INSIDE THE

NEWS + ADVICE

DoD Contracts: Vectrus Systems Corp., Northrop Grumman, CACI Enterprise Solutions Inc., Raytheon Missiles and Defense, Week of 12-28-20 to 12-31-20

Posted by Ashley Jones
F-35A Lightning II

12/28

ARMY

ModernaUS Inc., Cambridge, Massachusetts, was awarded a $1,966,598,000 modification (P00003) to contract W911QY20C0100 for purchase of an additional 100 million filled drug production doses of SARS-CoV-2 mRNA-1273 vaccine utilizing Option 1 and acetate efforts on the base and option. Work will be performed in Cambridge, Massachusetts, with an estimated completion date of June 30, 2021. Fiscal 2021 research, development, test and evaluation funds in the amount of $1,966,598,000 were obligated at the time of the award.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Dec. 11, 2020)

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Corp., Fort Worth, Texas, is awarded a $1,287,572,649 cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price-incentive-firm undefinitized contract. This contract procures recurring logistics services, including ground maintenance activities, action request resolution, depot activation activities, automatic logistics information system operations and maintenance, reliability, maintainability and health management implementation, and support, supply chain management and activities to provide and support pilot and maintainer initial training in support of in-service F-35 Lightning II Joint Strike Fighter air systems for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (61%); Orlando, Florida (24%); Greenville, South Carolina (8%); Samlesbury, United Kingdom (4%); and El Segundo, California (3%), and is expected to be completed in December 2021. Fiscal 2021 operation and maintenance (Air Force) funds in the amount of $100,333,061; fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $50,285,845; fiscal 2021 operation and maintenance (Navy) funds in the amount of $22,734,321; fiscal 2021 operation and maintenance (Air National Guard) funds in the amount of $6,529,952; non-U.S. DOD participant funds in the amount of $88,418,881; and FMS funds in the amount of $43,569,059 will be obligated at time of award, $179,883,179 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-21-C-0020).

Lockheed Martin Corp. Fort Worth, Texas, is awarded a $101,518,751 modification (P00039) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm contract (N00019-18-C-1048). This modification adds scope to provide sustainment services and outcomes for the United Kingdom (U.K.) Ministry of Defense, supporting daily flight operations with the national specific capabilities required at various F-35 operating sites in support of the F-35 Lightning II U.K. Lightning Air-system National Capability Enterprise. Work will be performed in Samlesbury, United Kingdom (90%); Fort Worth, Texas (5%); and Orlando, Florida (5%), and is expected to be completed in December 2022. Non-U.S. Department of Defense participant funds in the amount of $101,518,751 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

BAE Systems Information and Electronic Systems Integration Inc. – Electronic Solutions, Wayne, New Jersey, is awarded an $86,910,000 indefinite-delivery/indefinite-quantity contract for systems engineering and integration of Multifunctional Information Distribution System Low Volume Terminals (MIDS-LVTs). MIDS-LVTs provides secure, high-capacity, jam-resistant, digital data and voice communications capability for the Navy, Air Force and Army platforms, and the platforms of France, Italy, Germany and Spain. Work will be performed in Wayne, New Jersey (98%); and Paris, France (2%), and is expected to be completed by December 2025. No funding will be placed on contract or obligated at the time of award. Contract funds will be obligated on individual delivery orders and will not expire at the end of the fiscal year. This sole source contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(4) – International Agreement (Federal Acquisition Regulation subpart 6.302-4). The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-21D4000).

DSC-EMI Maintenance Solutions LLC,* Dunn, South Carolina, is awarded a $61,149,595 indefinite-delivery/indefinite-quantity contract for base operating support services at Marine Corps Base Camp Pendleton, California. The maximum dollar value including the base period, three option years, two six-month options, and a six-month extension is $61,149,595. The work to be performed provides for labor, supervision, management, and materials (except those specified as government furnished), to perform various base operating support service functions including inspection, maintenance and repair of heating, ventilation, and air conditioning (HVAC), refrigeration systems, chillers and cooling tower systems; fire protection systems; recycled materials processing and handling equipment; hangar door systems; portable generators and light towers; soft water systems; photovoltaic systems; and transformer stations. Work will be performed in Camp Pendleton, California, and is expected to be completed by August 2026.  No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $10,176,150 for recurring work will be obligated on an individual task order issued during the base period. This contract was competitively procured via the Federal Business Opportunities website with six proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-3601).

