INSIDE THE

NEWS + ADVICE

DoD Contracts: Valiant Integrated Services, Lockheed Martin, Amentum Services, CACI, GDIT, Week of 12-26-23 to 12-29-23

Posted by Ashley Jones
aircraft

12/26

ARMY

Waterfront Property Services LLC, doing business as Gator Dredging,* Clearwater, Florida, was awarded a $17,979,800 firm-fixed-price contract for the placement of dredged material on beaches. Bids were solicited via the internet with three received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Aug. 22, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $17,979,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-0001).

NAVY

Moran Towing Corp., New Canaan, Connecticut, is awarded a $17,667,600 firm-fixed-price contract with reimbursable elements for eight time-chartered, U.S. flagged and Jones Act compliant tugs to provide harbor support services and ship handling at Norfolk, Virginia. This contract includes one firm period of 366 days with three 365-day option periods, and one 336-day option period which, if exercised, would bring the cumulative value of this contract to $92,042,296. Work will be performed in Norfolk, Virginia, and is expected to be completed, if all options are exercised, by December 2028. Working capital funds (Navy) in the amount of $12,175,299 are obligated for fiscal 2024, and will expire at the end of the fiscal year. The remaining $5,492,302 for fiscal 2025 will be added prior to Oct. 1, 2024. This contract was competitively procured with proposals solicited via the System Award Management website and two offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4021).

Bell Textron Inc., Fort Worth, Texas, is awarded a $13,775,974 cost-plus-fixed-fee order (N0001924F2602) against a previously issued basic ordering agreement (N0001921G0012). This order provides engineering and logistics sustainment efforts in support of the AH-1Z Viper and UH-1Y Venom helicopters for the Marine Corps and the government of Bahrain; production and sustainment support for the government of the Czech Republic; as well as sustainment support of domestic and Foreign Military Sales customer peculiar support equipment. Work will be performed in Fort Worth, Texas (80%); and Patuxent River, Maryland (20%), and is expected to be completed in December 2024. Fiscal 2024 operations maintenance (Navy) funds in the amount of $2,148,147; fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,399,310 and Foreign Military Sales funds in the amount of $4,574,443 will be obligated at the time of award, of which $2,148,147 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

*Small business

12/27

DEFENSE LOGISTICS AGENCY

Valiant Integrated Services LLC, Herndon, Virginia, has been awarded a maximum $152,000,000 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for food supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in the Federal Acquisition Regulation 6.302-1. This is a 251-day bridge contract with no option periods. Locations of performance are the United Arab Emirates, Oman, Djibouti and Kenya, with a Sept. 3, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-4003).

ARMY

Lakey Inc.,* Lukin, Texas, was awarded a $20,000,000 firm-fixed-price contract for construction services. 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 Dec. 31, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-D-0015).

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $15,375,000 firm-fixed-price contract for heavy-duty tank trailers. Bids were solicited via the internet with one received. Work will be performed in West Plains, Missouri, with an estimated completion date of Dec. 22, 2026. Fiscal 2024 Foreign Military Sales (Israel) funds in the amount of $15,375,000 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-C-0020). 

AIR FORCE

Criterion Corp., Marquette, Michigan, was awarded a not-to-exceed $12,000,000 firm-fixed-price, cost-reimbursable emergency bridge extension contract for base operating support services. This extension contract provides for base operating support services in support of supply management, vehicle operations and maintenance, traffic management operations, real property maintenance, fuels management, and airfield management functions. Work will be performed at March Air Reserve Base, California, and is expected to be completed by Dec. 31, 2024. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $5,200,000 are being obligated at time of award. The 452nd Mission Support Group Contracting Office, March Air Reserve Base, California, is the contracting activity (FA4664-20-C-0008-P00030).

Tactical Communications Group (TCG) LLC, Tewksbury, Massachusetts, was awarded a $9,990,608 contract for a ground support system. TCG will be responsible for sustainment and maintenance of the previously acquired ground support system (GSS) to include the purchase of GSS parts and functional components to repair or expand the functional use of the GSS. Work will be performed in the Kingdom of Saudi Arabia, and is expected to be completed by Dec. 31, 2027. This contract involves Foreign Military Sales (FMS) to the Kingdom of Saudi Arabia. This contract was a sole-source acquisition. FMS funds in the amount of $4,516,266 are being obligated at time of award. The Air Force Life Cycle Management Center, Aerial Networks Division (International Programs) Branch, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2291-24-C-B002).

