DoD Contracts: Avian, Accenture Federal Services, Battelle Memorial Institute, Vectrus Systems Corp., Week of 4-29-24 to 5-3-24 - News for security cleared job seekers

INSIDE THE

NEWS + ADVICE

DoD Contracts: Avian, Accenture Federal Services, Battelle Memorial Institute, Vectrus Systems Corp., Week of 4-29-24 to 5-3-24

Posted by Ashley Jones

4/29

NAVY

BAE Systems – Norfolk Ship Repair, Norfolk, Virginia, is awarded a $87,284,916 firm-fixed-price contract action for maintenance, modernization, and repair of USS Carter Hall (LSD 50) fiscal 2024 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for critical modernization, maintenance, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,268,063. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $87,284,916 will be obligated at the time of award, of which $87,284,916 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. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002424C4414).

Raytheon Co., Tucson, Arizona, is awarded a $49,441,113 hybrid firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity delivery order contract (M67854-24-F-1003) for the procurement of low-rate initial production units of the Navy Marine Expeditionary Ship Interdiction System Launcher. Work will be performed in Tucson, Arizona (15%); Mooresville, North Carolina (15%); and Kongsberg, Norway (70%). Work is expected to be completed by April 2027. Fiscal 2023 procurement (Marine Corps) funds in the amount of $49,441,113 are obligated at 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 (M67854-24-F-1003).

ArgenTech Solutions Inc.,* Newmarket, New Hampshire, is awarded a $48,326,539 firm-fixed price, indefinite-delivery/indefinite quantity contract for the procurement of outside the continental U.S. and inside the continental U.S. field service representative support for gimbaled sensor systems. Work will be performed in multiple locations including U.S. Central Command, U.S. Indo-Pacific Command, U.S. Africa Command, U.S. Northern Command, and U.S. European Command. Work is expected to be completed by October 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $367,390 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with Federal Acquisition Regulation 6.203, this contract was competitively procured via the Procurement Integrated Enterprise Environment and SAM.gov websites with three offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423RJQ16). 

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $18,416,693 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-21-C-5393) to exercise options for MK 41 Vertical Launching Systems Mechanical Design Agent. This modification combines purchases for the Navy (92%); the government of Australia (3%); the government of Japan (2%); the government of Germany (1%); the government of the Netherlands (1%); and the government of Korea (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Minneapolis, Minnesota (42%); Norfolk, Virginia (18%); San Diego, California (18%); Aberdeen, South Dakota (9%); Bath, Maine (6%); Pascagoula, Mississippi (6%); and Redzikowo, Poland (1%), and is expected to be completed by April 2025. Fiscal 2023 Defense-wide procurement funds in the amount of $1,056,179 (35%); fiscal 2024 Defense-wide research, development, test and evaluation funds in the amount of $971,767 (32%); other customer funds in the amount of $333,358 (11%); fiscal 2023 weapons procurement (Navy) funds in the amount of $240,000 (8%); fiscal 2024 Defense-wide procurement funds in the amount of $124,198 (4%); FMS (Australia) funds in the amount of $85,950 (3%); fiscal 2023 research, development, test, and evaluation (Army) in the amount of $80,000 (2%); FMS (Japan) funds in the amount of $74,837 (2%); FMS (Germany) funds in the amount $46,995 (1%); FMS (Netherlands) funds in the amount of $26,956 (1%); and FMS (Korea) funds in the amount of $19,862 (1%), will be obligated at time of award, of which $80,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $15,414,538 firm-fixed price contract for the operation and maintenance of Navy communication, electronic, and computer systems in support of the Naval Computer and Telecommunications Area Master Station Pacific. The contract will include a 12-month base period, four 12-month options, and a six-month extension option in accordance with Federal Acquisition Regulation 52.217-8 in which, if exercised, the total value of this contract will be $87,947,797. Work will be performed Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work is expected to be completed by March 2017; if all options are exercised, work will be completed by October 2029. Fiscal 2024 operations and maintenance (Navy) funds in the full amount of $15,414,538 will be obligated at time of award and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This requirement was solicited on a full and open, unrestricted basis with three offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity (N00604-24-C-0006).

General Electric, Cincinnati, Ohio, is awarded a $10,300,895 firm-fixed-price delivery order for the procurement of one LM2500+ gas generator assembly, with shipping container, P/N L50021G03 and one LM2500+ power turbine assembly with shipping container, P/N L50050G03. Work will be performed at the contractor’s facility located in in Erlanger, Kentucky, and is expected to be completed by May 2025. Fiscal 2024 other procurement, Navy funds in the total amount of $10,300,895 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 in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-F-5039).

ARMY

Sielman S.A., Volos, Greece, was awarded a $49,946,600 modification (PZ0002) to contract W31P4Q-24-D-0004 for the HAWK Missile System. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Witco Industries Ltd., Ginowan, Okinawa, Japan, was awarded a $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Okinawa Simplified Acquisition of Base Engineering Requirements. This contract provides for a broad range of maintenance, repair, alterations, and minor and new construction work on real property located on U.S. Forces Japan installations on the island of Okinawa. Work is expected to be completed by April 29, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $121,860 are being obligated at time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan, is the contracting activity (FA5270-24-D-0003).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $24,509,269 cost-plus-fixed-fee contract for research and development. This contract provides for the “Assured and Trusted Microelectronics Solutions (ATMS)” effort to achieve the objectives of the following whitepaper submitted in response to the ATMS Broad Agency Announcement (BAA): White Paper – “Assurance Workflows Applied to Assessment and Vulnerability Discovery”. The scope of this effort is to assist the Air Force Research Laboratory in performing the development of Defense for Security frameworks, methodologies, and metrics for extracting security-related requirements defined by context-based threat models; meet target goals for post-silicon validation and verification for next generation micro-electronics; investigate and deliver validation and verification solutions with a focus on tool development; and advance microelectronic supply chain security through creating assurance cases for identified supply chain risks. Work will be performed in Columbus, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 26, 2027. This contract was the result of the ATMS BAA; Solicitation Number FA8650-18-S-1201. Fiscal 2024 research, development, test, and evaluation funds in the amount of $855,847 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA2377-24-C-B012).