Lockheed Martin Corp. Fort Worth, Texas, is awarded a $46,026,156 modification (P00002) to a cost-plus-fixed-fee order (N0001920F0443) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope for the production and delivery of a redesigned electronic warfare/counter measures quad-channel up converter/quad-channel tuner module and electrical power management system in support of the F-35 Joint Strike Fighter diminishing manufacturing sources redesign efforts for the Navy, Marine Corps, Air Force and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in January 2027. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $18,915,828; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $18,915,831; and non-U.S. DOD participant funds in the amount of $8,194,497 will be obligated on this award, $18,915,828 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

JLL-Midnight Sun IFMS LLC, Kotzebue, Alaska, is being awarded a $30,864,289 indefinite-delivery/indefinite-quantity modification for the exercise of Option Two to extend services for base operations support services at Naval Air Station Jacksonville, Florida, Bureau of Medicine and Surgery (BUMED) Jacksonville, Florida, and outlying areas. After award of this option, the total cumulative contract value will be $91,027,745. The work to be performed provides for base operations support services to include facility investment, utilities management, electrical, wastewater, steam, water, compressed air, base support vehicles and equipment, environmental, and other related services. Work will be performed in Jacksonville, Florida (99%); and outlying areas (1%). This option period is from January 2021 to December 2021. No funds will be obligated at the time of award. Fiscal 2021 operation and maintenance (O&M) (Navy); fiscal 2021 O&M (Marine Corps); fiscal 2021 Navy working capital funds; and fiscal 2021 family housing O&M (Navy) contract funds in the amount of $24,634,708 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1750).

Raytheon Missiles and Defense, Tucson, Arizona, was awarded a $20,463,428 firm-fixed-price contract for fiscal 2021 U.S. Navy Rolling Airframe Missile Mod 5 Guided Missile Launching System requirements and spares. Work will be performed in Ottobrunn, Germany (46%); Tucson, Arizona (13%); Louisville, Kentucky (13%); St. Petersburg, Florida (8%); Huntsville, Alabama (4%); Berryville, Arkansas (2%); San Diego, California (2%); Denison, Texas (2%); and various other U.S. locations, each less than 1% (10%), and is expected to be completed by February 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $100,128,044. If all options are exercised, work will continue through February 2025. Fiscal 2020 shipbuilding and conversion (Navy) funds ($11,650,000; 57%); 2021 other procurement (Navy) funds ($8,513,583; 42%); and 2019 other procurement (Navy) funds ($299,845; 1%) were obligated at time of award, of which $299,845 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c) (4), International Agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-5401). (Awarded Dec. 22, 2020)

Northrop Grumman Systems Corp., San Diego, California, is awarded an $11,639,736 firm-fixed-price modification to previously awarded contract N00024-17-C-6327 to exercise an option for operational level spares for Joint Counter Radio-Controlled Improvised Explosive Device Electronic Warfare (JCREW) Increment One Block One (I1B1) systems. Work will be performed in San Diego, California, and is expected to be completed by November 2022.  This contract combines purchases for the Navy (85%); and the government of Australia (15%) under the Foreign Military Sales (FMS) program. Fiscal 2021 other procurement (Navy) ($1,687,995; 85%); and FMS Australia ($302,215.00; 15%) funding 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.

Raytheon Technologies, Tewksbury, Massachusetts, is awarded a $10,316,250 cost-plus-fixed-fee order under basic ordering agreement N00024-18-G-5501 for Dual Band Radar systems engineering. Work will be performed in Tewksbury, Massachusetts (98%); and Wallops Island, Virginia (2%), and is expected to be completed by December 2021. Fiscal 2019 other procurement (Navy) ($4,157,042; 52%); 2020 other procurement (Navy) ($2,298,799; 29%); and 2021 other procurement (Navy) ($1,538,900; 19%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This order was procured under the statutory authority of 10 U.S. Code 2304(c)(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.

Mnemonics Inc., Melbourne, Florida, is awarded a $10,053,257 cost-plus-fixed-fee, level of effort contract, incrementally funded with a five-year period of performance, to procure as-needed engineering support services in support of the Radio Frequency Blanking Unit (RFBU) and Electronic Attack Unit (EAU) components of the Advanced Electronic Attack (AEA) system of the EA-18G Growler aircraft. The services under this contract are engineering support services, logistics management information and fleet support team efforts for the RFBU and EAU variants and derivative systems. Technical instructions will be issued in accordance with the statement of work for this contract to support the Naval Surface Warfare Center Crane EA-18G EAU Organic Depot. Work will be performed at the Melbourne, Florida, facility and is expected to be completed by September 2025. Fiscal 2020 aircraft procurement (Navy) funds (APN) in the amount of $225,000 will not expire at the end of the current fiscal year; and contract APN funds in the amount of $225,000 will be obligated at the time of contract award. 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. NSWC, Crane Division, Crane, Indiana, is the contracting activity.  (N0016421GWS53 order N0016421FWS004).

