INSIDE THE

NEWS + ADVICE

DoD Contracts: The Aerospace Corporation, L3Harris Technologies, Lockheed Martin, Week of 1-22-24 to 1-26-24

Posted by Ashley Jones
aircraft

1/22

NAVY

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $335,071,035 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only contract N0003024C1005 for the Strategic Weapon System Fire Control Subsystem development, production, sustainment, modernization, repair, installation, training and technical engineering services support for the U.S. SSBN, UK SSBN, and SSGN fleets. The contract has options in the amount of $276,587,426. This contract award also benefits a Foreign Military Sale to the United Kingdom. Work will be performed in Pittsfield, Massachusetts (83%); Bangor, Washington (4%); Kings Bay, Georgia (4%); Loanhead, Midlothian, United Kingdom (3%); Cape Canaveral, Florida (2%); Groton, Connecticut (2%); and Quonset Point, Rhode Island (2%). Work is expected to be completed Sept. 30, 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $33,582,999; fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $53,181,724; fiscal 2024 operation and maintenance (Navy) funds in the amount of $19,150,942; fiscal 2024 weapons procurement (Navy) funds in the amount of $3,301,991; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,960,000; fiscal 2023 other procurement (Navy) funds in the amount of $13,772,116; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $13,275,007, are being obligated on this award. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $19,150,942 will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a not-to-exceed $96,437,891 undefinitized contract action modification to previously awarded contract N00024-17-C-2100 for Long Lead Time Material associated with the Virginia Class submarines SSN 812 and SSN 813. Work will be performed in Arvada, Colorado (12%); Sunnyvale, California (10%); Bethlehem, Pennsylvania (8%); Spring Grove, Illinois (7%); Yaphank, New York (6%); Loanhead, Midlothian, United Kingdom (4%); Linden, New Jersey (4%); Louisville, Kentucky (3%); Arlington, Texas (3%); Orrville, Ohio (3%); Warren, Massachusetts (2%); Bristol, Connecticut (2%); Fairfield, New Jersey (2%); Cleveland, Ohio (2%); York, Pennsylvania (2%); Chicago, Illinois (2%); Northampton, Massachusetts (1%); Salem, Ohio (1%); South El Monte, California (1%); Jacksonville, Florida (1%); Goose Creek, South Carolina (1%); and other locations less than 1% (23%), and is expected to be completed by September 2033. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $96,437,891 will be obligated at time of award and will not expire at the end of the current fiscal year. The statutory authority for this sole source award is in accordance with FAR 6.302-1(a)(2)(iii) – Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-17-C-2100).

Vigor Marine LLC., Portland, Oregon, is awarded $21,198,656 firm-fixed-price contract (N3220524C4007) for a 93-calendar day shipyard availability for a mid-term availability of Military Sealift Command’s hospital ship USNS Mercy (T-AH 19). This contract includes a base period and options, which if exercised, would bring the cumulative value of this contract to $21,711,746. Work will be performed in Portland, Oregon, beginning March 15, 2024, and is expected to be completed by June 15, 2024. Working capital funds (Navy) in the amount of $21,198,656 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the SAM.gov website and one offer was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4007).

Lambda Science Inc.,* Bryn Mawr, Pennsylvania, is awarded an $8,242,709 cost-plus-fixed-fee contract. This contract provides for high-fidelity analysis performance predictions for sensors developed for both manned and unmanned aircraft with special emphasis on the Triton and Stingray Unmanned Aircraft Systems. Additionally, this contract provides for radar design, performance studies and technical support for all phases of Naval Air Systems Command programs, to include sensor development, validation and verification, development and operational test, and pre-planned product improvements in support of Small Business Innovation Research Phase III effort for Topic N131-065 entitled “Automating Unmanned and Manned Sensor Performance in Demanding Tactical Environments.” Work will be performed in Rosemont, Pennsylvania (75%); and Farmingdale, New York (25%), and is expected to be completed in January 2029. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $43,807 will be obligated at time of award, all of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5(a)(2)(i). Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524C0065).

