INSIDE THE

NEWS + ADVICE

DoD Contracts: The MITRE Corp., Two Six Technologies, Systems Planning and Analysis, Week of 9-16-24 to 9-20-24

Posted by Ashley Jones

9/16

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, was awarded a $541,295,723 cost-reimbursement option contract for support to the Air Force from MITRE.  The contract provides for MITRE to be administrator of the National Security Engineering Center Federally Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations inside and outside the continental U.S.; and is expected to be completed Sept. 30, 2025. This contract involves Foreign Military Sales to various countries. This contract was a sole source acquisition.  Fiscal 2024 research and development funds in the amount of $13,272,319 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-19-C-0001).

University of Dayton Research Institute, Dayton, Ohio, was awarded a $99,645,451 not-to-exceed, cost-plus-fixed-fee contract for sustainment and combat readiness capabilities. This contract provides for accelerating technological advancement, reducing costs, and enhancing combat readiness by aligning pathways for change across various platforms, bases, and organizational entities. Work will be performed in Dayton, Ohio, and is expected to be completed by March 12, 2026.  This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $ 33,960,943 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8684-24-C-B032).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $54,713,276 cost-plus-fixed-fee contract for the defense experimentation using commercial space internet. This contract seeks multi-band, satellite communications antennas capable of use on military aircraft. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by March 16, 2027. This contract was a competitive acquisition, and 15 offers were received. Fiscal 2024 research and development funds in the amount of $10,000,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-C-B040).

Lockheed Martin Global Inc., Liverpool, New York, was awarded a not-to-exceed $19,510,000 firm-fixed-price, time-and-materials contract for Royal Jordan Air Force Radar upgrades. This contract provides for Small Target Capability Upgrades to existing TPS77 and FPS117 radars. Work will be performed in Jordan and is expected to be completed by Aug. 27, 2027. This contract involves foreign military sales to Jordan. This contract was a sole source acquisition. Fiscal 2024 building partner capacity funds in the amount of $11,650,000 are being obligated at the time of award. The International C2 and Sensors Division, Electronic Systems Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2383-24-C-B012).

Elbit Systems of America, Fort Worth, Texas, was awarded an $18,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the F-16 advanced avionics contract. This contract provides repair services for aircraft components including the common central interface unit, the advanced color programmable display generator, and the advanced color multifunction display. Work will be performed in Fort Worth, Texas, and is expected to be completed by Sept. 15, 2030. This contract was a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contract activity (FA8251-24-D-0009). 

The Boeing Co., El Segundo, California, has been awarded a $17,999,993 cost-plus-fixed-fee modification (P00045) to a previously awarded contract (FA8808-20-C-0047) for the evolved strategic satellite communications (SATCOM) rapid prototyping omnibus special study effort. This modification is for continued systems engineering support to evaluate and inform feasibility or usefulness for Space Segment functionality and design. This modification brings the total cumulative face value of the contract to $379,741,831. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 28, 2025.  Fiscal 2024 research and development funds in the amount of $6,000,000 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, was awarded a $16,835,703 single award, firm-fixed-price contract for the multiple threat emitter simulator (MUTES), mini-MUTES, MUTES control processor, and a remote emitter unit control processor. This contract provides for production and deployment effort of the MUTES, mini-MUTES, the MUTES control processor, and the remote emitter unit control processor. Work will be performed in San Antonio, Texas, and is expected to be completed by September 2026. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $16,835,703 are being obligated at the time of award. Hill Air Force Base, Utah, is the contracting activity (FA8210-24-C-0001).

Websec Corp., Murietta, California, was awarded a $9,168,405 firm-fixed-price contract for the design, development, test and delivery of modern key loaders. This contract provides for the development of certified cryptographic key loaders that can support the specific demands of key management and loading required by the Space Development Agency. Work will be performed in Murietta, California, and is expected to be completed by November 2026. This contract was competitively procured under a Systems, Technologies, and Emerging Capabilities broad agency announcement (STEC BAA). Proposals are received throughout the year under the STEC BAA, and the number of proposals received in response to the solicitation is unknown. Fiscal 2023 research and development funds in the amount of $5,925,925 are being obligated at the time of award. The Space Development Agency, Chantilly, Virginia, is the contracting activity (FA2401-24-C-0008).

ARMY

Safran Defense and Space Inc., Bedford, New Hampshire, was awarded a $275,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the acquisition of Laser Target Locator Module II systems, associated spare parts, and contractor logistical and maintenance support. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2034. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0005). 

Griffon Aerospace LLC,* Lorton, Virginia (W900KK-24-D-0025); QinetiQ Inc., Lorton, Virginia (W900KK-24-D-0026); KBM Wyle Services LLC, Chantilly, Virginia (W900KK-24-D-0027); AEVEX Aerospace LLC, Solana Beach, California (W900KK-24-D-0028); and COLSA Corp.,* Huntsville, Alabama (W900KK-24-D-0029), will compete for each order of the $95,085,894 firm-fixed-price contract for the Aerial Target Systems 3. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2024. Army Contracting Command, Orlando, Florida, is the contracting activity. 

Weeks Marine Inc., Covington, Louisiana, was awarded a $29,060,001 firm-fixed-price contract to remove and dispose of dredging material. Bids were solicited via the internet with one received. Work will be performed in Venice, Louisiana, with an estimated completion date of April 4, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $29,060,001 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0030). 

CAE USA Inc., Tampa, Florida, was awarded a $28,027,031 modification (P00008) to contract W9124G-23-C-0002 for fixed-wing flight training, flight training support and flight training service support for aircrew personnel. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of March 9, 2032. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. 

Amentum Services Inc., Chantilly, Virginia, was awarded an $18,159,699 modification (P00007) to contract W912NW-22-F-0087 for contractor support to management and the supporting workforce for Corpus Christi Army Depot aircraft and aircraft component production. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2024 Army working capital funds in the amount of $18,159,698 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Weeks Marine Inc., Covington, Louisiana, was awarded a $16,998,000 firm-fixed-price contract for the removal and satisfactory disposal of shoal material. Bids were solicited via the internet with one received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of Dec. 16, 2024. Fiscal 2022 and 2024 civil operation and maintenance funds in the amount of $16,998,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0039).

Bidco Marine Group Inc., Buffalo, New York, was awarded an $11,805,780 firm-fixed-price contract for repairs to the existing Emerald Shiner Passage concrete bulkhead and to affix new baffle assemblies. Bids were solicited via the internet with three received. Work will be performed in Buffalo, New York, with an estimated completion date of Sept. 20, 2026. Fiscal 2024 civil construction funds in the amount of $11,805,780 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912P4-24-C-0014). 

Derivative LLC,* Arlington, Virginia, was awarded an $11,189,271 modification (P00002) to contract W912NW-22-F-0085 to provide contractor support to management and the support workforce for Corpus Christi Army Depot aircraft and aircraft component production. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2024 Army working capital funds in the amount of $11,189,271 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AAR Allen Services Inc., Garden City, New Jersey, was awarded a $9,604,241 firm-fixed-price contract for maintenance and overhaul of the servo cylinder for the CH-47 Chinook. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0081).

DEFENSE LOGISTICS AGENCY

Rio Grande Electric Cooperative Inc., Brackettville, Texas, has been awarded a maximum $53,863,488 on modification (P00117) to a 50-year contract (SP0600-09-C-8258) with no option periods incorporating the fifth prospective price redetermination for electric utility services. This is a fixed-price prospective price redetermination contract. The performance completion date is April 8, 2060. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2060 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $20,472,096 firm-fixed-price one-time buy delivery order (SPRRA124F0029) against a five-year basic ordering agreement (SPE4A1-22-G-0005) for intermediate gearbox and gearbox accessories. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is two-year contract with no option periods. The delivery order completion date is Sept. 27, 2026. Using military service is Army. Type of appropriation is fiscal 2024 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Huntsville, Alabama.

NAVY

L3Harris Interstate Electronics Corp., (L3-IEC), Anaheim, California, is awarded a cost-plus-fixed-fee and cost-plus-incentive-fee $43,461,820 modification (P00028) to a previously awarded contract (N00003022C2001) for Trident II (D5) flight test instrumentation systems support. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (30%); Washington, D.C (7%); Barrow-in-Furness, United Kingdom (3%); Kings Bay, Georgia (2%); Bremerton, Washington (1%); and Silverdale, Washington (1%). Work is expected to be completed by March 12, 2027. Fiscal 2024 research, development, test and evaluation procurement (Navy) funds in the amount of $268,753; and fiscal 2024 other procurement (Navy) funds in the amount of $5,048,065, are being obligated at time of award. No funds will expire at the end of the current fiscal year. The total dollar value of the modification, including options, is $43,461,820 and the total cumulative face value of the contract is $356,046,972. 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.

Cherokee Nation Management and Consulting LLC, Catoosa, Oklahoma, is awarded a $37,577,363 firm-fixed-price and cost bridge contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twentynine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2024. If all options are exercised, work will continue through September 2025. This contract includes a six-month base period, and six one-month option periods which, if exercised, could bring the cumulative value of this contract to $37,577,364. Fiscal 2024 operation and maintenance, Marine Corps funds in the amount of $12,329,599 are being 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). The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-24-P-4007).

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded an $18,518,043 modification (P00089) to a previously awarded cost-plus-fixed-fee, cost contract (N0001918C1037). This modification adds scope to provide continued engineering, logistics, support equipment, obsolescence, software, hardware, trade studies, incidental material, impact assessment, risk and program analysis activities support in support of production cut in integration to implement, analyze and evaluate the life cycle software and hardware updates encompassing a broad spectrum of software and/or hardware engineering, design, programming, integration, manufacturing and quality, and test activities with varying levels and periods of intensity for the E-2D Advanced Hawkeye aircraft for the Navy. Work will be performed in Melbourne, Florida (95.5%); and McLean, Virginia (4.5%), and is expected to be completed October 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $18,518,043; and fiscal 2023 (Navy) funds in the amount of $10,000,000, 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.

CIRCOR Pumps North America LLC, Monroe, North Carolina, is awarded $17,174,262 for a firm-fixed-price contract for the procurement of 22 Virginia-class ship service hydraulic pumps. This is a stand-alone contract with no options. All work will be performed in Monroe, North Carolina, and is expected to be completed by April 2030. Working capital funds (Navy) in the amount of $12,880,696 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA50).