DEFENSE LOGISTICS AGENCY

Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $17,261,719 firm-fixed price, indefinite-delivery/indefinite-quantity contract for hydration system carriers. This is a three-year contract with no option periods. The ordering period end date is April 29, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B019).

SND Manufacturing, Dallas, Texas, has been awarded a maximum $8,806,876 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for running suit jackets. This was a competitive acquisition with five responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is April 28, 2025. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0052).

DEFENSE HEALTH AGENCY

Accenture Federal Services LLC, Arlington, Virginia, is awarded a $16,727,604 option (P00009) for the previously awarded firm-fixed-price contract HT003823C0004. P00009 is a 12-month option period in support of the Program Executive Office – Defense Healthcare Management Systems, Joint Operation Medicine Information Systems, Program Management Office’s Globally-Integrated Medical Common Operating Picture initiative providing enterprise-wide real-time medical situational information and facilitating operational medicine information sharing and collaboration inside and outside the medical community.  This 12-month option period began April 18, 2024, and concludes on April 17, 2025. Work location is within the continental U.S., outside the continental U.S., or both. The option period is funded with fiscal 2024 operations and maintenance; procurement; and research, development, testing, and evaluation funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Arlington, Virginia, is the contracting activity. (Awarded April 11, 2024)

*Small Business
**Mandatory source

4/30

ARMY

Intrepid LLC,* Huntsville, Alabama, was awarded a $445,816,490 cost-plus-fixed-fee contract for General Fund Enterprise Business Systems support and services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of May 12, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-24-F-5009).

Burns & McDonnell Engineering Co. Inc., Kanas City, Missouri, was awarded a $10,000,000 firm-fixed-price contract for planning, engineering and design services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2029. U.S. Property and Fiscal Office, Minnesota, is the contracting activity (W50S7E-24-D-A001).

AIR FORCE

Native American Services Corp. (doing business as NASCO), Kellogg, Idaho (FA4801-24-D-0001); R-CON Construction Inc., Las Cruces, New Mexico (FA4801-24-D-0002); Mesa Verde Enterprises Inc., Alamogordo, New Mexico (FA4801-24-D-0003); Jack Wayte Construction Co. Inc., Alamogordo, New Mexico (FA4801-24-D-0004); NLGC JV LLC, Detroit, Michigan (FA4801-24-D-0005); Mirador Enterprises Inc., El Paso, Texas (FA4801-24-D-0006); and E-Corp., Layton, Utah (FA4801-24-D-0007), were awarded a $400,000,000 firm-fixed-price contract for the 49th Civil Engineering Squadron’s Facility Sustainment Program. This contract provides for a broad range of maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork on real property at Holloman Air Force Base, New Mexico, and on federal real property within a 100-miles radius (excluding Texas), such as bombing ranges and water pipelines. Work will be performed at Holloman AFB, New Mexico, and is expected to be completed by April 22, 2024. This contract was a competitive acquisition, and 22 offers were received. No funds are being obligated at time of award. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity. 

Texas Workforce Commission, Austin, Texas, was awarded a $195,722,821 contract for a base year plus four one-year options for non-personal, full food services. The services include, but are not limited to, the following: dining facility management; food safety; cooking; food requisition and inventory control; preparation; serving and replenishing food; maintaining food service and computer property (hardware) maintenance; preparing vegetables and fruits for the salad bar; kitchen patrol duties; performing cashier services; handling foods, supplies, and property; maintaining quality control; ensuring operator maintenance and repair of food service property; duties also include cleaning facilities; cleaning and sanitizing food service equipment and property, tables and chairs, utensils, dishware, pans etc.; and procuring supplies; and in the event of contingency, performing all required tasks to include continued service. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Dec. 31, 2028. This contract was a direct award to the Texas Workforce Commission (the state Licensing Agency on behalf of the Department of Education) under the Randolph Sheppard Act in accordance with 20 U.S. Code 107 implemented through 34 Code of Federal Regulations 395.33(d). Fiscal 2024 operation and maintenance funds in the amount of $9,717,807 are being obligated at time of award. The base year was awarded in the amount of $38,950,751. Wage adjustment increases not to exceed $3,000,000 annually as a result Executive Order 14026 may result in an overall increase of $15,000,000 under this contract, through expiration of the contract. The 502nd Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA3016-24-D-0007).

ARCTOS Technology Solutions LLC, Beavercreek, Ohio, was awarded an $11,999,968 cost-plus-fixed-fee type of contract for the Research and Development of Electronic Materials for Department of the Air Force Applications program. This contract provides for the acquisition of Materials for Integrated Nano-electronic Optoelectronic Structures research and development under an indefinite-delivery/indefinite-quantity contract. This task order award was based on multiple award, fair opportunity, with two indefinite-delivery/indefinite-quantity contracts with a $75,000,000 shared ceiling. The focus of this program is research and development in materials, processing, device integration, data sciences, and related enabling technologies to pave the way toward the realization of advanced intelligence, surveillance, and reconnaissance, and electronic warfare capabilities for air and space applications at the Air Force Research Laboratory (AFRL), Materials and Manufacturing Directorate. Work will be performed at AFRL Materials and Manufacturing Directorate laboratory at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by July 30, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $549,106 are being obligated at time of award. AFRL, Wright-Patterson AFB, Ohio, is the contractive activity (FA2394-24-D-B002; FA2394-24-F-B006).  

UES INC., Dayton, Ohio, was awarded a $11,997,825 cost-plus-fixed-fee type of contract for Research within the Opto-electronic Blueprint for Emergent Sensing Systems program. This contract provides for the acquisition of Materials for Integrated Nano-electronic Optoelectronic Structures research and development under an indefinite-delivery/indefinite-quantity contract. This task order award was based on multiple award, fair opportunity with two indefinite-delivery/indefinite-quantity contracts with a $74,900,000 shared ceiling. The focus of this program is research and development in materials, processing, device integration, data sciences, and related enabling technologies to pave the way toward the realization of advanced intelligence, surveillance, and reconnaissance, and electronic warfare capabilities for air and space applications at the Air Force Research Laboratory (AFRL), Materials and Manufacturing Directorate. Work will be performed at AFRL Materials and Manufacturing Directorate laboratory at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by July 30, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,509,000 are being obligated at time of award. AFRL, Wright-Patterson AFB, Ohio, is the contractive activity (FA2394-24-D-B001; FA2394-24-F-B005).  