DEFENSE LOGISTICS AGENCY

Lockheed Martin Corp., Orlando, Florida, has been awarded a maximum $23,686,704 firm-fixed-price delivery order (SPRPA1-21-F-RJ00) against a five-year basic ordering agreement (SPRPA1-19-G-0008) for H-1 aircraft turret assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. This is a two-year, three-month contract with no option periods. Location of performance is Florida, with a Feb. 27, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

*Small business

12/29

ARMY

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded an $882,485,046 cost-plus-fixed-fee contract for operation, maintenance, and defense of Army communications. Bids were solicited via the internet with five received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Dec. 26, 2025. Fiscal 2021 operation and maintenance, Army funds in the amount of $882,485,046 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91RUS-21-C-0001). 

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $17,631,510 modification (P00022) to contract W912DR-16-C-0013 for design-build construction of the first and seventh floors of East Campus Building 2 at Fort Meade. Work will be performed in Fort Meade, Maryland, with an estimated completion date of Feb. 1, 2022. Fiscal 2018 and 2019 military construction, Army funds in the amount of $17,631,510 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity. 

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded a $9,026,910 firm-fixed-price contract for maintenance and minor repair of petroleum systems at Pacific Ocean Division-Honolulu District-Guam. Bids were solicited via the internet with two received. Work will be performed in Tamuning, Guam, with an estimated completion date of Dec. 31, 2021. Fiscal 2021 revolving funds in the amount of $9,026,910 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-21-F-0015). (Awarded Dec. 28, 2020) 

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $246,428,549 modification (P00004) to a four-year base contract (SPRTA1-19-D-0001) with one five-year option period to add pricing for the manufacture of B-2 exhaust pipes. This is a firm-fixed-price, indefinite-quantity contract. Locations of performance are Oklahoma, Utah, Ohio and California, with a July 1, 2025, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma. 

Kimball & Thompson Produce Co.,* Lowell, Arkansas, has been awarded a maximum $165,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Locations of performance are Oklahoma and Arkansas, with a Dec. 28, 2025, performance completion date. Using customers are Army, Air Force, and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-P367).

CORRECTION: The contract announced on Oct. 29, 2020, for Raytheon Co., Tucson, Arizona (SPRRA2-20-C-0039), for $9,008,686 was announced with an incorrect award date. The correct award date is Dec. 22, 2020. 

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $198,000,000 not-to-exceed undefinitized fixed-price-incentive-firm-target, cost-plus-incentive-fee modification (P00028) to a previously awarded contract (N00019-18-C-1012). This modification provides for the integration of a ground control station that provides command and control capability in support of the MQ-25 air vehicle for the Navy. Work will be performed in St. Louis, Missouri (99%); and various locations within the continental U.S. (1%), and is expected to be completed in August 2024. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount $30,324,619 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $18,609,865 modification (P00064) to a previously awarded cost-plus-incentive-fee contract (N00019-16-C-0004). This modification exercises an option to provide maintenance and operation support for the Australia, Canada, United Kingdom Reprogramming Laboratory (ACURL). This effort includes support for all ACURL systems to include consumables for the F-35 aircraft in support of the governments of Australia, Canada and the United Kingdom.  Work will be performed in Valparaiso, Florida, and is expected to be completed in December 2021. Non-U.S. Department of Defense participant funds in the amount of $18,609,865 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Compendium International Inc.,* Foothill Ranch, California, is awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $16,000,000 for fencing work at various installations located within Naval Weapons Station Seal Beach, California; and Marine Corps Base Camp Pendleton, California. Projects may include, but are not limited to fencing work. The work performed may include new work, additions, alterations, maintenance and repairs. The term of the contract is not to exceed 60 months with an expected completion date of December 2025. Fiscal 2021 operation and maintenance (Navy) (O&M,N) contract funds in the amount of $2,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M,N. This contract was competitively procured via the beta.SAM.gov website with four proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-1017).

U.S. SPECIAL OPERATIONS COMMAND

General Electric Aviation, Lynn, Massachusetts (H92241-21-D-0002), was awarded a $126,450,000 maximum ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide life-cycle contractor support for the YT706-GE-700 engine and components in support of U.S. Special Operations Command (USSOCOM). Fiscal 2021 operation and maintenance, defense-wide funds in the amount of $25,000 are being obligated at the time of award. The contract has a seven-year ordering period, and the majority of the work will be performed in Lynn, Massachusetts. This action is a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM Headquarters, Tampa, Florida, is the contracting activity.