Data Link Solutions (DLS), Cedar Rapids, Iowa, is awarded $14,009,534 for a firm-fixed-price contract for the repair of 16 different types of parts associated with the multifunctional information distribution system in support of various aircrafts. DLS is a joint venture between Rockwell Collins, Cedar Rapids, Iowa; and BAE Systems, Wayne, New Jersey. The contract is a three-year base requirements-type contract with no options. Work will be performed in Cedar Rapids, Iowa (44%); Wayne, New Jersey (44%); and the remaining 12% will be between both locations but cannot be determined at this time. The ordering period is expected to be completed by September 2027. No funds will be obligated at time of award, and appropriate annual working capital (Navy) funds will be used for delivery orders at the time of their issuance. The requirement was solicited for this sole-source requirement pursuant to the authority of 10 U.S. Code 3204(a)(1) with one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-BC01).

Canadian Commercial Corp., Ontario, Canada, is awarded a $13,312,838 firm-fixed-price, cost, indefinite-delivery/indefinite-quantity contract to provide contractor-owned, contractor-operated target presentations to the Naval Air Warfare Center Weapons Division (NAWCWD) programs, Advanced Electronic Guidance and Instrumentation System Combat System programs, Navy ships, and coalition partners. Additionally, this effort will meet urgent live-fire testing requirements with highly skilled and mission-focused turnkey training solutions. Work will be performed in San Nicolas Island, California (60%); Dam Neck, Virginia (20%); Alberta, Canada (10%); Kauai, Hawaii (5%); China Lake, California (2%); Wallops Island, Virginia (2%); and Gulf Coast, Florida (1%), and is expected to be completed in September 2029. 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. NAWCWD, China Lake, California, is the contracting activity (N6893624D0015).

Northrop Grumman Systems Corp. – Marine Systems, Sunnyvale, California, is awarded an undefinitized contract action, with a not-to-exceed amount of $12,000,000 under contract modification P00006, to a previously awarded contract (N0003022C1013) to qualify production capability and manufacture full shipsets of Variable Energy Eject Actuator in support of the Columbia and Dreadnought Common Missile Compartment program. The contract will be definitized as a cost plus fixed-fee contract line-item number. Work will be performed from September 2024 through March 2027. Work will be performed in Sunnyvale, California (20%); and Cape Canaveral, Florida (80%). Fiscal 2021 Shipbuilding and Conversion Navy funding in the amount of $3,300,000 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract action 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. 

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded an $11,071,868 modification (P00026) to a cost-plus-fixed-fee contract (N0001920F5008) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option to provide continued integrated test team operations in executing advanced development experimentation flights and developmental testing in support of future E-2D Advanced Hawkeye delta system and software configuration builds. Work will be performed in Patuxent River, Maryland (89%); Melbourne, Florida (5%); Liverpool, New York (4%); and Menlo Park, California (2%), and is expected to be completed in September 2025. Fiscal 2024 research, development, test and evaluation (NAVY) funds in the amount of $1,000,000 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.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $9,842,147 for a firm-fixed-price, contract for the procurement of 101 display units in support of the H53-K aircraft. This contract has no options and is expected to be completed by December 2025. All work will be performed in Cedar Rapids, Iowa. Working capital funds (Navy) in the full amount of $9,842,147 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 in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00104-24-C-N030).

HHI Corp., Ogden, Utah, is awarded $9,837,546 for firm-fixed-price task order (N6247324F5157) for the design-build project for the Laboratory Revitalization Program Building at Naval Air Weapons Station China Lake. The work to be performed provides for the design, procurement, and construction of an office and lab facility, and all related supervision, labor, equipment, and materials to provide construction services and/or design services. Work will be performed in China Lake, California, and is expected to be completed by March 2026. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $9,837,546 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured. The Naval Facilities Engineering Systems Command, Facilities Engineering Acquisition Department, China Lake, California, is the contracting activity (N62473-20-D-1123). 

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $8,272,425 for a firm-fixed-price, contract for the procurement of 49 video signal processors in support of the H53-K aircraft. This contract has no options and is expected to be completed by December 2025. All work will be performed in Cedar Rapids, Iowa. Working capital funds (Navy) in the full amount of $8,272,425 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 in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00104-24-C-N036).

L3 Technologies, Inc., Northampton, Massachusetts, is awarded $7,760,874 for a firm-fixed-price contract for the repair of nine Virginia-class thin line towed array motors. This is a stand-alone contract with no options. All work will be performed in Northampton, Massachusetts, and is expected to be completed by September 2025. Working capital (Navy) funds in the full amount of $7,760,874 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA56).

DEFENSE HEALTH AGENCY

Western Door Federal LLC, Fredericksburg, Virginia, is awarded an $8,347,612 modification to exercise Option Year Three of a previously awarded firm-fixed-price contract (HT001121C0021) to provide programming, budget development and execution, accounting, administrative, and training support services to the Defense Health Agency Direct Care Financial Management Division. Work will be primarily performed at Fort Sam Houston, Texas, and Fiscal 2024 operation and maintenance funds will be obligated at time of award. The contract was an 8(a) sole source award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4). The period of performance for this option period is Sept. 30, 2024, to Sept. 29, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

9/17

DEFENSE LOGISTICS AGENCY

S2i2 Inc.,** Oakton, Virginia (SP4709-24-D-0003); Echelon Xcelerate JV LLC,** Manassas, Virginia (SP4709-24-D-0004); Dobbs Defense Solutions LLC,** College Park, Maryland (SP4709-24-D-0005); Barex Technologies II LLC,** Chantilly, Virginia (SP4709-24-D-0007); OCH-Sawdey JV,** Leesburg, Virginia (SP4709-24-D-0008); Electrosoft Services Inc.,** Reston, Virginia (SP4709-24-D-0009); Wits Solutions Inc.,** Ashburn, Virginia (SP4709-24-D-0011); Nisga’a Tek LLC,** Chantilly, Virginia (SP4709-24-D-0012); Diné Source LLC,** Scottsdale, Arizona (SP4709-24-D-0013); ITfrastructure LLC,** Fairfax, Virginia (SP4709-24-D-0014); Northern Technologies Group Inc.,** Tampa, Florida (SP4709-24-D-0015); C2 United LLC,** Columbia, Maryland (SP4709-24-D-0016); Basecamp Consulting and Solutions LLC,** Reston, Virginia (SP4709-24-D-0017); Autonomic Enterprise Inc.,** Gaithersburg, Maryland (SP4709-24-D-0018); B.E.A.T. LLC,* doing business as Business Enabled Acquisition & Technology, San Antonio, Texas (SP4709-24-D-0019); FedWriters Inc.,** Fairfax, Virginia (SP4709-24-D-0020); Credence Dynamo Technologies LLC,** Vienna, Virginia (SP4709-24-D-0021); DayCom LLC,** Dayton, Ohio (SP4709-24-D-0022); Cardinal Technology Systems Corp.,** Leesburg, Virginia (SP4709-24-D-0023); TA Federal LLC,** Vienna, Virginia (SP4709-24-D-0024); RCHP LLC,** Leesburg, Virginia (SP4709-24-D-0025); AccelGov LLC,** Bethesda, Maryland (SP4709-24-D-0026); Enterprise Solutions & Management Corp.,* Springfield, Virginia (SP4709-24-D-0027); AIX Tech LLC,** Brambleton, Virginia (SP4709-24-D-0028); Soft Tech Consulting Inc.,* Chantilly, Virginia (SP4709-24-D-0029); AGE Solutions LLC,* Alexandria, Virginia (SP4709-24-D-0030); TRI-COR Industries Inc.,* Reston, Virginia (SP4709-24-D-0031); Pioneer Technologies Inc.,* Fairfax, Virginia, (SP4709-24-D-0032); Diligent Consulting Inc.,* San Antonio, Texas (SP4709-24-D-0033); Zantech-Calibre Solutions JV LLC,* Vienna, Virginia (SP4709-24-D-0034); LOGC2 Inc.,* doing business as Connected Logistics, Decatur, Alabama (SP4709-24-D-0035); Emagine IT Inc.,* North Bethesda, Maryland (SP4709-24-D-0036); NexGen Data Systems Inc.,* Goose Creek, South Carolina (SP4709-24-D-0037); Technatomy Corp.,* Fairfax, Virginia (SP4709-24-D-0038); iP-Plus Consulting Inc.,* Washington, D.C. (SP4709-24-D-0040); Horizon Industries Ltd.,* Vienna, Virginia (SP4709-24-D-0041); Silotech Group Inc.,* San Antonio, Texas (SP4709-24-D-0042); Tryfacta Inc.,* Pleasanton, California (SP4709-24-D-0043); Clear Vantage Point Solutions II,* Fairfax, Virginia (SP4709-24-D-0044); CompTech Computer Technologies Inc.,* Dayton, Ohio (SP4709-24-D-0045); Ardent Technologies Inc.,* Dayton, Ohio (SP4709-24-D-0046); Beshenich Muir & Associates LLC,* Huntsville, Alabama (SP4709-24-D-0047); Tuba Group Inc.,* Vienna, Virginia (SP4709-24-D-0048); EDC Consulting LLC,* McLean, Virginia (SP4709-24-D-0049); Phoenix Data Security Inc.,* doing business as Phoenix Cyber, Scottsdale, Arizona (SP4709-24-D-0050); Unity Technologies Corp.,* Myersville, Maryland (SP4709-24-D-0051); BridgePhase LLC,* Mount Jackson, Virginia (SP4709-24-D-0052); MicroSystems Automation Group,* Falls Church, Virginia (SP4709-24-D-0053); New River Systems,* Ashburn, Virginia (SP4709-24-D-0054); Autonomic Integra LLC,* Gaithersburg, Maryland (SP4709-24-D-0055); OneGlobe LLC,* Reston, Virginia (SP4709-24-D-0056); MANDEX Inc.,* Fairfax, Virginia (SP4709-24-D-0057); Yahya Technologies LLC,* Upper Marlboro, Maryland (SP4709-24-D-0058); Information Technology Strategies LLC,* Sterling, Virginia (SP4709-24-D-0059); NetVision Resources Inc.,* Chantilly, Virginia (SP4709-24-D-0060); T and T Consulting Services LLC,* Falls Church, Virginia (SP4709-24-D-0061); CAN Softtech Inc.,* Herndon, Virginia (SP4709-24-D-0062); SolutionPoint Innovations LLC,* Huntsville, Alabama (SP4709-24-D-0063); Leidos Inc., Reston, Virginia (SP4709-24-D-0064); CACI Inc. – FEDERAL, Chantilly, Virginia (SP4709-24-D-0065); Sawdey Solution Services Inc., Beavercreek, Ohio (SP4709-24-D-0066); Celerity Government Solutions LLC, doing business as Xcelerate Solutions, McLean, Virginia (SP4709-24-D-0067); Amyx Inc., Reston, Virginia (SP4709-24-D-0068); TekSynap Corp., Reston, Virginia (SP4709-24-D-0069); Peraton Inc, Herndon, Virginia (SP4709-24-D-0070); Vertex Aerospace LLC, Colorado Springs, Colorado (SP4709-24-D-0071); Booz Allen Hamilton, McLean, Virginia (SP4709-24-D-0072); CollabraLink Technologies Inc., doing business as Groundswell, McLean, Virginia (SP4709-24-D-0073); General Dynamics Information Technology Inc., Falls Church, Virginia (SP4709-24-D-0074); Credence Management Solutions LLC, McLean, Virginia (SP4709-24-D-0075); Synergy Business Innovation & Solutions Inc., Reston, Virginia (SP4709-24-D-0076); KPMG LLP, McLean, Virginia (SP4709-24-D-0077); By Light Professional IT Services LLC, McLean, Virginia (SP4709-24-D-0078); Accenture Federal Services LLC, Arlington, Virginia (SP4709-24-D-0079); ITility LLC, Chantilly, Virginia (SP4709-24-D-0080); Tantus Technologies Inc., Arlington, Virginia (SP4709-24-D-0081); Trace Systems Inc., Vienna, Virginia (SP4709-24-D-0082); iGov Technologies Inc., Reston, Virginia (SP4709-24-D-0083); MetroStar Systems LLC, Reston, Virginia (SP4709-24-D-0084); Business Integra Technology Solutions Inc., Bethesda, Maryland (SP4709-24-D-0085); Alamo City Engineering Services Inc., Spring Branch, Texas (SP4709-24-D-0086); CompQsoft, Leesburg, Virginia (SP4709-24-D-0087); 22nd Century Technologies Inc., McLean, Virginia (SP4709-24-D-0088); Harmonia Holdings Group LLC, Blacksburg, Virginia (SP4709-24-D-0089); and BCF Solutions Inc., Chantilly, Virginia (SP4709-24-D-0090), are sharing an estimated $11,930,670,028 indefinite-delivery/indefinite-quantity contract under solicitation SP4709-23-R-0001 for J6 Enterprise Technology Services 2.0. This was a competitive acquisition with 259 responses received. These are five-year base contracts with one five-year option period. The estimated dollar amount is for the life of the contract; however, no money has been obligated. Money will be obligated when task orders are placed. Locations of performance are inside and outside the continental United States, with an Oct. 20, 2029, performance completion date. Using customers are Defense Logistics Agency and Defense Department activities requiring information technology support services. Type of appropriation is fiscal 2024 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Carahsoft, Inc. Reston, Virginia, has been awarded a follow-on task order (HS002124F0076) in the amount of $284,226,178. This is a brand name, Department of Defense Enterprise Software Initiative delivery order to the sole supplier, Carahsoft Inc., for the Defense Counterintelligence and Security Agency (DCSA). Work will be performed at the contractor site Reston, Virginia, with an estimated completion of Sept. 16, 2029. Fiscal 2024 defense working capital and operations and maintenance funds in the amount of $34,882,374 were obligated at the time of award. The cumulative face value of the contract to date is $284,226,178. The DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