DEFENSE LOGISTICS AGENCY

Duke Energy Progress LLC, Wilmington, North Carolina, has been awarded an estimated $248,000,000 fixed-price contract for 4.8 million megawatt hours of carbon pollution-free electricity to military installations. This was a sole-source acquisition using justification 10 U.S. Code 2922 (a), as stated in Federal Acquisition Regulation 6.302-1. This is an 18-year contract with no option periods. Locations of performance are North Carolina, South Carolina, and Virginia, with a Sept. 1, 2041, delivery order end date. Using military services are Army, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2041 operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SP0604-24-D-8000). (Awarded 19 Jan 2024)

American Water Operations & Maintenance LLC, Camden, New Jersey, has been awarded a maximum $12,157,992 modification (P00166) to a 50-year contract (SP0600-07-C-8254) with no option periods for one water and one wastewater utility system at Fort Walker, Virginia. This is a fixed-price with economic-price adjustment contract. Location of performance is Virginia, with a Dec. 31, 2057, performance completion date. Using military service is Army. Type of appropriation is fiscal 2024 through 2057 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Sysco USA II LLC, doing business as Sysco Arkansas, Little Rock, Arkansas, has been awarded a maximum $8,207,117 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Jan. 13, 2029. Using customers are Air Force and Army. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-3007). (Awarded 19 Jan 2024)

UPDATE: Hill-Rom Inc., Batesville, Indiana (SPE2D1‐24‐D‐0003, $100,000,000), has been added as an awardee to the multiple award contract for patient monitoring and capital equipment systems and accessories, issued against solicitation SPE2D1-17-R-0001 and awarded Dec. 14, 2018.

DEFENSE THREAT REDUCTION AGENCY

Kyrus Tech Inc., Sterling, Virginia, is being awarded a maximum ceiling $200,000,000 indefinite-delivery/indefinite-quantity contract (HDTRA1-24-D-0001) with a five-year base ordering period and an additional five-year optional ordering period. The contract allows for firm-fixed-price and cost-plus-fixed-fee type task orders. The contract provides for research, development, test, and evaluation in support of counter proliferation to combat weapons of mass destruction. Work will be performed in Sterling, Virginia; and Centennial, Colorado, and is expected to be complete by Jan. 21, 2034. This award is the result of a sole-source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,957,442 are being obligated under the first task order at the time of award. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.

ARMY

The Boeing Co., Mesa, Arizona, was awarded a $49,075,942 modification (P00010) to contract W58RGZ-21-C-0015 for aircraft and longbow crew trainers. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 31, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Systems & Technology Research LLC, Woburn, Massachusetts, was awarded a $7,935,337 modification (P00005) to cost-plus-fixed-fee contract HR001123C0018 for Phase 2 to support a Defense Advanced Research Projects Agency project. The modification brings the total cumulative face value of the contract to $15,066,230 from $7,130,893. Work will be performed in Woburn, Massachusetts (80%); and Arlington, Virginia (20%), with an expected completion date of January 2025. Fiscal 2023 research, development, test, and engineering funds in the amount of $1,823,564 are being obligated at time of modification award. This contract was a competitive acquisition under Broad Agency Announcement HR001122S0018. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. (Awarded Jan. 19, 2024)