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $37,707,325 firm-fixed-price contract for the Japan Global Hawk Program. The contract provides for the procurement of initial spare parts to include modifications to the system engineering and program management tasks required to execute, manage, control, and report on all program activities. Work will be performed in San Diego, California, and is expected to be complete by June 30, 2023. This contract is for Foreign Military Sales (FMS) to Japan and is the result of a sole source acquisition. FMS funds in the amount of $36,690,082 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 (FA8620-18-C-1000 P00015).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Systems & Technology Research (STR) LLC, Woburn, Massachusetts, has been awarded an $8,343,762 cost-plus-fixed-fee contract for the Airspace Deconfliction Via Integrated Sensing and Efficient Replanning (ADVISER) effort supporting the Defense Advanced Research Projects Agency Air Space Total Awareness for Rapid Tactical Execution (ASTARTE) program, Phase 1. This contract provides for the research, development, and demonstration of virtual and live testbed for airspace management systems, a series of algorithms for airspace planning and operations, and a sensor network for delivering real-time spatial and temporal tracking of airborne platforms. Work will be performed in Woburn, Massachusetts (55%); Orlando, Florida (24%); Melbourne, Florida (9%); Niskayuna, New York (6%); Lexington, Massachusetts (3%); and Boulder, Colorado (3%), with an estimated completion date of February 2022. Fiscal 2020 research and development funds in the amount of $700,000; and fiscal 2021 research and development funds in the amount of $1,600,000 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original broad agency announcement, HR001120S0039. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

12/30

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $903,585,384 modification (P00007) to a previously awarded, fixed-price incentive (firm target) contract (N0001920C0009). This modification procures long lead materials, parts, components and support necessary to maintain on-time production and delivery of 133 Lot 16 F-35 aircraft for the Navy, Marine Corps, Air Force, non-U.S. Department of Defense (DOD) participants and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas (57%); El Segundo, California (14%); Warton, United Kingdom (9%); Orlando, Florida (4%); Cameri, Italy (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); Nagoya, Japan (2%); and various locations outside the continental U.S. (2%), and is expected to be completed in May 2026. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $270,826,000; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $278,731,000; non-U.S. DOD participant funds in the amount of $227,863,000; and FMS funds in the amount of $126,165,384 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Al Larson Boat Shop,* San Pedro, California (N55236-21-D-0013); Epsilon Systems Solutions Inc.,* San Diego, California (N55236-21-D-0014); and Marine Group Boat Works LLC,* Chula Vista, California (N55236-21-D-0015), are each awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts with an overall maximum ceiling value of $144,676,905. These multiple award contracts have a five-year base ordering period to provide marine boatyard services (Lot II) including specific modifications, upgrades, service life extension and repairs to non-commissioned boats, craft, lighterage, service crafts and ancillary support equipment (brows platforms, paint floats, camel separators, and loading ramps) that are greater than or equal to 15 meters/50 feet in length up to 60 meters/200 feet in length by Navy hull designation or length overall (LOA), and can be transported via roadway by a trailer, or via waterway. Lot II also provides services for boats, craft, lighterage or service craft less than 15 meters/50 feet in length (by Navy hull designation or LOA), that must be delivered on their bottom via waterway. Work will be performed at the contractor’s facilities in San Diego, California; or Los Angeles, California, according to each delivery order. These three companies will have an opportunity to compete for individual delivery orders. These contracts have a five-year base ordering period and work is expected to be completed in December 2025. Fiscal 2021 operation and maintenance funds in the amount of $30,000 ($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. These contracts were competitively procured via the Beta.Sam.gov web site with three offers received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is awarded a $111,910,637 firm-fixed-price, cost-plus-fixed-fee modification (P00014) to a previously awarded contract (N00019-18-C-1007). This modification procures 20 T408-GE-400 turboshaft engines, peculiar support equipment, and associated engine, programmatic and logistics services in support of CH-53K Lot 4 low rate initial production and spares. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount $111,910,637 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded an $81,082,835 cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm target) order (N0001921F0030) against a previously issued basic ordering agreement (N0001917G0002). This order provides continued non-recurring engineering support as well as the recurring procurement of kits and installs in support of the forced retrofit fleet implementation and installation of nacelle improvements and the conversion area harness onto the CV-22 aircraft for the Air Force. This order provides engineering, production, supportability, and management support necessary to facilitate the incorporation of the improved nacelles into the fleet via forced retrofit at the depot level of maintenance for previously delivered V-22 aircraft in support of phase two of the nacelle improvements effort. 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 2024.  Fiscal 2019 aircraft procurement (Navy) funds in the amount of $4,665,952; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $10,780,172; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $49,454,795; fiscal 2021 aircraft procurement (Navy) funds in the amount of $12,955,460; and Foreign Military Sales funds in the amount of $3,226,456 will be obligated at time of award, $4,665,952 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $74,101,557 firm-fixed-price, cost-plus-fixed-fee modification (P00046) to a previously awarded contract (N00019-16-C-0048). This modification adds scope to provide low rate initial production organic capability pilot repair material, technical publications, peculiar support equipment and logistics support for the CH-53K aircraft. Work will be performed in Shelton, Connecticut (53.1%); Bohemia, New York (13.86%); Rockmart, Georgia (9.54%); Los Angeles, California (7.91%); Forest, Ohio (2.59%); Redmond, Washington (2.36%); Stratford, Connecticut (1.62%); Blacksburg, Virginia (1.11%); various locations within the continental U.S. (7.82%); and various locations outside the continental U.S. (0.09%), and is expected to be completed in December 2025. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $74,101,557 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded a $57,564,800 modification to a previously awarded indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and cost-no-fee pricing (N66001-21-D-0008), increasing the overall value of the contract to $69,793,840. This modification will add the ceiling value of four option years to the base year and will realign the option-ordering period to the base year. This contract provides engineering support for consolidated afloat networks and enterprise services to include technical and programmatic services for networking, communications and computer systems and associated certification and information assurance for new developments, current operations, and planned upgrades. Work will be performed in San Diego, California (76%); Norfolk, Virginia (4%); Hawaii (4%); Washington, D.C. (3%); Charleston, South Carolina (3%); Japan (4%); Guam (2%); Bahrain (2%); and Italy (2%). This modification will extend the period of performance through Oct. 7, 2025. Contract funds will not expire at the end of the fiscal year. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as individual task orders are issued using operation and maintenance (Navy); research, development, test and evaluation (Navy); other procurement (Navy); and shipbuilding construction (Navy). Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-D-0008).