L3Harris Technologies Integrated Systems L.P., Greenville, Texas, was awarded a $9,109,277 cost-plus-fixed-fee contract for software licenses and life cycle support services. This contract provides lifecycle lab support, System Integration Laboratory software, and aircraft licensing and subscriptions for 2024. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2024. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $9,109,277 are being obligated at time of award. The 645th Aeronautical Engineering Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-24-F-4830).

Intelsat General Communications LLC, McLean, Virginia, was awarded a $9,087,138 contract for the Defense Experimentation Using Commercial Space Internet (DEUCSI). This contract provides for efforts to develop and experimentally test satellite communications (SATCOM) systems capable of operating with multiple commercial space internet constellations operating in low, medium, and geostationary earth orbits offering a new low size, weight, power, and cost (SWaP-C) terminal that easily integrates onto aircraft platforms to provide resilient, high throughput, globally available, and highly reliable SATCOM. Work will be performed in McLean, Virginia, and is expected to be completed by Nov. 26, 2024. This contract was a competitive acquisition and 11 offers were received. Fiscal 2023 research, development, test, and evaluation funds in the amount of $8,842,797 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-C-B016). (Awarded Dec. 26, 2023)

*Small business

12/28

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $107,475,142, undefinitized, cost-plus-fixed-fee modification (P00006) to order N0001921F0849 against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to provide for the development, test and integration of the U.S. and exportable cross domain solution, interim and final components, as well as inline file encryption devices and associated systems engineering to develop mission planning enterprise country kit requirements for the F-35 NextGen Mission Planning Enterprise Software, in support of the Joint Strike Fighter Program for the Navy, Air Force, Marine Corp, Foreign Military Sales customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in July 2028. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $2,250,000; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $2,250,000; and non-U.S. DOD participant funds in the amount of $1,002,238, 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 Aeronautics Co., Fort Worth, Texas, is awarded a $71,367,372, firm-fixed-price modification (P00023) to a previously awarded contract (N0001922C0041). This modification adds scope to provide hardware in the loop primary mission equipment for labs supporting the integration and sell-off of F-35 Joint Strike Fighter aircraft in support of the Navy, Air Force, Marine Corps, and non-U.S. Department of Defense (DOD) partners. Work will be performed Fort Worth, Texas (81%); Orlando, Florida (7%); Linthicum, Maryland (3%); Nashua, New Hampshire (3%); San Diego, California (2%); El Segundo, California (2%); Samlesbury, United Kingdom (1%); and various locations within the continental U.S. (1%), and is expected to be completed in December 2025. Fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $29,183,867; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $29,183,867; and non-U.S. DOD participant funds in the amount of $12,999,638, 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.

JLL-Midnight Sun IFMS LLC*, Vienna, Virginia, is awarded a $33,078,827 firm-fixed price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N69450-19-D-1750). This modification provides the exercise of Option Five for base operating support services at the Bureau of Medicine and Surgery, Naval Air Station Jacksonville, and outlying areas. Work will be performed in Jacksonville, Florida, with an expected completion date of December 2024. The total cumulative value of the contract is increased to $152,575,147. No funds will be obligated at time of award. Fiscal 2024 operations and maintenance (Navy), fiscal 2024 operations and maintenance (Marine Corps); and fiscal 2024 Navy working capital funds, will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Amentum Services Inc., Chantilly, Virginia, is awarded a $24,999,999 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for instruction, maintenance, operation, and training support services, to include mobile training teams, in support of the national strategic sealift Cargo Offload and Discharge Systems for the Navy, as well as the Department of Defense, Department of Transportation, Department of Agriculture, and other government agencies. Work will be performed in San Diego, California, and is expected to be completed in December 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134024D0008).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $21,391,835 cost-plus-fixed-fee, firm-fixed-price order (N0001924F0014) against a previously issued basic ordering agreement (N0001922G0002). This order provides for the production and delivery of 59 line clearance kits, 18 integrated aircraft survivability equipment (IASE) A-Kits, and installation of 16 IASE A-Kits, allowing increased infrared countermeasure and radar warning capability and aircraft survivability, in support of the MV-22 Osprey aircraft sustainment efforts for the Marine Corps. Work will be performed in Ridley Park, Pennsylvania (81%); Kaneohe Bay, Hawaii (8%); Jacksonville, North Carolina (6%); San Diego, California (2%); Fort Worth, Texas (1%); Yuma, Arizona (1%); and Patuxent River, Maryland (1%), and is expected to be completed in June 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $21,300,446; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $91,389, 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.

