INSIDE THE

NEWS + ADVICE

DoD Contracts: The MITRE Corp., KBR Wyle Services, Boeing, Week of 8-12-24 to 8-16-24

Posted by Ashley Jones

8/12

NAVY

The Boeing Co., Jacksonville, Florida, is awarded a $264,069,575 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides inspections, modifications, and repairs to the F/A-18 E/F and EA-18G aircrafts to include inner wing panel repairs in support of remanufacturing efforts to restore the inner wing panel service life projections to the new design specifications. Work will be performed in Jacksonville, Florida (65%); Saint Louis, Missouri (10%); Lemoore, California (10%); Whidbey Island, Washington (10%), and El Segundo, California (5%), and is expected to be completed by September 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0105).

Bollinger Mississippi Shipbuilding, Pascagoula, Mississippi, is awarded a $37,990,331 firm-fixed-price modification to previously awarded contract (N00024-19-C-2210) to exercise an option for provisioned item orders to procure a diesel generator. Work will be performed in Rostock, Germany (90%); Mankato, Minnesota (5%); and Lafayette, Indiana (5%), and is expected to be completed by December 2025. Fiscal 2021 procurement, construction, and improvement (Coast Guard) funds in the amount of $37,990,331 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.

L3 Technologies, Communication Systems- West, Salt Lake City, Utah, is awarded a $28,474,636 long-term, firm-fixed-price contract for the repair of sixteen items in support of the multifunctional information distribution systems joint tactical radio systems and the concurrent multi-netting-4 systems with the common systems integrated weapon support team. The contract is a five-year, long-term contract with no options. Work is to be completed by August 2029. Work will be performed in Salt Lake City, Utah (90%); and Lynwood, Washington (10%). No funds will be obligated at time of award, and funds will not expire at the end of the current fiscal year. Individual task orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance. One company was solicited for this non-competitive 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 (N00383-24-D-N001).

Honeywell International Inc., Minneapolis, Minnesota, was awarded a cost-plus-fixed-fee job order N0016424FG027, under basic ordering agreement N0016423GGM75, for Strategic Radiation-Hardened Microelectronics sustainment in the amount of $25,799,927. Defense Production Act Defense Production Act Title III funding in the amount of $25,799,927 will be obligated at time of award and will not expire at the end of the current fiscal year. Work will be performed in Plymouth and Minneapolis, Minnesota, and is expected to be completed by December 2027. In accordance with U.S. Code 2304(c)(3), award required a source that could maintain a facility, producer, manufacturer, or other supplier available for furnishing property or services to achieve industrial mobilization. This contract was not competitively procured. Naval Surface Warfare Center, Crane, Indiana, is the contracting activity for this requirement. (Awarded Aug. 9, 2024)

Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, is awarded a $16,338,295 cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5520) to exercise an option for design agent engineering of Surface Electronic Warfare Improvement Program Block Three systems. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (6%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (4%); Rochester, New York (3%); San Diego, California (3%); Los Angeles, California (2%); Winona, Minnesota (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Nashua, New Hampshire (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); and miscellaneous locations each less than 1% (4%). Work is expected to be completed by August 2025. Fiscal 2024 research, development, testing, and evaluation funds in the amount of $3,160,174 (47%); fiscal 2024 other procurement (Navy) funds in the amount of $2,594,873 (38%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $992,173 (15%); will be obligated at time of award, of which $992,173 will expire at the end of the fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $12,394,386 modification (P00016) to a cost-plus-fixed-fee order (N0001921F0550) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises an option to provide additional development, production, sustainment engineering, and flight test support to include Operational Safety and Improvement Program modifications in support of the F/A-18 E/F and EA-18G aircraft for the Navy. Work will be performed in Patuxent River, Maryland (82%); and St. Louis, Missouri (18%), and is expected to be completed in August 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $246,825; fiscal 2024 operations and maintenance (Navy) funds in the amount of $108,883; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $2,162,043, will be obligated at time of award, $108,883 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., El Segundo, California, is awarded $9,812,109 for a ceiling-priced delivery order (N00383-24-F-UX09) under a previously awarded basic ordering agreement (N00383-19-G-UX01) for the repairs for the F/A-18 Next Generation Jammer – Mid-Band System. The delivery order does not include an option period. Work will be performed in Forest, Mississippi (50%); Fort Wayne, Indiana (25%); El Segundo, California (15%); and McKinney, Texas (10%). Work is expected to be completed by August 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,807,933 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 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

Scientific Research Corp., Atlanta, Georgia, has been awarded a $83,993,617 contract definitization modification (PZ0001) to previously awarded contract FA8106-23-D-0001 for T-6 sustainment. The modification brings the total cumulative face value of the contract to $83,993,617. Work will be performed at Warner Robbins, Georgia, and is expected to be completed by Sept. 21, 2028. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity. (Awarded Aug. 6, 2024)