*Small Business

1/23

NAVY

Advanced Acoustic Concepts LLC,* Happauge, New York (N66604-24-D-C401); Innovative Defense Technologies LLC*, Arlington, Virginia (N66604-24-D-C403); L3 Technologies Inc., Millersville, Maryland (N66604-24-D-C405); Leidos Inc., Reston, Virginia (N66604-24-D-C406); DRS Naval Power Systems Inc., Menomonee Falls, Wisconsin (N66604-24-D-C407); Lockheed Martin Corp., Liverpool, NY (N66604-24-D-C408); McLaughlin Research Corp.,* New London, Connecticut (N66604-24-D-C409); Mike Inc.,* Middletown, Rhode Island (N66604-24-D-C410); Progeny Systems LLC, Manassas, Virginia (N66604-24-D-C412); QorTek Inc.,* Linden, Pennsylvania (N66604-24-D-C413); Raytheon BBN Technologies Corp., Cambridge, Massachusetts (N66604-24-D-C414); Research and Development Solutions Inc.,* McLean, Virginia (N66604-24-D-C415); Serco Inc., Herndon, Virginia (N66604-24-D-C418); Sonalysts Inc.,* Waterford, Connecticut (N66604-24-D-C419), and Sparton DeLeon Springs LLC, DeLeon Springs, Florida (N66604-24-D-C420), are each awarded $2,500, toward a combined $245,932,500 indefinite-delivery/indefinite-quantity, multiple award contract, for Undersea Weapons Undersea Defensive Family of Systems development efforts, with firm-fixed-price, cost-plus-fixed-fee, and cost-only provisions for supplies and services to support research, development, and test and evaluation efforts for undersea weapons, and undersea defensive technologies. Services include design, development, fabrication, testing, installation, documentation, production, and delivery of rapid prototype material solutions and services. Work will be performed at Naval Undersea Warfare Center Division, Newport, Rhode Island (70%); Naval Undersea Warfare Center Division, Keyport, Washington, and other government locations (30%). Work is expected to complete January 2029. Fiscal 2023 weapons procurement (Navy) funding in the amount of $37,500 will be obligated at the time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the delivery and task order level as contracting actions occur. The contract was competitively procured via the System for Award Management website with 15 acceptable offers received. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity. 

AIR FORCE

Summit Technologies Inc., Navarre, Florida, has been awarded a $40,000,000 ceiling, single-award, indefinite-delivery/indefinite-quantity contract for mission planning support services. This contract provides for continued mission planning support of mission planning systems consisting of UNIX-Mission Planning System, portable flight planning system, joint mission planning system, and joint precision airdrop system. Work will be performed in locations worldwide with Hill Air Force Base, Utah, serving as the main location and is expected to be completed by Dec. 31, 2024. This contract involves Foreign Military Sales to Australia, Belgium, Canada, Chile, Denmark, Egypt, France, India, Indonesia, Iraq, Japan, Jordan, Korea, Morocco, NATO, Netherlands, Norway, Oman, Poland, Portugal, Qatar, Romania, Saudi Arabia, Singapore, Taiwan, Thailand, Turkey, UAE, and the United Kingdom. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $1,820,154 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill AFB, Utah, is the contracting activity (FA8217-24-D-0001).

Lockheed Martin Corp. Rotary Mission System, Stratford, Connecticut, was awarded a $24,469,490 sole-source, firm-fixed-price contract modification (P00245) to the previously awarded contract FA8629-14-C-2403 for follow-on interim contractor support and it includes requirements for sustainment support, maintenance, repair of repairable, sustaining engineering, supply chain management, handling, sanitation of items removed from devices on classified networks, shipping, receiving, storage, transportation, maintenance, calibration, disposition, and engineering support for training system assets, training system HVAC, aircraft parts, aircraft particular parts, computer information systems, networks, and support equipment.  Work will be performed at Kirtland Air Force Base, New Mexico; Moody AFB, Georgia; Nellis AFB, Nevada; Davis-Monthan AFB, Arizona; Kadena Air Base, Japan; and Aviano AB, Italy, and is expected to be completed by Dec. 23, 2024. Fiscal 2023 aircraft procurement funds in the amount of $24,469,490 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson AFB, Ohio, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, was awarded a $17,780,613 contract modification (P00248) to previously awarded contract FA8823-20-C-0004 for the Ground-Based Electro-Optical Deep Space Surveillance (GEODSS). This change will result in support for GEODSS System sustainment, travel, materials and subcontractors, and licenses. The modification brings the total cumulative face value of the contract to $818,624,499. The location of performance is at White Sands Missile Range, New Mexico; Diego Garcia, British Indian Ocean Territories; and Maui, Hawaii; and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $5,208,750 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity. (Awarded Jan. 22, 2024)

