INSIDE THE

NEWS + ADVICE

DoD Contracts: Raytheon, Lockheed Martin, Booz Allen, Week of 11-14-22 to 11-18-22

Posted by Ashley Jones

11/14

aircraft

AIR FORCE

John Hopkins University, Laurel, Maryland, has been awarded a $150,001,000, cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to contract FA8656-20-D-0005 for Air Warfare Systems. The contract modification provides services for advanced development, acquisition, and test and evaluation of aerospace systems, to include munitions, cyber warfare and electronic warfare elements. Work will be performed in Laurel, Maryland, and is expected to be completed July 31, 2026. No funds are being obligated at the time of award. Total cumulative face value of the contract is $250,000,000.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Fury Solutions JV, Xenia, Ohio, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, ceiling contract in the amount of $44,700,000 for a Multilateral Administrative Requirements Vehicle. This contract provides for commercial administrative services for day-to-day administrative and data entry requirements to support the Phillips Research Site, Air Force Research Laboratory (AFRL) space vehicles, AFRL directed energy and geographically separated units or locations with an AFRL presence. Work will primarily be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed Nov. 30, 2027. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $159,501, will be obligated at the time of award. Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9451-23-D-A001).

Sierra Lobo Inc., Fremont, Ohio, has been awarded a $42,009,032 cost-plus-fixed-fee contract for rocket technology engineering services. This contract provides for on-site advisory and assistance services with the capability to support research and development of rocket propulsion components and systems of systems. Work will be performed at Edwards Air Force Base, California, and is expected to be completed Jan. 31, 2029. This award is the result of a competitive task order One Acquisition Solution for Integrated Services award. Fiscal 2023 research, development, test and evaluation funds in the amount of $471,400 are being obligated at the time of award. Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9300-23-F-6001).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an $8,956,476 modification (P00028) to contract FA8730-16-C-0006 for Japan E-767 Airborne Warning and Control System post delivery support. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; Seattle, Washington; and Japan, and is expected to be completed in November 2024. This modification involves Foreign Military Sales to Japan. Total cumulative face value of the contract is $37,662,016. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 457-day bridge contract with no option periods. Location of performance is Alaska, with a Feb.15, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0001).

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 395-day bridge contract with no option periods. Locations of performance are Ohio, Kentucky, Indiana, Nebraska, Wisconsin, Iowa, Missouri, Minnesota, Michigan, North Dakota and South Dakota, with a Dec. 15, 2023, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0003).

Sawasawa LLC, Los Angeles, California, has been awarded a maximum $8,332,500 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-1515) with four one-year option periods for moisture wicking t-shirts. This is an indefinite-delivery contract. The ordering period end date is Nov. 29, 2023. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $37,749,997 modification (P00041) to contract W31P4Q-19-C-0077 for recapitalization of the Multiple Launch Rocket System into the M270A2 configuration. Work will be performed in Camden, Arkansas; New Boston, Texas; and Grand Prairie, Texas, with an estimated completion date of May 31, 2026. Fiscal 2019, 2020 and 2021 missile procurement, Army funds in the amount of $37,749,997 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $31,917,256 modification (P00001) to contract W56HZV-22-F-0413 for M2A4 and M7A4 Bradley Fighting Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Aug. 23, 2023. Fiscal 2022 weapons and tracked combat vehicle procurement, Army funds in the amount of $31,917,256 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $36,180,137 cost-plus-incentive-fee modification to previously awarded contract N00024-08-C-2110. This definitization modification is for work previously authorized and completed — related to the various warfare system installations and testing necessary to support the completed construction for USS Gerald R. Ford (CVN 78). Work was performed in Newport News, Virginia, and has completed. Fiscal 2015 shipbuilding and conversion (Navy) in the amount of $12,529,382 (35%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $17,118,882 (47%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $6,531,873 (18%) was obligated for the award. No additional obligations are required for this definitization. This contract was not competitively procured. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $27,584,830 cost-plus-incentive-fee undefinitized modification (P00078) to a previously awarded contract (N0001919C0010). This modification adds scope for the production and delivery of long-lead material in support of Band 2/5 Radar Warning Receiver integration from preliminary design review to development test complete, and associated mission data file development for the Common Reprogramming Tool for the F-35 Program. Work will be performed in Baltimore, Maryland (99%); and Fort Worth, Texas (1%), and is expected to be completed in February 2025. Fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $3,318,920; fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $3,318,920; and non-U.S. Department of Defense partner funds in the amount of $1,462,160 will be obligated at the time of award, $6,637,840 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Noblis MSD, San Diego, California, is awarded a $14,882,579 modification to previously awarded contract N66001-21-D-0008 to provide engineering services and support to the Consolidated Afloat Networks and Enterprise Services program. This modification increases the value of the basic contract by $14,882,579 to the new value of $84,676,418. This modification will increase the ceiling value of the contract. Work will be performed in San Diego, California (86%); Norfolk, Virginia (3%); Charleston, South Carolina (3%); Yokosuka, Japan (5%); and Forward Deployed Naval Forces (3%). The period of performance is from October 2020 to October 2025. Funds will be obligated via task orders beginning fiscal 2023. Funding types include operation and maintenance (Navy); research, development, test and evaluation; other procurement (Navy); and other funding, which may include working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $10,208,247 cost-plus fixed-fee modification to previously awarded contract N00024-08-C-2110. This definitization modification covers the previously authorized installation of the Consolidated Afloat Networks and Enterprise Services system on USS Gerald R. Ford (CVN 78). Work was performed in Newport News, Virginia, and has completed. Fiscal 2018 operation and maintenance (Navy) funds in the amount of $9,177,300 (90%); and fiscal 2019 operation and maintenance (Navy) funds in the amount of $1,030,947 (10%) were obligated at the time of work authorization. No additional funding is required for this definitization. In accordance with Title 10, U.S. Code, Section 7313(b), funding was available for the effort under contract N00024-08-C-2110. This contract was not competitively procured. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity. 