ARMY

University of Southern California, Los Angeles, California, was awarded a $181,318,668 cost-plus-fixed-fee contract for research and development in advanced modeling and simulation capabilities. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W912CG-24-D-0001).

Guyco Inc., Lampasas, Texas, was awarded a $93,946,000 firm-fixed-price contract for barracks renovation at Fort Cavazos. Bids were solicited via the internet with two received. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of June 3, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $93,946,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0020).

GM Hill Baker JV,* Jacksonville, Florida (W9128F-24-D-0009); Kenall-FSC JV,* Overland Park, Kansas (W9128F-24-D-0010); Oculus-IMEG JV LLP,* St. Louis, Missouri (W9128F-24-D-0011); Health Facility Solutions Co.,* San Antonio, Texas (W9128F-24-D-0012); and Coover Clark and Associates Inc.,* Denver, Colorado (W9128F-24-D-0013), will compete for each order of the $56,000,000 firm-fixed-price contract for preparation of studies, analysis and design services for military and civil projects. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2031. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Advance Matrix Inc,* Plymouth, Michigan (W911XK-24-D-0003); Advanced Environmental Management Group,* Plymouth, Michigan (W911XK-24-D-0004); BLDI LLC,* Grand Rapids, Michigan (W911XK-24-D-0005); Crawford Environmental Services LLC,* Roanoke, Virginia (W911XK-24-D-0006); ESI-ATC JV III LLC,* Westland, Michigan (W911XK-24-D-0007); Great Lakes Environmental Center Inc.,* Traverse City, Michigan (W911XK-24-D-0008); and Plexus Scientific Corp.,* Alexandria, Virginia (W911XK-24-D-0009), will compete for each order of the $25,000,000 firm-fixed-price contract for environmental services, including sampling, assessment and analytical services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2029. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity.

Alabama Shipyard LLC,* Mobile, Alabama, was awarded an $11,466,912 firm-fixed-price contract to drydock and repair the Dredge Wheeler. Bids were solicited via the internet with three received. Work will be performed in Mobile, Alabama, with an estimated completion date of Dec. 6, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $11,466,912 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0031).

Wright Contracting Inc.,* Knoxville, Tennessee (W912L7-24-D-0004); Apex Construction Group LLC,* Lenoir City, Tennessee (W912L7-24-D-0005); P&W Construction Co. LLC,* Knoxville, Tennessee (W912L7-24-D-0006); Ballinger Brian K,* Jefferson City, Tennessee (W912L7-24-D-0007); The Tradesmen Group LLC,* Plain City, Ohio (W912L7-24-D-0008); Skilled Services Quality Construction LLC,* Knoxville, Tennessee (W912L7-24-D-0009); Semper Tek Inc.,* Lexington, Kentucky (W912L7-24-D-0010); Bacik Group LLC,* Pelham, Alabama (W912L7-24-D-0011); and Abrams Group Construction LLC,* Milton, Florida (W912L7-24-D-0012), will compete for each order of the $10,000,000 firm-fixed-price contract for construction for the Army and Air National Guard. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2029. U.S. Property and Fiscal Office, Tennessee, is the contracting activity.

Anduril Industries Inc., Washington, D.C., was awarded a $9,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to develop and demonstrate launched effects technology using the Agile-Launched, Tactically Integrated Unmanned System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0008).

NAVY

L3 Technologies Inc., Northampton, Massachusetts, is awarded a $142,000,000 cost-plus-fixed-fee, firm-fixed-price, and cost only, indefinite-delivery/indefinite-quantity type contract action for Photonics Mast Depot repair services and parts procurement. The work to be performed under this contract is for depot level repair, maintenance and upgrade services to Photonics Masts, Photonics Mast Variants, Integrated Submarine Imaging System Augmented Systems (also known as Low Profile Masts), and Low-Profile Photonics Masts. This contract includes an ordering period of five years. Work will be performed in Northampton, Massachusetts, and is expected to continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $3,542,425 (46%); fiscal 2023 other procurement (Navy) funds in the amount of $2,098,900 (27%); and fiscal 2024 other procurement (Navy) funds in the amount of $2,055,000 (27%), will be obligated on the first task order immediately following award of the basic contract, of which $3,542,425 will 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 Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-24-D-R400).

Sikorsky Aircraft Corp., Lockheed Martin Co., Stratford, Connecticut, is awarded a $23,087,499 modification (P00007) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0001923D0011). This modification increases the contract ceiling to procure sustainment spares and provide repair support of aircraft components for the VH-92A Patriot in-service helicopter for the Navy. Work will be performed in Stratford, Connecticut (31.37%); Woodlawn, Washington (10.51%); College Point, New York (6.01%); Fort Worth, Texas (4.02%); New Philadelphia, Ohio (2.54%); Milford, Connecticut (2.34%); various locations within the continental U.S. (CONUS) (24.97%); and various locations outside the CONUS (18.24%). No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $13,120,633 for a firm-fixed-price, delivery order (N00383-24-F-X93V), under previously awarded contract (N00383-20-G-X901), for the procurement of nine input module gearboxes in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options, and work is expected to be completed by December 2028. This announcement involves Foreign Military Sales (FMS) from Israel. Annual working capital funds (Navy) of $5,714,765 and FMS funds of $714,346 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Mercury Mission Systems LLC, Torrance, California, is awarded an $8,830,276 modification (P00001) to an existing contract (N6833522F0005) against a previously issued basic ordering agreement (N6833519G0041). This modification adds scope for the production, delivery and installation of two Digital Video Map Computer – upgrade lab and 16 flight-ready test assets as well as engineering data, flight testing in support of the F/A-18E/F and EA-18G 1 and 2 seat configurations. This is a Small Business Innovation Research Phase III effort derived from Topic N152-096 entitled “Miniaturized, Fault Tolerant Decentralized Mission Processing Architecture for Next Generation Rotorcraft Avionics Environment.” Work will be performed in Torrance, California and is expected to be completed in March 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,830,276 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Johnson Controls Navy Systems, York, Pennsylvania, is awarded $8,594,838 for a firm-fixed-price contract for the procurement of refrigerator compressors associated with common hull, mechanical, and electrical systems. This is a stand-alone contract with no options. All work will be performed in York, Pennsylvania, and is expected to be completed by April 2029. Working capital (Navy) funds in the full amount of $8,594,838 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-F-XY03).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity modification (P00007) to a previously awarded contract (FA8682-19-D-0013) to increase the ceiling value for Joint Air to Surface Standoff Missile Foreign Military Sales production support and sustainment. This modification brings the total cumulative face value of the contract is $198,000,000. Work will be performed in Orlando, Florida, and is expected to be completed by Aug. 13, 2029. This contract involves unclassified Foreign Military Sales to Finland, Poland, Netherlands, Japan, and Australia. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $16,740,876 firm-fixed-price modification (P00118) to a previously awarded contract (FA8615-17-C-6047) for active electronically scanned array radars of Air Force F-16 aircraft. The modification brings the total cumulative face value of the contract is $1,633,087,075. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. Fiscal 2024 aircraft research, development, test and evaluation funds in the amount of $16,740,876 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Black River Systems Co. Inc., Rome, New York, was awarded a $16,310,177 cost-plus-fixed-fee contract for future architecture for national and tactical operations and missions software and reports. This contract provides for the research, development, and maturation of moving target indictor, tracking, sensor resource management, data fusion, and sensemaking capabilities that are critical to national and tactical operations and missions. Work will be performed in Rome, New York, and is expected to be completed by Nov. 17, 2028. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 research, development, test and evaluation funds Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-C-B124).