The MITRE Corp., Bedford, Massachusetts, has been awarded a $49,219,981 cost-reimbursement, ceiling increase contract modification (P00024) to previously awarded contract FA8702-23-C-0002 for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally Funded Research and Development Center. This modification provides for an increased quantity of congressionally appropriated staff years of technical effort under the basic contract. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S.; and outside the continental U.S., and is expected to be completed by Sept. 30, 2024. This contract involves Foreign Military Sales to various countries under the basic contract. Fiscal 2024 research, development, test and evaluation; procurement; operation and maintenance; and Foreign Military Sales funds in the amount of $30,231,888 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

The QualX Corp., Springfield, Virginia, is awarded a modification (P00004) in the amount of $50,000,000 on an indefinite-delivery/indefinite-quantity contract with firm-fixed-price contract line-item numbers (HQ0034-22-D-0004). No funds are being obligated at the time of the award. The cumulative total of the contract is $145,000,000. The total if all options are exercised is $145,000,000. The contractor shall provide information management and information access support services. Provides comprehensive information management services and business solutions to the Office of the Secretary of Defense, Washington Headquarters Services (WHS), and 14 Department of Defense agencies and field activities. WHS directorates executes lawfully and federally mandated regulatory programs regarding information access, use, storage, retention, and transparency within Department of Defense, externally to Executive Branch Agencies and Departments, and the general public. The work will be performed at the Pentagon, Arlington, Virginia; The Mark Center, Alexandria, Virginia; Government Facility, College Park, Maryland; Government Facility, Centreville, Virginia; Government Facility, Arlington, Virginia; and Contractor Facility, Springfield, Virginia. The estimated completion date is Feb. 16, 2027. WHS, Arlington, Virginia, is the contracting activity.

ARMY

Seacoast Construction Inc..* West Sayville, New York, was awarded a $39,900,000 firm-fixed-price contract for stone structure restoration. Bids were solicited via the internet with two received. Work will be performed in Fishing Creek, Maryland, with an estimated completion date of Aug. 12, 2027. Fiscal 2022 civil construction funds; fiscal 2023 and 2024 civil operation and maintenance funds; and fiscal 2024 Maryland Department of Transportation – Maryland Port Administration funds in the amount of $39,900,000, were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0020).

Tetra Tech Inc., San Diego, California, was awarded an $8,846,479 modification (P00007) to contract W912DY-22-F-0322 for recurring maintenance and repairs at fueling sites. Work will be performed in San Diego, California; Des Moines and Sioux City, Iowa; Topeka and Wichita, Kansas; Duluth and Saint Paul, Minnesota; Lemay and Saint Joseph, Missouri; Fargo, Grand Forks, Minot and Pembina, Nort Dakota; Lincoln and Omaha, Nebraska; Sioux Falls, South Dakota; and Camp Douglas, Finley, Madison, and Milwaukee, Wisconsin, with an estimated completion date of Aug. 13, 2025. Fiscal 2024 revolving funds in the amount of $8,846,479 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Goex Industries LLC,* Minden, Louisiana, was awarded an $8,617,813 firm-fixed-price contract for facility modernization at Camp Minden, Louisiana. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2026. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W519TC-24-C-0030).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Northrop Grumman Systems Corp., Linthicum, Maryland, has been awarded a $10,981,620 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency (DARPA) research project. Work will be performed in Linthicum, Maryland (40%); Beavercreek, Ohio (40%); and Woodland Hills, California (20%), with an expected completion date of April 2026. Fiscal 2024 research, development, test and engineering funds in the amount of $6,381,959 are being obligated at time of award. This contract was a competitive acquisition in which eight offers were received. DARPA, Arlington, Virginia, is the contracting activity (HR001124C0459).

*Small business

8/13

NAVY

Carahsoft Technology Corp., Reston, Virginia (N66001-24-A-0060); Collabralink Technologies, McLean, Virginia (N66001-24-A-0061); and DLT Solutions, Herndon, Virginia (N66001-24-A-0062), are awarded an estimated $145,902,412 multiple-award, firm-fixed-price, blanket purchase agreement (BPA) using the General Services Administration (GSA) Federal Supply Schedule. The Department of Defense Enterprise Software Initiative (DOD ESI) BPAs will provide Appian commercial off-the-shelf software and hardware, propriety appliances, and maintenance support Information Technology. These agreements are issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement section 208.74. The ordering period will be for five years. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using primarily operations and maintenance funds. This contract was competitively procured via publication on the GSA E-Buy web site with 990 vendors solicited, three responses received, and three selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

The University of Memphis, Memphis, Tennessee, is awarded a $21,184,191cost reimbursement contract for the development of an Unmanned Systems Degraded Environment Facility (UxSDEF). This contract provides for building a large wind wall that can create complex and controllable airflow patterns for testing controls and sensors. The facility will have high-precision tracking equipment and environmental sensors to provide detailed and accurate measurements of air vehicle dynamics and environmental conditions. In later stages of development, the contractor will introduce dust and other obscurants into the facility. Moreover, the UxSDEF will enable testing under near-operational conditions using simulators of naval platform motion. When completed, this facility will be a valuable resource for cutting-edge research in the areas of sensing, precision navigation, and control under degraded visual environments. Work will be performed in Memphis, Tennessee (82%); Tucson, Arizona (6%); Orlando, Florida (6%); and Columbia, Missouri (6%). Work is expected to be completed in August 2028. The total cumulative value of this contract, including a 48-month base period and one option period that may run concurrently with the base, is $21,184,191. The option period is not being exercised at this time. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $9,203,213 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) (N0001423SB001) entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology,” posted on Sept. 30, 2022. Since proposals were received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C1520).