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $34,176,026 cost-plus-incentive-fee and cost-plus-fixed-fee modification to a previously awarded contract (N00024-13-C-5116) to exercise an option for AEGIS Combat System Engineering Agent efforts for the design, development, integration, test and delivery of Advanced Capability Build 20. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2021. Fiscal 2017 shipbuilding and conversion (Navy) ($17,555,524; 51%); 2021 research, development, test, and evaluation (Navy) ($10,298,719; 30%); 2013 shipbuilding and conversion (Navy) ($3,134,749; 9%); 2015 shipbuilding and conversion (Navy) ($1,909,765; 6%); and 2021 operation and maintenance (Navy) ($1,277,269; 4%) funding will be obligated at time of award, of which funds in the amount of $1,277,269 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Electric Aviation, Lynn, Massachusetts, is awarded a $14,688,361 cost-plus-fixed-fee order (N0042121F0001) against a previously issued basic ordering agreement (N0001919G0001). This order procures engineering services in support of the F414 Engine System Component Improvement Program for the F/A-18E/F Super Hornet and EA-18G Growler aircraft. Work will be performed in Lynn, Massachusetts, and is expected to be completed in December 2021. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $11,500,000 will be obligated at time of award, $11,500,000 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. 

General Electric Co., Cincinnati, Ohio, is awarded an $11,402,127 cost-reimbursement contract for the Next Generation Propulsion Enablers Technology Development. This contract provides for the development of three technologies to improve gas turbine propulsion. The first is advanced fan aerodynamics development, designed to increase stall margin, improve operability and allow engines to be designed to higher pressure ratios with better transient characteristics. The second technology involves an advanced fuel system to enhance engine cycle efficiency, reduce uncertainty margins and provide improved thermal management capability. The third is an advanced high temperature sensing to enable temperature measurements in hotter sections of the engine to reduce uncertainty, improve efficiency and durability. Work will be performed in Cincinnati, Ohio, with an estimated completion date of March 31, 2024. The total cumulative value of this contract is $11,402,127. Fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $6,277,139 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-19-S-B001, “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology.” Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-C-1002).