Laredo Technical Services Inc., San Antonio, Texas, was awarded a ceiling $8,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity contract with a five-year ordering period for human performance optimization services. This contract provides human performance optimization services for the 304th and 306th Rescue Squadrons. Work will be performed at Davis-Monthan Air Force Base, Arizona; and Portland Air National Guard Base, Oregon, and is expected to be completed by Sept. 16, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and management funds in the amount of $1,300,000 are being obligated at time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-24-D-0020).

*Small business
**Small-disadvantaged business

9/18

ARMY

Bechtel Parsons Blue Grass JV, Richmond, Kentucky, was awarded a $481,943,710 modification (P00275) to contract W52P1J09-C-0013 for the closure phase of the Blue Grass Chemical-Agent Destruction Pilot Plant. Work will be performed in Richmond, Kentucky, with an estimated completion date of March 30, 2037. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $84,550,000 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Palantir USG Inc., Palo Alto, California, was awarded a $99,804,561 firm-fixed-price contract for user licenses for the Maven Smart System AI tool, ancillary software support and hardware. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-D-0026).

General Dynamic Land Systems, Sterling Heights, Michigan, was awarded a $51,011,943 modification (P00083) to contract W56HZV-22-C-0012 to exercise option hours for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Oct. 31, 2025. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $51,011,943 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Grose Constructions LLC, Aberdeen, Maryland, was awarded a $50,000,000 firm-fixed-price contract for minor construction services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2027. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-D-0025).

Advanced Accelerator Applications USA Inc., Millburn, New Jersey, was awarded a $30,000,000 fixed-price-with-economic-price-adjustment contract for Lutathera and Pluvicto. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-24-D-0004).

Raytheon Co., Fort Wayne, Indiana, was awarded an $18,589,000 firm-fixed-price contract for International Field Artillery Tactical Data Systems. Bids were solicited via the internet with one received. Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Sept. 30, 2026. Fiscal 2024 Foreign Military Sales (Georgia) in the amount of $18,589,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-C-5034).

Ahtna-Forgen JV LLC,* West Sacramento, California, was awarded a $17,888,574 firm-fixed-price contract for levee repairs. Bids were solicited via the internet with three received. Work will be performed in Stockton, California, with an estimated completion date of Dec. 25, 2026. Fiscal 2010 civil construction funds in the amount of $17,888,574 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-24-C-0022).

E-Corp,* Layton, Utah, was awarded an $11,395,082 firm-fixed price contract to design and construct a simulator facility. Bids were solicited via the internet with two received. Work will be performed in Tucson, Arizona, with an estimated completion date of April 17, 2026. Fiscal 2024 Department of the Air Force funds in the amount of $11,395,082 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-24-C-0020).

Direct Viz Solutions, Chantilly, Virginia, was awarded a $10,241,622 modification (P00043) to contract W91RUS-19-C-0014 for information technology support services. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of Nov. 30, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $10,241,622 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

AICI-Archirodon JV LLC, McLean, Virginia, was awarded a $9,688,000 firm-fixed-price contract for construction services. Bids were solicited via the internet with 10 received. Work will be performed in Camp Arifjan, Kuwait, with an estimated completion date of March 21, 2027. Fiscal 2020 and 2021 military construction, defense-wide funds in the amount of $9,688,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0033).

Grimes Aerospace Co., Urbana, Ohio, was awarded a $9,217,435 firm-fixed-price contract for searchlights for UH-60 aircraft. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2029. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0085).

NAVY

Boeing Co., St. Louis, Missouri, is awarded a delivery order with a ceiling price of $29,476,999 (N00383-24-F-YY2P) under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of black III windshield panel spares used on the F/A-18 E/F aircraft. The delivery order does not include an option period. All work will be performed in St. Louis, Missouri. Work is expected to be completed by December 2029. Annual working capital (Navy) funds in the amount of $14,443,730 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement 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.

Storage Strategies Inc.,* Manassas Park, Virginia, is awarded $21,375,393 for a firm-fixed-price contract for information technology support services in support of Commander, Navy Region Southeast. The contract includes a seven-month base period, four 12-month options, one five-month option period plus a six-month extension in accordance with Federal Acquisition Regulation 52.217-8, option to extend services. Work will be performed in Jacksonville, Florida (32%); Guantanamo Bay, Cuba (21%); Fort Worth, Texas (9%); Meridian, Mississippi (6%); Corpus, Christi, Texas (6%); Milton, Florida (6%); Kingsville, Texas (6%); Millington, Tennessee (6%); Panama City, Florida (4%); and Key West, Florida (4%). Work is expected to be completed April 2025; if all options on the contract are exercised, work will be completed by March 2030. Fiscal 2024 operation and maintenance (Navy) funds in the full amount of $21,375,393 will be obligated at the time of award. Funds will expire at the end of the current fiscal year. This requirement was competitively solicited as a 100% small business HUBZone set-aside on GSA eBuy with five offers received. Naval Supply Systems Command Fleet Logistics Center, Jacksonville, Florida, is the contracting activity (N68836-24-F0293).

Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded $17,925,512 for a firm-fixed-price contract for the procurement of inertial measuring units in support of the WSN-7 Weapon System. This contract has no options. All work will be performed in Charlottesville, Virginia, and is expected to be completed by June 2030. Working capital funds (Navy) in the full amount of $17,925,512 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 post-negotiation business clearance pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-UA22).

Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded a $13,884,462 modification (P00034) to a previously awarded and announced contract (N00030-21-C-6019) to provide support services for the Trident II Submarine Launched Ballistic Missile Strategic Weapons System. Tasks to be performed include technical services, program support services, assessments, special studies, and systems engineering services. Work will be performed in Alexandria, Virginia (86%); and Strategic Systems Programs Headquarters, Washington Navy Yard, Washington D.C., (14%). Work is expected to be completed Sept. 30, 2025. Fiscal 2024 operations and maintenance, Navy (OMN) funds in the amount of $928,944; and fiscal 2024 research, development, test and evaluation, Navy funds in the amount of $2,392,276, will be obligated on this award. The remaining balance of funding will be obligated subject to the availability of funds. Fiscal 2024 OMN funds in the amount of $928,944.00 will expire at the end of the current fiscal year. This contract was awarded as a sole source acquisition with the authority of 10 U.S. Code 3204(a)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Teledyne FLIR Detection Inc., Stillwater, Oklahoma, is awarded a $13,244,015 firm-fixed-price modification to a previously awarded contract (N00174-22-D-0027) to exercise Option Year Two for the procurement of R400 and R425 IdentiFINDER systems and accessories for all IdentiFINDER components as well as maintenance, calibration and repair support for the IdentiFINDER R400, R425, and other series IdentiFINDERs. The work will be performed in Oak Ridge, Tennessee, and is expected to be completed by September 2027. No funds are being obligated at the time of modification award. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity.

AMP United LLC,* Dover, New Hampshire (N55236-24-D-0014); Coastal Marine Services Inc.,* San Diego, California (N55236-24-D-0015); DLP Enterprises Inc.,* National City, California (N55236-24-D-0016); Navigational Services Inc.,* National City, California (N55236-24-D-0017); Sitta Paige & Associates Inc. (Paige Floor Covering Specialists),* National City, California (N55236-24-D-0018); and Surface Technologies Corp.,* Atlantic Beach, Florida (N55236-24-D-0019), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a five base year ordering period to provide commercial industrial services interior decking service. This contract will provide management, labor, services, equipment, and materials for the removal, repair, installation, and replacement of interior deck covering systems onboard Navy ships. These contracts have an overall maximum ceiling value of $10,451,689. These six companies will have an opportunity to compete for individual delivery orders. Work will be performed in San Diego, California. Each contract’s base year begins Sept. 18, 2024, and completes on Sept. 15, 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $60,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order 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. The requirement was competitively procured and solicited through the Sam.gov web site, with ten offers received in response to the solicitation. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-24-D-0014-0019).

VSolvit LLC,* Ventura, California, is awarded a $8,985,657 cost-plus-fixed-fee contract. This contract is a Small Business Technology Transfer (STTR) Phase III for the procurement of telecommunication decision support system services along with an associated communication decision support system in support of Naval Computer and Telecommunications Station Guam mission critical systems and equipment. This contract includes options which, if exercised, would bring the cumulative value of this contract to $47,496,640. Work will be performed in Guam (95%); and Ventura, California (5%), and is expected to be completed by September 2025. If all options are exercised, work will continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,323,325 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(4), as it is a STTR Phase III for additional work to be performed after the STTR Phase II period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N6426724C0348).

British Aerospace Systems, San Diego Ship Repair (BAE), San Diego, California, is awarded a $7,836,475 firm-fixed-price modification to previously awarded contract (N00024-22-C-4420) for fiscal 2022 Docking Selected Restricted Availability. Work will be performed in San Diego, California, and is expected to be completed by April 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $6,504,274 (83%); and fiscal 2024 other procurement (Navy) funds in the amount of $1,332,201 (17%), will be obligated at time of award. Fiscal 2022 other procurement (Navy) funds will expire at the end of the current fiscal year; and fiscal 2024 other procurement (Navy) funds will not expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Katadyn Desalination LLC, Petaluma, California, is awarded $7,590,518 for a firm-fixed-price contract for the repair of critical damage control and personal safety equipment called manual reverse osmosis desalinators that are part of the DC and deck weapon system used on ships. This is a five-year contract with no options. All work will be performed in Petaluma, California, and is expected to be completed by September 2029. Working capital funds (Navy) will be used as delivery orders are executed, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source post-negotiation business clearance pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-D-A501).

AIR FORCE

Zone 5 Technologies Inc., San Luis Obispo, California, was awarded a $20,000,000 ceiling, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for the Counter-Maritime Integrated Demonstration requirement. This contract is seeking to integrate Zone 5 operational weapons platform avionics and software into kinetic kill vehicle hardware in the loop. Work will be performed in San Luis Obispo, California; and Eglin Air Force Base, Florida, and is expected to be completed by Sept. 18, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $150,000 are being obligated at time of award. The Air Force Research Laboratory Munitions Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8651-24-D-B016).