ARMY

LOC Performance Products LLC, Plymouth, Michigan, was awarded a $107,473,018 firm-fixed-price contract for track shoe assemblies. Bids were solicited via the internet with one received. Work will be performed in St. Marys, Ohio, with an estimated completion date of Aug. 13, 2029. Fiscal 2024 and 2025 weapons and tracked combat vehicles procurement, Army funds in the amount of $107,473,018 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-F-0253).

CSH-SSFM JV,* Honolulu, Hawaii (W9128A-24-D-0007); KAI Hawaii Inc.,* Honolulu, Hawaii (W9128A-24-D-0008); and PacRim-TranSystems JV LP,* Orange, California (W9128A-24-D-0009), will compete for each order of the $95,000,000 firm-fixed-price contract for the design of miscellaneous projects. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 12, 2029. U.S. Army Corps of Engineers Honolulu, Hawaii, is the contracting activity.

Three Oaks Construction Inc.,* North Sioux City, South Dakota, was awarded a $75,000,000 firm-fixed-price contract for site improvements at the Craney Island Dredged Material Management Area. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 12, 2027. U.S. Army Corps of Engineers, Norfolk, Virginia, contracting activity (W91236-24-D-5001).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $46,092,136 modification (P00002) to contract W912CH-24-F-0082 for the Family of Medium Trucks and related services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Black & Veatch – Zapata JV, Overland Park, Kansas, was awarded a $10,990,218 modification (P00001) to contract W912PM-24-F-0003 for architectural engineering services. Work will be performed in Overland Park, Kansas, with an estimated completion date of May 25, 2026. Fiscal 2024 military construction, Army funds in the amount of $10,990,218 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

B.E. Meyers & Co.,* Redmond, Washington, is being awarded a contract (H9240324D0009) for the acquisition of the Miniature Aiming Systems – Laser (MAS-L) Squad Aiming Laser – Ultra High Power (SAL-UHP) and associated repairs. This indefinite-delivery/indefinite-quantity contract is being awarded with a maximum total ceiling of $49,900,000 and a $500,000 minimum ordering guarantee in support of U.S. Special Operations Command (USSOCOM). This contract will have an ordering period of five years. Fiscal 24 procurement funds in the amount of $11,000,110 are being obligated at time of award on the first delivery order. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE HEALTH AGENCY

SpinSys-Diné, Falls Church, Virginia, was awarded a $35,129,896 firm-fixed-price contract (HT003824C0005) to provide program management, engineering, IT operations on existing systems, and cybersecurity services in support of the Defense Health Agency (DHA) Enterprise Intelligence and Data Solutions Program Management Office. The contract will support the ongoing programmatic and technical support tasks associated with operations and support of CarePoint, Business Intelligent Tools, Defense Medical Surveillance System, data sharing system, enterprise data quality, DAVINCI, pharmacy enterprise data warehouse, shared services, data solutions, managed systems and software lifecycle processes, and development, security, and operations alignment. These customer products provide data access for online information, research tools, applications for data entry, aggregation, and data insights, all supporting medical readiness. The action includes help desk support and the 24/7 operations necessary to maintain an information system. This contract was awarded using direct award procedures in accordance with Federal Acquisition Regulation 6.302-1 with an estimated completion date of July 25, 2025. This award will be incrementally funded by fiscal 2024 operations and maintenance funds and research, development, test and evaluation funds. DHA, Defense Healthcare Management Systems-Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded July 26, 2024.)

AIR FORCE

Flatter Inc., Fredericksburg, Virginia, has been awarded with an indefinite-delivery/indefinite-quantity contract with a ceiling of $22,000,000 for the Air Force Senior Leadership Development Program. This contract provides for leadership development for Department of the Air Force Total Force General Officers, Civilian Senior Executives, Colonels, Chief Master Sergeants and General Schedule 15s, or equivalent, civilians. Work will be performed in Washington D.C., and is to be completed by Aug. 15, 2025. This award is the result of a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $8,528,330 are being obligated at the time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-D-0009).