Malone Office Supply, Columbus, Georgia, was awarded a $8,354,345 delivery order for furniture reservation. This contract provides for program management, installation, furnishings, and reconfiguration of demountable walls for the Air Force Reserve Command Consolidated Mission Complex. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Dec. 26, 2024. This contract a competitive acquisition and two offers were received. Fiscal 2024 operation and maintenance funds in the amount of $8,354,345 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-24-F-0025).

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $84,836,357 delivery order (SPRTA1-24-F-0078) and modification (P00007) to a four-year subsumable base contract (SPRTA1-19-D-0001) with one five-year option period for additional pricing for the manufacture and production of B-2 forward duct assemblies. This is a hybrid firm-fixed-price, indefinite-quantity contract. Location of performance is California, with a June 1, 2026, performance completion. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences Corp., Manassas, Virginia, has been awarded a $24,974,837 modification (P00005) to previously awarded cost-plus-fixed-fee contract (HR001124C0325) for Phase 1B of the Speed and Runway Independent Technologies program. The modification brings the total cumulative face value of the contract to $29,168,148 from $4,193,311. Work will be performed in Manassas, Virginia (96%); and Saint Louis, Missouri (4%), with an expected completion date of June 2025. Fiscal 2024 research, development, test, and engineering funds in the amount of $650,000 are being obligated at the time of modification award. This contract was a competitive acquisition in accordance with original broad agency announcement HR001123S0031. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

NAVY

Management Services Group Inc., Virginia Beach, Virginia, is awarded a $19,219,677 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract (N00024-20-C-5608) to exercise options for network, processing, and storage of Technical Insertion 16; modification of production equipment, spares, other direct costs, and engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by April 2025. Foreign Military Sales (Japan) funds in the amount of $17,093,100 (93%); fiscal 2022 other procurement (Navy) funds in amount $744,238 (4%); fiscal 2024 other procurement (Navy) funds in amount $385,939 (2%); fiscal 2020 ship construction (Navy) funds in the amount $1,593 (1%), will be obligated at time of award, of which $744,238 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Avian Inc.,* Lexington Park, Maryland, is awarded a $13,397,942 modification (P00039) to a cost-plus-fixed-fee contract (N0042122C0020). This modification exercises an option to provide contract engineering, program management and administrative support for the design, execution, analysis, evaluation, and reporting of tests and experiments for various aircraft, unmanned air systems, weapons, and weapons systems in support of the Test and Evaluation Program Leadership Division within the Naval Test Wing Atlantic at the Naval Air Warfare Center Aircraft Division in support of the Navy and Foreign Military Sales customers (FMS). Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $4,166,919; fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,507,170; fiscal 2024 other procurement (Navy) funds in the amount of $406,387; fiscal 2024 working capital funds (Navy) in the amount of $149,300; fiscal 2024 operations and maintenance (Navy) funds in the amount of $143,805; and FMS customer funds in the amount of $698,167, will be obligated at the time of award, of which $143,805 will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

SEACORP LLC,* Middletown, Rhode Island, is awarded a $12,676,255 cost-plus-fixed fee, cost-only, firm-fixed-price contract for the procurement of the Common Infrastructure Services subsystem software design, engineering development, integration, testing, logistics, delivery, and life cycle sustainment support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $72,080,764. Work will be performed in Manassas, Virginia (61%); Middletown, Rhode Island (36%); and Waterford, Connecticut (3%), and is expected to be completed by April 2025. If all options are exercised, work will continue through April 2030. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $1,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via System for Award Management (SAM) website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6201).

*Small Business

5/1

DEFENSE HEALTH AGENCY

The Arora Group Inc., Gaithersburg, Maryland (HT001524D9000); Decypher Health Services LLC, San Antonio, Texas (HT001524D9001); Dilligas Corp. doing business as U.S. Got People, San Antonio, Texas (HT001524D9002); Federal Staffing Resources LLC doing business as Epic Government, Annapolis, Maryland (HT001524D9003); KBR Wyle Services LLC, Fulton, Maryland (HT001524D9004); Loyal Source Government Services LLC, Orlando, Florida (HT001524D9005); Luke & Associates Inc., Rockledge, Florida (HT001524D9006); Matrix Providers Inc., Denver, Colorado (HT001524D9007); Optumserve Health Services Inc., La Crosse, Wisconsin (HT001524D9008); Spectrum Healthcare Resources Inc., St. Louis, Missouri (HT001524D9009); and Vesa Health & Technology Inc., San Antonio, Texas (HT001524D9010), will share a multiple award, indefinite-delivery/indefinite-quantity contract with a maximum cumulative ceiling of $43,000,000,000 in support of the Defense Health Agency (DHA) Medical Q-Coded Support and Services-Next Generation (MQS2-NG) program’s unrestricted vendor pool. The MQS2-NG program is an enterprise strategic sourcing program that implements a performance-based, strategic sourcing acquisition strategy with respect to entering into contracts for the services of health care professional staff. The required services include credentialed (privileged and non-privileged) and non-credentialed contract workers in various health care labor categories in support of mission requirements within DHA hospitals, clinics, and dental facilities, and health activities in the 50 United States, Washington, D.C., Puerto Rico, Guam, and U.S. territories and possessions. The contractor shall recruit, qualify, manage, maintain, and provide qualified medical contract staff for direct patient care, associated support services or health activities, as well as conducting analytical support to geographical markets and/or individual places of performance. The MQS2-NG program will be awarded via two vendor pools: unrestricted vendor pool and small business vendor pool. The program ceiling applies to all awards issued in unrestricted vendor pool and small business vendor pool. Fiscal 2024 operations and maintenance funds in the amount of $27,500 were obligated at the time of award. The period of performance is June 1, 2024, to May 31, 2034. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

