INSIDE THE

NEWS + ADVICE

DoD Contracts: Two Six Technologies, CACI, Lockheed Martin, Week of 6-10-24 to 6-14-24

Posted by Ashley Jones

6/10

NAVY

Defense Maritime Solutions Inc., formerly Wartsila Defense Inc., Chesapeake, Virginia; and Coastal Seal Services LLC, Lincolnton, North Carolina, are each receiving a modification (P00007) to previously awarded multiple-award, firm, fixed-price, indefinite-delivery/indefinite-quantity contracts (N3220521D4126) and (N3220521D4127) to increase the shared contract ceiling amount. These modifications will allow for continuous procurement of parts and services from the original equipment manufacturer (OEM) and authorized non-OEM sources. Military Sealift Command (MSC) requires firm, fixed-price orders to provide services and parts to maintain a broad range of seals, jet drive, propulsion systems, and associated parts supply in support of the following MSC class vessels: T-AH (Hospital); T-AKE (Dry Cargo/Ammunition); T-AO (Fleet Replenishment Oiler); T-AOE (Fast Combat Support); T-ARC (Cable Repair); T-ARS (Rescue and Salvage); T-AS (Submarine Tender); T-ATS (Tug and Salvage); T-EPF (Expeditionary Fast Transport); and T-ESB (Expeditionary Sea Base). Work will be performed worldwide, with the period of performance ending Aug. 4, 2026. The statutory acquisition authority permitting other than full-and-open competition is 10 U.S. Code 3204(a)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2), whereby this requirement can only be fulfilled by one or a limited number of sources. A five-year ordering period with a shared contract ceiling of $33,367,845 is currently on these contracts. With the execution of the proposed modifications, the shared contract ceiling would increase by $40,123,221 to a value of $73,491,065. No funding is being obligated via these modifications, as this is an indefinite-delivery/indefinite-quantity contract, where funding is obligated at the order level. Funding for the fiscal year in which orders are placed will be utilized at the time an order is executed. MSC, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $17,865,579 cost-plus-fixed-fee modification to a previously awarded contract (N00024-19-C-6400) for systems engineering and integration on Navy submarines. Work will be performed in Manassas, Virginia (68%); Waterford, Connecticut (10%); Groton, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by September 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,088,545 (61%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,202,556 (22%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,631,339 (17%), 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. 

AIR FORCE

CACI Inc.-Federal, Chantilly, Virginia, was awarded a maximum $450,000,000 firm-fixed-price, firm-fixed-price-level-of-effort, fixed-price-incentive-fee, cost, indefinite-delivery/indefinite-quantity contract for Joint Navigation Warfare Center IV. This contract provides research and development support services for the Joint Navigation Warfare Center. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Feb. 15, 2034. This contract was a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance funds in the amount of $14,262,214 are being obligated at time of award. The Space Acquisition Integration Office, Peterson Space Force Base, Colorado, is the contracting activity (FA2518-24-D-0002).

The Boeing Co., Oklahoma City, Oklahoma, was awarded an engineering assignment via task order under the terms and conditions of indefinite-delivery/indefinite-quantity contract for non-recurring engineering. This contract provides for upgrade and replacement of pre-existing communication systems on the C-40B/C aircraft. The location of performance is Oklahoma City, Oklahoma; Joint Base Andrews, Maryland; and Scott Air Force Base, Illinois, and is expected to be completed by Sep. 30, 2026.  This contract was a sole source acquisition. Fiscal 2023 and 2024 procurement funds in the amount of $10,673,909 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-17-D-0002).

NetCentric Technology LLC, Neptune, New Jersey, was awarded a task order on the General Services Administration OASIS contract with a $19,277,076 ceiling base year, four one-year options, and a six-month option to extend services, for the A-10 operational flight program (OFP). This contract provides engineering service support for A-10 OFP to augment the 309th Software Engineering Group with on-site contractor support to work with civilian and military personnel in a team environment on depot software development and maintenance activities at Hill Air Force Base, Utah. The location of performance is Hill AFB, Utah, and is expected to be completed by Dec. 24, 2030. This contract was a competitive acquisition, and four offers were received. The Air Force Sustainment Center, Aerospace Ground Equipment 2nd Generation, Hill AFB, Utah, is the contracting activity (FA8224-24-F-B001).

ARMY

Amentum Services Inc., Chantilly, Virginia, was awarded a $43,903,867 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract to establish and start up two new regional logistics hubs and to provide advise and assist services. Bids were solicited via the internet with one received. Work will be performed in Iraq, with an estimated completion date of Aug. 9, 2027. Fiscal 2024 Foreign Military Sales (Iraq) funds in the amount of $43,903,867 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-C-0015).