Lockheed Martin Advanced Technology Laboratories, Cherry Hill, New Jersey, has been awarded a $19,275,282 cost-plus-fixed-fee completion contract modification (P00021) to previously awarded contract FA8750-20-C-1540 for SemaFor Prototype System. The modification brings the total cumulative face value of the contract to $37,231,657. Work will be performed at Cherry Hill, New Jersey, and is expected to be completed by Oct. 11, 2026. Fiscal 2024 research, development, test, and evaluation funds in the amount of $395,000 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

CORRECTION: The modification announced on Aug. 12, 2024, for the MITRE Corp., Bedford, Massachusetts (FA8702-23-C-0002), included the incorrect amount of obligated funds. The correct amount is $28,958,022.

*Small business

8/14

WASHINGTON HEADQUARTERS SERVICES

The Trustees of Stevens Institute of Technology, Hoboken, New Jersey, is awarded a $520,000,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (HQ003424F0233) to procure research and development services. Under this University Affiliated Research Center contract, the contractor shall provide personnel from academic disciplines required to accomplish the following core research and development competencies: conduct long-term, comprehensive systems engineering research focused on Department of Defense (DOD) acquisition by improving, vetting, and developing new systems engineering methods, processes, and tools; use developments in systems architecting, complex systems theory, systems thinking, systems science, knowledge management, and software engineering to perform research to advance the design and development of complex systems across all DOD domains; and to use developments in open systems standards, organizational theory, program management, systems engineering management, and information technology to provide needed integration of program and technical management methods, processes and tools. The work will be performed at Hoboken, New Jersey. Funds are not being obligated at the time of the award. There is not a cumulative total applicable prior to the actions on this contract. The estimated completion date is Aug. 13, 2029. Washington Headquarter Services, Arlington, Virginia, is the contracting activity.

NAVY

Boeing Co., St. Louis, Missouri, is awarded $248,144,000 for a ceiling-priced delivery order (N00383-24-F-YY22) under a previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of landing gear used on the F/A-18 E/F aircraft. The delivery order does not include an option period. Work will be performed in Longueui, Quebec, Canada (37%); St. Louis, Missouri (21%); Fort Walton Beach, Florida (18%); Ajax, Ontario, Canada (12%); San Diego, California (6%); and various other locations that cannot be determined at this time (6%). Work is expected to be completed by May 2028. Annual working capital (Navy) funds in the amount of $121,590,560 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 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Standard Aero Inc., San Antonio, Texas, is awarded a $44,816,525 firm-fixed-price, indefinite-delivery requirements contract. This contract will provide depot repair of T56-A-427A engines, including the repair of the power section, torque meter, gearbox, and accessories for the E-2D Advanced Hawkeye aircraft. Work will be performed in San Antonio, Texas (92%); and Winnipeg, Canada (8%), and is expected to be completed by August 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; two offers were received. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924D0126).

KBR Wyle Services LLC, Lexington Park, Maryland, is awarded a $25,751,029 cost-plus-fixed-fee, cost-reimbursable modification (P00018) to a previously awarded contract (N0042120C0032). This modification exercises an option to provide program management, engineering, financial, and logistics services for F/A-18 air vehicles, subsystems, armament, engine, and airborne weapons in support of Foreign Military Sales (FMS) customers to include the countries of Kuwait, Finland, Australia, and Switzerland. Work will be performed in Patuxent River, Maryland (86.6%); Philadelphia, Pennsylvania (3.98%); Dübendorf, Switzerland (3.87%); Whidbey Island, Washington (2%); North Island, California (1.86%); and various locations within and outside of the continental U.S (1.69%), and is expected to be completed in August 2025. FMS customer funds in the amount of $21,802,248 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Insitu Inc., Bingen, Washington, is awarded a $9,299,186 firm-fixed-price order (N0001924F0097) against a basic ordering agreement (N0001921G0007). This order provides unmanned aircraft systems intelligence, surveillance, and reconnaissance services in support of the Department of Defense and other government agencies. Work will be performed in Bingen, Washington (20%); and various locations outside of the continental U.S. (80%) and is expected to be completed February 2028. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $9,299,186 will be obligated at the time of award, $9,299,186 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Patten Co., Inc.,* Jacksonville, Florida, is awarded a $8,284,683 long-term, firm-fixed-priced contract for the repair of five hardware parts in support of the aviation life support system with the common system integrated weapon support team. The contract is a five-year, long-term contract with no options. All work will be performed in Jacksonville, Florida, and will be completed by August 2029. No funds will be obligated at time of award, and funds will not expire at the end of the current fiscal year. Individual task orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 3204 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-N101).