MISSILE DEFENSE AGENCY

EOSPACE Inc., Redmond, Washington, is being awarded a competitive firm-fixed-price contract valued at $10,500,000. Under this new contract, the contractor will increase the production rate and affordability of high energy phase modulators. The work will be performed in Redmond, Washington. The period of performance is September 2024 through September 2026. This contract was competitively awarded via the Department of Defense Small Business Innovative Research Program. This effort will be fully funded with fiscal 2024 Procurement funds from the Office of the Under Secretary of Defense for Research and Engineering via the Accelerate the Procurement and Fielding of Innovative Technologies Program. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-24-C-7304).

DEFENSE LOGISTICS AGENCY

Gentex Corp., Simpson, Pennsylvania, has been awarded an estimated $8,098,641 modification (P00010) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1496) with four one-year option periods for HGU-56/P aircrew integrated helmet system and components. This is a firm-fixed-price, requirements contract. The performance completion date is Sept. 21, 2025. Using military service is Army. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business

9/19

NAVY

AAR Government Services Inc., Wood Dale, Illinois (N0001924D0112); and Standard Aero Inc., San Antonio, Texas (N0001924D0115), are each awarded a firm-fixed-price, time-and-materials, indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for both is $1,210,116,191 with the companies having an opportunity to compete for individual orders. These contracts provide depot-level engine maintenance, repair, overhaul, and field assessment and repair in support of the P-8A Poseidon aircraft for the Navy, the Royal Australian Air Force, and Foreign Military Sales customers. For AAR Government Services Inc., work will be performed in Atlanta, Georgia (88%); and Wood Dale, Illinois (12%), and for Standard Aero Inc., work will be performed in Winnipeg, Manitoba, Canada (99%); and San Antonio, Texas (1%), and is expected to be completed in September 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposal; four offers were received. Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Chugach Solutions Enterprise,** Anchorage, Alaska, is awarded a $98,684,975 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with five-year ordering period. This effort is for the continued support services to include contract policy, contract management, records management, workload analysis, automation support, artificial intelligence and eBusiness support. Work will be performed in San Diego, California (70%); and at the contractor facility (30%), with an expected completion date of September 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $497,971 will be obligated at the time of award on the first delivery order. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-24-D-4006). 

J.F. Taylor Inc.,* Great Mills, Maryland, is awarded a $98,000,000 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide training systems and upgrade existing training device capabilities as well as associated system support including interim contractor support, provisioning item orders, technical data, and on-site training for the Navy Air Warfare Center Training Systems Division (NAWCTSD) in support of MH-60R/S pilots, aircrew, instructors, and maintainers. Work will be performed in Great Mills, Maryland, and is expected to be completed in September 2029. 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 as a small business set-aside; three offers were received. NAWCTSD, Orlando, Florida, is the contracting activity (N61340240012).

BAE Systems Information and Electronic Systems Integration Inc., is awarded an $87,621,018 firm-fixed-price, cost-plus-fixed-fee contract for the production and delivery of 1592 radio frequency countermeasures and repair of muti-function test stations in support of the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Nashua, New Hampshire (40%); Elkton, Maryland (16%); Chatsworth, California (7%); Rosamond, California (4%); Dover, New Hampshire (4%); Rochester, New York (4%); Topsfield, Massachusetts (3%); Poughkeepsie, New York (1%); and various locations within the continental U.S. (21%), and is expected to be completed in March 2027. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $24,024,657; fiscal 2024 procurement and ammunition (Navy) funds in the amount of $21,100,961; and FMS funds in the amount of $42,495,400, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0003).

Rockwell Collins Inc., a part of Collins Aerospace, Cedar Rapids, Iowa, is awarded a $46,061,430 modification (P00013) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N0001922C0045). This modification adds scope to provide expanded risk reduction non-recurring engineering efforts to further address size, weight, and power-cooling of the airborne very low frequency (VLF) design considerations for the integration of the VLF transmit system into a C-130 aircraft. Work will be performed in Richardson, Texas, and is expected to be completed in September 2026. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $46,061,430 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.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $30,208,000 cost-plus-incentive-fee modification to previously awarded contract (N00024-20-C-5101) to procure AEGIS Linear Processing Systems in support of Arleigh Burke-class guided-missile destroyers. Work will be performed in Moorestown, New Jersey (80%); and Clearwater, Florida (20%), and is expected to be completed by June 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $20,749,271 (69%); and fiscal 2023 other procurement (Navy) funding in the amount of $9,458,729 (31%), 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.

MGS Construction Services Inc.,* Lemoore, California, is awarded a $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial and institutional building construction projects at various locations within the Naval Base (NB) Ventura County area of operations. The work to be performed provides for new construction, renovation, and repair at NB Ventura County, Point Mugu, Port Hueneme, San Nicholas Island, and Fort Hunter Liggett. All work will be performed in California, and is expected to be completed by September 2032. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov Contract Opportunities website as a woman-owned small business set-aside with ten offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-24-D-2621).

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $21,030,021 cost-plus-fixed-fee modification (P00008) to a previously awarded and announced contract (N00030-24-C-6007) to provide logistics engineering and integration support services for the Trident II Strategic Weapon System and the Submarine Submersible Guided Missile Attack Weapon System. Tasks to be performed include software engineering, maintenance and modernization, data management and integration, and technical support. This contract modification also benefits a Foreign Military Sale to the United Kingdom. Work will be performed in Mechanicsburg, Pennsylvania (29.2%); Kings Bay, Georgia (21.1%); Saint Marys, Georgia (19.6%); Rockville, Maryland (14.7%); York, Pennsylvania (3.6%); Frederick, Maryland (2.0%); Fort Benning, Georgia (1.8%); Silverdale, Washington (1.8%); Spring Lake, North Carolina (1.7%); and various other locations (less than 1% each, 4.5% total). Work is expected to be completed Sept. 30, 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,349,559; and fiscal 2024 research, development, test, and evaluation funds in the amount of $200,000, will be obligated upon award. Remaining amounts will be subject to the availability of funds. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S. Code 3204(a)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded a $14,454,981 modification P00006, to a previously awarded and announced contract (N00030-24-C-6032), to exercise and optional line item for support services of the Trident II Submarine Launched Ballistic Missile Strategic Weapons System. Tasks to be performed include technical services, program support services, facilities management, assessments, and activation support services. Work will be performed in Alexandria, Virginia (86%); and Strategic Systems Programs (SSP) Headquarters, Washington Navy Yard, Washington D.C., (14%). Work is expected to be completed Sept. 30, 2025. While this action will increase the contract value, no funding will be obligated at this time. The action is being awarded subject to the availability of funds and no funds will expire at the end of this fiscal year. This contract was originally awarded as a sole source acquisition with the authority of 10 U.S. Code 3204(a)(1). SSP, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $9,982,161 cost-plus-incentive-fee modification to previously awarded contract (N00024-20-C-6117) to exercise options for the Navy’s procurement of long lead material. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by October 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $9,982,161 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Hawkeye 360 Inc., Herndon, Virginia, is awarded a firm-fixed-price contract modification in the amount of $8,995,000 to exercise an option of a previously awarded contract (N66001-22-C-0065) for commercial radio frequency data and analytics subscription products, analytical support, and training for identified end users in Southeast Asia. Work will be performed in Herndon, Virginia (91%); and outside the continental U.S. (9%). Work is expected to be completed in September 2025. Funding from Foreign Military Sales (Philippines, Indonesia, Thailand, Malaysia, and Vietnam) in the amount of $8,995,000 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was awarded as a sole-source acquisition under the statutory authority of 10 U.S. Code 3204(a)(1), as prescribed by Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

ARMY

BBGS SP. Z. O. O., Warsaw, Poland (W912GB-24-D-0046); CDM Constructors Inc., Boston, Massachusetts (W912GB-24-D-0047); Conti Federal Services LLC, Orlando, Florida (W912GB-24-D-0048); Environmental Chemical Corp., Burlingame, California (W912GB-24-D-0049); JV SKE Italy 2012, Vicenza, Italy (W912GB-24-D-0050); and Warbud SA, Warsaw, Poland (W912GB-24-D-0051), will compete for each order of the $98,000,000 firm-fixed-price contract for new facilities and real property repair and maintenance. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2029. U.S. Army Corps of Engineers, European District, is the contracting activity.  

M1 Support Services LP, Denton, Texas, was awarded a $63,734,087 modification (P00177) to contract W9124G-17-C-0104 for aviation maintenance. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of Jan. 15, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $134,507,174 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Raytheon Missiles Defense, Tucson, Arizona, was awarded a $46,843,858 modification (P00083) to contract W31P4Q-18-D-0010 for engineering and technical services to support the Stinger Weapon System. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 30, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

GBA Builders LLC, Lenexa, Kansas, was awarded a $31,206,734 firm-fixed-price contract to repair and reconfigure a building. Bids were solicited via the internet with five received. Work will be performed at McConnell Air Force Base, Kansas, with an estimated completion date of Sept. 14, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $31,206,734 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-4014). 

GBA Builders LLC, Lenexa, Texas, was awarded a $31,059,845 firm-fixed-price contract for the design/build for the renovation of an Army Reserve Center. Bids were solicited via the internet with three received. Work will be performed in Des Moines, Iowa, with an estimated completion date of March 31, 2027. Fiscal 2024 operation and maintenance, Army Reserve funds in the amount of $31,059,845 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0034). 

VGS Infrastructure Services Inc., Greenville, South Carolina, was awarded a $30,061,690 firm-fixed-price contract for maintenance and minor repair services for petroleum facilities. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 29, 2030. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0261). 

Advon Corp.,* Tallahassee, Florida, was awarded a $20,375,940 firm-fixed-price contract to construct an addition to a child development center. Bids were solicited via the internet with three received. Work will be performed at Fort Eisenhower, Georgia, with an estimated completion date of July 2, 2028. Fiscal 2023 military construction, Army funds in the amount of $20,375,940 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-4004). 

G&G Steel Inc.,* Russellville, Alabama, was awarded an $18,196,338 firm-fixed-price contract for fabrication and delivery of replacement miter gates and associated ancillary equipment. Bids were solicited via the internet with two received. Work will be performed in Russellville, Alabama, with an estimated completion date of Sept. 1, 2029. Fiscal 2024 civil construction funds in the amount of $18,196,338 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-24-C-0016). 