Blue Origin LLC, Kent, Washington, was awarded a $17,015,831 firm-fixed-price modification (P00001) to previously awarded indefinite-delivery/indefinite-quantity contract FA8811-24-D-0001 for National Security Space Launch early integration studies. This contract modification is for studies that inform the compatibility between the Launch Vehicle and the Space Vehicle(s). The modification brings the total cumulative face value of the contract to $17,950,840. The location of performance is Kent, Washington, and is expected to be completed by Sept. 30,2025. No funds are being obligated at time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

SIGMATECH Inc., Colorado Springs, Colorado, has been awarded a $10,724,818 firm-fixed-price with a four-month base period and four, two-month option periods for Space Systems Engineering Technical Assistance. This contract is a bridge action and is awarded to provide continuity of support for the Space Force Chief Operations Office, which requires contractor technical, operational, acquisition related, and support advisory and assistance services to develop policy and guidance for field organizations, and lastly, provide operational expertise and oversight to Headquarters Space Force and other defense agencies. This contract provides on-going service during the protest period for the follow-on contract FA7014-24-F-0035, awarded to Strategic Alliance Business Group LLC, Dec. 19, 2023. The location of performance is the Washington, D.C., and is expected to be completed by Jan. 23, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $898,577 are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-F-0062). (Awarded Jan. 22, 2024)

DEFENSE LOGISTICS AGENCY

BRZ Investment & Consulting LLC,* Boynton Beach, Florida (SPE605-24-D-4502/P00003, $38,829,016); Ryzhka International LLC,** Fort Lauderdale, Florida (SPE605-21-D-4514/P00002, $36,571,896); Petroleum Traders Corp.,*** Fort Wayne, Indiana (SPE605-24-D-4511/P00002, $27,983,604); and Pinnacle Petroleum Inc.,* Huntington Beach, California (SPE605-21-D-4512/P00001, $8,794,948), have each been awarded a modification to fixed-price with economic-price-adjustment contracts under solicitation SPE605-23-R-0206 for various types of fuel. These are 30-month base contracts with one six-month option period. Locations of performance are Illinois, Michigan, New Mexico, Oklahoma, and Texas, with a June 30, 2028, performance completion date. Using customers are Army, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

U.S. SPECIAL OPERATIONS COMMAND

Anchor Inc., Virginia Beach, Virginia, was awarded a single award, indefinite-delivery/indefinite-quantity contract (H92240-24-D-0009) with a potential maximum value of $9,750,000 for repair, maintenance, and upgrade support services for the 11 Meter Rigid Inflatable Boat in support of U.S. Special Operations Command (USSOCOM) Naval Special Warfare Command. Fiscal 2024 operation and maintenance funds in the amount of $182,596 are being obligated at time of award. These contract task orders will be funded with operation and maintenance funds under the appropriate fiscal year of the task order and is not multiyear. This contract was competed through full and open competition with a small business set-aside. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

ARMY

KSWA-Crawford JV LLC,* Nashville, Tennessee, was awarded an $8,000,000 firm-fixed-price contract for quality assurance inspection 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 Jan. 23, 2029. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-24-D-0003).

*Small Business
**Service-disabled veteran-owned small business
***Veteran-owned small business

1/24

ARMY

AECOM Technical Services Inc., Los Angeles, California (W9124J-24-D-0001); Arcadis U.S. Inc., Highlands Ranch, Colorado (W9124J-24-D-0002); Cape-CDM Smith, a Joint Venture, Fairfax, Virginia (W9124J-24-D-0003); Parsons Government Services Inc., Centreville, Virginia (W9124J-24-D-0004); and Tetra Tech Inc., Pittsburgh, Pennsylvania (W9124J-24-D-0005), will compete for each order of the $464,000,000 firm-fixed-price contract for environmental remediation 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 Jan. 31, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity.