AIR FORCE

The Boeing Co., Seattle, Washington (FA8609-24-D-B003); Rockwell Collins Inc., Cedar Rapids, Iowa (FA8609-24-D-B004); AAR Government Services Inc., Wood Dale, Illinois, (FA8609-24-D-B005); Aviation Repair Technologies LLC, Blytheville, Arkansas (FA8609-24-D-B006); Honeywell International Inc., Tempe, Arizona (FA8609-24-D-B007); VSE Corp., Alexandria, Virginia (FA8609-24-D-B008); and AMI Industries Inc., Colorado Springs Colorado (FA8609-24-D-B009), have been awarded a ceiling value of $820,000,000 firm-fixed price, multiple award, indefinite-delivery/indefinite-quantity contracts for the KC-46 commodities depot activation support. This contract provides for line replaceable units and commodities to stand up organic depot repair capabilities of the KC-46A aircraft to support the Air Force fleet. Work will be performed in U.S. government main operating bases and is expected to be completed by April 30, 2035. These awards are the result of a competitive acquisition, and seven offers were received. Fiscal 2022 aircraft procurement funds in the amount of $4,051 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded April 30, 2024)

Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, was awarded a $493,166,340 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for space systems engineering. This contract provides systems engineering, technical support tasks, and specialized research and development. Work will be performed at El Segundo, California, and is expected to be completed by May 1, 2031. This contract was a sole source acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $3,000,000 are being obligated at time of award. The Space System Command Space Superiority Systems Directorate Contracting Division, Los Angeles Air Force Base, California, is the contracting activity. (FA8819-24-D-B002)

R&W Contractors Inc., Newtown, Pennsylvania, was awarded a $54,587,783 fixed-price requirements contract for construction and repair of concrete airfield apron or asphalt runways with a one base year plus four one-year options. Contractor will provide all plant, supervision, management, quality control, labor, tools, equipment, appliances, and materials, and perform all work necessary to design, construct, and repair concrete airfield apron or asphalt runways on Joint Base McGuire-Dix-Lakehurst, New Jersey. Work will be performed at Joint Base McGuire-Dix-Lakehurst, New Jersey, and is expected to be completed by Sept. 30, 2029. This contract was a competitive acquisition with three offers received. No funds are being obligated at time of award. The 87th Contracting Squadron, Joint Base McGuire-Dix-Lakehurst, New Jersey, is the contracting activity. (FA4484-24-D-0009)

Thomas Instrument, Brookshire, Texas, was awarded at $43,715,148 firm-fixed-price contract for overhaul of the B-2 weapons bay door power drive unit. This contract provides for the overhaul of five units per year for five years. Work will be performed in Brookshire, Texas, and is expected to be completed by April 30, 2029. This contract was a competitive acquisition, and four offers were received. Fiscal 2024 Working Capital Funds in the amount of $36,842,651 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-24-D-0002).

Sikorsky Aircraft, Stratford, Connecticut, has been awarded a $32,609,208 definitization modification (PZ00252) to a previously awarded contract (FA8629-14-C-2403) for the test and qualification on the replacements on four obsolescing components on the HH-60W Combat Rescue helicopter. The modification brings the total cumulative face value of the contract to $5,589,989,452. Work will be performed at Stratford, Connecticut, and is expected to be completed by Aug. 31, 2025. Fiscal 2022 and 2023 aircraft procurement funds in the amount of $518,462 are being de-obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded April 30, 2024)

Odyssey Systems Consulting Group Ltd., Colorado Springs, Colorado, has been awarded a $27,335,752 contract modification (P00042) to a previously awarded contract (FA8823-22-F-0008) to exercise Option Year Two for Space Domain Awareness technical acquisition and advisory services. The modification brings the total cumulative face value of the contract $62,157,306. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by May 9, 2025. Fiscal 2024 operation and maintenance funds in the amount of $2,903,536; fiscal 2023 procurement funds in the amount of $404,245; fiscal 2023 research, development, test and evaluation funds in the amount of $100,000; and fiscal 2024 research, development, test and evaluation funds in the amount of $3,240,591, are being obligated at time of award. Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity.

MilSup LLC, North Las Vegas, Nevada, has been awarded an $11,983,081 firm-fixed-price modification (P00016) to a previously awarded contract (FA4890-21-C-0001) to exercise Option Year Three for the RC/OC/WC-135 and E-4B contract aircrew training and courseware development contract. The modification brings the total cumulative face value of the contract to $56,887,120.  Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2025. Fiscal 2024 operation and maintenance in the amount of $11,983,081 will be obligated at time of award. The Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity. (Awarded April 24, 2024)

Pigott Asphalt and Sitework LLC., Crawfordville, Florida, was awarded a $9,800,000 ceiling indefinite-delivery/indefinite-quantity contract with a three-year ordering period. This contract provides for as needed paving, repair, and civil works projects, non-airfield, associated with Tyndall Air Force Base. Work will be performed at Tyndall AFB, Florida, and is expected to be completed by April 23, 2025. This contract was a competitive acquisition, and four offers were received. Fiscal 2024 operation and maintenance funds in the amount of $2,000 are being obligated at time of award. 325th Contracting Squadron, Tyndall AFB, Florida, is the contracting activity (FA4819-24-D-0002). (Awarded April 24, 2024)