Serco Inc., Herndon, Virginia, was awarded a $6,835,818 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N66001-23-D-0007) to maintain and operate a Satellite Communication Capability-Based In-Service Engineering Activity Antenna refurbishment effort for Naval Information Warfare Center (NIWC) Pacific. This one-year contract includes four one-year options, which, if exercised, would bring the cumulative value of this contract to $47,359,289. Work will be performed in Ludlow, Massachusetts. The period of performance of the base award is November 2022 to November 2023, and if all options are exercised, the period of performance would extend through November 2027. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy) and ship construction (Navy) appropriations. This contract was competitively procured using full and open competition via request for proposal N66001-22-R-0036, which was published on the System for Award Management website and the Naval Information Warfare Systems Command e-Commerce Central website. NIWC Pacific, San Diego, California, is the contracting activity. (Awarded Nov. 10, 2022)

*Small business

11/15

U.S. SPECIAL OPERATIONS COMMAND

Seventh Dimension LLC, Mocksville, North Carolina, was awarded an indefinite-delivery/indefinite-quantity contract (H92239-23-D-0001) in the amount of $137,117,875 in support of the U.S. Army John F. Kennedy Special Warfare Center and 1st Special Warfare Training Group, Fort Bragg, North Carolina. Fiscal 2023 operations and maintenance funds in the amount of $6,244,417 were obligated at the time of the award. The work will be performed in the vicinity of Camp MacKall, North Carolina, and performance will be completed on Nov. 15, 2027. This contract was awarded through competitive procedures and competition was limited to service disabled veteran owned small businesses. U.S. Special Operations Command Headquarters, Tampa, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Science Applications International Corp., Fairfield, New Jersey, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S .Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 426-day bridge contract with no option periods. Locations of performance are Colorado, New Mexico, Oklahoma, Arkansas and Kansas, with a Jan. 15, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0008).

SupplyCore,* Rockford, Illinois, has been awarded a maximum $90,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 486-day bridge contract with no option periods. Locations of performance are North Carolina, South Carolina, Georgia and Tennessee, with a March 15, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0009).

Federal Prison Industries,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $20,748,291 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the modular lightweight load carrying equipment hand grenade pouch, flash bang grenade pouch, canteen/general purpose pouch and the M4 two magazine pouch. This is a three-year contract with no option periods. Locations of performance are Indiana, Louisiana and North Carolina, with a Nov. 14, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-F003).

UPDATE: Unimed Government Services LLC,* Lakeville, Minnesota (SPE2DH-23-D-0002, $48,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-16-R-0002 and awarded Oct. 6, 2016. 

