Skip to main content

Latest News

DEFENSE INFORMATION SYSTEMS AGENCY BAE Systems Information and Electronic Systems Integration Inc., Navigation & Sensor Systems, Cedar Rapids, Iowa, was awarded a non-competitive single award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Army MPE-M Cards (DAPS and MAPS) and incidental software updates. The contract ceiling is approximately $319,000,000 and the minimum guarantee is for 50 MPE-M Cards. The period of performance is a two year base with three one year options.  Performance will be at the contractor's facility until the M-Code Cards are delivered to the U.S. government.  The total value of Delivery Order 1 is $494,270, funded by fiscal 2023 other procurement, Army; and research, development, test and evaluation funds. The period of performance for the base period is Sept. 30, 2023 – Sept. 29, 2025. If all options are exercised, the contract performance will end Sept. 29, 2028. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity. NAVY Raytheon Technologies Corp., doing business as Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $163,260,473 cost-plus-incentive-fee, fixed-price incentive (firm-target) modification (P00020) to a previously awarded contract (N0001920C0011). This modification exercises options to procure spare engines, power modules, special test equipment, and special tooling in support of Lot 17 F135 propulsion systems for the F-35 Lighting II Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, non-U.S. Department of Defense (DOD) participants, cooperative program partners, and Foreign Military Sales (FMS) customers. Work will be performed in East Hartford, Connecticut (17%) (labor surplus area); Indianapolis, Indiana (10%); Middletown, Connecticut (8%); Kent, Washington (7%); North Berwick, Maine (4%); El Cajon, California (3%) (labor surplus area); Cromwell, Connecticut (3%); Whitehall, Michigan (3%); Portland, Oregon (2%); San Diego, California (2%); South Bend, Indiana (2%); Columbus, Georgia (2%); Hampton, Virginia (1%); Manchester, Connecticut (1%); Cheshire, Connecticut (1%); Elmwood Park, New Jersey (1%); and various locations within the continental U.S. (33%), and is expected to be completed in December 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $95,999,078; fiscal 2023 (Air Force) funds in the amount of $52,064,065; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $12,403,648; and non-U.S. DOD participant funds in the amount of $2,793,681, 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. Yerkes SouthInc.,* Crestview, Florida (N69450-23-D-0038); CORE Engineering & Construction Inc.,* Winter Park, Florida (N69450-23-D-0039); KOMAN Construction LLC,* Anchorage, Alaska (N69450-23-D-0040); U-SMC/DeMaria JV2 LLC,* Jacksonville, Florida (N69450-23-D-0041); CCI Energy and Construction Services LLC,* Anchorage, Alaska (N69450-23-D-0042); and Drace Construction Corp.,* Gulfport, Mississippi (N69450-23-D-0043), are awarded a combined $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for general construction services at Marine Corps Logistics Base Albany, Georgia, but may be used throughout the Naval Facilities Engineering Command (NAVFAC) Southeast area of responsibility and will be completed by September 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $6,000 will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment Solicitation Module, with 40 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity. Rockwell Collins, Cedar Rapids, Iowa, is awarded a $32,322,304 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure 164 manpack radios, 246 blade radios, 164 power amplifiers, and ancillary items in support of upgrading the Remote Secure Voice System, a system within the Control and Reporting Center family of systems for the Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field, Special Communications Mission Solutions Division. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 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 not competitively procured pursuant to 10 U.S. Code 3204(a)(1). NAWCAD, Lakehurst, New Jersey, is the contracting activity (N6833523D0042). RGEA-JV,* Maryville, Tennessee (N40085-23-D-0093); GEAR-EnSAFE JV LLC,* Longwood, Florida (N40085-23-D-0094); SAGE-EFS JV,* Indianapolis, Indiana (N40085-23-D-0095); VETS-Tidewater JV,* Powell, Ohio (N0085-23-D-0096); and VRHabilis-KEMRON JV LLC,* Knoxville, Tennessee (N40085-23-D-0097), are awarded a combined $30,000,000 indefinite-delivery/indefinite-quantity environmental multiple award contract for environmental services and remedial actions. Work will be performed at environmentally contaminated sites predominately located at Naval Station Great Lakes, Great Lakes, Illinois (50%); and Naval Support Activity Crane, Indiana (25%). Work may also occur at other Navy and Marine Corps sites within the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic area of responsibility (25%) and is expected to be completed by September 2028. Fiscal 2023 operations and maintenance (Navy) contract funds in the amount of $159,975 are obligated on this award and will expire at the end of the current fiscal year. Fiscal 2023 operations and maintenance (Navy) contract funds in the amount of $5,000 are obligated on the four minimum guarantee task order awards and will expire at the end of the current fiscal year. This contract was competitively procured via the www.SAM.gov website with 10 proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity. Argon ST Inc., Fairfax, Virginia, is awarded $24,095,369 for a ceiling-priced delivery order (N00383-23-F-ST05) under a previously awarded basic ordering agreement (N00383-22-G-ST01) for the procurement of 11 communication equipment interface units in support of the MQ-4C Triton used in the Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Integrated Weapon Support Team’s program. All work will be performed in Fairfax, Virginia, and is expected to be completed by May 2026. Working capital (Navy) funds in the amount of $18,071,527 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. NAVSUP WSS, Philadelphia, Pennsylvania, is the contracting activity.  Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $20,329,784 undefinitized cost-plus-fixed-fee modification (P00024) to a previously awarded contract (N0001919C0074). This modification procures special tooling and test equipment in support of Block Four electronic warfare capabilities for both production and retrofit modifications for the F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Nashua, New Hampshire (94%); Orlando, Florida (3%); Linthicum, Maryland (1%); Ocala, Florida (1%); and Lexington, Kentucky (1%), and is expected to be completed in October 2028. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $3,392,214; fiscal 2022 aircraft procurement (Air Force) funds in the amount of $3,392,213; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $2,676,316; fiscal 2021 aircraft procurement (Navy) funds in the amount of $1,607,264; FMS customer funds in the amount of $5,496,510; and non-U.S. DOD participants funds in the amount of $3,765,266, will be obligated at time of award, $4,283,580 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.  Significance Inc.,* Annapolis, Maryland, is awarded a $20,000,000 indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-20-D-0019 for professional services in support of real property management and financial management systems. This award brings the total cumulative value of the contract to $60,000,000. Work will be performed throughout the Naval Facilities Engineering Systems Command (NAVFAC) area of responsibility, including overseas locations, and will be completed by September 2024. No funds will be obligated at time of award; funds will be obligated on individual task orders. NAVFAC, Atlantic, Norfolk, Virginia, is the contracting activity. Raytheon Technologies Corp., doing business as Pratt & Whitney, East Hartford, Connecticut, is awarded a $19,697,184 firm-fixed-price, long-term requirements contract for the procurement of one auxiliary power unit in support of the V-22 Osprey aircraft. This contract includes no options. All work will be performed in East Hartford, Connecticut, and ordering period is expected to be completed by December 2024. No money will be obligated at time of award. Working capital funds (Navy) will be used and funds will not expire at end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 3204 (a)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (SPE4AX-23-D-9424). Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $17,708,419 for a firm-fixed-price delivery order (N00383-23-F-X961), under previously awarded contract N00383-20-G-X901, for the procurement of 11 blowdown assemblies, seven NRP shock strut assemblies, seven shock strut assembly-main LH parts, seven nose landing gear retract actuators, 36 shimmy damper units, 30 wheel and tire assemblies, 30 shimmy damper cover assemblies, six tail bumper yoke assemblies, six LH tail skid drag struts, seven RH tail skid drag struts, 15 tail bumper arm assemblies, five nose landing gear upper torque arms, five nose landing gear lower torque arm parts, seven tail bumper skid assemblies parts in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by September 2027. Annual working capital funds (Navy) in the full amount of $17,708,419 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded a $12,571,163 firm-fixed-price order (N6833523F0457) against a previously issued basic ordering agreement (N0001921G0006). This order provides peculiar support equipment (PSE) and 29 nondestructive inspection (NDI) kits in support of mitigating deficient fleet quantities of PSE and NDI kits used to inspect and repair multiple components on the F/A-18E/F and EA-18G aircraft for the Navy. Work will be performed in St. Louis, Missouri, and is expected to be completed in February 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $929,580; fiscal 2022 aircraft procurement (Navy) funds in the amount of $2,496,651; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,144,932 will be obligated at time of award, $9,144,932 of which will expire at the end of the fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. Bollinger Shipyards Lockport LLC, Lockport, Louisiana, is awarded a $12,524,188 firm-fixed-price modification to previously awarded contract N00024-22-C-6305 for the production of Mine Countermeasures Unmanned Surface Vehicles. Work will be performed in Lockport, Louisiana (37%); Portsmouth, Virginia (34%); Dallas, Texas (14%); Slidell, Louisiana (10%); Orrville, Ohio (3%); and Hudson, Wisconsin (2%), and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $12,524,188 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. Rockwell Collins Inc., Government Systems, Cedar Rapids, Iowa, is awarded a $12,474,763 firm-fixed-price modification (P00049) to a previously awarded contract (N6134017C0007). This modification procures 182 operational data-recording devices (DRDs), 23 maintenance DRDs, nine mission operator consoles, as well as full rate production (FRP) I supplemental spares, and the installation of FRP I subsystems, security patches and updates, and producibility improvements in support of the Tactical Combat Training System II program for the Navy. Work will be performed Cedar Rapids, Iowa (55%); Lemoore, California (15%); Richardson, Texas (15%); Patuxent River, Maryland (10%); and Fallon, Nevada (5%), and is expected to be completed in February 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $10,725,635; and fiscal 2023 other procurement (Navy) funds in the amount of $1,749,128, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $12,013,813 for a firm-fixed-price delivery order (N00383-23-F-X95Z), under previously awarded contract N00383-20-G-X901, for the procurement of eight air cycle machines, 21 hinge cuff assembly three parts, 21 hinge cuff assembly six parts, 21 hinge cuff assembly five parts, 21 hinge cuff assembly four parts, and 30 hinge cuff assembly 1 2 7 parts in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by October 2026. Annual working capital funds (Navy) in the full amount of $12,013,813 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded an $11,400,000 firm-fixed-price order N00024-23-F-5118 under existing Basic Ordering Agreement N00024-21-G-5102 for the procurement of electronic equipment fluid coolers. This contract combines purchases for the U.S. government (79%); and the government of Australia (21%), under the Foreign Military Sales program. Work will be performed in Moorestown, New Jersey (97%); and Clearwater, Florida (3%), and is expected to be completed by July 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $9,000,000 (79%); and Foreign Military Sales (Australia) funds in the amount of $2,400,000 (21%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action was not competitively procured in accordance with 10 U.S. Code 2304(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $11,268,647 for a not-to-exceed, undefinitized contract action delivery order (N00383-23-F-X95T), under previously awarded contract N00383-20-G-X901, for the procurement of 14 angle drive units in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by March 2029. Annual working capital funds (Navy) in the amount of $8,451,485 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $10,204,130 for a firm-fixed-price delivery order (N00383-23-F-X962), under previously awarded contract N00383-20-G-X901, for the procurement of 14 shims, eight hydraulic swivel joints, 56 damper assemblies, and eight brake rotor modules in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by December 2026. Annual working capital funds (Navy) in the full amount of $10,204,130 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Thales Defense & Security Inc., Clarksburg, Maryland, is awarded $10,129,208 for a not-to-exceed, undefinitized contract action delivery order (N00383-23-F-ZK06), under previously awarded contract N00383-22-G-ZK01, for the repair of three items that are part of the H-1 Optimized Top Owl system. All work will be performed in Valbonne, France, and work is expected to be completed by March 2025. Annual working capital funds (Navy) in the amount of $7,596,906 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Argon ST Inc., Fairfax, Virginia, is awarded $10,043,370 for a ceiling-priced delivery order (N00383-23-F-ST03) under a previously awarded basic ordering agreement (N00383-22-G-ST01) for the repair of five communication equipment interface units in support of the MQ-4C Triton used in the Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Integrated Weapon Support Team’s program. All work will be performed in Fairfax, Virginia, and is expected to be completed by April 2025. Aircraft procurement (Navy) funds in the amount of $4,921,251 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. NAVSUP WSS, Philadelphia, Pennsylvania, is the contracting activity.  Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $9,520,612 for a ceiling-priced, undefinitized contract action delivery order (N00383-23-F-X95Y), under previously awarded contract N00383-20-G-X901, for the procurement of 29 tail blade assemblies in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by March 2027. Annual working capital funds (Navy) in the amount of $7,140,459 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $9,507,579 for a not-to-exceed, undefinitized contract action delivery order (N00383-23-F-X95U), under previously awarded contract N00383-20-G-X901, for the procurement of 32 printed wiring boards in support of the CH-53K aircraft. All work will be performed in Stratford, Connecticut. This contract contains no options and work is expected to be completed by April 2029. Annual working capital funds (Navy) in the amount of $7,130,684 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Sikorsky Aircraft Corp., Lockheed Martin Co., Stratford, Connecticut, is awarded an $8,092,897 modification (P00004) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract (N0001923D0011). This modification increases the ceiling to procure sustainment spares as well as provide materials management and supply support in support of sustainment efforts for the VH-92A Patriot in-service helicopter for the Navy. Work will be performed in Woodland, Washington (24%); Rangareddy, India (22%); Stratford, Connecticut (21%); Charlotte, North Carolina (9%); Milford, Connecticut (6%); Minano, Spain (6%); Wichita, Kansas (3%); Bridgeport, Connecticut (2%); Middlesex, Great Britain (1%); Fort Worth, Texas (1%); San Antonio, Texas (1%); Clearwater, Florida (1%); Johnstown, Pennsylvania (1%); Rockmart, Georgia (1%); and Orange, California (1%), and is expected to be completed in February 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $7,926,583; and fiscal 2023 operations and maintenance (Navy) funds in the amount of $166,314, will be obligated at the time of award, $166,314 of which will expire at the end of the fiscal year. Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, is the contracting activity. ARMY Callan Marine Ltd., Galveston, Texas, was awarded a $102,896,306 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with three received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of July 11, 2025. Fiscal 2023 civil construction funds; fiscal 2023 civil operation and maintenance funds; and fiscal 2023 Port of Corpus Christi funds, in the amount of $102,896,306 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0019). Southwest Gas Corp., Las Vegas, Nevada, was awarded an $88,062,582 modification (P00002) to contract W912DY-22-F-0432 to implement energy conservation measures at Fort Irwin. Work will be performed at Fort Irwin, California, with an estimated completion date of Sept. 29, 2047. Fiscal 2023 operation and maintenance, Army funds were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity. JLL-RER Solutions LLC, Washington, D.C., was awarded a $61,606,405 firm-fixed-price contract to perform visual inspections of privatized family housing, privatized unaccompanied housing, government-owned family housing and leased housing. 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 Sept. 24, 2028. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124J-23-D-0016).   MW Builders Inc., Pflugerville, Texas, was awarded a $56,116,000 firm-fixed-price contract to design and construct unaccompanied enlisted personnel housing. Bids were solicited via the internet with two received. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of July 31, 2026. Fiscal 2023 military construction, Army funds in the amount of $56,116,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0019). MW Builders Inc., Pflugerville, Texas, was awarded a $54,882,000 firm-fixed-price contract for construction of unaccompanied enlisted personnel housing. Bids were solicited via the internet with one received. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of Oct. 19, 2027. Fiscal 2023 military construction, Army funds in the amount of $54,882,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0018).  NHI JV,* Highland, Utah, was awarded a $46,661,483 firm-fixed-price contract for design-build construction services. Bids were solicited via the internet with three received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Sept. 25, 2026. Fiscal 2023 operation and maintenance, Air Force funds and procurement, Air Force funds in the amount of $46,661,483 were obligated at the time of the award.  U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0032). Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $42,180,000 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with four received. Work will be performed in Beltsville, Maryland, with an estimated completion date of April 1, 2026. Fiscal 2023 other procurement, Army funds in the amount of $42,180,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-23-C-0037). Peraton Inc., Herndon, Virginia, was awarded a $28,546,453 modification (P00056) to contract W15QKN-19-F-1334 to gather, analyze and format data for the Army Analytics Group. Work will be performed in Monterey, California, with an estimated completion date of Sept. 28, 2024. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $11,373,310 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $21,534,600 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Sept. 9, 2024. Fiscal 2023 civil operation and maintenance funds in the amount of $21,534,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-23-C-0006).  Hewlett Packard Enterprise Co., Reston, Virginia, was awarded a $14,000,000 firm-fixed-price contract for a standalone computing system. Bids were solicited via the internet with six received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of May 24, 2024. Fiscal 2023 other procurement, Army funds in the amount of $14,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineer Research and Development Center, Vicksburg, Mississippi, is the contracting activity (W912HZ-23-F-0295). CH2M Hill Inc., Greenwood Village, Colorado, was awarded a $13,999,942 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with one received. Work will be performed in Israel, with an estimated completion date of Feb. 28, 2027. Fiscal 2023 civil construction funds in the amount of $13,999,942 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-23-C-0015). Sterling Shipyard LLC, Houston, Texas, was awarded a $13,441,198 firm-fixed-price contract to design, construct, and test an excavator barge. Bids were solicited via the internet with two received. Work will be performed in Houston, Texas, with an estimated completion date of April 16, 2025. Fiscal 2023 Plant Replacement Improvement Program funds in the amount of $13,441,198 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0036). General Contractors Inc. of the Quad Cities,* Bettendorf, Iowa, was awarded a $12,309,703 firm-fixed-price contract for a flood risk-management project. Bids were solicited via the internet with two received. Work will be performed in Cedar Rapids, Iowa, with an estimated completion date of April 30, 2025. Fiscal 2023 civil operation and maintenance funds in the amount of $12,309,703 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-23-C-0043). Business Contingency Group,* Encino, California (W912CL-17-D-0102); Electric On-Ramp Inc.,* Houston, Texas (N00039-14-D-0013); Energy & Security Group,* Reston, Virginia (HSFE20-16-A-0200); Greenlight Group,* Destin, Florida (N62649-21-D-0032); Metamorphosis Group Inc., Vienna, Virginia (N00189-16-D-Z044); Next Evolution Water Solutions Inc.,* Durham, New Hampshire (SAQMMA-17-D-0076); Olgoonik Worldwide Services LLC,* Anchorage, Alaska (SAQMMA-17-D-0077); Carolina Linkages Inc.,* Aiken, South Carolina (W912CL-17-D-0101); Terrestris Global Solutions,* Dumfries, Virginia (SAQMMA-15-D-0086); TigerSwan LLC,* Apex, North Carolina (19AQMM-20-A-0168); and Venatore LLC,* Tampa, Florida (47QTCK-18-D-0009), will compete for each order of the $10,000,000 firm-fixed-price contract to provide general assistance to help partner nations improve healthcare, education and sustainable community development. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2028. 409th Contracting Support Brigade, Fort Sam Houston, Texas, is the contracting authority. Waterfront Property Services LLC,* Clearwater, Florida, was awarded a $9,603,273 firm-fixed-price contract for excavating material out of the Manatee Harbor Dredge Material Management Area. Bids were solicited via the internet with two received. Work will be performed in Palmetto, Florida, with an estimated completion date of April 26, 2025. Fiscal 2022 civil construction funds in the amount of $9,603,273 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-23-C-0024). Steward Machine Co. Inc.,* Birmingham, Alabama, was awarded a $9,308,648 firm-fixed-price contract to replace tainter gates. Bids were solicited via the internet with 4 received. Work will be performed in New London, Missouri, with an estimated completion date of Dec. 19, 2026. Fiscal 2023 civil operations and maintenance funds in the amount of $9,308,648 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-23-C-0044). Science Applications International Corp., Reston, Virginia, was awarded a $9,149,445 modification (P00114) to contract W31P4Q-21-F-0033 to provide full life-cycle support for high-fidelity aviation system simulators. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2024. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Sentient Science Corp., Buffalo, New York, was awarded a $9,000,000 cost-plus-fixed-fee contract to support the continued development of enhanced DigitalClone capabilities in order to develop new drive-system technologies for Future Vertical Lift and enduring fleet applications. 