High Prairie Services, Omaha, Nebraska, was awarded a $23,998,057 modification (P00006) to contract W519TC-23-F-0085 to provide policy, oversite, compliance guidance, implementation, synchronization and execution services to the Office of the Chief Information Officer and Deputy Chief of Staff, G-6, mission requirements. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

SourceAmerica, Vienna, Virginia, was awarded an $11,059,457 firm-fixed-price contract for cold weather canteen systems. Bids were solicited via the internet with one received. Work will be performed in Vienna, Virginia, with an estimated completion date of Jan. 31, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $11,059,457 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-24-C-0035). 

CORECTION: The $44,663,738 contract (W58RGZ-24-D-0050) announced on June 3, 2024, for LSI Inc.,* Jacksonville, Florida, to provide personnel, materiel, facilities, engineering and production services to complete production of training devices was actually awarded on June 7, 2024. 

U.S. SPECIAL OPERATIONS COMMAND

Merlin Labs Inc., Boston, Massachusetts, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240824R0003) with a contract ceiling of $105,000,000. This contract is being awarded to design, integrate, and test an operationally relevant system that will demonstrate reduced aircrew capability to encompass testing, production, integration, demonstration, and sustainment, on various Special Operations Forces aircraft mission design series in support of U.S. Special Operations Command. Fiscal 2023 research, development, test and evaluation funds in the amount of $7,535.00 are being obligated at time of award on the initial task order. Future orders will be funded with the appropriate fiscal year research, development, test and evaluation funds. The work will be performed in Boston, Massachusetts; Centennial, Colorado; and Eglin Air Force Base, Florida, and is expected to be completed within the contract’s five-year ordering period, or by June 2029. This contract was awarded through Sole Source award under Small Business Innovation Research III policies. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity. (Awarded June 7, 2024)

DEFENSE LOGISTICS AGENCY

Sea Box Inc.,* Cinnaminson, New Jersey, has been awarded a maximum $9,014,019 firm-fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with seven responses received. This is a 270-day contract with no option periods. The ordering period end date is March 7, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-24-C-0007).

Blind Industries and Services of Maryland,*** Baltimore, Maryland, has been awarded a maximum $7,814,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for physical training gear jackets. This is a one-year base contract with four one-year option periods. Location of performance is North Carolina, with a June 9, 2025, ordering period end date. Using military services are Air Force and Space Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B018).

UPDATE: Integrated Medcraft,** East Hampton, Connecticut (SPE2DE-24-D-0017, $39,000,000) has been added as an awardee to the multiple award contract for medical/surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-18-R0001 and awarded May 1, 2019. 

*Small business
**Woman-owned small business  
***Mandatory source

6/11

DEFENSE LOGISTICS AGENCY

Arthrex Inc., Naples, Florida, has been awarded a maximum $471,048,173 fixed-price, indefinite-delivery/indefinite-quantity contract for orthopedic procedural packages and supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a five-year contract with no option periods. The ordering period end date is June 10, 2029. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-24-D-0020).

CORRECTION: The contract announced on May 31, 2024, for Vincorion LLC,* El Paso, Texas (SPRBL1-24-D-0009), for $33,900,000 was announced with an incorrect award date. The correct award date is June 7, 2024.

NAVY

The Boeing Co., St. Louis, Missouri, is awarded an $81,064,959 modification (P00011) to a cost-plus-incentive-fee order (N0001921F0886) against a previously issued basic ordering agreement (N0001921G0006.) This modification definitizes the order and adds scope to provide continuing non-recurring engineering in support of configuration efforts for the Harpoon Coastal Defense System (HCDS), to include the Harpoon Block II Update Grade B Canister Launch All Up Round Missiles, the HCDS launch system, and Harpoon weapon station test and production equipment in support of the HCDS for Taiwan. Work will be performed in St. Charles, Missouri (47%); Randolph, Vermont (16%); Baltic, South Dakota (15%); Pontiac, Michigan (9%); Black Mountain, North Carolina (3%); St. Louis, Missouri (2%); Norcross, Georgia (1%); various locations within the continental U.S. (6.7%); and various locations below 1% and is expected to be completed in August 2026. Foreign Military Sales customer funds in the amount of $81,064,959 will be obligated at time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

GE Aviation Systems LTD, Cheltenham, Gloucestershire United Kingdom, is awarded a $28,550,890 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to a maximum quantity of 622 common electric stand-by indicators, a weapons replaceable assembly which serves as a backup flight display for the pilot or co-pilot on both fixed wing and rotary wing platforms in support of the Navy, Marine Corps, and Foreign Military Sales customers. Work will be performed in Cheltenham, Gloucestershire, United Kingdom, and is expected to be completed in December 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 10 U.S. Code 3204(a)(1). Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. (N0042124D0015) 

D 2 Inc.,* Bourne, Massachusetts, is awarded a $20,167,277 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to a maximum quantity of 841 portable particle counters as well as non-recurring engineering, logistics and test support. The particle counter measures the level of particulate contamination contained in the fluid (petroleum, synthetic-based fluids, glycols, and phosphate ester fluids) samples taken from aircraft or ground support equipment. The results are used to determine if the fluid is clean enough to be used in the appropriate system. Work will be performed in Bourne, Massachusetts (75%); Lakehurst, New Jersey (18.75%); and Patuxent River, Maryland (6.25%), and is expected to be completed in June 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 via an electronic request for proposal; three offer was received. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0001).