ARMY

Sikorsky, a Lockheed Martin Company, Stratford, Connecticut, was awarded a $98,932,185 modification (P00007) to contract W58RGZ-22-C-0010 for UH-60M Black Hawk aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2022 aircraft procurement, Army funds in the amount of $98,932,185 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Gideon Contracting LLC,* San Antonio, Texas, was awarded a $9,999,604 firm-fixed-price contract to design and construct approximately 9,500 linear feet of raw waterline on Tinker Air Force Base. Bids were solicited via the internet with five received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of May 8, 2024. Fiscal 2023 military construction, defense-wide funds in the amount of $9,999,604 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-F-0013).

NAVY

Science Applications International Corp. (SAIC), Reston, Virginia (N0003923A1000); SERCO Inc., Herndon, Virginia (N0003923A1001); DRS Laurel Technologies Partnership, Johnstown, Pennsylvania (N0003921A1002); and Micro USA Inc., Poway, California (N0003923A1003), are awarded a $52,000,000 firm-fixed-price blanket purchase agreement (BPA) for production of the C2P hardware system. The BPA covers the production of up to 74 units per contractor along with the associated program management, testing and logistics support to deliver the units. The total potential value of the BPA is $52,000,000, per vendor. The total length of the ordering period is 48 months. Units will be manufactured in Reston, Virginia; Herndon, Virginia; Johnstown, Pennsylvania; and Poway, California, with an expected completion date of October 2026. Fiscal 2023 other procurement (Navy) funds will be obligated on a delivery order level issued at the time of placement of individual delivery calls. The BPA was negotiated using the procedures defined under Defense Federal Acquisition Regulation 13.5 for orders less than $15,000,000. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

American Petroleum Tankers LLC, Blue Bell, Pennsylvania, is awarded a $25,367,500 firm-fixed-price with reimbursable elements contract (N3220523C4144) for time charter of one U.S.-flagged Jones Act compliant, double hull tanker Evergreen State to provide support for Department of Defense/Defense Logistics Agency Energy requirements. This contract includes a 12-month base period with three 12-month option periods, and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $131,806,500. Work will be performed worldwide and is expected to be completed if all options are exercised, by December 2027. Working capital (Transportation) funds in the amount of $25,367,500 are obligated for fiscal 2023, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System for Award Management website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4144).

R A Burch Construction Co. Inc.,* Ramona, California, is awarded an $18,862,766 firm-fixed-price task order (N6247323F4080) under previously awarded contract N62473-20-D-1126 for the repair of Bachelor Enlisted Quarters 210705 at Marine Corps Base Camp Pendleton, California. This contract provides for essential repairs and renovation of all rooms. Work will be performed in Camp Pendleton, California, and is expected to be completed by November 2024. Fiscal 2023 operation and maintenance (Marine Corps) funds are obligated on this award and will expire at the end of the current fiscal year. This contract was not competitively procured via the System for Award Management website, in accordance with Defense Federal Acquisition Regulation 16.505. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.  

Melwood Horticultural Training Center Inc., Upper Marlboro, Maryland, is awarded a $13,833,794 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N40080-21-D-3504) to exercise Option Period Two for custodial services at the U.S. Naval Academy complex. This award brings the total cumulative contract value to $28,182,507. Work will be performed in Annapolis, Maryland, and is expected to be completed by November 2022. No funds will be obligated at time of award. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,528,274 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity.

Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is awarded an $11,959,490 modification (P00004) to firm-fixed-price order N0042122F0146 against a previously issued basic ordering agreement (N0042121G0005). This modification exercises an option to provide ongoing development, implementation, test, and certification in support of advanced waveform integration capabilities integrated into AN/ARC-210 (V) Gen5A and Gen6 radios formally released operational flight program and crypto sub-systems software for the Navy. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in November 2023. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $11,959,490 will be obligated at the time of award, none 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.

Metron Inc.,* Reston, Virginia, is awarded a $7,806,349 cost-plus-fixed-fee contract for Algorithm and Simulation Research in Advanced Undersea Mission Autonomy. This contract provides for applied research investigations, technical expertise and software development effort consistent with overall project objectives. Research and technical elements shall include, but not be limited to, model development, algorithm research and development, objective planning and system-level performance assessments. Metron’s work will include ashore and embedded sensor fusion, human-machine planning algorithms and software, autonomous controllers, and advanced control algorithms. Work will be performed in Reston, Virginia, and is expected to be completed by Nov. 14, 2027. The maximum dollar value, including a 60-month base period with no options, is $7,806,349. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $15,000; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $100,000 are obligated at time of award. Funds in the amount of $15,000 will expire at the end of the current fiscal year. This contract was competitively procured under N00014-22-S-B001, a long range business associate agreement (BAA) for science and technology projects for advancement and improvement of Navy and Marine Corps operations. Since proposals will be 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 (N00014-23-C-2002).

