and repairs, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Largo, Florida (76%); Salt Lake City, Utah (16%); and Menlo Park, California (8%), and is expected to be completed by October 2025. Fiscal 2023 working capital funds in the amount of $23,080,526 (38%); fiscal 2023 aircraft procurement (Navy) funds in the amount of $17,179,854 (29%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,705,671 (8%); fiscal 2023 other procurement (Navy) funds in the amount of $3,897,355 (7%); fiscal 2021 aircraft procurement (Navy) funds in the amount of $2,863,309 (5%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $2,279,002 (4%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,622,952 (3%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,232,100 (2%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $627,697 (1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $319,672 (1%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $308,025 (1%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $302,202 (1%) will be obligated at time of award, of which $302,202 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $42,964,632 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2103 for Engineering and Technical Design Effort to support Research and Development Concept Formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut (96%); Bremerton, Washington (2%); Kings Bay, Georgia (1%); and Newport, Rhode Island (1%), and is expected to be completed by September 2024. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $10,000 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.

Skookum Educational Programs, doing business as Skookum Contract Services, Bremerton, Washington, is awarded a $39,710,304 indefinite-delivery/indefinite-quantity contract for base operations support. This contract provides for, but is not limited to, management and administration, facilities investment, pest control, integrated solid waste management, pavement clearance, utilities management, water services, base support vehicles, equipment, and environmental. Work will be performed at Naval Air Station Whidbey Island, Oak Harbor, Washington; Naval Station Everett, Washington; and other locations within the area of responsibility supported by these installations, and will be completed by March 2032. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy, Marine) funds in the amount of $23,898,306 will be obligated on individual task orders after award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-23-D-3602).

Teledyne FLIR Surveillance Inc., North Billerica, Massachusetts, was awarded a $34,393,346 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the test, teardown, evaluation and repair of lowest replaceable units in the following electro-optic, infrared (EO/IR) systems: combatant craft forward looking infrared (CCFLIR); CCFLIR Increment 2; shipboard infrared visual sensor system; Sea FLIR II System; Patrol Boat-Electro-Optic System; Maritime Forward Looking Infrared (MARFLIR) II; and SeaFLIR 280HD; and all variants thereof. The programs requiring repair support include the Coast Guard; mine counter measures; Patrol Coastal Electro Optics; Scoutmaster; Navy Expeditionary Combat Command; Special Operations Command; U.S. Strategic Systems Program; Navy ships; and other maritime platforms. The contract also includes spare parts and engineering services in support of the Teledyne FLIR Surveillance Inc., EO/IR systems. Work will be performed in North Billerica, Massachusetts, and is expected to be completed by December 2028. Fiscal 2023 defense-wide operations and maintenance appropriation account funds in the amount of $40,198 will be obligated at time of award; these funds will expire at the end of the current fiscal year. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. Teledyne FLIR Surveillance Inc., is the original equipment manufacturer of the systems and the only company who can perform the required repairs and provide the required system support. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423DJQ05). (Awarded Sept. 18, 2023)

Gunderson Marine LLC,* Portland, Oregon, is awarded a $33,350,000 firm-fixed-price contract for the detail design and construction of one Mobile Ship Target craft. Work will be performed in Portland, Oregon, and is expected to be completed by November 2025. Fiscal 2022 research, development, test and evaluation (Navy) $25,445,646 (76%); and fiscal 2023 research, development, test and evaluation (Navy) $7,904,354 (24%) funding will be obligated at time of award. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $25,445,646 will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-R-2245).