Wartsila Defense Inc., Chesapeake, Virginia, is awarded a $12,110,972 modification to exercise Option Year One of a previously awarded firm-fixed price, indefinite-delivery/indefinite quantity contract N55236-23-D-0002 in support of the original equipment manufacturer for the Littoral Combat Ships Independence variant for waterjets, shafts, and seals. The overall total contract value ceiling remains unchanged at $60,582,873. Work will be performed at Mayport, Florida (40%); San Diego, California (40%); and various locations that will be determined at the delivery order level (20%). No funds will be obligated at the time of award of contract modification; funds will be obligated on individual delivery orders as they are issued. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-23-D-0002).

Austal USA, LLC, Mobile, Alabama, is awarded a $11,600,000 firm-fixed-price modification to previously awarded contract N00024-22-C-2243 for the incorporation of Engineering Change Proposal ECP 001 to modify Emergency Diesel Generator (EDG) design and acquire and install the Final EPA Tier IV EDG solution. Work will be performed in Birmingham, Alabama (7%); Mobile, Alabama (91%); and Hopkinton, Massachusetts (2%), and is expected to be completed by June 2026. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $11,600,000 will be obligated at time of award, of which no funds will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $10,580,095 modification (P00010) to a previously awarded cost-plus-incentive-fee contract (N0001921C0040). This modification adds scope to provide continued development and integration efforts in support of F-35 system development and design for the government of Israel. Work will be performed in Fort Worth, Texas (80%), and various locations outside the continental U.S. (20%), and is expected to be completed in June 2028. Foreign Military Sales customer funds in the amount of $10,580,095 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,315,188 modification (P00012) to a cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm-target) order (N0001921F0030) against a previously issued basic ordering agreement (N0001917G0002). This modification exercises options to provide for retrofit installation of 12 Nacelle Improvement Kits and Conversion Area Harness onto CV-22 aircraft, as well as associated rotable pool components, electrical wiring interconnect system assessment support, sustaining engineering support, and over and above requirements for the Air Force. Work will be performed in Amarillo, Texas (53%); Fort Worth, Texas (46%); and Ridley Park, Pennsylvania (1%), and is expected to be completed in June 2027. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $10,315,188 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

CACI-ISS LLC, Chantilly, Virginia, was awarded a $45,437,426 modification (P00144) to contract W15QKN-15-C-0049 for training, deployment, and sustainment support of the Integrated Personnel and Pay System-Army, Increment II Program. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 31, 2024. Fiscal 2023 and 2024 other procurement, Army funds; and fiscal 2024 operation and maintenance, Army funds in the amount of $5,800,000, were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Skookum, Bremerton, Washington, was awarded a $31,080,739 firm-fixed-price contract for base operation and support 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 Dec. 28, 2028. Army Field Directorate Office, Fort Leonard Wood, Missouri, is the contracting activity (W91QF5-23-D-0011).

Georgia Power Co., Atlanta, Georgia, was awarded a $28,400,000 firm-fixed-price contract for electrical services. Bids were solicited via the internet with one received. Work will be performed at Hunter Army Airfield, Georgia, with an estimated completion date of Dec. 31, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $28,400,000 were obligated at the time of the award. 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-24-F-0032).

AIR FORCE

General Dynamic Information Technology, Falls Church, Virginia, has been awarded a $17,755,014 modification (P000022) to a previously awarded contract (FA4890-19-F-A022). This task order supports the Distributed Common Ground System network weapon system and all supporting activities, such as the development, integration, maintenance, administration, management, documentation, assessment, disposal and troubleshooting of 480th Intelligence, Surveillance, and Reconnaissance Wing information technology assets from the network and enterprise level. The modification brings the total cumulative face value of the contract to $233,587,466. Work will be performed at Joint Base Langley-Eustis, Virginia; and Beale Air Force Base, California, and could expand to Fort Smith, Arkansas; Republic of Korea; McConnell AFB, Kansas; Birmingham, Alabama; Otis Air National Guard Base, Massachusetts; Reno, Nevada; Joint Base Pearl Harbor-Hickam, Hawaii; Terra Haute, Indiana; Ramstein Air Base, Germany; and Ogden, Utah; and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $17,755,014 are being obligated at time of award. The Acquisition Management and Integration Center, Hampton, Virginia, is the contracting activity.