MISSILE DEFENSE AGENCY

Raytheon Missiles and Defense, Tucson, Arizona, is being awarded a firm-fixed-price modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $29,485,046, which increases the total value of the agreement to $91,856,780. Under this modification, the performer will continue to develop and refine their Glide Phase Interceptor concept during the materiel solutions analysis phase. The work will be performed in Tucson, Arizona; El Dorado Hills, California; Tewksbury, Massachusetts; Woburn, Massachusetts; and Huntsville, Alabama. The modification period of performance is from Nov. 16, 2022, through July 2, 2023. This initial agreement was competitively awarded using other transaction authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate the amount of $9,828,349 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290003).

Northrop Grumman Corp., Chandler, Arizona, is being awarded a firm-fixed-price modification to a previously awarded other transaction prototype agreement to extend the existing period of performance. The value of this modification is $17,821,784, which increases the total value of the agreement to $78,106,432. Under this modification, the performer will continue to develop and refine their Glide Phase Interceptor concept during the materiel solutions analysis phase.  The work will be performed in Chandler, Arizona. The modification period of performance is from Nov. 16, 2022, through July 2, 2023. This initial agreement was competitively awarded using other transaction authority provided by 10 U.S. Code 4022 through the Enhanced Hypersonic Defense Broad Agency Announcement with Glide Phase Interceptor Special Topic, HQ0851-21-S-0001. Research, development, test, and evaluation funds will be used to fund the modification. The government will obligate in the amount of $5,940,595 at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ08512290002).

*Small business
**Mandatory source

11/16

NAVY

General Dynamics, Bath Iron Works, Bath, Maine, is awarded an $181,983,583 cost-plus-award-fee modification against previously awarded contract N00024-19-C-4452, DDG-51 Planning Yard Services. This modification exercises the final option period for the continuation of integrated planning yard services and long lead-time material for the Arleigh Burke-class ships. Work will be performed in Bath, Maine, and is expected to be completed by January 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $2,346,518 (51%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,251,962 (49%) will be obligated at the time of award. Operations and maintenance (Navy) funding will expire at the end of the current fiscal year; however, 10 U.S. Code 2410(a) authority will be invoked to allow the period of performance to be extended past the funding expiration date of Sept. 30, 2023. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $153,735,465 firm-fixed-price modification to previously awarded contract M67854-16-0006 for Amphibious Combat Vehicles (ACVs). The total cumulative face value of the contract is $2,074,435,899. This contract modification provides for the exercise of options for the procurement of 30 full rate production ACVs and associated production, and fielding and support costs. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of December 2024. Fiscal 2023 procurement (Marine Corps) funds in the amount of $153,735,465 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-16-C-0006).

General Atomics – Aeronautical Systems Inc., Poway, California, is awarded a $46,939,334 firm-fixed-price modification (P00002) to an order (N0001922F2395) against a previously issued basic ordering agreement (N0001922G0006). This modification exercises an option to provide spares necessary for the successful operational capability of the Marine Air Ground Task Force Unmanned Aircraft System Expeditionary Medium Altitude Long Endurance MQ-9A Block 5 Reaper air vehicles, ground control stations, and ancillary equipment.  Work will be performed in Poway, California (52%); San Diego, California (15%); Walpole, Massachusetts (5.1%); Carlsbad, California (5%); St. Charles, Missouri (2.7%); El Cajon, California (2.5%); Oxnard, California (1.5%); Farmingdale, New York (1.3%); Herndon, Virginia (1.3%); Aurora, Ohio (1.05%); Ontario, California (1%); Nevada City, California (1%); Tulare, California (1%); Huntsville, Arkansas (1%); Miami, Florida (1%); Newberry, South Carolina (1%); various locations within the continental U.S. (5.8%); and Toronto, Canada (.75%), and is expected to be completed in February 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $46,939,334 will be obligated at the 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.

Lockheed Martin, Baltimore, Maryland, was awarded a $44,992,225 firm-fixed-price order to the previously awarded contract N00024-18-C-2301 to provide procurement and engineering efforts in support of small combatant propulsion system sparing. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed by October 2025. The contract also contains options, which if exercised would increase cumulative contract value to $168,876,672 and be complete by October 2028. Foreign Military Sales funding in the amount of $44,992,225 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. Awarded on September 26, 2022. 