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a $457,686,992 modification (P00052) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee, indefinite-delivery/indefinite-quantity contract (N0001918D0001). This modification exercises an option that increases the contract ceiling to provide additional aircraft inductions, continued non-recurring engineering, systems engineering and program management support to extend service life from 6,000 flight hours to 10,000 flight hours and incorporate Block III avionics capabilities for 29 F/A-18 Block II Super Hornets. Work will be performed in San Antonio, Texas (55%); and San Diego, California (45%), and is expected to be completed in June 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Missile and Fire Control, Orlando, Florida, is awarded a not-to-exceed $288,000,000 modification (P00014) to a cost-plus-fixed-fee order (N0001922F0010) against a previously issued basic ordering agreement (N0001919G0011). This modification adds scope to provide non-recurring engineering and material to support post-critical design review activities and test asset builds required to establish a new Long Range Anti-Ship Missile variant (AGM-158C-3) extending range beyond the existing AGM-158C-1 variant including advanced communications and survivability capabilities while supporting maritime strike missions for the Navy. Work will be performed in Orlando, Florida (97.5%); Troy, Alabama (1.5%); and Ocala, Florida (1%), and is expected to be completed in August 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $25,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Carahsoft Technology Corp., Reston Virginia is awarded a firm-fixed-price Department of Navy (DON) Enterprise License Agreement Blanket Purchase Agreement (BPA) in accordance with the firm’s General Services Administration (GSA) Federal Supply Schedule contract. This agreement was awarded as part of a reseller/ software publisher software category management award for commercial-off-the-shelf information technology asset management software; software maintenance support; information technology professional services; and related services in support of the Department of Defense (DOD) Enterprise Software Initiative and under the direction of the Office of Management and Budget, Enterprise Software Category. The software publisher under this agreement is VMware by Broadcom. The BPA provides for the purchase of VMware by Broadcom products and services by the DON. The overall potential value of this BPA is $172,770,000. The ordering period will be for a maximum of three years from May 2024 through May 2027. This BPA is issued under DOD ESI in accordance with the policy and guidelines in the Defense Federal Acquisition Regulation Supplement, Section 208.74. This BPA will not obligate funds at the time of award. Funds will be obligated as task orders using operations and maintenance (DOD) funds. This contract was competitively procured via publication on the GSA E-Buy web site with 990 vendors solicited, two responses received, and one selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-A-0034).

Lockheed Martin Corp., Syracuse, New York, is awarded a $21,399,992 cost-plus-incentive-fee modification to a previously awarded delivery order (N00024-24-F-6220) under an indefinite-delivery/indefinite-quantity contract (N00024-19-D-6200) to exercise options for design and qualification testing of the AN/BLQ-10 submarine electronic warfare system. Work will be performed in Syracuse, New York, and is expected to be completed by February 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $5,000,000 (98%); fiscal 2023 research, development, test and engineering (Navy) funds in the amount of $66,258 (1%); and fiscal 2024 research, development, test and engineering (Navy) funds in the amount of $26,349 (1%), will be obligated at time of award, of which $66,258 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Boston Ship Repair LLC*, Boston, Massachusetts, is awarded an $20,315,102 firm, fixed-price contract (N3220524C4126) for a 120-calendar day shipyard availability for the emergency dry docking of Military Sealift Command’s expeditionary fast transport USNS Brunswick (T-EPF 6). This contract includes a base work package and four unexercised options for additional work and time, which if exercised, would increase the cumulative value of this contract to $20,825,343. Work will be performed in Boston, Massachusetts, beginning May 27, 2024, and is expected to be completed by Sept. 23, 2024. Working capital funds (Navy) in the amount of $20,315,102 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and three offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4126).

DRS Laurel Technologies, Largo, Florida, is awarded a $18,996,848 firm-fixed-price modification to previously awarded contract (N6339423C0006) to exercise options for the manufacturing, assembling, testing, and delivery of vertical launching system programmable power supply MK 179 Mod 0, part number 7104312-39, maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. Work will be performed in Largo, Florida, and is expected to be completed by January 2025. Fiscal 2024 other procurement (Defense) funds in the amount of $11,146,259 (59%); Foreign Military Sales (FMS) funds in the amount of $7,549,433 (40%); and fiscal 2024 other procurement (Navy) funds in the amount of $301,156 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. government (60%); and the governments of Germany (16%), the Netherlands (12%), and Belgium (12%), under the FMS Program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

ARMY

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a $94,808,020 cost-plus-fixed-fee contract for research, development, test, and evaluation of Artificial Intelligence for the Smart Sensor Intelligence, Surveillance, and Reconnaissance prototype. Bids were solicited via the internet with 999 received. Work will be performed in Poway, California, with an estimated completion date of March 31, 2026. Fiscal 2024 research, development, test and evaluation, Defense-wide funds in the amount of $2,000,000 were obligated at the time of the award. Army Contracting Command, Adelphi, Maryland, is the contracting activity (W911QX-24-C-0004). (Awarded April 30, 2024)

M. A. Mortenson Co. doing business as Mortenson Construction, Minneapolis, Minnesota, was awarded a $66,069,000 firm-fixed-price contract for design and build services of an Air Force Academy dormitory. Bids were solicited via the internet with three received. Work will be performed in Colorado Springs, Colorado, with an estimated completion date of June 7, 2027. Fiscal 2023 and 2024 military construction, Army funds in the amount of $66,069,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0016). (Awarded April 30, 2024)

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $28,208,628 modification (P00069) to contract W56HZV-22-C-0012 for Abrams System Technical Support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 28, 2026. Fiscal 2024 other procurement, Army; operation and maintenance, Army; and revolving funds in the amount of $28,208,628 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.  (Awarded April 30, 2024) 

Colt’s Manufacturing Co. LLC, West Hartford, Connecticut, was awarded a $26,675,000 firm-fixed-price contract for Colt M4A1 carbines, suppressors, and flash suppressors. Bids were solicited via the internet with one received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of Aug. 31, 2024. Fiscal 2024 Foreign Military Sales (Israel) funds in the amount of $26,675,000 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-C-0037).

Veolia ES Technical Solutions LLC, Boston, Massachusetts, was awarded a $24,913,873 firm-fixed-price contract for treatment and disposal of hazardous waste. 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 April 30, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-24-D-0006).

Vertex Aerospace LLC, Madison, Mississippi, was awarded a $10,260,000 cost-plus-incentive-fee contract for National Training Center mission support services. Bids were solicited via the internet with one received. Work will be performed at Fort Irwin, California, with an estimated completion date of April 30, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $10,260,000 were obligated at the time of the award. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-C-0025).