SAK Construction LLC, O’Fallon, Missouri, was awarded a $7,965,071 firm-fixed-price contract for the St. Louis Combined Sewer Overflow Rehabilitation Project. Bids were solicited via the internet with two received. Work will be performed in St. Louis, Missouri, with an estimated completion date of Jan. 23, 2026. Fiscal 2022 civil construction funds in the amount of $7,965,071 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0005). 

DEFENSE LOGISTICS AGENCY

Labatt Institutional Supply Co., doing business as Labatt Food Service Corp., San Antonio, Texas, has been awarded a maximum $126,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is Jan. 20, 2029. Using customers are Army, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-3002).

UPDATE: ProSomnus Sleep Technologies, Pleasanton, California (SPE2DE-24-D0008, $17,500,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021.

AIR FORCE

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $39,104,207 contract modification (P00246) to a previously awarded contract (FA8823-20-C-0004) for the Distributed Space Command and Control System, which includes the sustainment of C2 systems, combat obsolescence, providing technical refreshes to end-of-life equipment, and ensuring increased warfighter capabilities across C2 networks while decreasing kill-chain timing to effectively engage enemy activity. The modification brings the total cumulative face value of the contract to $818,624,499. Work will be performed at Colorado Springs, Colorado; Vandenburg, California; and Dahlgren, Virginia, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $7,760,404 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $18,539,483 contract modification (P00251) to previously awarded contract FA8823-20-C-0004 for the Eglin AN/FPS 85 Radar. The modification brings the total cumulative face value of the contract to $818,624,499. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $3,964,732 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

NAVY

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,396,726 firm-fixed-price modification (P00007) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001922D0043). This modification adds scope to procure diminishing manufacturing sources in support of production, retrofit, spares, replenishment and repairs for the F-35 Lightning II program for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2025. No funds will be obligated at time of award; funds will be obligated on individual orders as they are issued. he Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small Business

1/25

ARMY

Hensel Phelps Construction Co., Greeley, Colorado, was awarded a $95,333,600 firm-fixed-price contract for construction of the Ground Base Strategic Deterrence Integrated Command Center. Bids were solicited via the internet with two received. Work will be performed at F. E. Warren Air Force Base, with an estimated completion date of Aug. 3, 2026. Fiscal 2023 military construction, Air Force funds in the amount of $79,310,799 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0009).  

Valiant Global Defense Services Inc., Herndon, Virginia, was awarded a $12,471,093 modification (P00006) to contract W564KV-23-F-2000 for non-personal joint training analytical support. Work will be performed in Germany, with an estimated completion date of March 9, 2028. Fiscal 2023 and 2024 operation and maintenance, defense-wide funds in the amount of $12,471,093 were obligated at the time of the award. Army 409th Contracting Support Brigade, Kaiserslautern, Germany, is the contracting activity. 

AIR FORCE

Lockheed Martin Corp., Sunnyvale, California (FA8807-24-C-B001); and The Boeing Co., El Segundo, California (FA8807-24-C-B002), have each been awarded a $66,000,000 fixed-price-incentive-fee (firm) contract for Mobile User Objective System Service Life Extension (MUOS SLE) 1. This Phase 1 contract provides for risk reduction and early design activities to reduce risk and uncertainty prior to entering MUOS SLE Phase 2. Work will be performed at the contractors’ facilities and is expected to be completed by July 31, 2025. These contracts were competitive acquisitions, and three offers were received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $23,000,000 ($11,500,000 per awardee) are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

National Academy of Sciences, Washington, D.C., has been awarded a $55,929,385 contract, with four options, for the Department of the Air Force Science and Technology Fellowship Program. This contract provides for the appointment of U.S. citizens who are highly qualified, non-government, Ph.D.-level scientists and engineers (DAF S&T) to enhance the scientific and technological research capabilities, expertise, and accomplishments of the DAF S&T organizations. Work will be performed at all Air Force Research Laboratories and is expected to be completed by Jan. 31, 2028. This contract was a competitive acquisition, and four offers were received. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $10,028,520 are being obligated at time of award. The Air Force Research Laboratories Office of Scientific Research, Arlington, Virginia, is the contracting activity (FA9550-24-C-B001).