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $14,117,552 firm-fixed-price modification (P00005) to an order (N0001920F0157) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to provide non-recurring engineering, supplies and support necessary for the low rate initial production Lot 1 deployable configuration updates for the CH-53K heavy lift replacement aircraft for the Navy. Work will be performed in West Palm Beach, Florida, and is expected to be completed in December 2023. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $14,117,552 will be obligated at the 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.

General Microwave Corp.,* Syosset, New York, is awarded a $12,883,118 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the fabrication, test and delivery of modulator, signal generators (radio frequency module) to include teardown and evaluations, repairs and hardware modifications to modify or develop variants that will significantly improve and maintain the airborne threat simulation organization’s capabilities as a leader in electronic attack and active emitter systems for the simulation of threats against U. S. forces in a dynamic electronic warfare environment. Work will be performed in Syosset, New York, and is expected to be completed in November 2027. 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. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893623D0004).

Raytheon Missiles and Defense Systems, Marlborough, Massachusetts, is awarded an $8,100,000 not-to-exceed, firm-fixed-price undefinitized contract action as a modification to previously awarded contract N00024-16-C-5370 for one Enterprise Air Surveillance Radar emulator. Work will be performed in Cerritos, California (93%); and Marlborough, Massachusetts (7%), and is expected to be completed by September 2023. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $3,252,500 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 Navy Yard, Washington, D.C., is the contracting activity.

ARMY

Airbus U.S. Space & Defense Inc., Arlington, Virginia, was awarded a $42,588,842 modification (P00027) to contract W58RGZ-22-C-0022 to increase flying hours. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 31, 2022. Fiscal 2023 operation and maintenance, Army funds in the amount of $42,588,842 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

*Small business

11/17

ARMY

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $146,725,463 firm-fixed-price contract for flat-bottom hull Stryker vehicles. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0007).

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $97,135,912 modification (P00054) to contract W31P4Q-17-D-0026 for highly specialized technical support for the PAC-3 Missile Field Surveillance Program and missile post-production activities. 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 May 19, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Allison Transmission Inc., Indianapolis, Indiana, was awarded a $51,097,224 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for transmission upgrades for the Abrams Main Battle Tank. Bids were solicited via the internet with one received. Work will be performed in Indianapolis, Indiana, with an estimated completion date of Dec. 29, 2023. Fiscal 2022 weapons and tracked combat vehicle procurement, Army; and Foreign Military Sales (Australia) funds in the amount of $51,097,224 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-F-0015).

NAVY

StandardAero Inc., San Antonio, Texas, is awarded a $133,488,026 modification (P00020) to a previously awarded, firm-fixed-price, time and materials, indefinite-delivery/indefinite-quantity contract (N0001918D0110). This modification exercises an option to provide P-8A Poseidon CFM56-7B27A/3 and CFM56-7B27AE engine depot-level maintenance and repair in support of the Navy, the government of Australia, and Foreign Military Sales customers. Work will be performed in Winnipeg, Manitoba, Canada (86%); Cincinnati, Ohio (11%); and San Antonio, Texas (3%), and is expected to be completed in October 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Centurum Information Technology Inc., Marlton, New Jersey, was awarded a $50,885,129 indefinite-delivery/indefinite-quantity contract (N66001-23-D-0014) to provide maintenance and operation of a restoration depot for the fabrication, restoration, repair, overhaul, and calibration of electro-mechanical and mechanical shipboard, ground, and airborne assemblies, subassemblies, and test equipment for worldwide technical support to government agencies, fleet and shore facilities. This two-year contract includes three, one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $140,131,480. Work will be performed in San Diego, California.  The period of performance of the base award is from November 2022 through November 2024. If all options are exercised, the period of performance would extend through November 2027. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using other procurement (Navy); operations and maintenance (Navy); research, development, test and evaluation (Navy); and ship construction (Navy) appropriations. This contract was competitively procured as a small business set aside via a request for proposal (N66001-22-R-0037) which was published on the System for Award Management website and the Naval Information Warfare Systems Command e-Commerce Central website. Three offers were received and one selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. (Awarded Nov. 15, 2022)

Continental Maritime of San Diego LLC, San Diego, California, is awarded a $29,199,899 firm-fixed-price contract for maintenance, modernization and repair of USS Tripoli (LHA 7) fiscal 2023 selected restricted availability. The scope of this acquisition includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for managing critical modernization, maintenance, training, and inactivation programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $33,475,088. Work will be performed in San Diego, California, and is expected to be completed by February 2024. If all options are exercised, work will continue through February 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $26,419,706 (90.5%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,468,943 (8.5%); and fiscal 2022 other procurement (Navy) funds in the amount $311,250 (1.0%) will be obligated at the time of award, of which $2,468,943 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-4403).