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 Sept. 30, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-23-D-0007). CTL Environmental LLC, Farmington Hills, Michigan, was awarded a $7,798,724 firm-fixed-price contract for environmental remediation services. Bids were solicited via the internet with seven received. Work will be performed in Mount Clemens, Michigan, with an estimated completion date of March 25, 2025. Fiscal 2023 operation and maintenance, Air Force Reserve funds in the amount of $7,798,724 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0417). DEFENSE LOGISTICS AGENCY L3Harris Technologies Inc., Rochester, New York, has been awarded a maximum $125,126,223 firm-fixed-price, indefinite-delivery/indefinite-quantity for spares and repair parts for very small aperture terminal transmission systems. 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 five-year contract with no option periods. The performance completion date is Sept. 24, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-23-D-0021). Collins Engine Nozzles Inc., West Des Moines, Iowa, has been awarded a maximum $37,743,196 firm-fixed-price contract for J-85 engine fuel nozzles. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1(a)(2). This is a one-time-buy contract, with a March 31, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma (SPRTA1-23-C-0059). Lockheed Martin Corp., Owego, New York, has been awarded a maximum $30,373,260 firm-fixed-price contract for B-2 countermeasure receivers. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year contract with no option periods. Locations of performance are New Jersey and Florida, with an Oct. 29, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma (SPRTA1-23-C-0070). AIR FORCE Africa Automotive Distribution Service Ltd., Gibraltar, was awarded a $66,000,000 single-award, indefinite-delivery/indefinite-quantity contract for J8 Jeep tactical vehicles. This contract satisfies recurring requirements for Jeep J8 tactical vehicles and related equipment, spares kits, special tools, ancillary equipment including recurring, and related training and services. This equipment will fulfill the requirements for tactical transportation of counter narcotics forces in support of selected partner nations teaming with the U.S. in counter narcotics activities. The location of performance is the U.S. Southern Command and Central Command areas of responsibility. The work is expected to be complete by Sept. 27, 2027. This contract was a sole-source acquisition. Fiscal 2022 and 2023 operation and maintenance funds in the amount of $5,000,000 are being obligated at time of award. Air Combat Command, Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (FA4890-23-D-0020).   Lockheed Martin Corp., Orlando, Florida, has been awarded a $16,754,115 modification (P00035) to a previously awarded contract (FA8682-21-C-0001) for Joint Air to Surface Standoff Missile acquisition. The modification brings the total cumulative face value of the contract to $1,108,135,410. Work will be performed at Orlando, Florida, and is expected to be completed by Oct. 31, 2026. Fiscal 2023 missile procurement funds in the amount of $16,754,115 are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. (Awarded Sept. 22, 2023)   Qioptiq Ltd., St. Asaph, United Kingdom, was awarded a maximum value $13,697,000 indefinite delivery contract for the F-16 Head Up Display combiner assembly. This contract provides for the replenishment of the U.S. Air Force’s warehouses with the F‐16 spares for the next five years. Work will be performed in the United Kingdom, and is expected to be completed by Sept. 30, 2030. This contract was a sole-source acquisition. Consolidated Sustainment Activity Group Working Capital funds in the amount of $6,895,919 are being obligated at time of award. The Air Force Materiel Command, Hill Air Force Base, Utah, is the contracting activity (FA8212‐23‐D‐0004).   EaglePicher Technologies LLC, Joplin, Missouri, was awarded a $7,589,145 delivery order for MK12A Power Supply work. This contract provides for continued work on the power supply for MK12A. Work will be performed at Joplin, Missouri, and is expected to be completed by Nov. 28, 2027. This contract was a sole-source acquisition. Fiscal 2023 missile procurement funds in the amount of $7,589,145 are being obligated at time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8214-23-F-0009).    Computer World Services, Falls Church, Virginia, was awarded a $213,300,000 contract for cyberspace operations. This contract provides support to the 690th Cyberspace Operations Group to operate and assure availability of the Air Force Information Network. Work will be performed at Peterson Space Force Base, Colorado; Langley Air Force Base, Virginia; Wright-Patterson Air Force Base, Ohio; and Joint Base San Antonio, Texas, and is expected to be completed by March 26, 2031. This contract was a competitive acquisition and 22 offers were received. Fiscal 2023 operation and maintenance funds in the amount of $7,100,000 are being obligated at time of award. The Acquisition Management Integration Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8773-23-D-0002). (Awarded September 22, 2023) WASHINGTON HEADQUARTERS SERVICES Markon Solutions, Falls Church, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003423D0038) with a $30,000,000 ceiling to provide construction management technical services at the Pentagon Reservation. Funds will be obligated from fiscal 2023 Pentagon Reservation Maintenance revolving funds, but no funds will be obligated at the time of award. The total amount of this action, if all options are exercised, is $30,000,000. The scope of services may include delivery of multidisciplinary technical and managerial capabilities as related to all elements of facility planning, program and project execution, project oversight, and building and utility operations, while maintaining a broad focus on technical requirements, technical quality, feasibility, constructability, operational effectiveness, and risk management. The work will be performed at the Pentagon Reservation. The estimated completion date is March 31, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. *Small business   Image: https://www.interhuss.com/wp-content/uploads/2016/04/1585-5718899f2512a.jpg
NAVY Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,362,922,002 cost-plus-fixed-fee modification to previously awarded contract N00024-18-C-2130 to exercise the fiscal 2024 options for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (46%); Schenectady, New York (45%); and Idaho Falls, Idaho (9%), and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funding in the amount of $6,000,000 (50%); fiscal 2021 other procurement (Navy) funding in the amount of $3,019,658 (25%); fiscal 2023 operations and maintenance (Navy) in the amount of $2,300,000 (19%); and fiscal 2022 research, development, test and evaluation in the amount of $673,049 (6%), will be obligated at time of award and $3,692,707 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. Collins Aerospace, Cedar Rapids, Iowa, is awarded a $280,444,867 modification (P00005) to a previously awarded firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0042123D0001). This modification exercises an option to procure an additional 8,490 AN/ARC-210(v) radios, and associated ancillary equipment and support for installation in over 400 strategic and tactical airborne, seaborne, and land based (mobile and fixed) platforms for the Navy, Marine Corps, Army, Coast Guard, other Department of Defense agencies, and Foreign Military Sales customers. Work will be performed in Cedar Rapids, Iowa, and is expected to be completed in September 2026. No funds are being obligated at time of award; funds will be obligated on individual delivery orders as they are issued. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity. The Boeing Co., St. Louis, Missouri, is awarded $221,366,000 for a ceiling-priced, undefinitized contract action, delivery order N00383-23-F-YY36 under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of seven various configurations of flight control surfaces spares used on the F/A-18 E/F and EA-18G aircraft. All work will be performed in St. Louis, Missouri, and work is expected to be completed by December 2029. Working capital funds (Navy) in the amount of $108,469,340 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $98,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide for the development of production engineering change proposals, retrofit engineering release reports, investigations and subcontractor support for investigations and qualifications in support of increasing the life of F-35 aircraft parts for the Air Force, Marine Corps, Navy, and non-Department of Defense participants. Work will be performed in Fort Worth, Texas (58%); El Segundo, California (21%); and Samlesbury, United Kingdom (21%), and is expected to be completed in February 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0022). Rohde & Schwarz USA Inc., Columbia, Maryland, is awarded a $62,202,863 indefinite-delivery/indefinite-quantity contract (N66001-23-D-0022) for production, integration support, production training support, and life cycle support for modern high frequency radio transceivers and associated hardware and software components. The contract includes a single five-year ordering period and a five-year option period. The option period, if exercised, would bring the cumulative value of this contract to an estimated $91,072,426. The period of performance of the base award is from Sept. 22, 2023, through Sept. 21, 2028. If all options are exercised, the period of performance would extend through Sept. 21, 2033. Work will be performed in Columbia, Maryland (98%); and, on a temporary basis, at DOD facilities (2 %, if applicable), and will be annotated at the delivery order level. Funding will be obligated via delivery orders. The predominant types of funding anticipated to be obligated on delivery orders are other procurement (Navy); and operations and maintenance (Navy). This single-award contract was not competitively procured due to circumstances permitting other than full and open competition pursuant to 10 U.S. Code 3204(a)(5), Authorized or required by statute, as implemented by Federal Acquisition Regulation (FAR) 6.302-5; and 10 U.S. Code 3204(a)(1), Only One Responsible Source, as implemented by FAR 6.302-1. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. Viasat Inc., Carlsbad, California, is awarded a firm-fixed-price, definitization modification to existing contract N00039-16-D-0010 with an increased value of $57,451,770. This modification is for production of the VM300-M cards. This is an indefinite-delivery/indefinite-quantity contract with a three-year ordering period remaining. Work will be performed in San Diego, California, with an expected completion date of September 2026. Funds will be obligated by delivery order. The first delivery order is to procure 79 VM300-M with operations and maintenance, Navy funds in the amount of $4,210,700. This contract is awarded as a sole source under the authority of 10 U.S. Code 2304(c) (1), Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-16-D-0010).  Southern California Gas Co., Los Angeles, California, is awarded a $34,505,605 firm-fixed-price task order for wind turbines. This task order provides for removal of three existing 500KW wind turbines to be replaced by two 1000KW wind turbines and installation of a battery backup system. Work will be performed at San Clemente Island, California, within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility. Fiscal 2019, 2020 and 2021 Energy Resilience and Conservation Investment Program, and Military Construction, Defense-Wide appropriations in the amount of $34,505,605 will be obligated on the task order being issued and will not expire at the end of the current fiscal year. This contract was not competitively procured and solicited as a sole source. NAVFAC Southwest, San Diego, California, is the contracting activity (N6247323F4200). Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $26,924,626 cost-plus-fixed-fee modification to previously-awarded contract N00024-21-C-5127 for Australia Surface Combatant system design, analysis, computer program software development, and integrated logistics support. This contract involves Foreign Military Sales (FMS) to Australia. Work will be performed in Moorestown, New Jersey, and is expected to be completed by March 2028. FMS (Australia) funds in the amount of $6,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. Crofton Construction Services Inc.,* Portsmouth, Virginia (N40085-18-D-1156); Doyon Project Services LLC,* Federal Way, Washington (N40085-18-D-1157); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N40085-18-D-1158); Seaward Marine Corp.,* Chesapeake, Virginia (N40085-18-D-1159); and W.F. Magann Corp.,* Portsmouth, Virginia (N40085-18-D-1160), are awarded a $25,000,000 firm-fixed-price modification to increase the maximum dollar value of indefinite-delivery/indefinite-quantity, multiple award construction contracts for waterfront-related projects. This award brings the total cumulative value for all five contracts to $120,000,000. Work will be performed at various Navy installations in the Hampton Roads area of Virginia and will be completed by September 2023. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be primarily funded by operation and maintenance, (Navy) and military construction funds. Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. BAE Systems San Diego Ship Repair Inc., San Diego, California, is awarded a $19,962,606 cost-plus-award-fee modification to exercise an option to previously awarded contract N00024-23-C-2316 for the accomplishment of a post shakedown availability (PSA) as well as procurement of additional materials in support of PSA. The PSA is for one Arleigh Burke class guided missile destroyer (DDG 125). Work will be performed in San Diego, California, and is expected to be completed by October 2024. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $18,991,763 will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. Science Applications International Corp., Indianapolis, Indiana, is awarded a $14,161,668 firm-fixed-price indefinite-delivery/indefinite-quantity contract. This contract procures a maximum of 774 AN/AWM-103C Armament Stores Management Subsystems Test Set upgrade kits and a maximum of 474 AN/AWM-103C upgrade kit installations to increase capabilities of the existing AN/AWM-103B test sets, in support of various aircraft and airborne weapons systems fleet wide for the Navy, Marine Corps, and Foreign Military Sales customers. Work will be performed in Indianapolis, Indiana, and is expected to be completed in September 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 not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833523D0024). AgustaWestland Philadelphia Corp., Philadelphia, Pennsylvania, is awarded a $9,516,352 modification (P00025) to previously awarded firm-fixed-price contract N6134020C0007. This modification exercises an option to procure seven spare engines for TH-73A lot IV production aircraft in support of the Advanced Helicopter Training System program for the Navy. Work will be performed in Longueuil, Canada (90%); and Philadelphia, Pennsylvania (10%), and is expected to be completed in July 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $9,516,352 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. ARMY Booz Allen Hamilton, McLean, Virginia, was awarded a $150,949,292 cost-plus-fixed-fee contract for technology, innovation, and data engineering research and development; and disruptive intelligence, surveillance, and reconnaissance, science and technology research and development. 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 Sept. 21, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0010). DAP-Bristol JV LLC,* Phoenix, Arizona (W9126G-23-D-0041); Mirador-Perkins JV LLC, doing business as Encanto Base Services,* El Paso, Texas (W9126G-23-D-0042); Gideon Contracting LLC, doing business as Gideon USA,* (W9126G-23-D-0043); G.M. Hill Engineering Inc.,* Jacksonville, Florida (W9126G-23-D-0044); RLMO Constructors JV,* Alamogordo, New Mexico (W9126G-23-D-0045); and Southeast Cherokee Construction Inc.,* Montgomery, Alabama (W9126G-23-D-0046), will compete for each order of the $116,385,000 firm-fixed-price contract for vertical construction services. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity. Valiant Global Defense Services Inc., San Diego, California, was awarded a $92,756,637 modification (P00063) to contract W91247-18-C-0001 for readiness training support. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Oct. 26, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $92,756,637 were obligated at the time of the award. The 418th Contracting Support Brigade, Fort Johnson, Louisiana, is the contracting activity. Onshore Materials LLC,* Thibodaux, Louisiana, was awarded a $59,286,900 firm-fixed-price contract for drainage structures and levees. Bids were solicited via the internet with three received. Work will be performed in Laplace, Louisiana, with an estimated completion date of Sept. 22, 2027. Fiscal 2023 civil construction funds in the amount of $59,286,900 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0056).  Comtech Satellite Network Technologies Inc., Tempe, Arizona, was awarded a $48,567,161 firm-fixed-price contract for developing and testing modems, developing engineering and logistics support documentation, and hardware and software development support. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-23-D-0039). Leidos Inc., Reston, Virginia, was awarded a $32,835,105 modification (P00048) to contract W52P1J-18-C-0048 for support services at Aberdeen Proving Ground, Blue Grass Chemical Agent Destruction Pilot Plant, Pueblo Chemical Agent Destruction Pilot Plant, and the Anniston Field Office. Work will be performed in Reston, Viginia, with an estimated completion date of Sept. 23, 2024. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $5,084,385 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $31,139,423 modification (P01051) to contract W56HZV-15-C-0095 for the Joint Light Tactical Vehicle. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of June 30, 2025. Fiscal 2022 ammunition procurement, Army funds and fiscal 2023 other procurement, Army funds in the amount of $31,139,423 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. Aventus NV,* Las Vegas, Nevada (W911SA-23-D-2012); Miller Electric Co. Inc., Reno, Nevada (W911SA-23-D-2014); California Constructors,* San Diego, California (W911SA-23-D-2013); MX Construction Inc.,* Nipomo, California (W911SA-23-D-2015); and Ahtna Design-Build Inc.,* (W911SA-23-D-2011), will compete for each order of the $20,000,000 firm-fixed-price contract for renovation and repair services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2028. The 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity. CAE USA Inc., Tampa, Florida, was awarded a $9,517,111 modification (P00060) to contract W911S0-15-C-0003 to provide instructor pilots. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of March 9, 2024. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. U.S. SPECIAL OPERATIONS COMMAND Sierra Nevada Corp., Sparks, Nevada, is being awarded a single award, indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee contract (H92401-23-D-0003) with a $134,000,000 maximum ceiling and $1,200,000 minimum guarantee for the Program Executive Office of Tactical Information Systems (PEO-TIS), Tactical Communications Systems, in support of U.S. Special Operations Command (USSOCOM). The PEO-TIS Tactical Communications Systems contract procures TRAX software, as well as software assurance, maintenance, integration, training, aircraft demonstrations, exercise support for the fielded systems, and Field Support Representative support. Fiscal 2023 operation and maintenance funds in the amount of $5,181,806 are being obligated at time of award. There will be five one-year ordering periods. The work will be performed primarily in Sparks, Nevada, and is expected to be completed by Sept. 22, 2028. This contract was awarded through Other than Full and Open Competition in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity. DEFENSE LOGISTICS AGENCY Sysco Raleigh, Selma, North Carolina, has been awarded a maximum $90,698,024 modification (P00004) exercising the second 18-month option period of a two-year base contract (SPE300-20-D-3269) with two 18-month option periods for full‐line food distribution. This is a fixed-price with economic-price-adjustment, indefinite-quantity contract. The ordering period end date is April 19, 2025. Using military services are Air Force, Army and Marine Corps. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $77,227,290 modification (P00075) exercising the third one-year option period of a one-year base contract (SPE1C1-20-D-1351) with four one-year option periods for the 3 season sleep system and components. This is a firm-fixed-price, indefinite-delivery/definite-quantity contract. Locations of performance are Nevada and Washington, with a Sept. 27, 2024, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. Valneva USA Inc.,* Bethesda, Maryland, has been awarded a maximum $48,025,600 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Japanese encephalitis vaccines. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year contract with no option periods. Location of performance is the United Kingdom, with a Sept. 21, 2024, ordering period end date. Using military services are Army, Navy, Air Force, and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DP-23-D-0004).  American Apparel Inc.,* Selma, Alabama, has been awarded a maximum $20,293,213 modification (P00013) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-1481) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 28, 2024. 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.   Zoll Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $15,579,550 modification (P00007) exercising the fourth one-year option period of a one-year base contract (SPE2D1-19-D-0034) with four one-year option periods for airworthy suction apparatuses and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 24, 2024. Using customers are Army, Navy, Air Force, Marine Corps, and Department of Health Affairs. Type of appropriation is fiscal 2023 through 2024 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. AIR FORCE MetroStar Systems LLC, Reston, Virginia, was awarded a $22,270,626 labor hour task order for strategic advisory assistance in support of Department of the Air Force Category Management, Performance Management and Improvement programs. This contract provides for development and execution of strategies, business analysis, and data analytics to advance the efforts across the Department of the Air Force and the Department of Defense. Work will be performed in the National Capital Region, Washington D.C.; and Wright Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 21, 2028. This contract was a competitive acquisition with three offers received. Fiscal 2023 operations and maintenance funds in the amount of $1,657,190 is being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-23-F-0349). Northrop Grumman Systems Corp., Chantilly, Virginia; and Herndon, Virginia, have been awarded a $20,559,433 modification (P00038) to previously awarded contract FA8808-19-C-0004 for Enhanced Polar System Recapitalization Control and Planning Segment design and or system engineering, integration, and testing. The total cumulative face value of the contract is $114,539,503. Work will be performed in Herndon, Virginia, and is expected to be completed by April 30, 2025. Fiscal 2022 Space Force research and development funds in the amount of $256,918; and fiscal 2023 Space Force research and development funds in the amount of $2,000,000 are being obligated at time of award. Space Systems Command, El Segundo, California, is the contracting activity.  