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Saint Simmons Island, Georgia (HTC71119DR001) is awarded a contract modification (P00023) with a face value of $86,414,058 for continued transportation and storage services of privately-owned vehicles for military service members and Department of Defense civilian employees. This brings the cumulative value of the contract to an estimated $996,544,019. This is an indefinite-delivery, requirements, fixed-priced contract with economic-price-adjustment. Work performance of the contract is multiple locations world-wide. The option period of performance is from May 1, 2024, to Sep. 30, 2024. Fiscal 2024 military personnel funds will be obligated. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: ScriptPro USA Inc.,* Mission, Kansas (SPE2D1‐24‐D‐0008, $450,000,000) has been added as an awardee to the multiple award contract for patient monitoring systems, accessories, training and maintenance, issued against solicitation SPE2D1-17-R-0001 and awarded Dec. 14, 2018.

*Small Business

5/2

AIR FORCE

Northrop Grumman Systems Corp. Aerospace Systems, Palmdale, California, was awarded a indefinite-delivery/indefinite-quantity contract with a ceiling of $7,000,000,000 for B-2 modernization and sustainment. This contract provides for B-2 enhancements, sustainment, logistics elements including sustaining engineering, software maintenance, and support equipment. Also included is programmed depot maintenance of the fleet and other interim contractor support. Work will be performed at Palmdale, California; with performance at other locations, namely Whiteman Air Force Base, Missouri; Tinker AFB, Oklahoma; Wright Patterson AFB, Ohio; Edwards AFB, California; and Hill AFB, Utah, and is expected to be completed by May 3, 2029. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $21,439 are being obligated at time of award. The Air Force Life Cycle Management Center, B-2 Division Contracting, Wright-Patterson AFB, Ohio, is the contracting activity (FA8616-24-D-B001).

Automotive and Industrial Supply Co., Ogden, Utah, was awarded a $46,586,584 three-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides just in time delivery of aerospace coatings, sealants, and technical assistance to support the Ogden Air Logistics Complex, Hill Air Force Base, Utah. Work will be performed at Hill AFB, Utah, and is expected to be completed by July 14, 2027.  This contract was a sole source acquisition.  Fiscal 2024 defense working capital funds in the amount of $1,797,750 are being obligated at time of award. The Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8224-24-D-0006).

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, was awarded a cost-plus-fixed-fee contract in the amount of $15,586,916 for Iraq integrated air defense system contractor logistics support. This contract provides for follow on contractor logistics support to include subject matter expert support, engineering support, return and repair, and in country on-site support. Work will be performed in Iraq; and Syracuse, New York, and is expected to be completed by May 2, 2027. This contract involves 100 percent Foreign Military Sales (FMS) to Iraq. This contract was a sole source acquisition. FMS funds in the amount of $15,586,916 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2383-24-C-B006).

Cubic Defense Applications Inc., San Diego, California, has been awarded an $8,830,393 cost-plus-fixed-fee modification (P00002) to previously awarded (FA8750-23-C-1501) for Halo-Enabled Resilient Mesh software and hardware prototypes. The contract modification is to further leverage technology designed and developed under the basic effort. Additional work will be expanding on the goal of reducing size, weight, and power; increasing operational frequency ranges; and improving and developing new software capabilities, with the goal of improving the overall performance of the existing communication systems being developed under this effort. The modification brings the total cumulative face value of the contract to $17,685,710. Work will be performed at San Diego, California, and is expected to be completed by Feb. 3, 2027. Fiscal 2023 research, development, test, and evaluation funds in the amount of $8,830,393 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

Management Services Group, doing business as Global Technical Systems, Virginia Beach, Virginia, was awarded a cost-plus-fixed-fee contract with a ceiling of $7,943,505 for a Hyperconverged Edge Computing Small Business Innovation Research (SBIR) III. This contract provides the transition of flexible infrastructure concepts and technologies developed in prior SBIR initiatives and to enable an optimized design approach for the integration of all required system components to address identified Space Force capabilities and/or as applicable to other SBIR Phase III commercialization. This effort will deliver requirement definitions, design information, fabrication, production, and demonstration of space systems for rapid decision and command action delivery. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by July 30, 2026. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 congressional funds and research, development, test, and evaluation funds in the total amount of $7,943,505 are being obligated at time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X024).

NAVY

APC DB JV LLC,* Harvey, Louisiana (N69450-24-D-0014); C&C Contractors LLC,* Notasulga, Alabama (N69450-24-D-0015); CCI Energy and Construction Services LLC,* Anchorage, Alaska (N69450-24-D-0016); CORE Engineering and Construction Inc.,* Winter Park, Florida (N69450-24-D-0017); ESA South Inc.,* Cantonment, Florida (N69450-24-D-0018); KOMAN Construction LLC,* Anchorage, Alaska (N69450-24-D-0019); National Native American Construction Inc.,* Coeur d’Alene, Idaho (N69450-24-D-0020); Red Eagle JV,* Coweta, Oklahoma (N69450-24-D-0021); Speegle Construction Inc.,* Niceville, Florida (N69450-24-D-0022); and Yerkes South Inc.,* Crestview, Florida (N69450-24-D-0023), are awarded a combined $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for the procurement of construction projects primarily at Department of Defense (DOD) installations located within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations (AO). Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work will be performed but is not limited to DOD installations, outlying airfields, and Naval Operational Support Centers within the NAVFAC Southeast AO, and is expected to be completed by April 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment solicitation module, with 46 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

Corvid Atea LLC,* Mooresville, North Carolina, is awarded a $78,421,905 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide range instrumentation, operations and maintenance, mission planning and test support, analysis, engineering, environmental test, cyber security and interconnection service agreements, configuration and data management, logistics, inventory and design and development of range instrumentation systems for the hypersonic system-under-test events as well as technology demonstrations in support of the Global Hawk RQ-4 Unmanned Aerial Vehicles for the Navy. Work will be performed in Point Mugu, California (55%); Westlake Village, California (20%); various locations within the continental U.S. (CONUS) (20%); and various locations outside CONUS (5%), and is expected to be completed in April 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisitions Regulation 6.302-5. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893624D0012).