United Support Services Inc.,* La Jolla, California, is awarded a $9,461,730 cost-plus-fixed-fee contract for berthing and messing barge organizational level maintenance support services in support of Commander, U.S. Pacific Fleet. The contract will include a one-year base period and four one-year option periods which if exercised, would bring the total value of this contract to $47,308,650. Work will begin in May 2021 and is expected to be completed by May 2022. If all options on the contract are exercised, work will be completed by May 2026. Work will be performed in San Diego, California (33%); Bremerton, Washington (26%); Pearl Harbor, Hawaii (18%); Yokosuka, Japan (9%); Apra Harbor, Guam (8%); and Sasebo, Japan (6%). Fiscal 2021 operations and maintenance (Navy) funds in the amount of $4,730,865 will be obligated at time of award and funds will expire at the end of the current fiscal year. The solicitation for this requirement was issued under authority 10 U.S. Code 2304 (b)(2), with two offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity (N00244-21-C-0003).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $7,897,447 modification (P00036) to a previously awarded fixed-price incentive (firm target), cost-plus-fixed-fee contract (N00019-17-C-0015). This modification adds new scope related to the update of common configuration readiness and modernization government furnished V-22 aircraft logbooks and configuration management auto log-sets in the naval aviation logistics command management information system optimized organizational maintenance activity and logistics support representative support. This modification also provides funding for 305 flight director panels, 151 control display units, 478 enhanced standby flight indictor programmable read only memory units, as well as 45 regulated control units field programmable gate array. Work will be performed in Ridley Park, Pennsylvania (91%); and Fort Worth, Texas (9%), and is expected to be completed in November 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $633,071; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $9,693; fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,248,603; fiscal 2019 aircraft procurement (Air Force) funds in the amount of $3,468; and Foreign Military Sales funds in the amount of $2,612 will be obligated at time of award, $3,468 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, was awarded a $7,612,416 firm-fixed-price basic ordering agreement order for main propulsion monobloc propellers, propeller hubs, oil distribution boxes, blades, and propeller blades for various Navy ship classes. Work will be performed at the contractor’s facility located in Walpole, Massachusetts, and is expected to be completed by December 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $7,612,416 will be obligated at time of award and will not expire at the end of the current fiscal year. This order was not competitively procured via Beta.SAM.gov in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-21-F-4004). (Awarded Dec. 29, 2020)

Valiant/ALCA JV LLC, Clarksville, Tennessee, is awarded a $7,528,791 indefinite-delivery/indefinite-quantity modification for the exercise of Option One under a contract for base operating support (BOS) services at Naval Air Station (NAS) Sigonella. After award of this option, the total cumulative contract value will be $19,062,534. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide BOS services for NAS Sigonella and its outlying support sites. Work will be performed in Sicily, Italy. This option period is from January 2021 to December 2021. No funds will be obligated at time of award.  Fiscal 2021 operations and maintenance (O&M), (Navy); fiscal 2021 O&M, (Marine Corps); fiscal 2021 O&M, (Air Force); fiscal 2021 O&M, (Army); fiscal 2021 Navy working capital funds (WCF); fiscal 2021 Defense WCF; and non-appropriated contract funds in the amount of $6,189,883 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command Europe Africa Central, Naples, Italy, is the contracting activity (N62470-18-D-3010).

AIR FORCE

Full Spectrum Operations LLC, Fairfax Station, Virginia, has been awarded a $142,436,315 firm-fixed-price, cost-plus-fixed-fee and cost reimbursable contract for Eastern Western Operational Communications Services (EWOCS). The contract will support the 45th Space Wing, 30th Space Wing, and Missile Defense Agency in providing communication systems maintenance, operations, and support services for voice, video, data and infrastructure yielding a robust communications capability for a wide range of customers in a dynamic launch environment. Work will be performed at Patrick Space Force Base, Florida; Cape Canaveral Space Force Station, Florida; and Vandenberg Air Force Base, California. Work is expected to be complete by March 31, 2028. This award is the result of a competitive acquisition and five offers were received. Fiscal 2021 operation and maintenance funds in the amount of $528,571 are being obligated at the time of award. The 45th Contracting Squadron, Patrick Space Force Base, Florida, is the contracting activity (FA2521-21-D-0003).

ARMY

L3 Combat Propulsion Systems, Muskegon, Michigan, was awarded a $56,595,123 modification (P00003) to contract W56HZV-20-C-0124 for HMPT 800HP transmissions and ancillary hardware. Work will be performed in Muskegon, Michigan, with an estimated completion date of Dec. 31, 2022. Fiscal 2021 overseas contingency operations, defense funds in the amount of $56,595,123 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

L-3 Fuzing and Ordnance Systems Inc., Cincinnati, Ohio, was awarded a $29,256,541 modification (P00018) to contract W15QKN-17-C-0024 for multi-option fuzes for mortars and point detonating/delay fuzes. Work will be performed in Cincinnati, Ohio, with an estimated completion date of Nov. 30, 2022. Fiscal 2020 and 2021 procurement of ammunition, Army funds in the amount of $29,256,541 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

Amentum Services Inc.,* Germantown, Maryland, was awarded a $16,290,940 modification (0003BP) to contract W52P1J-12-G-0028 for Army prepositioned stocks. Work will be performed in Qatar and Kuwait, with an estimated completion date of July 2, 2021. Fiscal 2021 operation and maintenance, Army funds in the amount of $16,290,940 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

HHI Corp., Ogden, Utah, was awarded a $16,279,996 firm-fixed-price contract for support of the F-35A Lighting II Joint Strike Fighter staging area at Hill Air Force Base. Bids were solicited via the internet with three received. Work will be performed at Hill AFB, Utah, with an estimated completion date of April 14, 2022. Fiscal 2021 military construction, Army funds in the amount of $16,279,996 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0008). 