AIR FORCE

New Dominion Construction, Dumfries, Virginia (FA8501‐24‐D‐0002); Apex FSE JV, McDonough, Georgia (FA8501‐24‐D‐0003); Gulf Pacific Contracting, Bonifay, Florida (FA8501‐24‐D‐0004); and RCA Contracting, Montezuma, Georgia (FA8501‐24‐D‐0005), have been awarded a firm-fixed-price, multiple award, indefinite‐delivery/indefinite‐quantity contract, with a maximum ceiling of $95,000,000. This contract provides for maintenance, repair, and alteration of mechanical, electrical, and electrical sub-systems, demolition, asbestos remediation, HVAC repairs, renovations, and upgrades, HVAC direct digital controls, hot and chilled water, steam underground distribution, fuel distribution systems gas, electric, and oil-fired boiler repairs and replacements, primary and secondary electrical, electrical repair and upgrades, generators repairs and replacements, airfield interior and exterior lighting repairs, renovations, and upgrades, lightning protection systems, fire suppression, and fire alarm and mass notification system repairs, renovations, and upgrades. Work will be performed on Robins Air Force Base, Georgia, and is expected to be complete by Aug. 13, 2029. These awards are the result of a competitive acquisition, and six offers were received. Fiscal 2024 funds in the amount of $8,000 which will provide $2,000 per awardee, are being obligated at time of award. Air Force Material Command, Operational Contracting, Robins AFB, Warner Robins, Georgia is the contracting activity.

Northrop Grumman, Northridge, California, has been awarded a $26,800,000 cost-plus-fixed-fee ceiling increase modification (P00001) to previously awarded contract FA8651-24-D-B002 for on-going work within the scope of the statement of work and is needed to continue counter air science and technology efforts. The modification brings the total cumulative face value of the contract to $36,000,000. Work will be performed at Northridge, California, and is expected to be completed by Jan. 15, 2029. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Salient Federal-SGIS Inc., Fairfax, Virginia, has been awarded a $46,496,753 firm-fixed-price task order (HS0021-24-F-0043) issued against a General Services Administration multiple award schedule contract (GS-35F-0609S) for the Defense Counterintelligence and Security Agency (DCSA). This award is the result of a sole-source acquisition in which one offer was received. This task order provides non-personal services to provide case processing operations and enhancement support to DCSA. Work will be performed at multiple DCSA facilities to include Washington D.C.; Macon Georgia; Boyers Pennsylvania; Quantico, Virginia; and Fort Meade Maryland, with an estimated completion of March 4, 2030 (inclusive of options). Fiscal 2024 DCSA Defense Working Capital Fund funds in the amount of $5,727,784 were obligated at the time of award. The cumulative face value of the contract to date is $8,110,879. This is not a multiyear contract. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Excel Garment Manufacturing Ltd., El Paso, Texas, has been awarded a maximum $26,655,200 modification (P00018) exercising the fourth one-year option period of a one-year base contract (SPE1C1-20-D-1248) with four one-year option periods for improved flame-resistant coveralls. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Aug. 18, 2025. Using military service is Navy. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Aimpoint Inc.,* Manassas, Virginia, was awarded an $8,643,252 firm-fixed-price contract for reflex sights. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 8, 2025. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-C-0004).

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded a $7,899,000 firm-fixed-price contract to replace auxiliary lock miter gate machinery and auxiliary lock grating, and repair guardrails. Bids were solicited via the internet with five received. Work will be performed in East Alton, Illinois, with an estimated completion date of Sept. 13, 2026. Fiscal 2024 civil expenses funds in the amount of $7,899,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0016).

*Small business

8/15

AIR FORCE

Northrop Grumman Systems Corp., Warner Robins, Georgia, has been awarded a $378,983,000 firm-fixed price, cost-reimbursable, indefinite-delivery requirements contract to previously awarded contract FA8522-18-D-0002 for repair services. This contract provides for the 408th repair sustainment of the AN/AAQ-24(V) Large Aircraft Infrared Counter Measure System. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Feb. 15, 2032. This contract involves Foreign Military Sales to Canada, India, Bahrain, NATO, Saudi Arabia, Japan, New Zealand, Korea, and The United Arab Emirates. This contract was a sole source acquisition. No funds are being initially obligated at the time of basic contract award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-24-D-0004).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $129,977,066 modification (P00019) to previously awarded FA8682-19-C-0008 to procure tooling and test equipment needed to increase production quantities of Joint Air-to-Surface Standoff Missile and Long-Range Anti-Ship Missile. Work will be performed in Orlando, Florida, and is expected to be completed by Dec. 15, 2027. Fiscal 2022 missile procurement funds in the amount of $751,506; fiscal 2024 missile procurement funds in the amount of $76,225,560; and fiscal 2024 Navy weapons procurement funds in the amount of $53,000,000, are being obligated at the time of the award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Raytheon Co., Largo, Florida, has been awarded an $11,132,858 cost-plus-fixed fee, firm-fixed price, and cost reimbursable Engineering change proposal and baseband kit interim contractor support modification (P00074) to previously awarded contract FA8735-20-C-0001 for the procurement of interim contractor support, program support, security upgrades, software releases, testing, and site support. Work will be performed in Largo, Florida; and Burlington, Massachusetts, and is expected to be completed by June 30, 2025. Fiscal 2023 Space Force research, development, test and evaluation funds in the amount of $104,000; and fiscal 2024 Space Force research, development, test and evaluation funds in the amount of $10,494,871, are being obligated at the time of award. Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