Manson Construction Co., Seattle, Washington, was awarded a $15,784,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Venice, Louisiana, with an estimated completion date of Feb. 26, 2025. Fiscal 2020, 2022, 2023 and 2024 civil operation and maintenance funds in the amount of $15,784,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0033). 

Luhr Crosby LLC, Columbia, Illinois, was awarded a $15,424,200 firm-fixed-price contract for the construction of stone foreshore protection along the Calcasieu River. Bids were solicited via the internet with six received. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of March 24, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $15,424,200 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0032). 

Raytheon Missiles Defense, Tucson, Arizona, was awarded a $12,200,000 modification (PZ0009) to contract W31P4Q-22-F-0131 for Stinger services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Vector Atomic Inc., Pleasanton, California, was awarded an $11,000,000 firm-fixed-price contract for Scaling Manufacturing and Affordability of Resilient Timing Systems. Bids were solicited via the internet with one received. Work will be performed in Pleasanton, California, with an estimated completion date of Sept. 29, 2026. Fiscal 2024 research, development, test and evaluation, defense-wide funds in the amount of $11,000,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-C-0030). 

Inland Dredging Company LLC, Dyersburg, Tennessee, was awarded a $10,877,578 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of April 17, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $10,877,578 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0035). 

DEFENSE LOGISTICS AGENCY

American Water Operations & Maintenance LLC, Camden, New Jersey, has been awarded an estimated $44,283,888 modification (P00206) to a 50-year contract (SP0600-09-C-8256) with no option periods incorporating the fifth price-redetermination price adjustment for privatized water and wastewater utility services at Fort Meade, Maryland. The performance completion date is July 31, 2060. Using military service is Army. Type of appropriation is fiscal 2010 through 2060 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: The Akana Group, Houston, Texas (SPE8EC-24-D-0041, $86,000,000), has been added as an awardee to the multiple award contract for agricultural equipment, issued against solicitation SPE8EC-21-R-0006 and awarded July 29, 2022.

AIR FORCE

Strategic Technologies Analytics Group LLC, San Antonio, Texas, has been awarded a $18,848,326 cost-plus-fixed-fee modification (P00021) to previously awarded (FA8750-22-C-0516) for systems engineering analysis for targeting software development prototype. The modification brings the total cumulative face value of the contract to $34,574,738. Work will be performed in San Antonio, Texas, and is expected to be completed by Sept. 10, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $150,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

SolAero Technologies Corp., Albuquerque, New Mexico, was awarded a $15,004,784 ceiling, cost-plus-fixed-fee contract action with a basic award for the Space Technology Advanced Research effort. This contract provides funding for space solar power advancement for constellation-class expansion.  Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Dec. 27, 2029.  This contract was a competitive acquisition, and one offer was received.  Fiscal 2023 congressional funds for research and development in the amount of $4,430,000; and fiscal 2024 congressional funds for research and development in the amount of $3,600,000 will be obligated at the time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X040).

Raytheon Intelligence and Space, Aurora, Colorado, has been awarded a $10,880,557 cost-plus-incentive-fee contract modification (P00049) to previously awarded (FA8807-21-C-0002) for Global Positioning System Next Generation Operational Control System Block Three Follow-On. The modification brings the total cumulative face value of the contract is $214,568,966. Work will be performed in Aurora, Colorado; and Waterton, Colorado, and is expected to be completed by August 2026. Fiscal 2024 (Space Force) research and development funds in the amount of $242,000 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, has been awarded a $10,000,000 indefinite-delivery indefinite-quantity ceiling increase modification (P00005) to previously awarded (FA7000-21-D-0002) for Center for Aircraft Structural Life Extension research and development support. The modification brings the total cumulative face value from $99,000,000 to $109,000,000. Work will be performed at the U.S. Air Force Academy (USAFA), Colorado; and other locations throughout the U.S., and is expected to be completed by September 2025. No funds are being obligated at the time of award. The 10th Contracting Squadron, USAFA, Colorado, is the contracting activity. 

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Two Six Labs LLC, doing business as Two Six Technologies, Arlington, Virginia, has been awarded a $9,962,647 modification (P00016) to cost-plus-fixed-fee contract HR001121C0106 for additional in-scope work performed under a Defense Advanced Research Projects Agency (DARPA) research project. The modification brings the total cumulative face value of the contract to $21,355,718 from $11,393,071. Work will be performed in Arlington, Virginia, with an estimated completion date of September 2025. Fiscal 2023 research and development funds in the amount of $3,500,000; and fiscal 2024 research and development funds in the amount of $1,333,091, are being obligated at the time of award. DARPA, Arlington, Virginia, is the contracting activity.

*Small business
**8(a) Native American Small Business

9/20

NAVY

Collins Aerospace, Cedar Rapids, Indiana, is awarded a $279,592,539 modification (P00009) to a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0042123D0001). This modification exercises an option to procure up to a maximum quantity of 8,493 AN/ARC-210(v) radios and ancillary equipment to install in over 400 strategic and tactical airborne, seaborne and land based (mobile and fixed) platforms in support of the Navy, Marine Corp, Coast Guard, Army, other government agencies, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed September 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland is the contracting activity.

Austal USA LLC, Mobile, Alabama, is awarded a $151,999,986 contract to support continued expansion of Submarine Industrial Base (SIB) capability and capacity. Work will be performed in Mobile, Alabama and is expected to be completed by September 2026. Fiscal 2024 National Sea Base Deterrence funds in the amount of $151,999,000 were obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured and was a sole-source award pursuant to 10 U.S. Code 3204(a)(1). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2134). 

Chickasaw Service Solutions LLC, Norman, Oklahoma, is awarded a ceiling price $99,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to fulfill a variety of technical services in support of Marine Corps Logistics Base, Albany, Georgia. Work will be performed solely in Albany, Georgia. This contract includes a five-year ordering period. Fiscal 2024 navy working capital funds in the amount of $2,341,536 are being obligated at time of award to fund the minimum guarantee and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Defense Federal Acquisition Regulations 219.808-1(a). The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M6700424-D-0002/M67004-24-F-5072). 

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $84,260,198 for a firm-fixed-price delivery order (N00383-24-F-X93N), under a previously awarded contract (N00383-20-G-X901), for the procurement of eight gearbox assemblies in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options, and work is expected to be completed by December 2028. This announcement involves Foreign Military Sales (FMS) from Israel. Annual working capital (Navy) funds of $36,126,560; and FMS funds of $5,160,937, will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $72,939,356 for a firm-fixed-price delivery order (N00383-24-F-X944), under previously awarded basic ordering agreement (N00383-20-G-X901), for the procurement of 98 rotary blades in support of the CH-53 K aircrafts. The delivery order does not include an option period. All work will be performed in Stratford, Connecticut. Work is expected to be completed by December 2028. This announcement involves Foreign Military Sales (FMS) from Israel. Annual working capital (Navy) funds in the amount of $33,355,777; and FMS funds in the amount of $2,384,508, will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $51,687,379 for a firm-fixed-price, delivery order (N00383-24-F-X93T), under previously awarded contract (N00383-20-G-X901), for the procurement of nine intermediate gearboxes and 29 steering control units in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options, and work is expected to be completed by December 2028. This announcement involves foreign military sales (FMS) from Israel. Annual working capital (Navy) funds in the amount of $24,877,320; and FMS funds in the amount of $449,496, will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Applied Technical Systems Inc.,* Silverdale, Washington (N61331-24-D-0011); Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (N61331-24-D-0012); EPS Corp.,* Tinton Falls, New Jersey (N61331-24-D-0013); Naval Systems Inc.,* Lexington Park, Maryland (N61331-24-D-0014); and Noble Supply & Logistics LLC,* Boston, Massachusetts (N61331-24-D-0015), are awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award supply contract for the provision of hardware, materials, and supplies to support programs supported by Naval Surface Warfare Center Panama City Division. The maximum dollar value, including the base period and four option years, for all five contracts cumulatively is $48,000,000 and the companies will compete for individual delivery orders. Work will be conducted in various Navy ship homeports and is expected to complete in September 2025. If all options are exercised, work will continue through September 2029. At the time of award, Atlantic Diving Supply Inc. is awarded a delivery order for $299,014, a delivery order for $585,670, and a delivery order for $79,277; Applied Technical Systems Inc. is awarded $10,000; EPS Corp. is awarded $10,000; Naval Systems Inc. is awarded $10,000; and Noble Supply & Logistics is awarded $10,000. Fiscal 2024 navy working capital funds in the amount of $768,044; and fiscal 2024 other procurement, Navy funds in the amount of $299,014, will be obligated at the time of award. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the Federal Business Opportunities website, with ten offers received. The Naval Surface Warfare Center Panama City Division, Panama City, Florida, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $40,887,594 for a firm-fixed-price delivery order (N00383-24-F-X93Y), under previously awarded basic ordering agreement (N00383-20-G-X901), for the procurement of 17 swashplate assemblies in support of the CH-53 K aircrafts. The delivery order does not include an option period. All work will be performed in Stratford, Connecticut. Work is expected to be completed by December 2028. This announcement involves Foreign Military Sales (FMS) from Israel. Annual working capital (Navy) funds of $18,856,396; and FMS funds of $1,178,525, will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Seemann Composites Inc. LLC,* Gulfport, Mississippi, is awarded a $39,379,211 undefinitized contract action for production of composite components to Landing Craft Air Cushion 100 class craft. Work will be performed in Gulfport, Mississippi (76%); and Horsham, Pennsylvania (24%), and is expected to be completed by June 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $8,750,936 (44%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $6,564,202 (33%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,375,468 (22%), and will be obligated at time of award, none of which will 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-2461).