BJD Services LLC, Las Vegas, Nevada, was awarded a $14,245,220 firm-fixed-price contract for grounds maintenance at Fort Benning, Georgia. 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 Dec. 31, 2025. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-21-D-0002). 

BAE Systems Ordnance Systems Inc., Kingsport, Tennessee, was awarded an $8,098,454 modification (P00736) to contract DAAA09-98-E-0006 for a request for equitable adjustment resulting from costs incurred to operate Holston Army Ammunition Plant from Oct. 1, 2017, to Sept. 30, 2018. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Jan. 29, 2021. Fiscal 2020 procurement of ammunition, Army funds in the amount of $8,098,454 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

*Small business

12/31

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $189,266,657 predominately firm-fixed-price modification (P00001) to contract FA8634-21-C-2702 for F-15 Eagle Passive Active Warning and Survivability System (EPAWSS) low-rate initial production (LRIP). This contract modification adds government furnished property repair as well as acquisition of Group A and B kits, support equipment, mod line standup, technical orders and interim contractor support efforts for the LRIP of the EPAWSS systems which will be installed on existing F-15 aircraft. Work will be performed in San Antonio, Texas, and is expected to be completed Dec. 31, 2026. Fiscal 2020 production funding in the amount of $92,624,357 are being obligated at the time of award. The total cumulative face value of the contract is $268,836,240. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

NAVY

Thoma-Sea Marine Constructors LLC,* Houma, Louisiana, is awarded a $178,082,877 firm-fixed-price modification to a previously-awarded contract (N0002419C2216) to exercise options for the detail design and construction of the National Oceanic and Atmospheric Administration (NOAA) Auxiliary General Oceanographic Research Variant (NAV) Ship 1 and Ship 2. This award completes Phase II of the NAV two-phase, down-select competition. This option exercise is for the detail design and construction for the NAV Ships 1 and 2. Thoma-Sea Marine Constructors LLC will be the shipyard responsible for the ship construction of the two NAV vessels (lead ship and additional ship). Work will be performed in Houma, Louisiana (60%); Alpharetta, Georgia (15%); Lynnwood, Washington (7%); New Orleans, Louisiana (6%); Gray, Louisiana (5%); Crozet, Virginia (3%); Alesund, Norway (2%); Amelia, Louisiana (1%); and various locations across the U.S. (each less than 1%), and is expected to be completed by June 2024. Procurement, acquisition, and construction (NOAA) funding in the amount of $178,082,877 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. 

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $65,328,774 cost-plus-incentive-fee and cost-only modification to a previously awarded contract (N00024-19-C-5603) for Ship Self-Defense System Combat System engineering support. Work will be performed in Moorestown, New Jersey (85%); and San Diego, California (15%), and is expected to be completed by December 2021. Fiscal 2021 research, development, test and evaluation (Navy) ($774,608; 42%); 2018 shipbuilding and conversion (Navy) ($739,015; 40%); fiscal 2017 shipbuilding and conversion (Navy) ($193,452; 10%); and 2016 shipbuilding and conversion (Navy) ($154,739; 8%) funding 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.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $63,318,190 firm-fixed-price modification to previously-awarded contract N00024-20-C-5380 to exercise options to procure MK 41 Vertical Launching System canisters and ancillary hardware. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by December 2023. This contract modification combines purchases for the Navy (99%); and the government of Netherlands (1%) under the Foreign Military Sales (FMS) program. Fiscal 2021 weapons procurement (Navy) ($46,466,921; 73%); 2021 Defense-wide procurement ($16,267,669; 26%); and FMS Netherlands ($583,600; 1%) funding 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.