Altus Technology Solutions LLC,* Hanover, Maryland, is awarded a $65,285,571 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides rapid organic engineering, prototyping, reverse-engineering, environmental testing, antenna repairs and life cycle extensions, and production capabilities in support of the Naval Air Warfare Center (NAWCAD) Naval Air Systems Command, and the NAWCAD Webster Outlying Field Divisions. Work will be performed at St. Inigoes, Maryland, and is expected to be completed in July 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; six offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042124D0014).

ARMY

Harper Construction Co. Inc., San Diego, California, was awarded a $76,848,819 modification (P00003) to contract W912BV-23-C-0002 for the construction of a maintenance hangar. Work will be performed at Tinker Air Force Base, Oklahoma, with an estimated completion date of Dec. 21, 2024. Fiscal 2023 military construction, Army funds in the amount of $76,848,819 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.  

Amentum Services Inc., Germantown, Maryland, was awarded a $58,697,309 modification (0003 FD) to contract W52P1J-12-G-0028 for maintenance, supply, and transportations logistics support services. Work will be performed in Kuwait, with an estimated completion date of May 2, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $58,697,309 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

MW Builders Inc., Pflugerville, Texas, was awarded a $55,059,000 firm-fixed-price contract for design and construction of unaccompanied enlisted personnel housing. Bids were solicited via the internet with two received. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Oct. 11, 2026. Fiscal 2024 military construction, Army funds in the amount of $55,059,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0009).

M. A. Mortenson Co., Minneapolis, Minnesota, was awarded a $37,493,320 firm-fixed-price contract for construction of a medical waste incinerator facility. Bids were solicited via the internet with two received. Work will be performed in Frederick, Maryland, with an estimated completion date of April 30, 2027. Fiscal 2021 military construction, Army funds in the amount of $37,493,320 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0008).

Weeks Marine Inc., Covington, Louisiana, was awarded a $27,095,900 firm-fixed-price contract for coastal storm risk management and beach dune restoration. Bids were solicited via the internet with three received. Work will be performed in Flagler Beach, Florida, with an estimated completion date of March 31, 2025. Fiscal 2018 civil construction, 2024 non-federal cost shared and 2024 non-federal not cost shared funds in the amount of $27,095,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0008).

AECOM Technical Services Inc., Los Angele, California, was awarded a $7,752,124 modification (P00009) to contract W912BV-16-C-0033 for Fort Wingate Depot Activity closure and corrective action. Work will be performed in McKinley, New Mexico, with an estimated completion date of Feb. 18, 2025. Fiscal 2020-2024 Department of Defense Base Closure Account funds in the amount of $7,752,124 were obligated at the time of the award. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Gil Sewing Corp.,* Chicago, Illinois, has been awarded a maximum $15,773,400 modification (P00012) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1467) with four one-year option periods for men’s uniform dress coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 6, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Konecranes Inc., Springfield, Ohio, has been awarded a maximum $12,253,992 firm-fixed-priced delivery order (SPRDL1-24-F-0097) against a three-year long-term contract (SPRDL1-21-D-0041) with no option periods for drum power winches. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Nov. 2, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

*Small Business

5/3

MISSILE DEFENSE AGENCY

The Boeing Co., Huntsville, Alabama, is being awarded a noncompetitive, hybrid cost-plus-award fee, cost-plus-fixed-fee contract with a total value of $460,554,196. Under the National Team–Systems and Engineering (NT-S) contract, Boeing will continue the Missile Defense Agency’s on these highly specialized follow-on efforts, as required, to achieve Department of Defense mandated capability improvements, through a continuance of these highly complex systems engineering and integration (SE&I)-related efforts. The NT-S contract will continue to provide complex SE&I data deliverables in addition to Subject Matter Expert analysis and advanced development efforts that are required to fully support the Missile Defense Agency Systems Engineering Plan processes and products. The Boeing Co. will continue to provide specialized system engineering guidance, integration, system development, and data products that are currently being delivered under contract HQ0147-19-C-0001. The effort herein will include requirements related to the Agency’s ongoing mission to refine the layered Missile Defense System architecture incorporation of Homeland Defense radars, electronic protection, Sea Based Terminal Inc3, integration of the Ground Missile Defense Next Generation Interceptor, defense of Guam, and initial glide phase intercept capability. Deliverables will include technical reports, system specifications, supporting predictive analysis, test requirements and test performance assessments, system reliability assessments and SE&I data inputs. The work will be performed in Huntsville, Alabama. This award will ensure continuity of critical work to deliver required capability increments. The anticipated base period of performance is three and a half years with two, three-year options (April 2024 – October 2033) Fiscal 2024 research, development, test and evaluation funds in the amount of $460,554,196 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0854-24-C-0001).

NAVY

AT&T Mobility LLC, Atlanta, Georgia (N00244-24-D-0005); Hughes Network Systems LLC, Germantown, Maryland (N00244-24-D-0006); Manhattan Telecommunications Corp., doing business as MetTel, New York, New York (N00244-24-D-0007); Real Mobile Inc., North Lauderdale, Florida (N00244-24-D-0008); T-Mobile, Bellevue, Washington (N00244-24-D-0009); Cellco Partnership doing business as Verizon Wireless, Basking Ridge, New Jersey (N00244-24-D-0010); and WidePoint Integrated Solutions Corp., Fairfax, Virginia (N00244-24-D-0011), are awarded a $267,002,665 indefinite-delivery/indefinite-quantity, firm-fixed-price, ceiling-price contract to provide commercial wireless mobility services, including all wireless technologies and related operations, to include software, hardware, firmware, and equipment. This requirement will cover usage in all 50 United States, U.S. territories, and while traveling internationally for military members and federal civilians stationed within the 50 United States and U.S. territories. The contract will include a one-year base period and nine one-year option periods which if exercised, the total value of this contract will be $2,670,000,000. Work will be performed at various locations throughout the U.S. and the percentage of work cannot be determined at this time. Work is expected to be completed by May 2025; if all options are exercised, work will be completed by May 2034. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $21,000 will be obligated ($3,000 on each of the seven contracts to fund the contracts’ minimum amounts) and funds will expire at the end of the current fiscal year. Individual task orders will be funded with appropriate fiscal operations and maintenance (Navy) appropriations determined by the contracting officer at the time of their issuance. The award was the result from a full and open competitive solicitation with eight offers received. Naval Supply Systems Command Fleet Logistics Center San Diego, San Diego, California, is the contracting activity.