Jacobs EwingCole JV, Pasadena, California, is awarded a $25,000,000 firm-fixed-price modification to previously awarded contract N62473-18-D-5801 for multi-discipline architect-engineering services for large projects under the military construction program within the Naval Facilities Engineering Systems Command Southwest area of responsibility. Award of this modification brings the total cumulative contract value to $295,000,000. Work will be performed at Navy, Marine Corps, and other government facilities within the U.S. Southwest region, including, but not limited to, California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by October 2023. No funds will be obligated at time of award and will be obligated on individual task orders as they are issued. Task orders will be primarily funded by military construction (Navy) funds. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Technology Management Group Inc.,* King George, Virginia, is awarded a $16,800,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide technical and analytical services for combat and material development; project/program management; science and  technology; networking and communication; research, development, test and evaluation; technical and analytical; and stakeholder liaison support to the Department of Defense Non-Lethal Weapons Program. It also provides technical and analytical services that support requirements generation; research, development, testing and evaluation; acquisition program management, strategic analysis and planning, Joint Operation Concept reviews, and technical analysis related to nonlethal weapons intermediate force capabilities for both counter-personnel and counter-materiel capability gaps and solutions, and human effects characterization. The maximum dollar value, including five ordering periods, is $16,800,000. Work will be performed in San Antonio, Texas (25%); Virginia Beach, Virginia (25%); Quantico, Virginia (12.5%); Fort Eustis, Virginia (12.5%); Washington, D.C. (12.5%); and MacDill Air Force Base, Florida (12.5%), and is expected to be completed by May 2027. Fiscal 2023 operations and maintenance (Marine Corps) funds in the amount $1,077,506 are being obligated at time of award and will expire at the end of the current fiscal year. The contract was competitively procured as a small business set-aside and solicited through the System for Award Management website, with three proposals received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-7205).  

AIR FORCE

Lockheed Martin, Liverpool, New York, has been awarded an $84,503,257 firm-fixed-price contract for the Kuwait Ground Based Radar Systems. This contract provides for four standalone radar systems, ancillary equipment, spares, training, warranty, and contractor logistic support. This contract includes options, all of which are being exercised at the time of award. Work will be performed in Liverpool, New York; and Kuwait, and is expected to be completed Nov. 11, 2027. This contract involves Foreign Military Sales (FMS) to Kuwait and is the result of a sole-source acquisition. FMS Funds in the amount of $84,336,361 are being obligated at the time for award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-23-C-0006).

U.S. SPECIAL OPERATIONS COMMAND

MCP Computer Products Inc., San Marcos, California, was awarded a $10,252,144 (H92415-23-F-0004) firm-fixed-price order for Dell laptops and associated equipment with a delivery of 60 days after the date of the order. Fiscal 2023 operations and maintenance funds in the amount of $10,252,144 are being obligated at the time of award. This blanket purchase agreement (BPA) was solicited and issued using full and open after exclusion of sources, brand name or equal acquisition strategy. There were 10 offers received on the solicitation. MCP Computer Products is designated a GSA Advantage Select Multiple Agency BPA in accordance with Federal Acquisition Regulation 8.405-3. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity. (Awarded Nov. 15, 2022)

*Small business

11/18

AIR FORCE

PD Power Systems LLC, Springfield, Virginia, was awarded a $482,000,000 maximum indefinite-delivery/indefinite-quantity contract for 72-kilowatt ground power units. This contract provides for testing and production of 72-kilowatt ground power units, along with associated data deliverables including, test reports, provisioning, and technical manuals. Work will be performed in Springfield, Virginia, and is expected to be completed by Nov. 17, 2032. This award is the result of a competitive acquisition, and eight offers were received. Fiscal 2023 procurement funds in the amount of $5,878,740 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-23-D-0002).