B. L. Harbert International LLC, Birmingham, Alabama, was awarded a $46,487,791 firm-fixed-price contract for the construction of facilities to support the cultural and process improvement program MQ-9 Mission Control Element Group at Shaw Air Force Base, South Carolina. The contract also contains 11 unexercised options, which if exercised would increase cumulative contract value to $55,395,736. The work to be performed provides for the construction of a headquarters building and an operations building which will house a multitude of various MQ-9 missions in support of the remote piloted aircraft program and operation needs. The complex will be focused around an exterior courtyard that promotes interaction amongst squadron personnel while allowing for a shared entry access point from the parking areas. The facilities design will utilize the roof lines to create a visually integrated complex. The options, if exercised, provide for a roadway and roundabout, landscape architecture enhancement, overhead electrical line relocation, data center cabinets and racks at the operations building, an electronic security system (ESS) at the operations building, an ESS at the headquarters building, furniture, fixtures and equipment at the headquarters and operations buildings and an audio visual package at the headquarters and operations buildings. Work will be performed in Sumter, South Carolina, and is expected to be completed by December 2022. Fiscal 2019 military construction, (Air Force) contract funds in the amount of $46,487,791 are obligated on this award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with six proposals received. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-21-C-0004).  (Awarded Dec. 30, 2020)

CACI Enterprise Solutions Inc., Chantilly, Virginia, is awarded a $28,438,031 firm-fixed-price, cost-plus-fixed-fee modification (P00013) to a previously awarded contract (N3220519F1044). This modification exercises Option Year Two of four planned options for continued integrated business systems support to Military Sealift Command’s business systems and ashore operations. The contract assists the command’s integrated business systems support services which manage, operate, and maintain the command’s business systems, as well as interfaces with Navy enterprise defense business systems. Additionally, this contract allows MSC to integrate all of its business systems into a single, integrated business system to meet emergent and newly mandated requirements — specifically, federal compliance mandates such as financial improvement and audit readiness, growing cybersecurity concerns, cloud migration, and interoperability and integration with Navy and federal programs of record. This modification exercises and funds Option Year Two, a 12-month period of performance commencing Jan. 1, 2021, through Dec. 31, 2021. Work under this modification will be performed in Norfolk, Virginia. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Serco – IPS Corp., Herndon, Virginia, is awarded an $18,325,525 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00174-18-C-0015) to procure professional support services for the Naval Sea System Command’s deputy commander for surface warfare. Work will be performed in Washington, D.C. (55%); Norfolk, Virginia (19%); San Diego, California (18%); Mayport, Florida (2%); Yokosuka, Japan (2%); Sasebo, Japan (1%); Manama, Bahrain (1%); Pascagoula, Mississippi (1%); and Pearl Harbor, Hawaii (1%), and is expected to be complete by April 2021. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,350,000 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

SPACE DEVELOPMENT AGENCY

Space Exploration Technologies Inc. (SpaceX), Hawthorne, California, has been awarded a $150,450,000 firm-fixed-price contract for launch services from Vandenberg Air Force Base for the Space Development Agency’s Tranche 0 Transport and Tracking Layer space vehicles. This award was made based on the Tranche 0 Launch request for proposal (HQ085021R0001) released Oct. 6, 2020, to which responses were due Nov. 9, 2020. SpaceX will provide standalone launch services via two launches, with the first launch occurring in September 2022, and the entire constellation on orbit no later than March 31, 2023. Work will be performed in Hawthorne, California; Vandenberg AFB, California; and McGregor, Texas. Fiscal 2020 and 2021 defense-wide research, development, test and evaluation funds will be obligated at the time of award. The Space Development Agency, Washington, D.C., is the contracting activity (HQ085021C0005).

MISSILE DEFENSE AGENCY

Lockheed Martin Corp., Huntsville, Alabama, is being awarded a $62,151,901 modification (P00098) for an existing sole source contract (HQ0147-14-C-0004) for targets and countermeasures highly specialized services. This modification brings the total maximum ceiling value of this contract from $213,952,732 to $276,104,633. This modification provides for the extension to the period of performance to allow for additional work in support of specific Joint Emergent Operational Need activities and other mission-related efforts. The work will be performed at Huntsville, Alabama. The period of performance is from Dec. 9, 2013, to Sept. 30, 2027. Research, development, test and evaluation funds will be utilized for this effort. No funding is being obligated at the time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity.

ARMY

AAI Corp., doing business as Textron Systems, Hunt Valley, Maryland, was awarded a $36,680,072 fixed-price-incentive contract for contractor logistics support for the Tactical Unmanned Aircraft System. Bids were solicited via the internet with one received. Work will be performed in Hunt Valley, Maryland, with an estimated completion date of Dec. 31, 2021. Fiscal 2021 operation and maintenance, Army funds in the amount of $36,680,072 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-C-0013). 

*Small business
This entry was posted on Tuesday, January 05, 2021 11:10 am

Leave a Reply

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

Notify me of updates to this conversation