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $9,948,204 firm-fixed-price order (N0001924F0105) against a previously issued basic ordering agreement (N0001921G0008). This order procures 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 October 2027. Fiscal 2024 operations and maintenance, (Navy) funds for $9,948,204 will be obligated at the time of award, $9,948,204 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

ARMY

CORRECTION: The June 7, 2024, announcement for an $11,586,938 modification (P00026) to contract W56HZV-23-D-0008, awarded to AM General LLC, South Bend, Indiana, for the Joint Light Tactical Vehicle Family of Vehicles was not awarded.

*Small business

6/12

ARMY

General Electric Co., Lynn, Massachusetts, was awarded a $1,128,042,359 firm-fixed-price contract for T700 series turbine engines. 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 June 13, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-F-0334). 

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $49,194,148 modification (P00143) to contract W56HZV-16-C-0028 for Joint Assault Bridge systems. Work will be performed in West Plains, Missouri, with an estimated completion date of May 11, 2026. Fiscal 2024 weapons and tracked combat vehicle procurement, Army funds and Foreign Military Sales (Romania) funds in the amount of $49,194,148 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

U.S. SPECIAL OPERATIONS COMMAND

Raytheon Co., McKinney, Texas, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240824D4343), with a ceiling of $293,000,000, with a $33,700,000 initial task order for sustainment, support, research, development, and supplemental objectives related to the Silent Knight radar systems in support of U.S. Special Operations Command Program Executive Office-Fixed Wing, Special Operations Forces Acquisition, Technology, and Logistics-KF. Fiscal 2024 operations and maintenance funds in the amount of $977,000 are being obligated at time of award to the initial task order. The work will be performed in McKinney, Texas, and is expected to be completed by June 14, 2030. This contract was awarded under authority 10 U.S. Code 2304(c)(1), only one responsible source and no other supplies or services will satisfy agency requirements, as implemented by Federal Acquisitions Regulation 6.302-1. U.S. Special Operations Command, MacDill Air Force, Florida, is the contracting agency.  

MISSILE DEFENSE AGENCY

DeciBel Research Inc., Huntsville, Alabama, is being awarded a $40,588,656 extension to indefinite-delivery/indefinite-quantity, cost-plus-award-fee contract HQ0147-19-D-0003. The total value of this contract will increase from $172,576,570 to $213,165,226. No task orders are being issued at this time. The work will continue to be performed in Huntsville, Alabama. This was previously competitively awarded to provide continued support for the development and sustainment of Missile Defense Agency’s (MDA) modeling and simulation truth and elements representations. This extension will allow for the uninterrupted execution of MDA’s Integrated Master Test Plan that includes ground test events, flight test  events, and warfighter training and combatant command exercise events. The government is awarding this extension with only one source under the authority of 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation (FAR) 6.302-1. The ordering period end date is extended from June 13, 2024, to Dec. 13, 2027, and incorporates five options: two 12-month options and three six-month option (six-month option via FAR 52.217-8 if necessary). The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

AIR FORCE

L3 Harris Technologies Inc., Melbourne, Florida, was awarded a $27,027,639 fixed-price-incentive-fee contract for space systems engineering. This contract provides the production of counter communication systems for the Space Systems Command portfolio of ground-based electronic warfare. Work will be performed at Palm Bay, Florida, and is expected to be completed by June 23, 2027. Fiscal 2024 procurement funds in the amount of $20,985,270 are being obligated at the time of award. Space System Command, Space Superiority Systems Directorate, Contracting Division, Los Angeles Air Force Base, California, is the contracting activity (FA8819-22-C-0001).