L3Harris Technologies Inc., Colorado Springs, Colorado, was awarded a $16,233,248 contract modification (P00251) to a previously awarded contract (FA8823-20-C-0004) for the Space Surveillance Telescope.   The modification brings the total cumulative face value of the contract to $818,624,499. The location of performance is Naval Communications Station Harold E. Holt, Exmouth, Western Australia; Royal Australian Air Force Base Edinburgh, Adelaide, South Australia; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $3,497,354 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $90,271,480 firm-fixed-price modification to previously awarded contract N00024-23-C-5325 to exercise options for MK 41 Vertical Launching Systems. This modification combines purchases for the Navy (97%); and the government of Spain (3%), under the Foreign Military Sales (FMS) program. Work will be performed in Moorestown, New Jersey (31%); Indianapolis, Indiana (27%); Saginaw, Michigan (7%); Farmingdale, New York (6%); St. Peters, Missouri (3%); San Jose, California (2%); Radford, Virginia (1%); and various other locations (each less than 1%) (23% combined), and is expected to be completed by June 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $63,407,220 (70%); fiscal 2024 Defense-wide procurement in the amount of $23,604,223 (26%); FMS (Spain) funds in the amount $2,716,697 (3%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $543,340 (1%): and will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-23-C-5325).

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is awarded a $23,229,169 modification (P00054) to a previously awarded firm-price-incentive-fee, firm-fixed-price contract (N6134017C0007). This modification exercises options for the production and delivery of 68 Airborne Subsystem Pods, five Remote Range Units, three Common Ground Systems, three Portable Support Equipment Subsystems, one Transportable Ground System, and associated contract data requirements list in support of full rate production Lot Two for the Tactical Combat Training System II program for the Navy. Work will be performed in Cedar Rapids, Iowa (30%); Richardson, Texas (30%); Key West, Florida (10%); Lemoore, California (10%); Beaufort, South Carolina (10%); and Oceana, Virginia (10%), and is expected to be completed in January 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $20,785,805; and fiscal 2024 other procurement (Navy) funds in the amount of $2,443,364, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, Canada, is being awarded a $13,145,191 firm-fixed-price, long-term requirements contract for the repair of four parts that make up the turret, sensors, and control along with shipping container in support of the P-8 aircraft. This contract includes a two-year base with three one-year options. Work will be performed in Waterdown, Ontario, Canada (70%); and Orange Park, Florida (30%). Work is expected to be completed by January 2026; if all options are exercised, work will be completed by January 2029. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance, 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), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-AY01).

*Small Business

1/26

NAVY

East Coast Repair & Fabrication,* Portsmouth, Virginia (N0002424D4216); General Dynamics NASSCO, Bremerton, Washington (N0002424D4217); Vigor Marine LLC, Portland, Oregon (N0002424D4218); Fincantieri Marine Repair, Jacksonville, Florida (N0002424D4219); BENDER CCP Inc.,* Vernon, California (N0002424D4220); Epsilon Systems,* Portsmouth, Virginia (N0002424D4221); Propulsion Controls Engineering* LLC, San Diego, California (N0002424D4222); Integrated Marine Services Inc.,* Chula Vista, California (N0002424D4223); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N0002424D4224); and Standard Inspection Services/Standard Welding & Fabrication*, San Diego, California (N0002424D4225), were awarded a combined $943,999,625 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for repair, maintenance and modernization requirements of non-nuclear Navy Surface ships homeported in or visiting the Everett, Washington, region. The scope of work includes continuous maintenance, emergent maintenance, and short-term (10 months or less in duration) Chief of Naval Operations availabilities. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in the Everett, Washington, homeport area. Work is expected to be completed by January 2029. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $100,000 is obligated at contract award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the SAM.gov website, with 11 offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Jan. 25, 2024)