L3 Technologies Inc., Camden, New Jersey, is awarded a $37,865,776 indefinite-delivery/indefinite-quantity contract (N6523624D1014) with provisions for cost-plus-fixed-fee and firm-fixed-price orders. The contract will provide management, engineering, and technical support services necessary to upgrade and sustain proprietary L3 Command, Control, Computers, Communications, Cyber, Intelligence, Surveillance and Reconnaissance communication management systems aboard Coast Guard platforms. The contract includes a five-year base ordering period plus a two-year option period which, if exercised, would bring the cumulative value of this contract to $49,999,000. Fiscal 2024 acquisition, construction, and improvements (Coast Guard) funds in the amount of $1,000,000 will be placed on the first task order and obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Camden, New Jersey. Work is expected to be completed by September 2029. If the option is exercised, work could continue until September 2031. This contract was not competitively procured pursuant to the authority of 10 U.S. Code 3204(a)(1) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $30,966,733 for a firm-fixed-price delivery order (N00383-24-F-X93U), under previously awarded contract (N00383-20-G-X901), for the procurement of five wire harnesses, 74 probe-lead assemblies, 36 fuel density probes, and 31 electrical management units in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options, and work is expected to be completed by December 2028. Annual working capital (Navy) funds in the amount of $23,225,050 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Modern Machine,* Tehachapi, California (N6893624D0022); OMNI Aerospace Inc.,* Wichita, Kansas (N6893624D0023); Products Development Associates Engineering Inc.,* Burnsville, Minnesota (N6893624D0024); and ZYCI,* Atlanta, Georgia (N6893624D0025), are each awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The estimated aggregate ceiling for all contracts is $21,250,000 with the companies having an opportunity to compete for individual orders. These contracts are in support of Weapons and Energetics Department projects to procure various types of weapon’s components ranging from single item requests to full production quantities, in support of on-going immediate response requirements of the Naval Air Warfare Center Weapons Division (NAWCWD). Work will be performed in each respective location Tehachapi, California (25%); Wichita, Kansas (25%); Burnsville, Minnesota (25%); and Atlanta, Georgia (25%), and is expected to be completed in September 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured via an electronic request for proposal as a small business set-aside; seven offers were received. NAWCWD, China Lake, California, is the contracting activity.

L3Harris Technologies, Space and Airborne Systems, Clifton, New Jersey, is awarded a $17,725,196 firm-fixe-price order (N0001924F0020) against a previously issued basic ordering agreement (N0001922G0005). This order provides for the production and delivery of 34 Generation 2 Digital Receiver/Technique Generator (DRTG G2) production retrofit kits spares, comprised of 204 DRTG G2 shop replaceable assemblies and 68 switch board assemblies in support of the Integrated Defensive Electronic Countermeasures AN/ALQ-214 program for the Navy. Work will be performed in Clifton, New Jersey (67%); Lake Mary, Florida (8%); Mansfield, Texas (6%); Forest Grove, Oregon (4%); San Leandro, California (4%); Wallingford, Connecticut (3%); and various location within in the continental U.S. (8%), and is expected to be completed in August 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $17,725,196 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Fairbanks Morse LLC, Chesapeake, Virginia, is awarded $14,800,028 for a firm-fixed-price contract for the procurement of turbochargers in support of the LPD-class main propulsion diesel engine. This contract has no options. All work will be performed in Chesapeake, Virginia, and is expected to be completed by September 2026. Working capital (Navy) funds in the full amount of $14,800,028 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-YA00).

Alpha Marine Services LLC, Cut Off, Louisiana, is awarded a $17,228,365 firm-fixed-price, with reimbursable elements, contracts (N3220524C7773), for time charter of one approved upon delivery Jones Act qualified U.S. flag vessel, which functions as a Surface Support Vessel to launch and recover Dry Combatant Submersibles, SEAL Delivery Vehicles, and their supporting surface safety boats, and Navy Divers. This contract includes a 12-month base period with three one-year option periods, and a fourth 11-month option which, if exercised, would bring the cumulative value of this contract to $88,910,866. The contract will be performed worldwide. The contract is expected to be completed, if all options are exercised, by August 2028. The Base Period is incrementally funded. Navy operations and maintenance funding in the amount of $15,198,722 is added at award, supporting 322 days of charter hire. The remaining $2,029,643 will be added when funds become available. This contract was competitively procured under full and open competition with proposals solicited via the System Award Management website and two offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C7773).

Loughmiller Machine, Tool & Design,* Loogootee, Indiana, is awarded a $16,222,140 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for evaluation, overhaul, repair, and engineering services of the AEGIS MK-99 Fire Control System, MK-81 Directors, SPG-62 Antenna, and MK-82 Gun & Guided Missile Directors. This contract does not include options. Work will be performed in Loogootee, Indiana, and is expected to be completed by September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $87,302 will be obligated at time of award for severable and non-severable line items, and will expire at the end of the current fiscal year. 10 U.S. Code 3133 authority will be invoked for the severable service line item. This contract was competitively solicited via the Solicitation Module in Procurement Integrated Enterprise Environment, with two offers received. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424DWP09).

Eaton Corp./Mission Systems Davenport, Davenport, Iowa, is awarded $8,835,069 for a firm-fixed-price contract for the manufacture of 1,584 universal water activated release system (UWARS) frost fittings, 1,658 UWARS Koch parachute release assemblies, and 16 training inerts. All work will be performed in Davenport, Iowa, and work is expected to be completed by September 2025 with no options. This announcement involves (36%) Foreign Military Sales (FMS) from Saudi Arabia (6%); Israel (6%); Egypt (5%); Taiwan (5%); Turkey (4%); Norway (3%); Pakistan (3%); Jordan (1%); Portugal (1%); Thailand (1%); and Romania (1%). The full amount of $8,835,069 will be obligated at time of award using fiscal 2023 ammunition procurement (Air Force) funds in the amount of $3,178,616; FMS funds in the amount of $3,170,485; fiscal 2022 ammunition procurement (Air Force) funds in the amount of $830,622; fiscal 2022 ammunition procurement (Navy) funds in the amount of $822,477; fiscal 2023 ammunition procurement (Navy) funds in the amount of $713,433; fiscal 2022 aircraft procurement (Navy) funds in the amount of $86,863; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $32,573 (less than 1%). 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-C-K041).

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $7,876,331 firm-fixed-price order (N0001924F5000) against a previously issued basic ordering agreement (N0001921G0008). This order provides unmanned aircraft systems intelligence, surveillance, and reconnaissance services, in support of the Department of Defense, other government agencies, and domestic and overseas contingency operations for the Navy. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in September 2029. Fiscal 2024 operations and maintenance, (Navy) funds for $7,876,331 will be obligated at the time of award, $7,876,331 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

ARMY

Caddell Construction Co. LLC, Montgomery, Alabama (W91278-24-D-0071); RQ Construction LLC, Carlsbad, California (W91278-24-D-0072); Korte Construction Co. doing business as The Korte Co., St. Louis, Missouri (W91278-24-D-0073); Hensel Phelps Construction Co., Orlando, Florida (W91278-24-D-0074); BL Harbert International LLC, Birmingham, Alabama (W91278-24-D-0075); and The Whiting-Turner Contracting Co., Baltimore, Maryland (W91278-24-D-0076), will compete for each order of the $245,000,000 firm-fixed-price contract for general repair and construction projects. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity. 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $219,108,350 firm-fixed-price contract for the Sabine-Neches Waterway Channel Improvement Project. Bids were solicited via the internet with two received. Work will be performed in Port Arthur, Texas, with an estimated completion date of March 24, 2027. Fiscal 2010 civil operation and maintenance, Recovery Act funds in the amount of $219,108,350 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-24-C-0016). 

BAE Systems Land and Armaments LP, York, Pennsylvania, was awarded a $184,351,382 modification (P00015) to contract W56HZV-23-C-0024 for Armored Multi-Purpose Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of May 31, 2027. Fiscal 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $184,351,382 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $103,624,116 firm-fixed-price contract for tools and equipment to support initial fielding for the M10 Booker vehicles. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 18, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0026). 

American International Contractors (Special Projects) Inc., McLean, Virginia, was awarded a $77,482,986 firm-fixed-price contract to construct a fleet maintenance facility and tactical operations center. Bids were solicited via the internet with one received. Work will be performed at Shaikh Isa Air Base, Bahrain, with an estimated completion date of July 11, 2026. Fiscal 2021 and 2025 military construction, Army funds and fiscal 2025 operation and maintenance, Army funds in the amount of $77,482,986 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-24-C-0008). 

Collins Aerospace, Cedar Rapids, Iowa, was awarded a $44,564,443 modification (P00002) to contract W56KGY-24-F-0035 for engineering services in support of production of Mounted Assured Positioning, Navigation and Timing System Generation II. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of Sept. 30, 2025. Fiscal 2024 other procurement, Army funds in the amount of $44,564,443 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $40,646,600 firm-fixed-price contract for dredging and transporting excavated material. Bids were solicited via the internet with three received. Work will be performed in Cape Canaveral, Florida, with an estimated completion date of July 27, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $40,646,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0017). 

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $38,237,867 firm-fixed-price contract for the New Jersey Coastal Storm Risk Management project. Bids were solicited via the internet with two received. Work will be performed in Atlantic County, New Jersey, with an estimated completion date of March 31, 2025. Fiscal 2010 civil construction funds in the amount of $38,237,867 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0027). 

Tatum Excavating Co. Inc.,* Texarkana, Texas, was awarded a $20,000,000 firm-fixed-price contract for minor construction operation and maintenance services for the Piney Woods North regional lakes project. 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 Sept. 19, 2029. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-D-0034). 

The Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, was awarded a $14,442,000 cost-plus-fixed-fee contract for operational analysis of architectures and operational scenarios, technology concept exploration, and analysis and performance assessments in multiple warfare domain areas. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2026. 409th Contracting Support Brigade, Stuttgart, Germany, is the contracting activity (W91WFU-24-D-0001). 

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $13,853,302 modification (P00084) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2010 Foreign Military Sales (Poland) funds; fiscal 2022 and 2024 other procurement, Army funds; and fiscal research, development, test and evaluation, Army funds in the amount of $13,853,302, were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

IDS International LLC, Arlington, Virginia, was awarded a $13,341,605 firm-fixed-price contract to provide temporary construction security infrastructure, equipment and services. Bids were solicited via the internet with one received. Work will be performed at Shaikh Isa Air Base, Bahrain, with an estimated completion date of July 22, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $13,341,605 were obligated at the time of the award. U.S. Army Corps of Engineers, Middle East District, is the contracting activity (W912ER-24-C-0011). 

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,873,779 firm-fixed-price contract for Mine Roller Adapter Kits. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2028. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-D-0024). 

Creare LLC, Hanover, New Hampshire, was awarded a $10,663,404 firm-fixed-price contract for software enhancements and integrate updated algorithms for Geospatial Weather-Affected Terrain Conditions and Hazards enhancements, product expansion and transition. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2025. U.S. Army Corps of Engineers’ Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-24-D-0013). 

DEFENSE LOGISTICS AGENCY

Ready One Industries,** El Paso, Texas, has been awarded a maximum $193,746,960 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for men’s and women’s chemical protective joint service lightweight integrated suit technology coats and trousers. This is a two-year contract with no option periods. The ordering period end date is Sept. 20, 2026. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-N012).