Two Six Labs LLC, doing business as Two Six Technologies, Arlington, Virginia, has been awarded a $10,143,881 contract modification (P00016) to previously awarded contract FA8307-22-C-0022 to extend services for four months. The contract modification provides research, design, development, and delivery of cyber operations software releases for the Joint Cyber Command program management office in support of Joint Cyber Command and Control program management office requirements and other entities like the Joint Cyber Warfighting Architecture and its governance process. The modification brings the total cumulative face value of the contract to $62,157,447. Work will be performed at Arlington, Virginia, and is expected to be completed by Sept. 30, 2024. Fiscal 2024 research, development, test, and evaluation funds in the amount of $10,143,881 are being obligated at the time of award. Air Force Life Cycle management Center, Joint Base San Antonio, San Antonio, Texas, is the contracting activity. (Awarded June 10, 2024)

Titan Robotics Inc., Pittsburgh, Pennsylvania, was awarded a $7,500,000 firm-fixed-price definitive type contract for the purchase of a Phase III Small Business Innovation Research (SBIR) program for Titan to perform a cost benefit analysis to determine the appropriate number of booths to upgrade with automation in Building 142 given the assessed state of existing booths, determination of if replacement or modification of existing booths is appropriate and what standard Titan control features are to be include in the system with input from the government technical point of contact. This contract provides for the Blast Booth Robot system, delivery, all listed accessories, installation, all building modifications, construction debris disposal (e.g., concrete, dirt, and scrap), testing and verification, training, familiarization, support, and warranty for the system to Commodities Maintenance Group, Robins Air Force Base, Georgia. Work will be performed at Pittsburgh, Pennsylvania, and is expected to be completed by May 11, 2026. This contract was the result of a Phase III SBIR sole source acquisition. Fiscal 2024 Capital Investment Program funds in the amount of $7,500,000 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8571-24-C-0013). (Awarded June 10, 2024)

DEFENSE LOGISTICS AGENCY

Artcraft Optical,* Rochester, New York, has been awarded a maximum $18,000,000 fixed-price, indefinite-delivery/indefinite-quantity contract for optical frames. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. The ordering period end date is June 26, 2027. Other contracts are expected to be awarded under this solicitation (SPE2DE-24-R-0001), and awardees will compete for a portion of the maximum dollar value. Using customers are Army, Navy, Marine Corps, Air Force, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-24-D-0023).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI Inc. – Federal, Chantilly, Virginia, is being awarded a labor-hour contract option (P00016) with a maximum value of $13,962,649 for comptroller mission systems support for the Office of the Under Secretary of Defense (Comptroller). This modification exercises Option Year Four with a period of performance of June 16, 2024, through June 15, 2025. The modification brings the total cumulative face value of the contract to $66,213,149 from $52,250,500. Work will be performed in Chantilly, Virginia, with an expected completion date of June 15, 2025. Fiscal 2024 Office of the Undersecretary of Defense (Comptroller) defense-wide operations and maintenance funds in the amount of $13,962,649 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-20-F-0099).

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $12,483,446 cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5602 to exercise options for Frigate combat system ship integration and testing. Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 11, 2025.  Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $994,180 (34%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $974,070 (33%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $744,186 (25%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $249,758 (8%), will be obligated at time of award and funds will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

*Small business

6/13

AIR FORCE

Blue Origin Florida LLC, Merritt Island, Florida (FA8811-24-D-B002); Space Exploration Technologies Corp., Hawthorne, California (FA8811-24-D-B003); and United Launch Services LLC, Centennial, Colorado (FA8811-24-D-B001), have been awarded a multiple-award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a maximum cumulative ceiling of $5,600,000,000 for the National Security Space (NSS) Launch Phase 3 Lane 1 launch services procurement. The contract is for launch services delivering NSS payloads into their intended orbits. The location of performance will be determined at the task order level. The contract will include a five-year ordering period, which will go through June 2029, with an option for an additional ordering period of five years. This award is the result of a competitive acquisition, and seven offers were received. Fiscal 2024 space procurement funds in the amount of $8,000,000 (the cumulative amount for the minimum guarantee) are being obligated at the time of award. Space Systems Command, Assured Access to Space, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. 

BAE Systems Space & Missions Systems Inc., Fairborn, Ohio, was awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee task orders for research and development. This contract is to explore new and emerging concepts related to development, integration, assessment, evaluation and demonstration of cyber security, open system architecture, novel avionics and sensor technologies, and multi-domain technologies focusing on the electric warfare piece of the avionics. Work will be performed in Wright-Patterson Air Force base, Ohio, and is expected to be completed June 13, 2031. This contract was a competitive acquisition, and five offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $60,000 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA2377-24-D-B002, FA2377-24-F-B002).