Huntington Ingalls Inc., Newport News, Virginia, was awarded a $913,150,550 cost-plus-incentive-fee and cost-plus-fixed-fee contract for advanced planning and long-lead-time material procurement to prepare and make ready for the accomplishment of the USS Harry S. Truman (CVN 75) Refueling and Complex Overhaul. Work will be performed in Newport News, Virginia and is expected to be completed by June 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $250,000,000 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)(1), (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2106). (Awarded Jan. 25, 2024)

Harkins Builders Inc., Columbia, Maryland, is awarded a $31,535,881 firm-fixed-price contract for construction of Crash Rescue Station One at Joint Base Andrews. The work to be performed provides for construction of a new crash rescue station facility to include a combined emergency communication center, aircraft rescue firefighting apparatus equipment/maintenance bays, administration and management offices, and an alternate emergency operations center, as well as all other necessary work associated with this project. Work will be performed at Joint Base Andrews, Maryland, and will be completed May 2026. The maximum dollar value including the base period and two options, to be exercised at the time of award, is $30,697,920. Fiscal 2022 military construction (Air Force) (MILCON AF) funds in the amount of $24,518,000; and fiscal 2023 MILCON (AF) funds in the amount of $6,179,920, 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 three offers received. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity. (N40080-24-C-0004) 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a modification (P00011) to a previously awarded cost-plus-incentive-fee $15,755,797 contract (N0001921C0040). This modification adds scope to provide continued development and integration efforts, to include program management support, in support of the F-35 Joint Strike Fighter aircraft for Israel System Development and Design Phase II efforts. Work will be performed in Fort Worth, Texas (80%); and undisclosed locations outside the continental U.S. (20%), and is expected to be completed in June 2028. Foreign Military Sales customer funds in the amount of $15,755,797 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.

Phillips Corp., Federal Division, Hanover, Maryland, who is teamed with sub-contractors Delta H, Carroll, Ohio; and Machine Tool Service, Spokane, Washington, is awarded a $9,601,616 contract modification (P00005) under a previously awarded contract (N4215823DS001) to fund the first one-year option period. This modification exercises the first one-year option period to manage a preventative and corrective maintenance program that will plan, schedule, and provide qualified personnel for preventative maintenance, corrective maintenance, and calibration analysis for up to 600 pieces of industrial plant equipment located in the controlled industrial area of Norfolk Naval Shipyard to provide on time delivery of carriers, submarines, and barges. The previously awarded contract includes a one-year base period with four one-year option periods and one six-month option period which, if exercised, would bring the cumulative value of this contract to $53,051,662. Work will be performed in Portsmouth, Virginia, and is expected to be completed in January 2025. If all options are exercised work will continue through September 2028. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $9,601,616 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the SAM.GOV website and three offers were received. The Norfolk Naval Shipyard, Portsmouth, Virginia is the contracting activity (N4215823DS001). 

AIR FORCE

Kratos Space & Missile Defense Systems Inc., San Diego, California (FA8818-24-D-B001); Aerojet Rocketdyne Coleman Aerospace, Orlando, Florida (FA8818-24-D-B002); and Corvid Technologies LLC, Mooresville, North Carolina (FA8818-24-D-B001), have been awarded a multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price contract with a combined maximum ceiling of $877,000,000 with a nine-year ordering period for Sounding Rocket Program-4. This contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program’s suborbital mission. The primary locations of performance of the work will be at the contractor facilities and a variety of government launch sites, depending on mission requirements, and is expected to be completed by Nov. 15, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2023 Space Force funds in the amount of $40,000 are being obligated at time of award. Space Systems Command, Kirtland Air Force Base, New Mexico, is the contracting activity.