The Bell Boeing Joint Project Office, California, Maryland, has been awarded a maximum $41,232,113 modification (P00035) exercising the first one-year option period of a one-year base contract (SPRPA1-24-D-9001) with four one-year option periods for V-22 platform engineering and logistics sustainment support. This is a firm-fixed price requirements contract. The ordering period end date is Nov. 30, 2025. Using military services are Navy, Marine Corps, Air Force, and Japanese Ground Self Defense Force. Type of appropriation is fiscal 2024 through 2025 Air Force, Marine Corps, and Navy operations and maintenance funds; and Foreign Military Sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Triumph Gear Systems Inc., Park City, Utah, has been awarded a maximum $24,911,754 fixed-quantity, firm-fixed-price contract with phased delivery for C-5 main landing gear actuators, left and right sides. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a seven-year contract with no option periods. The performance completion date is Oct. 31, 2031. Using military service is Air Force. Type of appropriation is fiscal 2024 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-24-C-0008).

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $22,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dual-aero medically certified defibrillators and accessories. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The ordering period end date is Sept. 19, 2025. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2025 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-24-D-0017).

On-Point Defense Technologies, Fort Walton Beach, Florida, has been awarded a minimum $11,728,091 firm-fixed-price, one-time-buy contract for environmental control units. This was a competitive with two responses received. This is a one-year contract with no option periods. The delivery order completion date is Aug. 31, 2026. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 Ukraine payback funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA2-24-C-0028).

AvKare LLC, Pulaski, Tennessee, has been awarded a maximum $8,628,888 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE2D2-23-D-0001) with four one-year option periods for estradiol tablets. This is a fixed-price, requirements contract. Locations of performance are Kentucky and New York, with an Oct. 3, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: C5MI Insight LLC,* Jacksonville Beach, Florida (SP4709-24-D-0039, $11,930,670,028), has been added as an awardee to the multiple award contract for J6 Enterprise Technology Services 2.0, issued against solicitation SP4709-23-R-0001 and awarded Sept. 17, 2024.  

AIR FORCE

ElbitAmerica Inc., Fort Worth, Texas, doing business as International Enterprises Inc., Madison, Alabama, was awarded a $89,000,000 indefinite-delivery/indefinite-quantity contract for F-16 Block 40/42 wide-angle conventional heads-up display replacement. This contract will replace the diffractive optical holographic heads-up display currently in operation on all block 40/42 aircraft with the wide-angle conventional heads-up display. Work will be performed in Madison, Alabama, and is expected to be completed by Sept. 19, 2034.  This contract was a sole source acquisition. Fiscal 2022 aircraft procurement funds in the amount of $18,503,413; and fiscal 2023 aircraft procurement funds in the amount of $ 39,071,423, are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-24-D-0004). 

The Boeing Co., St. Louis, Missouri, has been awarded a $85,200,000 cost-plus-fixed-fee, ceiling increase modification (P00003) to a previously awarded contract (FA8651-22-D-A009) for continued research and development. The modification brings the total cumulative face value of the contract to $130,000,000 from $44,800,000. Work will be performed in St. Louis, Missouri, and is expected to be completed by Sept. 28, 2027.  No funds are being obligated at time of award. The Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity.

LinQuest Corp., Herndon, Virginia, was awarded a $36,850,227 firm-fixed-price and cost reimbursement contract for digital material management and multi-criteria decision-making services. This contract provides for services to leverage trade space exploration and multi-attribute trade space exploration methodologies and tools. Work will be performed at Kirtland Air Force Base, New Mexico, and contractor facilities, and is expected to be completed by May 20, 2029. This contract was a sole source acquisition under the Small Business Innovative Research Phase III program. Fiscal 2024 operation and maintenance funds in the amount of $2,155,999; fiscal 2024 research, development, test and evaluation funds in the amount of $464,281; and fiscal 2024 ammunition procurement funds in the amount of $450,000, are being obligated at the time of award. The Air Force Nuclear Weapons Center, Kirtland AFB, New Mexico, is the contracting activity (FA9422-24-C-0005).

Logistic Services International Inc., Jacksonville, Florida, has been awarded a $22,367,000 firm-fixed-price contract modification (P00022) to a previously awarded contract (FA8739-19-F-5017) for procurement of an additional copy of the crew chief part task trainer. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by Dec. 1, 2026. Fiscal 2022 aircraft procurement funds in the amount of $20,007,091 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded Sept. 13, 2024)

Advanced Navigation and Positioning Corp., Hood River, Oregon, was awarded a $14,339,557 maximum, firm-fixed-price contract for F-16 System Program Office Foreign Military Sales support. This contract provides for two transportable transponder instrument landing systems with associated Conex and trailers, 12-month spare part kits, drone calibration, and an option for training. Work will be performed at Hood River, Oregon, and is expected to be completed by Sept. 30, 2025.  This contract involves Foreign Military Sales to Ukraine. This contract was a sole source acquisition. Building Partner Capacity Ukraine Security Assistance Initiative funds in the amount of $13,786,732 are being obligated at the time of award. The Air Force Lifecycle Management Center, F-16 Foreign Military Sales Contracting, Hill Air Force Base, Utah, is the contracting activity (FA8232-24-C-0023).

Sequoia Construction, Mt Laurel, New Jersey (FA4484-20-D-0001, P00010); Sheela Inc., Wrightstown, New Jersey (FA4484-20-D-0002, P00010); Kaser Mechanical, Burlington, New Jersey (FA4484-20-D-0003, P00010); MERIT Inc., Newark, New Jersey (FA4484-20-D-0004, P00013); and Benaka Inc., New Brunswick, New Jersey (FA4484-20-D-0005, P00010), have been awarded a $10,000,000 maximum, ceiling increase modification for 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 complete by March 18, 2025. No funds are being obligated at the time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity.

Spirit AeroSystems Inc., Wichita, Kansas, was awarded at $9,330,433 cost-plus-fixed-fee contract for conformal reusable airframe structures. This contract will improve structural performance of high-speed vehicles utilizing advanced analysis and test methods of full-scale airframe structures in high-speed environments and systems. Work will be performed in Wichita, Kansas, and is expected to be completed by March 17, 2026. This contract was a sole source acquisition. Fiscal 2023 research and development funds in the amount of $9,330,433 are being obligated at the time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2391-24-C-B042).

Lockheed Martin Corp., Littleton, Colorado, has been awarded an $8,838,503 cost-plus-incentive-fee modification (P00080) to a previously awarded contract (FA8823-21-C-0001) for Space Based Infrared System contractor logistics support, product support integration, and contract evolution. The modification brings the total cumulative face value of the contract to $1,247,141,523. Work will be performed at Peterson Space Force Base, Colorado; Buckley SFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed by Sept. 19, 2026. Fiscal 2024 operation and maintenance funds in the amount of $8,838,503 is being obligated at the time of award. The Space Systems Command, Peterson SFB, Colorado, is the contracting activity.

L3 Harris Technologies Inc., Clifton, New Jersey, was awarded an $8,722,514, cost-plus-fixed-fee, cost reimbursement, no fee requirements contract for engineering services. This contract provides for the support of the AN/ALQ-172 electronic warfare system on the B-52 and various models of the C-130. Work will be performed in Clifton, New Jersey, and is expected to be completed September 30, 2028. This contract was a sole source acquisition. Fiscal 2024 consolidated sustainment activity group funds in the amount of $8,722,514 are being obligated at time of award. The Air Force Sustainment Center, Warner Robins, Georgia, is the contracting activity (FA8522-24-D-0010).

Silver Lake Construction, Milwaukee, Wisconsin, was awarded a maximum $8,141,014 firm-fixed-price contract for construction services. This contract provides for the renovation and construction of a kitchen addition and repair of the HVAC system at the Child Development Center East in Building 3904. Work will be performed at Tinker Air Force Base, Oklahoma, and is expected to be completed by Dec. 21, 2025.  This contract was a competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $8,141,014 are being obligated at the time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity (FA8137-24-F-0053).

U.S. TRANSPORTATION COMMAND

Trailer Bridge Inc., Jacksonville, Florida (HTC71124DR036), has been awarded an indefinite-delivery/indefinite-quantity contract, with a face value of $60,547,899. This contract provides stevedoring and related terminal services in connection with the import and export of Defense Transportation System sponsored and non-sponsored cargo throughout Denmark. The base period of performance is from Oct. 1, 2024, to Sep. 30, 2029. Working capital funds (Transportation) funds will be obligated for fiscal 2025, 2026, 2027, and 2028. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

1st Coast Cargo Inc., Jacksonville, Florida (HTC71121DR039), is awarded a contract modification (P00007) with a face value of $28,745,574. The modification of this firm-fixed-price, indefinite-delivery/indefinite-quantity contract brings the cumulative face value to $114,735,566. This modification provides continued transportation services to move repairable parts for Naval Supply Systems Command to locations in all 48 contiguous states, Hawaii, and Canada. The option period of performance is from 29 September 2024 to 28 September 2025. Fiscal 2024 and 2025 Navy working capital funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

U.S. SPECIAL OPERATIONS COMMAND

Raytheon Co., McKinney, Texas, is being awarded an order (H9240824F0013) for the Silent Knight Radar Operational Flight program development for Special Operations Forces (SOF) fixed-wing aircraft. This $10,344,880 task order award, from indefinite-delivery/indefinite-quantity contract H9240824D4343, is being awarded in support of U.S. Special Operations Command PEO Fixed-Wing and SOF AT&L-KF. This work will be performed in McKinney, Texas and is expected to be completed in September 2029. This contract is funded with fiscal 2024 operations and maintenance funds, and is not multiyear. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

Raytheon Co., McKinney, Texas, is being awarded an order (H9222218D0003) for the Silent Knight Radar Operational Flight program development for Special Operations Forces (SOF) fixed-wing aircraft. This $9,600,000 award modification of an indefinite-delivery/indefinite-quantity contract is being awarded in support of U.S. Special Operations Command (USSOCOM) Program Executive Office Fixed-Wing, and SOF Acquisition, Technology, and Logistics-KF to provide support to Task Order H9240319F0048. This work will be performed in McKinney, Texas, and is expected to be completed in February 2025. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

*Small business
**Mandatory source
This entry was posted on Monday, September 23, 2024 1:26 pm

Leave a Reply

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

Notify me of updates to this conversation