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $12,559,475 add work modification (P00022) to previously awarded contract FA8650-20-C-9310 to assess the military and operational utility and technical feasibility of a unique system-of-systems capability. The systems will be integrated through Raytheon software interfaces to allow for the cueing, tracking, and firing of effectors. This additional work modification is for the acquisition of the GhostEye MR additional development and experimentation and is focused on further development and test with the GhostEye radar system. The modification brings the total cumulative face value of the contract to $50,171,196. Work will be performed in Tucson, Arizona, and is expected to be completed by Dec. 31, 2025. Fiscal 2024 research, development, test, and evaluation funds in the amount of $8,000,000 are being obligated time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Fiber Materials Inc., Biddeford, Maine, was awarded an $8,863,615 cost-plus-fixed-fee contract for composites for high-speeds by Integrated Computational Materials Engineering. This contract provides for development, demonstration, validation, and transition of a cohesive set of computational modeling tools to enable more rapid design, manufacturing, prototyping, and qualification of advanced high-temperature composite material systems for use in modernized thermal protection systems. Work will be performed at Biddeford, Maine, and is expected to be completed by June 11, 2027. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $8,863,615 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-24-C-B013). 

NAVY

Clark Construction Group – California LP, Irvine, California (N62473-24-D-5229); Gilbane Federal, Concord, California (N62473-24-D-5230); Harper Construction Co. Inc., San Diego, California (N62473-24-D-5231); Hensel Phelps Construction Co., Irvine, California (N62473-24-D-5232); R.A. Burch Construction Co. Inc.,* Ramona, California (N62473-24-D-5233); RQ Construction LLC, Carlsbad, California (N62473-24-D-5234); Tutor Perini Corp., Sylmar, California (N62473-24-D-5235); and Walsh Federal LLC, Chicago, Illinois (N62473-24-D-5236), are awarded a combined $3,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award construction contract for new construction and repair and renovation of commercial and institutional facilities at various government installations across the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility. Work will be performed in the states of California (90%), Arizona (6%), Nevada (1%), Utah (1%), Colorado (1%), and New Mexico (1%), and is expected to be completed by June 2029. Fiscal 2024 operation and maintenance (Navy) funding in the amount of $40,000 will be obligated at the time of award and will expire at the end of the current fiscal year. Each awardee will be awarded $5,000 at contract award. This contract was competitively procured via the Sam.gov Contract Opportunities website, with 16 offers received. NAVFAC Southwest, San Diego, California, is the contracting activity.

Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, was awarded a $244,692,240 firm-fixed-price modification to previously awarded contract N00024-20-C-5519 to exercise an option for production of Surface Electronic Warfare Improvement Program Block 3 electronic attack hemisphere systems and ancillary hardware equipment. Work will be performed in Baltimore, Maryland (52%); Tampa, Florida (8%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (5%); San Diego, California (3%); Saginaw, Michigan (2%); Rolling Meadows, Illinois (2%); Los Angeles, California (2%); Stafford Springs, Connecticut (2%); Woodridge, Illinois (1%); Passaic, New Jersey (1%); Minneapolis, Minnesota (1%); Glendale, Arizona (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Woburn, Massachusetts (1%); Washington, North Carolina (1%); Richardson, Texas (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, California (1%); Glendale, California (1%); Rochester, New York (1%); and miscellaneous locations – each less than 1% (4%), and is expected to be completed by April 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $124,541,031 (51%); and fiscal 2024 other procurement (Navy) funds in the amount of $120,151,209 (49%), 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. (Awarded on June 11, 2024)

Bluewater Management Group LLC, Chesapeake, Virginia, is awarded an indefinite-delivery, requirements, firm-fixed-price contract with a cumulative total value, if all options are exercised, of $51,368,908 to provide lodging and transportation services to civil service mariners assigned to Military Sealift Command, Norfolk, Virginia, from the contractor hotels to Naval Base Norfolk. The contract value for the base period is $8,931,438. The contract contains four one-year options and one six-month option and will be performed in Norfolk, Virginia; Chesapeake, Virginia; and Virginia Beach, Virginia, beginning June 16, 2024, and will conclude on Dec. 15, 2024, if all options are exercised. This contract was a competitive small business set aside with proposals solicited via the Government Point of Entry website; three timely proposals were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

Affordable Engineering Services Inc.,* San Diego, California, is awarded a $40,567,744 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides augmented production support services to provide maintenance on industrial plant and facilities support equipment as well as provide tool control and support services for the Fleet Readiness Center Southwest. Work will be performed in San Diego, California (95%); Camp Pendleton, California (2.5%); and Miramar, California (2.5%), and is expected to be completed in June 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 via an electronic request for proposal; two offers were received. Commander, Fleet Readiness Center, Patuxent River, Maryland, is the contracting activity (N6852024D0004).

PAE Government Services Inc., Arlington, Virginia, is awarded a $33,101,924, firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N40084-21-D-0060 for base operation support services at Marine Corps Air Station Iwakuni, Japan. This award brings the total cumulative value of the contract to $123,142,096. Work will be performed at Iwakuni City, Yamaguchi Prefecture, Japan, and is expected to be completed by June 2025. Fiscal 2024 operations and maintenance (Marine Corps), fiscal 2024 operations and maintenance (Navy), fiscal 2024 operations and maintenance (Defense Agencies), and fiscal 2024 Department of Defense (DOD) working capital funds in the amount of $18,189,947, for recurring work will be obligated on individual task orders and will expire at the end of the current fiscal year. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command Far East, Iwakuni, Japan, is the contracting activity. 