Lockheed Martin Aeronautics, Marietta, Georgia, has been awarded a $13,541,434 definitization modification (PZ0001) to previously awarded contract FA8553-23-F-0007 for C-130J contract logistic support. The contract modification definitizes prices for contractor sustainment support services to include technical assistance, logistics support, aircraft maintenance support, repair and procurement of C-130J spares, repair and procurement of C-130J support equipment, technical data support, and maintenance planning for the Iraq Air Force C-130J fleet. Work will be performed at Martyr Mohammed Ala Air Base, Baghdad, Iraq; and Marietta, Georgia, and is expected to be completed by March 31, 2024. This contract involves Foreign Military Sales to Iraq. Foreign Military Sales funds in the amount of $13,541,434 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Truckcorp LLC, Canton, Ohio (SPE8EC-24-D-0029, $139,000,000), has been added as an awardee to the multiple award contract for snow removal equipment, issued against solicitation SPE8EC-21-R-0008 and awarded Jan. 20, 2023.

*Small business

12/29

AIR FORCE

Raytheon, Tucson, Arizona, has been awarded a $344,619,301 modification (P00004) to previously awarded contract FA8681-23-C-B001 for StormBreaker® (SDBII, GBU-53/B) Production Lot 10, for additional all up rounds, containers and trainers. Work will be performed in Tucson, Arizona, and is expected to be completed by Aug. 30, 2028. This contract involves Foreign Military Sales (FMS) to Norway, Germany, Italy and Finland. Fiscal 2023 Air Force procurement missile funding in the amount of $101,394,424; fiscal 2024 Air Force procurement missile funding in the amount of $183,097,105; fiscal 2024 Navy procurement weapons funding in the amount of $58,009,800; and FMS funding in the amount of $2,117,972 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

M1 Support Services, Denton, Texas, has been awarded a $88,554,836 hybrid (fixed-price and cost-reimbursable) modification (P00060) to previously awarded contract FA4890-21-C-0002 for aircraft maintenance services at Nellis Air Force Base, Nevada. The contract modification is for the exercise of Option Three under the basic contract for an additional year of services. The modification brings the total cumulative face value of the contract to $331,366,756. Work will be performed at Nellis AFB, Nevada, and is expected to be completed by Dec. 31, 2024. Fiscal 2023 operation and maintenance funds in the amount of $83,080,472 are being obligated at time of award. Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity.

Texas Workforce Commission, Austin, Texas, was awarded a $38,950,751 contract for full food services. This contract provides for performance of non-personal, full food services to include, but are not limited to, the following: dining facility management; food safety; cooking; food requisition/inventory control; preparation; serving and replenishing food; maintaining food service and computer property (hardware) maintenance; preparing vegetables and fruits for the salad bar; Kitchen Patrol duties; performing cashier services; handling foods, supplies, and property; maintaining quality control; ensuring operator maintenance and repair of food service property; duties also include cleaning facilities; cleaning/sanitizing food service equipment/property, tables and chairs, utensils, dishware, pans etc.; and procuring supplies; and in the event of contingency, performing all required tasks to include continued service. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Dec. 31, 2024 This contract was a direct negotiation award under the Randolph Sheppard Act. Fiscal 2024 operation and maintenance funds in the amount of $9,717,807 are being obligated at time of award. The 502nd Contracting Squadron, JBSA-Lackland, San Antonio, Texas, is the contracting activity (FA3016-24-D-0007).