Honeywell International Inc., South Bend, Indiana, is awarded $25,695,981 for firm-fixed price, spares delivery order N00383-23-F-V62S under previously awarded basic ordering agreement N00383-20-G-V601 for the procurement of 286 landing gear wheels, 454 of another type of landing gear wheels, and 538 disk brake stators, for a total of 1,278 weapon repairable assemblies, in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in South Bend, Indiana, and work is expected to be completed by September 2024. This effort combines purchases under the Foreign Military Sales (FMS) Program, and funds will not expire at the end of the current fiscal year. This effort combines purchases of working capital funds (Navy) in the amount of $25,612,375, along with FMS funds (Kuwait) in the amount of $54,901 and FMS funds (Australia) in the amount of 28,705. Funds in the full amount of $25,695,981 will be obligated at time of award. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00030-24-C-6007), is awarded a $23,548,881 cost-plus-fixed-fee contract for logistics engineering and integration support services for Trident II Strategic Weapon System and the Submarine Submersible Guided Missile Attack Weapon System. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Kings Bay, Georgia (40.1%); Mechanicsburg, Pennsylvania (35.2%); Rockville, Maryland (17.3%); Bremerton, Washington (1.7%); and various other locations (less than 1% each, 5.7% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,244,147; and United Kingdom funding in the amount of $3,051,000 will be obligated upon award. Subject to the availability of funds, fiscal 2024 operations and maintenance (Navy) funds in the amount of $17,724,388 will be later obligated. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S. Code 3204(a)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Teledyne FLIR Detection Inc., Stillwater, Oklahoma, is awarded a $21,700,559 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract N00174-22-D-0027 to exercise Option Year I for the procurement of R400 and R425 IdentiFINDER systems and accessories for all IdentiFINDER components as well as maintenance, calibration and repair support for the IdentiFINDER R400, R425, and other series IdentiFINDERs. The work will be performed in Oak Ridge, Tennessee, and is expected to be completed by September 2027. No funds are being obligated at the time of modification award. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

Huntington-Ingalls Industries, Pocasset, Massachusetts, was awarded a $17,812,856 cost-plus-fixed-fee modification to previously awarded, indefinite-delivery/indefinite-quantity contract N00174-19-D-0010 to exercise Option Year Four for engineering support and training services for the MK18 Unmanned Underwater Vehicle family of systems. The work will be performed in Pocasset, Massachusetts, and is expected to be completed by September 2024. No funds are being obligated at the time of modification award. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. (Awarded Sept. 20, 2023)

Raytheon Co., McKinney, Texas, is awarded $11,419,197 for firm-fixed-price delivery order N00383-23-F-PF06 under previously awarded basic ordering agreement N00383-19-G-PF01 for the repair of 11 APY-10 radar system weapon repairable assemblies (WRAs), for a total quantity on 259 WRAs, in support of the P-8A aircraft. The delivery order does not include an option period. Work will be performed in Jacksonville, Florida (91%); and McKinney, Texas (9%). Work is expected to be completed by January 2026. Working capital funds (Navy) in the full amount of $11,419,197 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Rockwell Collins Simulation and Solutions, Cedar Rapids, Iowa, is awarded a $10,302,492 firm-fixed-price modification (P00015) to a previously awarded contract (N6134021C0017). This modification exercises options to procure computer hardware and software updates for flight and tactics software integration lab devices, as well as provides associated technical data and computer software documentation in support of the trainer architecture modernization efforts for the E-2D Hawkeye Integrated Training Systems. Work will be performed in Sterling, Virginia (80%); and Orlando, Florida (20%), and is expected to be completed in December 2025. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $6,160,900 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,546,645 fixed-price-incentive modification to previously awarded contract N00024-20-C-5101 to exercise options for AEGIS modernization, DDG new construction, and frigate new construction production requirements. Work will be performed in Moorestown, New Jersey, and is expected to be completed by November 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $4,912,634 (65%); fiscal 2023 Defense-wide procurement funds in the amount of $1,248,814 (17%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,248,814 (17%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $136,383 (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.

UPDATE: Surface Technologies Corp.,* Atlantic Beach, Florida (N5005423D0012), has been added as an awardee for a not-to-exceed amount of $17,664,791 to the multiple award contract to provide interior decking removal and installation announced on Jan. 26, 2023.

ARMY

American Ordnance LLC, Middletown, Iowa (W15QKN-19-D-0109, P00003); and General Dynamics OTS Inc., Niceville, Florida (W15QKN-19-D-0110, P00007), were awarded a $430,416,975 modification for the production and delivery of the Modular Artillery Charge Systems. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 9, 2024. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

Advanced Crane Technologies LLC,* Reading, Pennsylvania (W912P5-23-D-0013); BCI Construction USA Inc.,* Pace, Florida (W912P5-23-D-0014); CJ Mahan Construction Co. LLC,* Urbancrest, Ohio (W912P5-23-D-0015); REEL COH Inc., Quebec, Canada (W912P5-23-D-0016); and Sievert Electric Service and Sales Co.,* Forest Park, Illinois (W912P5-23-D-0017), will compete for each order of the $95,000,000 firm-fixed-price contract for crane replacement and repairs. 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 Sept. 30, 2028. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity. 