Lawelawe Defense Inc., Kailua, Hawaii, was awarded a $37,083,917 base, plus four-year option periods, contract in support of the Air Force’s National Tactical Integration (AF NTI) Program. This contract provides for intelligence, surveillance, and reconnaissance subject-matter expertise and maintenance, ongoing development, and execution of an existing master training plan for AF NTI personnel. Work will be performed at various locations, but primarily at Joint Base San Antonio-Lackland, Texas; and Fort Meade, Maryland, and is expected to be completed by Jan. 30, 2029. This contract was a sole source Hawaiian Native acquisition. Fiscal 2024 operation and maintenance funds in the amount of $6,600,000 million are being obligated at time of award. Air Combat Command Acquisition Management Integration Center, Detachment 2, JBSA-Lackland, Texas, is the contracting activity (FA7037-24-C-0002).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $31,137,052 contract modification (P00252) to a previously awarded contract (FA8823-20-C-0004) for the Space Fence System. The modification brings the total cumulative face value of the contract $833,173,765. Work will be performed at Kwajalein Atoll, Marshall Islands; Morristown, Pennsylvania; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $12,539,458 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity. 

The Aerospace Corp., El Segundo, California, has been awarded a $11,000,000 modification (P00124) to previously awarded FA8802-19-C-0001 for systems engineering support for the National Space Community. The modification brings the total cumulative face value of the contract to $6,947,296,666. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2024. No funds are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Saint Simmons Island, Georgia, (HTC71124DR001) has been awarded an indefinite-delivery, requirements-type, fixed-price with-economic-price-adjustment contract, with a face value of $727,898,027. This contract is for complete transportation and storage services for Department of Defense (DOD) sponsored shipments of privately-owned vehicles belonging to Military Servicemembers (including members of the United States Coast Guard (USCG)), DOD and USCG civilian employees, and their families. Work performance of the contract is multiple locations world-wide. The base period of performance is from Oct. 1, 2024, to Sep. 30, 2027. Military Personnel funds will be obligated for fiscal 2025, 2026, and 2027. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTCS AGENCY

SAK Industries LLC,* Miami, Florida (SPE605-22-D-4027/P00001, $17,541,590); BRZ Investment & Consulting LLC,* Boynton Beach, Florida (SPE605-22-D-4008/P00010, $17,384,452); and Fannon Petroleum Services Inc.,* Gainesville, Virginia (SPE605-22-D-4011/P00003, $13,373,279), have each been awarded a modification to four-year 11-month base contracts with one six-month option period under solicitation SPE605-22-R-0203 for various types of fuel. These are fixed-price with economic-price-adjustment contracts. Locations of performance are Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, D.C., with an Aug. 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Coast Guard, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Fayetteville Public Works Commission, Fayetteville, North Carolina, has been awarded a maximum $14,648,165 modification (P00139) to a 40-year contract (SP0600-06-C-8253) with no option periods incorporating the change in water commodity charge rate for unregulated water services. This is a fixed-price, non-regulated tariff contract. The performance completion date is Sept. 25, 2046. Using military service is Army. Type of appropriation is fiscal 2024 through 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: AVFuel Corp.,* Ann Arbor, Michigan (SPE605-24-D-4000, $18,474,875), has been added as an awardee to the multiple award contract for jet fuel, issued against solicitation SPE605-22-R-0203 and awarded Sept. 28, 2022.

ARMY

Burns & McDonnell Inc., Kansas City, Kansas, was awarded a $10,992,375 firm-fixed-price contract to design and construct a new laboratory and administrative facility within an existing structure at Tinker Air Force Base. Bids were solicited via the internet with one received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of April 26, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $10,992,375 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-F-0019). 

*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 Wednesday, January 31, 2024 11:22 am

Leave a Reply

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

Notify me of updates to this conversation