ServiceSource, Oakton, Virginia, was awarded a $15,816,534 firm-fixed-price contract for planning, programming, and administrative type service in support of the Joint Base Langley-Eustis Military Personnel Branch at Fort Eustis, Virginia. This contract provides support to the Military Personnel Branch’s mission is to provide professional, courteous personnel service support of readiness and mission execution for soldiers, family members, retirees, and civilians within the Joint Base Langley-Eustis community. Work will be performed at Fort Eustis, Virginia, and is expected to be completed by Dec. 31, 2028. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $775,241 are being obligated at time of award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4800-24-C-0004).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $67,929,917 modification (P00036) to a previously awarded fixed-price incentive (firm target), cost-plus-fixed-fee, cost-plus-incentive-fee contract (N0001920C0032). This modification adds scope to procure material and labor to establish initial depot repair capabilities for F-35 Lightning II components at various military service depot locations across the U.S. in support of the Air Force, Marine Corps, Navy, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Orlando, Florida (34%); Jacksonville, Florida (24%); Fort Worth, Texas (15%); Ogden, Utah (13%); Havelock, North Carolina (6%); San Diego, California (5%); Warner Robins, Georgia (2%); and Amityville, New York (1%), and is expected to be completed in April 2028. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $31,114,678; fiscal 2022 aircraft procurement (Navy) funds in the amount of $31,115,022; and non-DOD participant funds in the amount of $5,700,217 will be obligated at the time of award, $62,229,700 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a $66,748,385 cost-plus-incentive-fee modification to previously awarded contract N00024-23-C-2324 for the DDG 1000 Modernization Period execution. This contract modification includes options which, if exercised, would bring the cumulative value of the contract modification to $70,766,285. Work will be performed in Pascagoula, Mississippi (95%), and other locations below 1% (collectively totaling 5%), and is expected to be completed by September 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $28,905,713 (82%); and fiscal 2024 operation and maintenance (Navy) funds in the amount of $2,000,000 (18%), will be obligated at time of award, of which $2,000,000 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2324). (Awarded Dec. 27, 2023)

Raytheon Missiles & Defense Naval Surface & Undersea Systems, Portsmouth, Rhode Island, is awarded a $34,030,545 firm-fixed-price, cost-plus-fixed fee, and cost only undefinitized contract action for production and engineering support for common parts related to the MK 54 Lightweight Torpedo. This contract will purchase parts for the Navy. Work will be performed in Portsmouth, Rhode Island (99.6%); and Poulsbo, Washington (0.4%), and is expected to be completed by July 2027. Fiscal 2023 weapons procurement (Navy) funds in the amount of $10,158,630 (60%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $6,822,612 (40%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management, with one offer received. Naval Undersea Warfare Center, Keyport, Washington, is the contracting activity (N00253-24-C-0001).

CACI Enterprise Solutions LLC, Chantilly, Virginia (N3220524F0395), is awarded a $32,679,919.00 firm-fixed-price and cost-plus-fixed-fee contract to support Military Sealift Command’s Integrated Business Systems. The Integrated Business System provides lifecycle support for critical software intensive systems designed to provide business activity and operational support to both ashore and afloat MSC personnel and the fleet. The period of performance will begin Jan. 1, 2024, and conclude Dec. 31, 2024. Working capital funds (Navy) in the amount of  $7,133,673; and working capital funds (Transportation) in the amount of $1,423,327 will be obligated at the time of award. This contract will be a bridge contract awarded on a sole source basis 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 Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

HDR Engineering Inc. of the Carolinas, Charlotte, North Carolina, was awarded $16,405,037 for a firm-fixed-price modification to a previously awarded task order (N4008520F4290). This modification provides for the full design of an F-35 sustainment center at Marine Corps Air Station Cherry Point. Work will be performed in Cherry Point, North Carolina, and is expected to be completed by June 2025. This work brings the cumulative total face value of the contract to $17,315,873. Fiscal 2024 military construction (Navy) funds in the amount of $16,405,037 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-0601). (Awarded Dec. 27, 2023)