International SOS Government Medical Services Inc., Houston, Texas, was awarded a $48,549,125 firm-fixed-price contract for medical support services in support of Enduring Welcome. Bids were solicited via the internet with one received. Work will be performed in Germany, with an estimated completion date of Sept. 29, 2024. Fiscal 2023 overseas humanitarian, disaster, and civic aid, defense funds in the amount of $17,850,581 were obligated at the time of the award. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W9114F-23-C-0004). 

Airborne Systems North America of California Inc., Santa Ana, California, was awarded a $40,000,000 firm-fixed-price contract for parachutes. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2023. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-23-D-0005). 

Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $39,586,250 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of March 1, 2024. Fiscal 2023 civil construction funds in the amount of $39,586,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0035). 

MW Builders Inc., Pflugerville, Texas, was awarded a $31,777,000 firm-fixed-price contract for the renovation of barracks buildings. Bids were solicited via the internet with four received. Work will be performed in fort Leonard Wood, Missouri, with an estimated completion date of May 13, 2025. Fiscal 2023 military construction, Army funds in the amount of $31,777,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-4003). 

Nan Inc., Honolulu, Hawaii, was awarded a $30,431,149 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with two received. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of May 1, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $30,431,149 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii is the contracting activity (W9128A-23-C-0013). 

Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $31,356,900 firm-fixed-price contract for design-build construction of a child development center. Bids were solicited via the internet with 10 received. Work will be performed at Wright-Patterson Air force Base, Ohio, with an estimated completion date of Dec. 19, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $31,356,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0026). 

Butt Construction Co. Inc.,* Dayton, Ohio, was awarded an $18,754,900 firm-fixed-price contract for construction of a maintenance support facility. Bids were solicited via the internet with two received. Work will be performed in Southfield, Michigan, with an estimated completion date of March 20, 2025. Fiscal 2023 military construction, Army Reserve funds in the amount of $18,754,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0414). 

International SOS Government Medical Services Inc., Houston, Texas, was awarded a $17,850,581 firm-fixed-price contract for medical support services in support of Enduring Welcome. Bids were solicited via the internet with one received. Work will be performed in Germany, with an estimated completion date of Sept. 28, 2024. Fiscal 2010 Department of State, reimbursable funds in the amount of $17,850,581 were obligated at the time of the award. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W9114F-23-C-0005). 

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $15,917,096 modification (P00058) to contract W31P4Q-19-C-0077 for Missile Technology Control Regime spares, non-MTCR spares, launcher adapter group, interactive electronic technical manual and new equipment training. Work will be performed in Camden, Arkansas; Grand Prairie, Texas; and New Boston, Texas, with an estimated completion date of Feb. 28, 2029. Fiscal 2021 Foreign Military Sales (United Kingdom) funds in the amount of $15,917,096 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Amentum Services Inc., Chantilly, Virginia, was awarded a $13,020,057 modification (P00226) to contract W58RGZ-17-C-0011 for logistics services for government-owned fixed-wing fleets. Work will be performed in Chantilly, Virginia, with an estimated completion date of Nov. 28, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $13,020,057 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

CORRECTION: The $20,415,167 firm-fixed-price contract (W91247-23-C-0064) announced on Sept. 19, 2023, for Valkos Corp.,* San Antonio, Florida, to provide logistics expertise and training, was actually awarded on Sept. 20, 2023. 

DEFENSE LOGISTICS AGENCY

Seashore Fruit & Produce Co. Inc., Vineland, New Jersey, has been awarded a maximum $196,800,000 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. Location of performance is Pennsylvania, with a Sept. 16, 2028, ordering period end date. Using customers are Army, Navy, Marine Corps, Coast Guard, and U.S. Department of Agriculture 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-P409).