Aviation Ground Equipment Corp., Melville, New York, has been awarded a $482,000,000 maximum indefinite-delivery/indefinite-quantity contract for 72-kilowatt ground power units, 144-kilowatt ground power units, and 144-kilowatt Universal Load Banks. This contract provides for testing and production of 72- kilowatt ground power units, 144 kilowatt ground power units, and 144 kilowatt Universal Load Banks, along with associated data deliverables including test reports, provisioning, and technical manuals. Work will be performed at Melville, New York, and is expected to be completed by Nov. 17, 2032.  This contract was a competitive acquisition, and eight offers were received. Fiscal 2023 procurement funds in the amount of $22,049,400 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8532-23-D-0001).

Booz Allen Hamilton, McLean, Virginia, has been awarded a $14,705,256 cost-plus-fixed-fee contract for research and development. This contract provides for research and development on the application of advanced data processing, artificial intelligence, and machine learning to aid platform cognitive capability and next sortie reprogramming. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Feb. 18, 2026. This contract was a competitive acquisition, and six offers were received. Fiscal 2022 research and development funds in the amount of $1,500,000; and fiscal 2023 research and development funds in the amount of $50,000 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-23-C-1054).

Raytheon Co. Missile Systems Division, Tucson, Arizona, was awarded a $9,491,491 modification (P00019) to previously awarded contract FA8675-19-C-0004 for fiscal 2023 High-Speed Anti-Radiation Missile Targeting System contractor logistics support services. The total cumulative face value of the contract is $92,270,682. Work will be performed in Tucson, Arizona, and is expected to be completed by May 31, 2023.  Fiscal 2023 operations and maintenance funds in the amount of $9,491,491 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. 

GE-Aviation, Cincinnati, Ohio, has been awarded an $8,976,280 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the F110 engine test cell adapter kit. This contract provides for the F110-GE-129 engine test cell support equipment and installation of the support equipment. Work will be performed in Cincinnati, Ohio, and is expected to be completed by Aug. 29, 2025. This contract involves Foreign Military Sales (FMS) to Taiwan. This award is the result of a sole-source acquisition. Fiscal 2023 and FMS funds in the amount of $8,976,280 are being obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-23-D-0003).

NAVY

Raytheon Missile and Defense, Tucson, Arizona, is awarded an $113,938,855 modification (P00008) to a previously awarded, fixed-price incentive (firm target) contract (N0001921C0723). This modification provides for the production and delivery of additional AIM-9X production Lot 22 requirements to include: 145 AIM-9X Block II all up round tactical missiles (104 for the Army; 41 for the Navy); one Block II Captive Air Training Missile for the Air Force; 14 Block II special air training missiles (11 for the Army; 3 for the Air Force); eight Block II captive test missiles (5 for the Army; 3 for the Air Force); 42 all up round containers (31 for the Army; 9 for the Air Force; and 2 for Foreign Military Sales (FMS)); four spare advanced optical target detectors for the Navy; two spare advanced optical target detector containers for the Navy; 11 spare Block II guidance units (live battery) (7 for FMS; 4 for the Navy); nine spare Block II+ guidance units (live battery) for FMS; 13 guidance unit containers for FMS; 55 spare Block II Captive Air Training Missile guidance units (inert battery) (32 for the Navy; 15 for the Air Force; 8 for FMS); one tail cap for FMS; 13 Block II tactical sectionalization kits (10 for the Navy; 3 for FMS); one Block II+ tactical sectionalization kit for FMS; 30 Block II Captive Air Training Missile sectionalization kits (27 for the Navy; 3 for FMS); three spare Block II electrical units for the Navy; one multi-purpose training missile for the Navy; three support equipment for FMS; 10 general purpose controllers for FMS; three other lot spare assets (1 for the Navy; 1 for the Air Force; 1 for FMS); and non-recurring engineering associated with Systems Improvement Program III transition to production activities. Work will be performed in Tucson, Arizona (21.64%); North Logan, Utah (28.09%); Linthicum Heights, Maryland (18.88%); Minneapolis, Minnesota (11.46%); Murrieta, California (8.42%); Saint Albans, Vermont (7.75%); Ann Arbor, Michigan (1.44%); Warrington, Pennsylvania (1.22%); and various locations within the continental U.S. (1.10%), and is expected to be completed in November 2025. Fiscal 2022 research, development, test and evaluation (Army) funds in the amount of $55,534,418; fiscal 2022 weapons procurement (Navy) funds in the amount of $30,299,446; fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $926,999; fiscal 2022 missile procurement (Air Force) funds in the amount of $12,799,324; fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $2,688,518; and FMS customer funds in the amount of $11,690,150 will be obligated at the time of award; $59,149,935 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Adams Communication and Engineering Technology Inc.,* Reston, Virginia, is awarded a $37,470,104 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement indefinite-delivery/indefinite-quantity contract.  This contract provides for non-recurring and recurring efforts required to fabricate, assemble, and support prototyping, system integration, and installation of depot modifications associated with engineering changes to H-53 aircraft for the Navy, Marine Corps and Foreign Military Sales customers. Work will be performed in New River, North Carolina (40%); Miramar, California (35%); Patuxent River, Maryland (5%); Norfolk, Virginia (5%); McGuire, New Jersey (5%); Yuma, Arizona (3%); Okinawa, Japan (3%); Pohang, Korea (2%); and Manama, Bahrain (2%), and is expected to be completed in November 2027. 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; four offers were received. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0009).