Marine Hydraulics International LLC, Norfolk, Virginia, is awarded a not-to-exceed $19,514,375 firm-fixed-price, procuring contracting officer modification to the previously awarded undefinitized contract (N0002424C4406) for the repair, maintenance, and modernization of USS Mesa Verde (LPD 19) fiscal 2024 selected restricted availability. The scope of this procurement includes all labor, materials, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availabilities for critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $147,248,303. Work will be performed in Norfolk, Virginia, and is expected to be completed November 2025. Fiscal 2024 other procurement, (Navy) funds in the amount of $12,263,904 (66.4%); and fiscal 2024 operations and maintenance, (Navy) funds in the amount of $6,216,175 (33.6%), will be obligated at the time of award, of which $6,216,175 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Colonna’s Shipyard Inc.,* Norfolk, Virginia, is awarded an $11,865,608 firm-fixed price contract to provide the management, technical, procurement, production, testing and quality assurance necessary to plan, prepare and execute all maintenance, repair, and alterations required to complete the docking phased maintenance availability onboard the USNS Prevail (TSV-1). Work will be performed in Norfolk, Virginia, and will be completed February 2025. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $11,865,608 will be obligated at time of award, of which $11,865,608 will expire at the end of the current fiscal year. This contract was competitively procured as a small business set-aside via SAM.gov with two offers received. The Mid-Atlantic Regional Maintenance Center, Norfolk, Virginia, is the contracting activity.

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded an Other Transaction Authority agreement with a ceiling of $170,202,800 to evaluate enabling technologies for possible integration into a prototype weapon system. Work will be performed in Orlando, Florida; Bothell, Washington; Mooresville, North Carolina; Jupiter, Florida; Portland, Oregon; Simsbury, Connecticut; Boulder, Colorado; Mukilteo, Washington; Bedford, New Hampshire; Bristol, Pennsylvania; Huntsville, Alabama; Joplin, Missouri; and Grand Prairie, Texas, with an estimated completion date of Feb. 28, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $24,904,250 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-19-9-0001).

The Dutra Group, San Rafael, California, was awarded a $75,357,737 firm-fixed-price contract for Mobile Harbor, Alabama, deepening and widening. Bids were solicited via the internet with four received. Work will be performed in Irvington, Alabama, with an estimated completion date of Feb. 27, 2025. Fiscal 2020 civil construction and 2024 civil operation and maintenance funds in the amount of $75,357,737 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-24-C-0027).

Tidewater Inc.,* Elkridge, Maryland, was awarded a $19,576,895 firm-fixed-price contract for facilities investment services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 18, 2029. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-D-1003).

Khotol Services Corp.,* Warrensburg, Missouri, was awarded a $9,000,000 modification (P00002) to contract W911SA-22-D-2001 for sustainment, modernization, and improvement projects. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2026. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

Global Engineering Services Inc.,* Midvale, Utah, was awarded a $9,000,000 modification (P00002) to contract W911SA-22-D-2002 for sustainment, modernization, and improvement projects. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2026. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

AIR FORCE

Scientific Applications and Research Associates Inc., Cypress, California, was awarded a $23,554,341 firm-fixed-price and cost-plus-fixed-fee, undefinitized contract for the acquisition of Home-on GPS Jam seekers. This contract provides for the integration of the extended range seekers into existing Joint Direct Attack Munition wing kits. Work will be performed at Cypress, California, and St. Louis, Missouri, and is expected to be completed by Oct. 1, 2025. This contract involves Foreign Military Sales to Ukraine. This contract was a sole source Small Business Innovation Research Phase III acquisition. Fiscal 2023 operation and maintenance funds in the amount of $9,961,706 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-C-0017).

CORRECTION: The contract announced May 2, 2024, for Northrop Grumman Systems Corp., Aeronautics Systems, Palmdale, California (FA8616-24-D-B001), with a ceiling of $7,000,000,000, for B-2 modernization and sustainment, was announced with an incorrect award date. The correct award date is May 3, 2024.
CORRECTION: The contract announced May 1, 2024, for Johns Hopkins University Applied Physics Laboratory, Laurel, Maryland, (FA8819-24-D-B002), for $493,166,340 was announced with an incorrect award date. The correct award date is May 2, 2024.

WASHINGTON HEADQUARTERS SERVICES

Seneca Strategies Partners LLC, Salamanca, New York, is awarded an indefinite-delivery/indefinite-quantity contract (HQ003424D0005) valued at $19,000,000 to provide logistical support services to provide turnkey office solutions as well as related information technology, communications, and teleconferencing equipment. No funds are being obligated at time of award. The total, if all options are exercised, is $19,000,000. The purpose of this contract is to provide commercial items associated with the operation of an office or remote facility. The scope of supplies ordered under this contract includes signage and branding materials, modular sensitive compartmented information facilities, secure audiovisual and communications equipment, and all related supplies, components, and equipment. The work will be performed at the Pentagon Reservation, Arlington, Virginia. The estimated contract completion date is May 1, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Safety Kleen Systems Inc., Norwell, Massachusetts, has been awarded with a maximum $9,615,555 firm-fixed-price with economic-price-adjustment, indefinite-quantity contract for various re-refined engine lubricating oils. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The performance completion date is May 3, 2025. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-24-D-0073).  

U.S. TRANSPORTATION COMMAND

UPDATE: Global Crossing Airlines Inc., Miami, Florida (HTC71124DCC23), has been added as the 22nd awardee to the multiple award, indefinite-delivery/indefinite-quantity, fixed-price contract announced Jan. 29, 2024, with an estimated combined value of $873,000,000, for air charter transportation services for one-time domestic passenger, cargo, and combined movements at both military and commercial airfields. 

*Small Business
This entry was posted on Wednesday, May 08, 2024 3:40 pm

Leave a Reply

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

Notify me of updates to this conversation