Raytheon Co., McKinney, Texas, has been awarded a maximum $44,200,435 firm-fixed-price delivery order (SPRDL1-23-F-0229) against a six-year base contract (SPRBL1-15-D-0017) with one four-year option period (P0004) for gimbal and control processor circuit card assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery completion date is Dec. 14, 2025. Using military service is Army. Type of appropriation is fiscal 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

DEFENSE HEALTH AGENCY

Four Points Technology LLC, Chantilly, Virginia (HT001523F0193), is awarded $39,639,478 for a firm-fixed-price delivery order for Intersystems Cache software licenses, subscriptions, and software maintenance supporting Defense Health Agency (DHA) infrastructure by providing a commercial operational database management system used to develop software applications for healthcare management and other sectors. This software supports the DHA’s most mission-critical applications’ ability to store, use, and analyze transactional and historical data concurrently in any form required. Intersystems software increases the efficiency in loading and reconfiguration of software for servers and virtual datacenters across the DHA. This task order provided a fair opportunity but only one offer was received. This is a three-year contract with an estimated delivery to begin on Oct. 1, 2023. Task Order will be funded with fiscal 2024 operations and maintenance funds in the amount of $12,824,507 for the base year. Place of performance is Falls Church, Virginia. DHA Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $19,949,698 six-month bridge modification/extension to contract GS-00F-057CA, task order HT9425-23-F-0021 P00005. This is the second bridge for this requirement. The extension will provide continuing strategic support services except for information management and information technology services. Specifically, these services include administrative, program management, training, consultation, facilitation, privatization, financial, and product support as is necessary to facilitate full program coordination, management, policy development, execution, and oversight across all U.S. Army Medical Materiel Development Activity advanced development and acquisition areas. This effort allows for structuring and alignment of medically advanced development efforts to maintain an adequate balance among candidate programs in terms of risks, technical performance benefits, needs, and timing factors to meet Army Warfighter requirements. Fiscal 2023 and 2024 Army research and development, system development and demonstration funds; and fiscal 2023 and 2024 Defense Health Program, research, development, testing and evaluation funds will be obligated at time of award. The place of performance is Fort Detrick, Maryland. The period of performance will be Oct. 1, 2023, to March 19, 2024. The contracting activity is U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland.

*Small business

9/22

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,362,922,002 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2130 to exercise the fiscal 2024 options for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (46%); Schenectady, New York (45%); and Idaho Falls, Idaho (9%), and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funding in the amount of $6,000,000 (50%); fiscal 2021 other procurement (Navy) funding in the amount of $3,019,658 (25%); fiscal 2023 operations and maintenance (Navy) in the amount of $2,300,000 (19%); and fiscal 2022 research, development, test and evaluation in the amount of $673,049 (6%), will be obligated at time of award and $3,692,707 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $280,444,867 modification (P00005) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0042123D0001). This modification exercises an option to procure an additional 8,490 AN/ARC-210(v) radios, and associated ancillary equipment and support for installation in over 400 strategic and tactical airborne, seaborne, and land based (mobile and fixed) platforms for the Navy, Marine Corps, Army, Coast Guard, other Department of Defense agencies, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2026. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded $221,366,000 for a ceiling-priced, undefinitized contract action, delivery order N00383-23-F-YY36 under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of seven various configurations of flight control surfaces spares used on the F/A-18 E/F and EA-18G aircraft. All work will be performed in St. Louis, Missouri, and work is expected to be completed by December 2029. Working capital funds (Navy) in the amount of $108,469,340 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $98,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide for the development of production engineering change proposals, retrofit engineering release reports, investigations and subcontractor support for investigations and qualifications in support of increasing the life of F-35 aircraft parts for the Air Force, Marine Corps, Navy, and non-Department of Defense participants. Work will be performed in Fort Worth, Texas (58%); El Segundo, California (21%); and Samlesbury, United Kingdom (21%), and is expected to be completed in February 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0022).