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $23,345,867 firm-fixed-price, cost-plus-fixed-fee, and cost-only order under previously awarded basic ordering agreement N00024-22-G-5311 for the procurement of AEGIS Modernization kits for Navy guided-missile destroyers and allied nations. This contract combines purchases for the Navy (57%); and the governments of Japan (42%) and Australia (1%) under the Foreign Military Sales (FMS) program. Work will be performed in Andover, Massachusetts (77%); and Chesapeake, Virginia (23%), and is expected to be completed by March 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $9,716,424 (42%); FMS Japan funds in the amount of $9,703,613 (42%); fiscal 2022 Defense-wide procurement funds in the amount of $2,793,463 (12%); fiscal 2021 Defense-wide procurement funds in the amount of $475,506 (2%); FMS Australia funds in the amount of $205,663 (1%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $201,198 (1%) will be obligated at time of award, of which $475,506 will expire at the end of the current fiscal year. This order 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. The Naval Sea Systems Command, Washington, D.C. is the contracting activity (N0002423F5301).

ARMY

GTP Consulting Engineers Inc.,* Duluth, Georgia (W9128F-23-D-0001); Robert and Co.,* Atlanta, Georgia (W9128F-23-D-0002); Argus Consulting Inc.,* Overland Park, Kansas (W9128F-23-D-0003); Enterprise Engineering Group Inc.,* Anchorage, Alaska (W9128F-23-D-0004); Austin Brockenbrough and Associates LLC, Richmond, Virginia (W9128F-23-D-0005); Pond and Co., Peachtree Corners, Georgia (W9128F-23-D-0006); Burns & McDonnell Engineering Company Inc., Kansas City, Kansas (W9128F-23-D-0007); and AECOM-GTP USACE Omaha Fuels JV, Atlanta, Georgia (W9128F-23-D-0008), will compete for each order of the $98,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2029. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Point Blank Enterprises Inc., doing business as Protective Group, Pompano Beach, Florida, has been awarded a maximum of $83,309,200 modification (P00011), exercising the second one-year option period of an 18-month base contract (SPE1C1-20-D-1254) with two one-year option periods for enhanced small arms protective inserts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Nov. 3, 2023. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

National Industries for the Blind,** Alexandria, Virginia, has been awarded an estimated $13,860,000 firm-fixed-price requirements contract for Advanced Combat Helmet suspension system pad sets. This is a one-year base contract with four one-year option periods. Locations of performance are Pennsylvania and North Carolina, with a Nov. 17, 2024, performance completion date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-B002).

Knox County Association for Remarkable Citizens,** Vincennes, Indiana, has been awarded a $12,572,578 modification (P00007) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-N140) with two one-year option periods for GEN III, Layer II, mid-weight undershirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Nov. 24, 2023. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

Winston-Salem Industries for the Blind Inc.,** Winston Salem, North Carolina, has been awarded a maximum $7,761,285 modification (P00009) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-B100) with four one-year option periods for fire-resistant environment ensemble, operational camouflage pattern, intermediate weather outer layer jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Georgia, Arizona, Mississippi, and Washington, D.C., with a Nov. 22, 2023, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Creative Tent International Inc., Henderson, Nevada (SPE1C1-23-D-0011, $200,000,000) has been added as an awardee to the multiple award contract for commercial-off-the-shelf shelters and tents, issued against solicitation SPE1C1-18-R0003 and awarded May 10, 2019.

*Small business
**Mandatory source

Author

This entry was posted on Monday, November 21, 2022 4:07 pm

Leave a Reply

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

Notify me of updates to this conversation