Northrop Grumman Systems Corp., San Diego, California, is awarded a $9,536,612 modification (P00009) to a firm-fixed-price order (N0001921F0806) to a previously awarded basic ordering agreement. This modification is for the procurement of last-time buys, material required for the continuance of the MQ-4C Triton Unmanned Aircraft System production and sustainment efforts for the Navy and Royal Australian Air Force (RAAF). Work will be performed in Longueuil, Quebec, Canada (35.32%); Chantilly, Virginia (24.23%); San Diego, California (14.48%); Sterling, Virginia (12%); San Jose, California (7.08%); Pine Brook, New Jersey (2.49%); Farnborough, Hampshire, England (1.9%); and various locations within of the continental U.S. (2.46%), and is expected to be completed in March 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $782,271; fiscal 2023 aircraft procurement (Navy) funds in the amount of $5,347,956; fiscal 2022 aircraft procurement (Navy) funds in the amount of $1,089,357; and RAAF funds in the amount of $2,317,028, will be obligated at the time of award, $1,089,357 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

US Ordnance,* McCarran, Nevada, was awarded a $40,000,000 modification (P00003) to contract W15QKN-22-D-0013 for the MK19 Grenade Machine Gun. Work locations and funding will be determined with each order, with an estimated completion date of April 7, 2026. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Native American Services Corp.,* Kellogg, Idaho, was awarded a $37,500,000 firm-fixed-price contract for a broad range of real property repair and construction at Fort Novosel. 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 June 12, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-D-0007). 
 
Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $36,978,060 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Fire Island, New York, with an estimated completion date of Nov. 9, 2024. Fiscal 2024 military construction, Army funds in the amount of $36,978,060 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0014). 