Rohde & Schwarz USA Inc., Columbia, Maryland, is awarded a $62,202,863 indefinite-delivery/indefinite-quantity contract (N66001-23-D-0022) for production, integration support, production training support, and life cycle support for modern high frequency radio transceivers and associated hardware and software components. The contract includes a single five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $91,072,426. The period of performance of the base award is from Sept. 22, 2023, through Sept. 21, 2028. If all options are exercised, the period of performance would extend through Sept. 21, 2033. Work will be performed in Columbia, Maryland (98%); and, on a temporary basis, at DOD facilities (2 %, if applicable), and will be annotated at the delivery order level. Funding will be obligated via delivery orders. The predominant types of funding anticipated to be obligated on delivery orders are other procurement (Navy); and operations and maintenance (Navy). This single-award contract was not competitively procured due to circumstances permitting other than full and open competition pursuant to 10 U.S. Code 3204(a)(5), Authorized or required by statute, as implemented by Federal Acquisition Regulation (FAR) 6.302-5; and 10 U.S. Code 3204(a)(1), Only One Responsible Source, as implemented by FAR 6.302-1. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Viasat Inc., Carlsbad, California, is awarded a firm-fixed-price, definitization modification to existing contract N00039-16-D-0010 with an increased value of $57,451,770. This modification is for production of the VM300-M cards. This is an indefinite-delivery/indefinite-quantity contract with a three-year ordering period remaining. Work will be performed in San Diego, California, with an expected completion date of September 2026. Funds will be obligated by delivery order. The first delivery order is to procure 79 VM300-M with operations and maintenance, Navy funds in the amount of $4,210,700. This contract is awarded as a sole source under the authority of 10 U.S. Code 2304(c) (1), Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0010). 

Southern California Gas Co., Los Angeles, California, is awarded a $34,505,605 firm-fixed-price task order for wind turbines. This task order provides for removal of three existing 500KW wind turbines to be replaced by two 1000KW wind turbines and installation of a battery backup system. Work will be performed at San Clemente Island, California, within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility. Fiscal 2019, 2020 and 2021 Energy Resilience and Conservation Investment Program, and Military Construction, Defense-Wide appropriations in the amount of $34,505,605 will be obligated on the task order being issued and will not expire at the end of the current fiscal year. This contract was not competitively procured and solicited as a sole source. NAVFAC Southwest, San Diego, California, is the contracting activity (N6247323F4200).

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $26,924,626 cost-plus-fixed-fee modification to previously-awarded contract N00024-21-C-5127 for Australia Surface Combatant system design, analysis, computer program software development, and integrated logistics support. This contract involves Foreign Military Sales (FMS) to Australia. Work will be performed in Moorestown, New Jersey, and is expected to be completed by March 2028. FMS (Australia) funds in the amount of $6,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services LLC,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia (N40085-18-D-1159); and W.F. Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are awarded a $25,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for waterfront-related projects. This award brings the total cumulative value for all five contracts to $120,000,000. Work will be performed at various Navy installations in the Hampton Roads area of Virginia and will be completed by September 2023. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction funds. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

BAE Systems San Diego Ship Repair Inc., San Diego, California, is awarded a $19,962,606 cost-plus-award-fee modification to exercise an option to previously awarded contract N00024-23-C-2316 for the accomplishment of a post shakedown availability (PSA) as well as procurement of additional materials in support of PSA. The PSA is for one Arleigh Burke class guided missile destroyer (DDG 125). Work will be performed in San Diego, California, and is expected to be completed by October 2024. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $18,991,763 will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Science Applications International Corp., Indianapolis, Indiana, is awarded a $14,161,668 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract procures a maximum of 774 AN/AWM-103C Armament Stores Management Subsystems Test Set upgrade kits and a maximum of 474 AN/AWM-103C upgrade kit installations to increase capabilities of the existing AN/AWM-103B test sets, in support of various aircraft and airborne weapons systems fleet wide for the Navy, Marine Corps, and Foreign Military Sales customers. Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833523D0024).

AgustaWestland Philadelphia Corp., Philadelphia, Pennsylvania, is awarded a $9,516,352 modification (P00025) to previously awarded firm-fixed-price contract N6134020C0007. This modification exercises an option to procure seven spare engines for TH-73A lot IV production aircraft in support of the Advanced Helicopter Training System program for the Navy. Work will be performed in Longueuil, Canada (90%); and Philadelphia, Pennsylvania (10%), and is expected to be completed in July 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,516,352 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Booz Allen Hamilton, McLean, Virginia, was awarded a $150,949,292 cost-plus-fixed-fee contract for technology, innovation, and data engineering research and development; and disruptive intelligence, surveillance, and reconnaissance, science and technology research and development. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0010).