Lockheed Martin Missiles and Fire Control, Orlando, Florida, is awarded a $132,433,504 firm-fixed-price, definitized order (N0001924F2576) against a previously issued basic ordering agreement (N0001923G0002). This order procures 37 infrared receivers (16 for the Navy, 15 for the Naval Supply Command (NAVSUP) and six for the Royal Australian Air Force (RAAF)); 28 processors (16 for the Navy, eight for NAVSUP and four for the RAAF); and 18 inertial measurement units (16 for the Navy and two for the RAAF), in support of the procurement and delivery of Infrared Search and Track Block II low-rate initial production Lot Eight systems including spares as well as 3,000 Texas Instruments chips as part of a life-of-type-buy action to protect against obsolescence. Work will be performed Orlando, Florida (71.4%); Santa Barbara, California (17.8%); Ocala, Florida (8.3%); and Archbald, Pennsylvania (2.5%), and is expected to be completed in April 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $86,057,359; working capital funds (Navy) in the amount of $25,288,506; and Foreign Military Sales customer fund in the amount of $21,087,666, 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.

Raymond Pond Military Services Solutions SDVOSB JV LLC,* Conyers, Georgia, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services. This contract provides for professional architectural and engineering services preparation of design-bid-build documents. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations and is expected to be completed by August 2029. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was competitively procured via sam.gov, with 17 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity (N69450-24-D-0001).

Lockheed Martin, Orlando, Florida, is awarded a $24,600,000 undefinitized contract action for the procurement of turret electronic unit-VPX housing in support of the H-1 aircraft. All work will be performed in Orlando, Florida. There are no options, and work will be completed by October 2028. Fiscal 2024 annual working capital (Navy) funds in the amount of $12,054,000 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 with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-F-A501).

KBR Wyle Services LLC, Fulton, Maryland, is awarded a $7,648,673 cost-plus-fixed-fee contract for research and development support for space science instruments and experimental payloads. The contract includes options, which if exercised, would bring the cumulative value of $39,992,275. Work will be performed at the U.S. Naval Research Laboratory, Washington, D.C. (NRL-DC), and is expected to be completed by August 2025. Fiscal 2024 working capital funds (Defense) in the amount of $1,303,000 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 two offers received via Contract Opportunities on SAM.gov. U.S. NRL, Washington, D.C., is the contracting activity (N0017324C2018).

Treadwell Corp., Thomaston, Connecticut, is awarded $7,648,000 for a firm-fixed-price, undefinitized contract for the repair of sixty-four electrolytic cells that are used to produce oxygen in the operating systems in support of Los Angeles-class submarines. All work will be performed in Thomaston, Connecticut. There are no options, and work will be completed by August 2026. Annual working capital (Navy) funds in the amount of $3,747,520 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 with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-F-VW08).

Management Services Group Inc.,* Virginia Beach, Virginia, is awarded a $7,616,715 firm-fixed-price modification to a previously awarded contract (N00024-20-C-5608) to exercise options and procure additional spares for Network, Processing, And Storage Technical Insertion 16, Modification One. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2025. Fiscal 2023 other procurement (Navy) funds in the amount $2,412,220 (32%); fiscal 2024 other procurement (Navy) funds in the amount $1,341,756 (18%); fiscal 2022 other procurement (Navy) funds in the amount $754,714 (10%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount $750,248 (10%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount $622,422 (8%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount $604,400 (8%); fiscal 2024 research, development, test and evaluation funds in the amount $585,461 (7%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount $545,494 (7%), will be obligated at time of award, of which $1,300,208 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

TekPro Support Services LLC, San Antonio, Texas, is awarded a $100,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (HQ0034-24-D-0026) to acquire acquisition support services for the Washington Headquarter Services Acquisition Directorate. Fiscal 2024-2025 operations and maintenance funds in the amount of $100,000,000 are being obligated at the time of the award. There is no cumulative total for any prior actions on this contract. The requirement is for contract administration support services for pre-award, award, and post-award activities for Federal Acquisition Regulations-based contracts, grants, cooperative agreements, and other transaction authorities. The work will be at Alexandria, Virginia. The estimated completion date is Aug. 24, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

ReadyOne Industries Inc.,** El Paso, Texas (SPE1C1-24-D-N018, $92,406,100); and Goodwill Industries of South Florida Inc.,* Miami, Florida (SPE1C1-24-D-N019, $92,406,100), have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE1C1-22-R-0104 for advanced combat pants. These are five-year contracts with no option periods. The ordering period end date is Aug. 14, 2029. Using military service is 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.

ARMY

Tetra Tech Inc., Pasadena, California, was awarded a $17,144,955 firm-fixed-price contract for environmental quality support services. Bids were solicited via the internet with three received. Work will be performed at Tinker Air Force Base, Oklahoma, with an estimated completion date of April 30, 2029. Fiscal 2024 operation and maintenance, Air Force funds and defense working capital funds in the amount of $2,888,763 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-F-0286).