*Small business

6/14

NAVY

A multiple-award contract to support current and future unmanned surface vehicle family of systems and subsystems is awarded to the following 49 industry partners: Anduril Industries Inc.,* Costa Mesa, California (N0002424D6306); Applied Research Associates Inc., Albuquerque, New Mexico (N0002424D6307); Asymmetric Technologies LLC,* Dublin, Ohio (N0002424D6308); AT&T Corp., Oakton, Virginia (N0002424D6309); Atlas Technologies Inc.,* North Charleston, South Carolina (N0002424D6313); Autonodyne LLC,* Boston, Massachusetts (N0002424D6315); Beast Code LLC,* Fort Walton Beach, Florida (N0002424D6316); Bigelow Family Holdings LLC, doing business as Mettle Ops,* Sterling Heights, Michigan (N0002424D6317); Bollinger Shipyards Lockport LLC, Lockport, Louisiana (N0002424D6318); CACI Inc. – Federal, Chantilly, Virginia (N0002424D6319); Carnegie Robotics LLC, doing business as CR Tactical,* Pittsburgh, Pennsylvania (N0002424D6320); Cydecor Inc.,* Arlington, Virginia (N0002424D6361); DELTA Resources Inc., Alexandria, Virginia (N0002424D6363); Fairbanks Morse LLC, Beloit, Wisconsin (N0002424D6364); Teledyne FLIR Surveillance Inc., North Billerica, Massachusetts (N0002424D6365); General Atomics Aeronautical Systems Inc., Poway, California (N0002424D6366); GIRD Systems Inc.,* Cincinnati, Ohio (N0002424D6367); Herren Associates Inc.,* Washington, D.C. (N0002424D6368); Honeywell International Inc., Clearwater, Florida (N0002424D6369); IERUS Technologies Inc.,* Huntsville, Alabama (N0002424D6370); Integer Technologies LLC,* Columbia, South Carolina (N0002424D6371); KIHOMAC Inc.,* Reston, Virginia (N0002424D6372); Leonardo Electronics US Inc., Huntsville, Alabama (N0002424D6373); MAK Technologies Inc., Cambridge, Massachusetts (N0002424D6374); Marine Ventures International Inc.,* Stuart, Florida (N0002424D6375); Marinette Marine Corp., Marinette, Wisconsin (N0002424D6376); Metron Inc.,* Reston, Virginia (N0002424D6378); Microsoft Corp., Redmond, Washington (N0002424D6379); Murtech Inc.,* Glen Burnie, Maryland (N0002424D6380); NewSat North America LLC,* Indian Harbour Beach, Florida (N0002424D6381); Noblis MSD LLC, Philadelphia, Pennsylvania (N0002424D6382); Novetta Inc., McLean, Virginia (N0002424D6383); Ocean Specialists Inc.,* Stuart, Florida (N0002424D6384); PACMAR Technologies LLC,* Honolulu, Hawaii (N0002424D6377); Persistent Systems LLC,* New York, New York (N0002424D6385); Physical Sciences Inc.,* Andover, Massachusetts (N0002424D6386); Prescient Edge Corp.,* McLean, Virginia (N0002424D6387); Programs Management Analytics & Technologies Inc.,* San Diego, California (N0002424D6388); Reliability & Performance Technologies LLC,* Dublin, Pennsylvania (N0002424D6389); Saab Inc., East Syracuse, New York (N0002424D6390); Scientific Systems Co. Inc.,* Woburn, Massachusetts (N0002424D6391); Secmation, LLC,* Raleigh, North Carolina (N0002424D6392); SES Government Solutions Inc., Reston, Virginia (N0002424D6393); SIMIS Inc.,* Portsmouth, Virginia (N0002424D6394); Sparton DeLeon Springs LLC, De Leon Springs, Florida (N0002424D6395); Systems and Proposal Engineering Co.,* Manassas, Virginia (N0002424D6396); Systems Technology & Research Inc.,* Huntsville, Alabama (N0002424D6397); TDI Technologies Inc.,* King of Prussia, Pennsylvania (N0002424D6398); and Triton Systems Inc.,* Chelmsford, Massachusetts (N0002424D6399), are each awarded a firm-fixed-price, fixed-price-incentive-firm-target, cost-plus-incentive-fee, cost-plus-fixed-fee, and cost only, indefinite-delivery/indefinite-quantity contract for the procurements involving one or more functional areas, i.e. payloads, non-payload sensors, mission support systems, autonomy and vehicle control systems, ashore and host platform elements, and logistics and sustainment for the Unmanned Surface Vehicle Family of Systems. The maximum dollar value for all (total number) contracts combined is $982,100,000. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in various locations in the contiguous U.S. and is expected to be completed by February 2025. These contracts include a five-year ordering period option which, if exercised, will continue work through February 2030. Fiscal 2024 research, development, test and evaluation (Navy) funding in the amount of $49,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery or task order level as contracting actions occur. These contracts were competitively procured via SAM.gov and there were 55 offers received. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, is being awarded a $202,733,090 cost-plus-award-fee contract, for DDG 51 Class Planning Yard. This contract includes options which, if exercised, would bring the cumulative value of this contract to $1,130,051,137. Work will be performed in Bath, Maine, and is expected to be completed by July 31, 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $5,992,369 (45%); and fiscal 2024 other procurement (Navy) funds in the amount of $7,216,706 (55%), will be obligated at time of award, of which $5,992,369 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-4212).

PPG Architectural Finishes Inc., Pittsburgh, Pennsylvania, is awarded a $17,842,103 indefinite-delivery/indefinite-quantity firm-fixed price bridge contract for a base year to provide worldwide paints, coatings, solvents, preservation products, and engineering and technical services. The Contract will contain one 12 month base period. The contract will be performed on a worldwide basis beginning June 14, 2024, and will conclude on June 13, 2025. This contract was a sole source, unusual and compelling urgency in accordance with 10 U.S. Code 3204 (a) (2) and solicited via the Government Point of Entry website; one timely proposal was received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

Global, A 1st Flagship Co., Irvine, California, is awarded a $17,133,783 firm-fixed-price modification to previously awarded contract N0002422C4203 to exercise options for the accomplishment of the Inactive Ships Maintenance Philadelphia requirement. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed June 25, 2025. Fiscal 2024 operations and management (Navy) funds in the amount of $5,950,332 (100%) are obligated at time of the award, of which $5,950,332 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Information and Electronic Systems, Nashua, New Hampshire, is awarded a $17,032,142 modification (P00002) to a firm-fixed-price contract (N0001923C0052). This modification exercises an option to provide for the production and delivery of eight OE-120/UPX antenna group systems (six for the Navy, and two for the government of Canada); four OE-120 retrofit kits for the Navy; and two OE-120 installation and checkout kits for the government of Canada. The antenna group supports a wide range of systems, including identification of friend or foe, secondary surveillance radar, and air traffic control radar. Work will be performed in Nashua, New Hampshire, and is expected to be completed in January 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $1,001,112; fiscal 2024 ship conversion (Navy) funds in the amount of $7,526,436; fiscal 2023 ship conversion (Navy) funds in the amount of $3,763,218; procurement (Defense) funds in the amount of $333,704; and Foreign Military Sales customer funds in the amount of $4,407,672, 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. 