DAP-Bristol JV LLC,* Phoenix, Arizona (W9126G-23-D-0041); Mirador-Perkins JV LLC, doing business as Encanto Base Services,* El Paso, Texas (W9126G-23-D-0042); Gideon Contracting LLC, doing business as Gideon USA,* (W9126G-23-D-0043); G.M. Hill Engineering Inc.,* Jacksonville, Florida (W9126G-23-D-0044); RLMO Constructors JV,* Alamogordo, New Mexico (W9126G-23-D-0045); and Southeast Cherokee Construction Inc.,* Montgomery, Alabama (W9126G-23-D-0046), will compete for each order of the $116,385,000 firm-fixed-price contract for vertical construction services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Valiant Global Defense Services Inc., San Diego, California, was awarded a $92,756,637 modification (P00063) to contract W91247-18-C-0001 for readiness training support. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Oct. 26, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $92,756,637 were obligated at the time of the award. The 418th Contracting Support Brigade, Fort Johnson, Louisiana, is the contracting activity.

Onshore Materials LLC,* Thibodaux, Louisiana, was awarded a $59,286,900 firm-fixed-price contract for drainage structures and levees. Bids were solicited via the internet with three received. Work will be performed in Laplace, Louisiana, with an estimated completion date of Sept. 22, 2027. Fiscal 2023 civil construction funds in the amount of $59,286,900 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0056). 

Comtech Satellite Network Technologies Inc., Tempe, Arizona, was awarded a $48,567,161 firm-fixed-price contract for developing and testing modems, developing engineering and logistics support documentation, and hardware and software development support. 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 Sept. 22, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-D-0039).

Leidos Inc., Reston, Virginia, was awarded a $32,835,105 modification (P00048) to contract W52P1J-18-C-0048 for support services at Aberdeen Proving Ground, Blue Grass Chemical Agent Destruction Pilot Plant, Pueblo Chemical Agent Destruction Pilot Plant, and the Anniston Field Office. Work will be performed in Reston, Viginia, with an estimated completion date of Sept. 23, 2024. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $5,084,385 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $31,139,423 modification (P01051) to contract W56HZV-15-C-0095 for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of June 30, 2025. Fiscal 2022 ammunition procurement, Army funds and fiscal 2023 other procurement, Army funds in the amount of $31,139,423 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Aventus NV,* Las Vegas, Nevada (W911SA-23-D-2012); Miller Electric Co. Inc., Reno, Nevada (W911SA-23-D-2014); California Constructors,* San Diego, California (W911SA-23-D-2013); MX Construction Inc.,* Nipomo, California (W911SA-23-D-2015); and Ahtna Design-Build Inc.,* (W911SA-23-D-2011), will compete for each order of the $20,000,000 firm-fixed-price contract for renovation and repair services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2028. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

CAE USA Inc., Tampa, Florida, was awarded a $9,517,111 modification (P00060) to contract W911S0-15-C-0003 to provide instructor pilots. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of March 9, 2024. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Sierra Nevada Corp., Sparks, Nevada, is being awarded a single award, indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract (H92401-23-D-0003) with a $134,000,000 maximum ceiling and $1,200,000 minimum guarantee for the Program Executive Office of Tactical Information Systems (PEO-TIS), Tactical Communications Systems, in support of U.S. Special Operations Command (USSOCOM). The PEO-TIS Tactical Communications Systems contract procures TRAX software, as well as software assurance, maintenance, integration, training, aircraft demonstrations, exercise support for the fielded systems, and Field Support Representative support. Fiscal 2023 operation and maintenance funds in the amount of $5,181,806 are being obligated at time of award. There will be five one-year ordering periods. The work will be performed primarily in Sparks, Nevada, and is expected to be completed by Sept. 22, 2028. This contract was awarded through Other than Full and Open Competition in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Sysco Raleigh, Selma, North Carolina, has been awarded a maximum $90,698,024 modification (P00004) exercising the second 18-month option period of a two-year base contract (SPE300-20-D-3269) with two 18-month option periods for full‐line food distribution. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract. The ordering period end date is April 19, 2025. Using military services are Air Force, Army and Marine Corps. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $77,227,290 modification (P00075) exercising the third one-year option period of a one-year base contract (SPE1C1-20-D-1351) with four one-year option periods for the 3 season sleep system and components. This is a firm-fixed-price, indefinite-delivery/definite-quantity contract. Locations of performance are Nevada and Washington, with a Sept. 27, 2024, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Valneva USA Inc.,* Bethesda, Maryland, has been awarded a maximum $48,025,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese encephalitis vaccines. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. Location of performance is the United Kingdom, with a Sept. 21, 2024, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-23-D-0004). 