SES Civil and Environmental LLC,* Oak Ridge, Tennessee, was awarded a $10,398,501 firm-fixed-price contract for to install new drain systems and toe berm. Bids were solicited via the internet with five received. Work will be performed in Boydton, Virginia, with an estimated completion date of Nov. 1, 2026. Fiscal 2024 civil construction funds in the amount of $10,398,501 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-24-C-0007).

Urbineer Inc.,* Irvine, California, was awarded a $9,500,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for co-cured composite process optimization risk reduction and detailed design. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 14, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0007).

*Small business
**Mandatory source

8/16

AIR FORCE

ActionNet Inc., Vienna, Virginia (FA8726-24-D-B002); Agile Decision Science LLC, Huntsville, Alabama (FA8726-24-D-B003); Agile Government LLC, Harrah, Oklahoma (FA8726-24-D-B004); AT&T Corp., Columbia, Maryland (FA8726-24-D-B005); Booz Allen Hamilton, McLean, Virginia (FA8726-24-D-B006); CACI Inc. – Federal, Chantilly, Virginia (FA8726-24-D-B007); CDO Technologies Inc., Dayton, Ohio (FA8726-24-D-B008); DecisiveInstincts LLC, Vienna, Virginia (FA8726-24-D-B009); EPS Corp., Tinton Falls, New Jersey (FA8726-24-D-B010); General Dynamics Information Technology Inc., Falls Church, Virginia (FA8726-24-D-B011); GZO Inc., San Antonio, Texas (FA8726-24-D-B012); KriaaNet Inc., Leesburg, Virginia (FA8726-24-D-B013); Leidos Inc., Reston, Virginia (FA8726-24-D-B014); Lumen Technologies Government Solutions Inc., Herndon, Virginia (FA8726-24-D-B015); M.C. Dean Inc., Tysons, Virginia (FA8726-24-D-B016); Open San Consulting LLC, Atlanta, Georgia (FA8726-24-D-B017); Q-Tech LLC, Beavercreek Township, Ohio (FA8726-24-D-B018); SMS Data Products Group Inc., McLean, Virginia (FA8726-24-D-B019); Sumaria Systems LLC, Peabody, Massachusetts (FA8726-24-D-B020); Telos Corp., Ashburn, Virginia (FA8726-24-D-B021); TM3 Solutions, Alexandria, Virginia (FA8726-24-D-B022); Trace Systems Inc., Vienna, Virginia (FA8726-24-D-B023); and Tundra Federal LLC, Herndon, Virginia (FA8726-24-D-B024), were awarded a $12,500,000,000 ceiling, multiple award, indefinite-delivery/indefinite-quantity contract for base infrastructure modernization. This contract provides a pool of qualified sources to modernize, operate, and maintain the network infrastructure on all Department of the Air Force locations, to include Guard and Reserve bases. Work will be performed globally and is expected to be completed by Aug. 15, 2034. This contract was a competitive acquisition, and 47 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $11,500 are being obligated at time of award. The Air Force Life Cycle Management Center, Cyber and Networks Contracting Organization, Hanscom Air Force Base, Massachusetts, is the contracting activity.

Odyssey Systems Consulting Group, Wakefield, Massachusetts, was awarded a $162,265,195 cost-plus-fixed fee contract for providing professional advisory and assistance services to the Nuclear Command, Control and Communications Integration Directorate. Work will be performed at various Air Force Nuclear Weapons Center locations throughout the continental U.S. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operations and maintenance funds in the amount of $674,798; operations and maintenance (Space Force) funds in the amount $4,338,653; missile procurement funds in the amount of $154,995; procurement (Space Force) funds in the amount of $484,113; research, development, test and evaluation funds in the amount of $1,339,823; and other procurement funds in the amount of $2,134,308, are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2041-24-F-B006).

Sequoia Construction, Mt. Laurel, New Jersey (FA4484-20-D-0001, P00009); Sheela Inc., Wrightstown, New Jersey (FA4484-20-D-0002, P00009); Kaser Mechanical, Burlington, New Jersey (FA4484-20-D-0003, P00009); MERIT Inc., Newark, New Jersey (FA4484-20-D-0004, P00012); and Benaka Inc., New Brunswick, New Jersey (FA4484-20-D-0005, P00009), have been issued a modification in the amount of $25,000,000 to increase the contract ceiling. The contractors will provide all plant, labor, equipment, tools, supplies and materials to perform work necessary for replacement, repair and improvement for construction services. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by March 18, 2025. No funds are being obligated at the time of award. Funding will be provided on individual task orders. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Armtec Countermeasures Co., Coachella, California; and Lillington, North Carolina, was awarded an $11,700,000 firm-fixed-price contract for RR-196 countermeasure chaff for the F-22. This contract provides for the impulse cartridge program and is used by F-22 aircraft for combat and training purposes. Work will be performed in Lillington, North Carolina, and is expected to be completed by Sept. 30, 2027. This contract was a sole source acquisition. Fiscal 2024 ammunition funds in the amount of $11,700,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B009).