ARMY

Lockheed Martin Corp.-Missiles and Fire Control, Grand Prairie, Texas, was awarded a $65,548,326 cost-plus-incentive-fee contract for Phased Array Tracking to Intercept of Target Advanced Capability-3 software. Bids were solicited via the internet with one received. Work will be performed in Bahrain, Germany, Japan, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia, South Korea, Sweden, Switzerland, United Arab Emirates, and Grand Prairie, Texas, with an estimated completion date of June 30, 2026. Fiscal 2024 missile procurement, Army funds and Foreign Military Sales (Bahrain, Germany, Japan, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia, South Korea, Sweden, Switzerland and United Arab Emirates) funds in the amount of $65,548,326 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-F-0015).

Spectrum Builders & Renovations Inc.,* Sacramento, California, was awarded a $16,381,125 firm-fixed-price contract for alteration, repairs, and construction services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of June 13, 2029. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-24-D-0004).

Richard E Pierson Construction Co., Pilesgrove, New Jersey, was awarded a $15,504,300 firm-fixed-price contract to construct approximately 25,000 linear feet of earthen embankments. Bids were solicited via the internet with nine received. Work will be performed in Pennsville, New Jersey, with an estimated completion date of Jan. 26, 2026. Fiscal 2024 civil construction funds in the amount of $15,504,300 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0010).

AIR FORCE

Palantir USG Inc., Palo Alto, California, has been awarded a $21,669,638 firm-fixed-price modification (P00009) to previously awarded contract FA8806-23-C-0002 for data-as-a-service platform for Headquarters Air Force. The contract modification is for a period of performance extension to continue current state effort in providing for automatic data ingestion with data across the Department of the Air Force (DAF) that continually pushes personnel, equipment, planning, health, and other readiness data sources into their common data foundation. This readiness information is a critical component of DAF-wide decision making and data analysis. The location of performance is Palo Alto, California.  The work is expected to be completed by Oct. 15, 2024. This award is the result of a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $21,669,638 are being obligated at the time of award. Total cumulative face value of the contract is $21,669,638. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity. (FA8806-23-C-0002).

Palantir USG Inc., Palo Alto, California, has been awarded a $9,224,460 firm-fixed-price modification to previously awarded contract FA8806-23-C-0001 for data-as-a-service platform for two separate mission areas in support to Space Command and Control System and mission partners. The contract modification is for a period of performance extension to continue current state effort in providing mission-critical space situational awareness and command and control capabilities to operational users at the National Space Defense Center and the Combined Space Operations Center through the furnishing of commercial software licenses. This will also continue providing support to enable the platform to ingest Special Access Program data. The location of performance is Palo Alto, California. The work is expected to be complete by Sept. 15, 2024. This award is the result of a sole source acquisition. Fiscal 2024 Space Force research, development, test and evaluation funds in the amount of $6,692,528 are being obligated at the time of award. Total cumulative face value of the contract is $9,224,460. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity (FA8806-23-C-0001). 

DEFENSE LOGISTICS AGENCY

AMR Supply LLC,* Bradenton, Florida (SPE8E6-24-D-0006); and CJ Connolly LLC,* Baltimore, Maryland (SPE8E6-24-D-0007), are sharing a maximum $19,380,313 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E6-23-R-0006 for polypropylene and cotton duck sandbags. This was a competitive acquisition with three responses received. These are two-year base contracts with three one-year option periods. The ordering period end date is June 14, 2026. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.  

U.S. TRANSPORTATION COMMAND

Schuyler Line Navigation Co. LLC, Annapolis, Maryland (HTC71124DW026), has been awarded a fixed-price contract with economic-price-adjustment in the amount of $15,533,341. This contract is to obtain ocean intermodal and related commercial services, for the movement of containerized and breakbulk cargo between Jacksonville and Blount Island, Florida; and U.S. Naval Station Guantanamo Bay, Cuba. The base period of performance is from Aug. 1, 2024, to July 31, 2025. Working capital funds (transportation) will be obligated for fiscal 2024. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

K2 Group Inc.,* Vienna, Virginia, was awarded an $8,894,241 cost-plus-fixed-fee, corrective action award (HDTRA124C0038) for Nimble Elder technical support group services. This contract provides for worldwide, military led, rapidly deployable teams that offer the Combatant Commands, and other U.S. government agencies, the low-visibility search capability to counter chemical, biological, radiological, and nuclear threats. The principal place of performance is Fort Belvoir, Virginia. Work is expected to be completed by June 13, 2025. Fiscal 2024 operations and maintenance funds are being obligated at the time of award. This award is the result of a competitive acquisition. The Procurement Integrated Enterprise Environment was used to solicit proposals and two proposals were received. Mission Support Division, Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.

*Small business
This entry was posted on Tuesday, June 18, 2024 1:16 pm

Leave a Reply

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

Notify me of updates to this conversation