American Apparel Inc.,* Selma, Alabama, has been awarded a maximum $20,293,213 modification (P00013) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-1481) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 28, 2024. 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.  

Zoll Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $15,579,550 modification (P00007) exercising the fourth one-year option period of a one-year base contract (SPE2D1-19-D-0034) with four one-year option periods for airworthy suction apparatuses and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 24, 2024. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Health Affairs. Type of appropriation is fiscal 2023 through 2024 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

MetroStar Systems LLC, Reston, Virginia, was awarded a $22,270,626 labor hour task order for strategic advisory assistance in support of Department of the Air Force Category Management, Performance Management and Improvement programs. This contract provides for development and execution of strategies, business analysis, and data analytics to advance the efforts across the Department of the Air Force and the Department of Defense. Work will be performed in the National Capital Region, Washington D.C.; and Wright Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 21, 2028. This contract was a competitive acquisition with three offers received. Fiscal 2023 operations and maintenance funds in the amount of $1,657,190 is being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-23-F-0349).

Northrop Grumman Systems Corp., Chantilly, Virginia; and Herndon, Virginia, have been awarded a $20,559,433 modification (P00038) to previously awarded contract FA8808-19-C-0004 for Enhanced Polar System Recapitalization Control and Planning Segment design and or system engineering, integration, and testing. The total cumulative face value of the contract is $114,539,503. Work will be performed in Herndon, Virginia, and is expected to be completed by April 30, 2025. Fiscal 2022 Space Force research and development funds in the amount of $256,918; and fiscal 2023 Space Force research and development funds in the amount of $2,000,000 are being obligated at time of award. Space Systems Command, El Segundo, California, is the contracting activity. 

NXTek LLC, doing business as Istari Federal LLC, Costa Mesa, California, was awarded a $19,127,311 fixed-price contract for digital-first airworthiness. This contract provides for a digital-first Military Flight Release through a digital-first engineering process and Military Flight Release physical test validation. Work will be performed at Charleston, South Carolina, and is expected to be completed by Dec. 22, 2025. This contract was a competitive acquisition, and one offer was received. Fiscal 2022 research, development, test and evaluation funds in the amount of $19,127,311 are being obligated at time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-C-6017).

Next Gen Federal Systems LLC,* Morgantown, West Virginia, was awarded a $16,500,237 for Weather Machine Learning Platform (WxMLP) operations. This contract provides for the infrastructure and platform for which WxMLP operations capabilities will continue to be developed and maintained. Work will be performed at Morgantown, West Virginia, and is expected to be completed by Sept. 30, 2027. This contract was a sole-source acquisition. Fiscal 2023 research, development, test, and evaluation funds; and fiscal 2023 operation and maintenance funds in the amount of $2,004,599 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-23-C-B027).

L-3 Communications Integrated Systems L.P., Greenville, Texas, was awarded a $14,991,633 cost-plus-fixed-fee modification (P00024) to previously awarded contract FA8750-20-C-1002 for Advanced Exploitation of Electronic Intelligence Signals software and hardware. Work will be performed at Greenville, Texas, and is expected to be completed by Oct. 8, 2024. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,727,942 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-1002). (Awarded Sept. 21, 2023)

Ohio Aerospace Institute, Brookpark, Ohio, was awarded a $12,843,659 fixed-price contract for full authority digital engine control system. This contract provides for a full authority digital engine control modular open system architecture for turbine engine technology. Work will be performed in Brookpark, Ohio, and is expected to be completed by Sept. 24, 2025. This contract was a competitive acquisition and two offers were received. Fiscal 2022 and fiscal 2023 research, development, test and evaluation funds in the amount of $12,843,659 are being obligated at time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-C-6018).

Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded a $9,980,000 definitized modification (P00052) to previously awarded contract FA8219-20-C-0001 for Mark21A Reentry Vehicle (Mk21A) technology maturation and risk reduction research and development for reentry vehicles. The total cumulative face value of the contract is $268,095,741. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed Oct. 21, 2023. Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $9,750,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah is the contracting activity.

*Small business

Author

  • Ashley Jones

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

This entry was posted on Monday, September 25, 2023 3:24 pm

Leave a Reply

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

Notify me of updates to this conversation