U.S. SPECIAL OPERATIONS COMMAND

General Atomics Aeronautical Systems Inc., Poway, California, is being awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract (H9240824D0002) with a $436,900 initial task order for program management support related to Medium Altitude Long Endurance Tactical MQ-9 and MQ-1C Special Operations Forces-peculiar modifications in support of U.S. Special Operations Command (USSOCOM). This contract will be funded with operations and maintenance; procurement; and/or research, development, and testing evaluation funds under the applicable fiscal year, and is not multiyear. The work will be performed in Poway, California, and is expected to be completed by Aug. 16, 2029. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

NAVY

Raytheon Co., Tucson, Arizona, is awarded a $231,936,852 firm-fixed-price modification to a previously award contract (N00024-22-C-5400) for fiscal 2024 Navy, Federal Republic of Germany, and Foreign Military Sales (FMS) procurements for the Rolling Airframe Missile Block 2/2A/2B guided missile round pack, spare replacement components, and recertification. Work will be performed in Ottobrunn, Germany (44%); Tucson, Arizona (29%); Keyser, West Virginia (11%); Glenrothes Fife, Scotland, Great Britain (11%); Cincinnati, Ohio (1%); and various other U.S. locations each with less than 1% (4%), and is expected to be completed by July 2028. Fiscal 2024 weapons procurement (Navy) funds in the amount of $170,027,159 (73%); FMS (Japan) funds in the amount of $40,454,001 (17%); Memorandum Of Understanding (Federal Republic of Germany) funds in the amount of $10,073,140 (4%); fiscal 2024 research, development, test and evaluation funds in the amount of $9,000,000 (4%); fiscal 2024 operation and maintenance (Navy) funds in the amount of $1,802,785 (1%); and fiscal 2022 weapons procurement (Navy) funds in the amount of $579,767 (1%), will be obligated at the time of award, of which $2,382,552 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (4), International Agreement. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5400).

Miller-Remick LLC, Cherry Hill, New Jersey, is awarded a $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for multi-discipline, architect-engineering construction projects. This contract provides for renovation, repair, or minor new construction projects. Work will be performed in Pennsylvania (80%), New Jersey (15%), and New York (5%), with an expected completion date of August 2029. Fiscal 2024 operation and maintenance, Navy (O&M,N) funds in the amount of $192,737 are obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N and military construction funds. This contract was competitively procured via the SAM.gov website with 11 bids received. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N4008524D0021).

Design West Technologies Inc.,* Tustin, California, is awarded a $25,688,451 firm-fixed-price modification to a previously awarded contract (N6339422C0008) to exercise options for the manufacture, assembly, test, and delivery of motor control panels, status panels, associated maintenance assistance module kits, onboard repair part kits, installation and checkout spares kits, depot spares kits, and lowest replaceable unit kits, in support of the MK41 Vertical Launching System. Work will be performed in Tustin, California, and is expected to be completed by July 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $10,135,591 (39%); Presidential Drawdown Authority funds in the amount of $7,863,357 (31%); Foreign Military Sales funds in the amount of $7,382,492 (29%); and other procurement (Navy) funds in the amount of $307,011 (1%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. government (71%); and the governments of Germany (17%) and Netherlands (12%) under the Foreign Military Sales program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded an $18,185,672 firm-fixed-price modification to previously awarded contract N00024-22-C-2253 for the detail design and construction of one additional yard repair, berthing, and messing craft, with delivery to Norfolk, Virginia. Work will be performed in Amelia, Louisiana, and is expected to be completed by June 2026. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $18,185,672 will be obligated at time of award which will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $34,241,154 modification (P00060) to contract W911S0-18-C-0004 to support for warfighter exercises and training. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of April 14, 2025. Fiscal 2025 operation and maintenance, Army funds were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

Donjon Marine Co. Inc., Hillside, New Jersey, was awarded a $32,334,174 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Newark, New Jersey, with an estimated completion date of Oct. 23, 2024. Fiscal 2010 civil construction funds in the amount of $32,334,174 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0024).

BAE Systems Land & Armaments L.P., San Jose, California, was awarded a $13,740,148 modification (P00077) to contract W56HZV-22-C-0072 to integrate Handheld Manpackable Small Form Fit Gen2 with Bradley Fighting Vehicles. Work will be performed in San Jose, California, with an estimated completion date of Feb. 20, 2026. Fiscal 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $13,740,148 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

MM Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $12,579,493 modification (P00007) exercising the first one-year option period of a one-year base contract (SPE1C1-23-D-0070) with four one-year option periods for coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Aug. 21, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
** Women-owned small business in historically underutilized business zones
This entry was posted on Monday, August 19, 2024 3:09 pm

Leave a Reply

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

Notify me of updates to this conversation