Progeny Systems LLC, Manassas, Virginia, is awarded a $20,423,160 cost-plus-fixed fee contract to deliver information assurance and the submarine reliability monitoring system software builds. This contract includes options which, if exercised, would bring the cumulative value of this contract to $108,952,159. Work will be performed in Manassas, Virginia (80%); Middletown, Rhode Island (10%); and Chesapeake, Virginia (10%), and is expected to be completed by December 2024. If all options are exercised, work will continue through December 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $1,000,000 (87%); and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $150,000 (13%) will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(5). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6210).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $11,149,242 modification (P00007) to a previously awarded cost-plus-fixed fee, firm-fixed-price contract (N0001920C0048). This modification adds scope to provide continued integration support to include, program management, logistics, sustainment and system engineering in support of F-35 for the government of Belgium. Work will be performed in Fort Worth, Texas (85%); Orlando, Florida (10%); and various locations outside the continental U.S. (5%), and is expected to be completed in December 2026. Foreign Military Sales customer funds in the amount of $11,149,242 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Navistar Defense LLC, Madison Heights, Wisconsin, was awarded a $60,919,205 firm-fixed-price contract for refurbishment and upgrade of MaxxPro PLUS Mine Resistant Ambush Protected (MRAP) vehicles. Bids were solicited via the internet with one received. Work will be performed in West Point, Mississippi, with an estimated completion date of July 1, 2025. Fiscal 2024 Foreign Military Sales (United Arab Emirates) funds in the amount of $60,919,205 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-C-0023).

Amentum Services Inc., Germantown, Maryland, was awarded a $57,898,009 modification (0003ES) to contract W52P1J-12-G-0028 for logistics support services for Army Prepositioned Stocks. Work will be performed in Kuwait, with an estimated completion date of May 5, 2024. Fiscal 2024 other procurement, Army funds; and operation and maintenance, Army funds in the amount of $57,898,009 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Raytheon Technologies, Fullerton, California, was awarded a $48,095,759 cost-plus-fixed-fee contract for contractor support for the A3 Radar System. Bids were solicited via the internet with one received. Work will be performed in Fullerton, California, with an estimated completion date of Dec. 31, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $14,262,267 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0015). 

AeroVironment Inc., Simi Valley, California, was awarded a $32,066,339 modification (P00013) to contract W58RGZ-23-C-0007 for additional Puma units and associated training support services. Work will be performed in Mechanicsburg, Pennsylvania, with an estimated completion date of Sept. 30, 2024. Fiscal 2024 Foreign Military Sales funds in the amount of $32,066,339 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Chandler Construction Services Inc.,* Ninety Six, South Carolina, was awarded a $19,985,700 firm-fixed-price contract to furnish and install water pipe. Bids were solicited via the internet with seven received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Sept. 25, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $19,985,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-0002). 

Pond Constructors Inc., Peachtree Corners, Georgia, was awarded a $12,897,749 modification (P00013) to contract W912DY-21-F-0025 to maintain and repair capitalized petroleum systems and facilities. Work will be performed in Anchorage, Alaska; Delta Junction, Alaska; Fairbanks, Alaska; King Salmon, Alaska; Amchitka, Alaska; Ewa Beach, Hawaii; Hilo, Hawaii; Honolulu, Hawaii; Kanehoa, Hawaii; Kekaha, Hawaii; Pearl Harbor, Hawaii; Wahiawa, Hawaii; Waimea, Hawaii; Waianae, Hawaii; and Peachtree Corners, Georgia, with an estimated completion date of Jan. 31, 2025. Fiscal 2024 revolving funds in the amount of $12,897,749 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Peraton Labs Inc., Basking Ridge, New Jersey, has been awarded a $9,499,993 modification (P00009) to previously awarded cost-plus-fixed-fee contract HR001122C0024 to support the Mission-Integrated Network Control (MINC) program. The modification brings the total cumulative face value of the contract to $24,125,825 from $14,625,832. Work will be performed in Arlington, Virginia (10%); Basking Ridge, New Jersey (56%); Colorado Springs, Colorado (6%); Cambridge, Massachusetts (22%); Woburn, Massachusetts (4%); Memphis, Tennessee (1%); Miami, Florida (0.5%); and Sherman Oaks, California (0.5%), with an expected completion date of February 2025. Fiscal 2023 research, development, test, and engineering funds in the amount of $41,168 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $7,644,549 modification (P00014) to a five-year base contract (SPE7LX-21-D-0110) with one four-year option periods for multiple items used in the Abrams Main Battle Tank, Stryker Family of Vehicles, Light Armored Vehicle Family of Vehicles, Cougar, Buffalo and RG-31. This is a firm-fixed-price, indefinite-delivery/definite-quantity contract. Location of performance is Florida, with a July 29, 2026, performance completion date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

*Small business

Author

  • Ashley Jones

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

This entry was posted on Wednesday, January 03, 2024 6:33 pm

Leave a Reply

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

Notify me of updates to this conversation