NXTek LLC, doing business as Istari Federal LLC, Costa Mesa, California, was awarded a $19,127,311 fixed-price contract for digital-first airworthiness. This contract provides for a digital-first Military Flight Release through a digital-first engineering process and Military Flight Release physical test validation. Work will be performed at Charleston, South Carolina, and is expected to be completed by Dec. 22, 2025. This contract was a competitive acquisition, and one offer was received. Fiscal 2022 research, development, test and evaluation funds in the amount of $19,127,311 are being obligated at time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-C-6017). Next Gen Federal Systems LLC,* Morgantown, West Virginia, was awarded a $16,500,237 for Weather Machine Learning Platform (WxMLP) operations. This contract provides for the infrastructure and platform for which WxMLP operations capabilities will continue to be developed and maintained. Work will be performed at Morgantown, West Virginia, and is expected to be completed by Sept. 30, 2027. This contract was a sole-source acquisition. Fiscal 2023 research, development, test, and evaluation funds; and fiscal 2023 operation and maintenance funds in the amount of $2,004,599 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-23-C-B027). L-3 Communications Integrated Systems L.P., Greenville, Texas, was awarded a $14,991,633 cost-plus-fixed-fee modification (P00024) to previously awarded contract FA8750-20-C-1002 for Advanced Exploitation of Electronic Intelligence Signals software and hardware. Work will be performed at Greenville, Texas, and is expected to be completed by Oct. 8, 2024. Fiscal 2023 research, development, test, and evaluation funds in the amount of $1,727,942 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-C-1002). (Awarded Sept. 21, 2023) Ohio Aerospace Institute, Brookpark, Ohio, was awarded a $12,843,659 fixed-price contract for full authority digital engine control system. This contract provides for a full authority digital engine control modular open system architecture for turbine engine technology. Work will be performed in Brookpark, Ohio, and is expected to be completed by Sept. 24, 2025. This contract was a competitive acquisition and two offers were received. Fiscal 2022 and fiscal 2023 research, development, test and evaluation funds in the amount of $12,843,659 are being obligated at time of award. Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9300-23-C-6018). Lockheed Martin Corp., King of Prussia, Pennsylvania, has been awarded a $9,980,000 definitized modification (P00052) to previously awarded contract FA8219-20-C-0001 for Mark21A Reentry Vehicle (Mk21A) technology maturation and risk reduction research and development for reentry vehicles. The total cumulative face value of the contract is $268,095,741. Work will be performed in King of Prussia, Pennsylvania, and is expected to be completed Oct. 21, 2023. Fiscal 2022 and 2023 research, development, test, and evaluation funds in the amount of $9,750,000 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill Air Force Base, Utah is the contracting activity. *Small business   Image: https://s.hdnux.com/photos/27/11/33/6067938/3/rawImage.jpg
AIR FORCE The Aerospace Corp., El Segundo, California, has been awarded a $1,217,826,697 modification (P00114) to previously awarded contract FA8802-19-C-0001 to exercise Option Year 5 for fiscal 2024 services being procured under the multiple year contract for systems engineering and integration support for the National Space Community. The modification brings the total cumulative face value of the contract is $6,936,296,665.  Work will be performed at El Segundo, California, and is expected to be completed by Sept. 30, 2024. Space Systems Command, El Segundo, California, is the contracting activity. Arrowpoint Corp., Alexandria, Virginia (FA7146-23-D-0007); and Intelligensis LLC, Columbia, Maryland (FA7146-23-D-0008), were awarded a combined, not-to-exceed ceiling $60,000,000, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity, multiple award contract for enhancing Defense Industrial Base (DIB) partners cybersecurity. This contract provides for a comprehensive solution for cyber defenses. Work will be performed in Washington, D.C.; Linthicum Heights, Maryland; and the continental U.S. Work will be completed by Sept. 20, 2028. This contract was a competitive acquisition and five offers were received. Fiscal 2023 operational and maintenance funds in the amount of $1,000 are being obligated at time of award for each awardee for a total of $2,000. The Office of the Secretary of the Air Force, Concepts, Development, and Management Office, Fairfax, Virginia, is the contracting activity. Goodrich Corp., Westford, Massachusetts, was awarded a $28,502,283 firm-fixed-price, cost-plus-fixed-fee contract for Optical Sensors Interface. This contract provides for Ground Segment Plus software support for Senior Year Electro-Optical Reconnaissance System and Multi-Spectral Imagery-177 families of systems on the open architecture for the Air Force Distributed Common Ground System optical sensor interface requirement. Work will be performed inside and outside of the continental U.S., and is expected to be completed Sept. 20, 2024. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $21,108,625 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8527-23-D-0001). Wichita State University, Wichita, Kansas, was awarded a $17,185,071 cost-reimbursement contract, with the possibility of three options totaling $16,499,661, for research and development. This contract provides for the demonstration of the use of advanced materials and processes for demonstrating agile manufacturing of composite structures through model-based engineering solutions and sensor-based data analytics. Work will be performed at Wichita, Kansas, and is expected to be completed by Jan. 30, 2027. Fiscal 2022 development, test, and evaluation funds in the amount of $17,142,700; and fiscal 2023 development, test, and evaluation funds in the amount of $42,371, are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-23-C-B002). (Awarded Sept. 20, 2023) Virginia Commonwealth University, Richmond, Virginia, was awarded an $8,992,719 cost-reimbursable contract for the establishment of a Convergence Lab Initiative (CLI). The establishment of CLI will drive new discoveries, enhancements, and prototype products in the derivative applied areas of electro-optics, infrared, radio frequency, and cyber technologies. Work will be performed at Virginia Commonwealth University, Richmond, Virginia, and is expected to be completed by Sept. 30, 2024. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research, development, test and evaluation funds in the amount of $8,992,719 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contract activity (FA8651-23-C-A023). NAVY Absher Construction Co., Puyallup, Washington (N44255-23-D-1700); The Haskell Co., Jacksonville, Florida (N44255-23-D-1701); Macnak Construction LLC, Lakewood, Washington (N44255-23-D-1702); Shape Construction, Poulsbo, Washington (N44255-23-D-1703); Tompco-Triton JV, Seabeck, Washington (N44255-23-D-1704); Contrack Watts, McLean, Virginia (N44255-23-D-1705); GlenMar-Hensel Phelps JV, Clackamas, Oregon (N44255-23-D-1706); and NH1 JV, Highland, Utah (N44255-23-D-1707), are awarded a combined maximum-value $1,000,000,000 indefinite-delivery/indefinite-quantity, multiple-award construction contract for new construction, renovation, alteration, demolition and repair of facilities at various locations within the Naval Facilities Engineering Systems Command Northwest area of operations. Work will be completed no later than October 2025. Fiscal 2023 military construction funds in the amount of $23,625,994 are obligated on this award. Seven awardees will be awarded $5,000 each at contract award. This contract was competitively procured via SAM.gov with 31 proposals received. The Naval Facilities Engineering Systems Command Northwest, Silverdale, Washington, is the contracting activity. L3 Technologies Inc., Camden, New Jersey, is awarded a $67,428,655 firm-fixed-price, cost-plus-fixed-fee, cost-plus-award-fee, and cost-only modification to previously-awarded contract N00024-22-C-5218 to exercise options for Cooperative Engagement Capability AN/USG-2B System, AN/USG-3B System, spares, signal data processors, stock point, equipment repairs, repair material, engineering studies and analyses, other direct cost associated with engineering studies and analyses and repairs, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Largo, Florida (76%); Salt Lake City, Utah (16%); and Menlo Park, California (8%), and is expected to be completed by October 2025. Fiscal 2023 working capital funds in the amount of $23,080,526 (38%); fiscal 2023 aircraft procurement (Navy) funds in the amount of $17,179,854 (29%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,705,671 (8%); fiscal 2023 other procurement (Navy) funds in the amount of $3,897,355 (7%); fiscal 2021 aircraft procurement (Navy) funds in the amount of $2,863,309 (5%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $2,279,002 (4%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,622,952 (3%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,232,100 (2%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $627,697 (1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $319,672 (1%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $308,025 (1%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $302,202 (1%) will be obligated at time of award, of which $302,202 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $42,964,632 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2103 for Engineering and Technical Design Effort to support Research and Development Concept Formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut (96%); Bremerton, Washington (2%); Kings Bay, Georgia (1%); and Newport, Rhode Island (1%), and is expected to be completed by September 2024. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $10,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. Skookum Educational Programs, doing business as Skookum Contract Services, Bremerton, Washington, is awarded a $39,710,304‬ indefinite-delivery/indefinite-quantity contract for base operations support. This contract provides for, but is not limited to, management and administration, facilities investment, pest control, integrated solid waste management, pavement clearance, utilities management, water services, base support vehicles, equipment, and environmental. Work will be performed at Naval Air Station Whidbey Island, Oak Harbor, Washington; Naval Station Everett, Washington; and other locations within the area of responsibility supported by these installations, and will be completed by March 2032. No funds will be obligated at time of award. Fiscal 2024 operation and maintenance (Navy, Marine) funds in the amount of $23,898,306 will be obligated on individual task orders after award and will not expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5. The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-23-D-3602). Teledyne FLIR Surveillance Inc., North Billerica, Massachusetts, was awarded a $34,393,346 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the test, teardown, evaluation and repair of lowest replaceable units in the following electro-optic, infrared (EO/IR) systems: combatant craft forward looking infrared (CCFLIR); CCFLIR Increment 2; shipboard infrared visual sensor system; Sea FLIR II System; Patrol Boat-Electro-Optic System; Maritime Forward Looking Infrared (MARFLIR) II; and SeaFLIR 280HD; and all variants thereof. The programs requiring repair support include the Coast Guard; mine counter measures; Patrol Coastal Electro Optics; Scoutmaster; Navy Expeditionary Combat Command; Special Operations Command; U.S. Strategic Systems Program; Navy ships; and other maritime platforms. The contract also includes spare parts and engineering services in support of the Teledyne FLIR Surveillance Inc., EO/IR systems. Work will be performed in North Billerica, Massachusetts, and is expected to be completed by December 2028. Fiscal 2023 defense-wide operations and maintenance appropriation account funds in the amount of $40,198 will be obligated at time of award; these funds will expire at the end of the current fiscal year. This contract was not competitively procured via the SAM.gov website, with one offer received. This is a sole source action in accordance with Federal Acquisition Regulation 6.302-1, only one responsible source. Teledyne FLIR Surveillance Inc., is the original equipment manufacturer of the systems and the only company who can perform the required repairs and provide the required system support. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423DJQ05). (Awarded Sept. 18, 2023) Gunderson Marine LLC,* Portland, Oregon, is awarded a $33,350,000 firm-fixed-price contract for the detail design and construction of one Mobile Ship Target craft. Work will be performed in Portland, Oregon, and is expected to be completed by November 2025. Fiscal 2022 research, development, test and evaluation (Navy) $25,445,646 (76%); and fiscal 2023 research, development, test and evaluation (Navy) $7,904,354 (24%) funding will be obligated at time of award. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $25,445,646 will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment Solicitation Module, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-R-2245). Honeywell International Inc., South Bend, Indiana, is awarded $25,695,981 for firm-fixed price, spares delivery order N00383-23-F-V62S under previously awarded basic ordering agreement N00383-20-G-V601 for the procurement of 286 landing gear wheels, 454 of another type of landing gear wheels, and 538 disk brake stators, for a total of 1,278 weapon repairable assemblies, in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in South Bend, Indiana, and work is expected to be completed by September 2024. This effort combines purchases under the Foreign Military Sales (FMS) Program, and funds will not expire at the end of the current fiscal year. This effort combines purchases of working capital funds (Navy) in the amount of $25,612,375, along with FMS funds (Kuwait) in the amount of $54,901 and FMS funds (Australia) in the amount of 28,705. Funds in the full amount of $25,695,981 will be obligated at time of award. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N00030-24-C-6007), is awarded a $23,548,881 cost-plus-fixed-fee contract for logistics engineering and integration support services for Trident II Strategic Weapon System and the Submarine Submersible Guided Missile Attack Weapon System. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Kings Bay, Georgia (40.1%); Mechanicsburg, Pennsylvania (35.2%); Rockville, Maryland (17.3%); Bremerton, Washington (1.7%); and various other locations (less than 1% each, 5.7% total). Work is expected to be completed Sept. 30, 2024. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,244,147; and United Kingdom funding in the amount of $3,051,000 will be obligated upon award. Subject to the availability of funds, fiscal 2024 operations and maintenance (Navy) funds in the amount of $17,724,388 will be later obligated. No funds will expire at the end of the current fiscal year. This contract was a sole source acquisition in accordance with 10 U.S. Code 3204(a)(1). Strategic Systems Programs, Washington, D.C., is the contracting activity. Teledyne FLIR Detection Inc., Stillwater, Oklahoma, is awarded a $21,700,559 firm-fixed-price modification to previously awarded indefinite-delivery/indefinite-quantity contract N00174-22-D-0027 to exercise Option Year I for the procurement of R400 and R425 IdentiFINDER systems and accessories for all IdentiFINDER components as well as maintenance, calibration and repair support for the IdentiFINDER R400, R425, and other series IdentiFINDERs. The work will be performed in Oak Ridge, Tennessee, and is expected to be completed by September 2027. No funds are being obligated at the time of modification award. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity.  Huntington-Ingalls Industries, Pocasset, Massachusetts, was awarded a $17,812,856 cost-plus-fixed-fee modification to previously awarded, indefinite-delivery/indefinite-quantity contract N00174-19-D-0010 to exercise Option Year Four for engineering support and training services for the MK18 Unmanned Underwater Vehicle family of systems. The work will be performed in Pocasset, Massachusetts, and is expected to be completed by September 2024. No funds are being obligated at the time of modification award. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. (Awarded Sept. 20, 2023) Raytheon Co., McKinney, Texas, is awarded $11,419,197 for firm-fixed-price delivery order N00383-23-F-PF06 under previously awarded basic ordering agreement N00383-19-G-PF01 for the repair of 11 APY-10 radar system weapon repairable assemblies (WRAs), for a total quantity on 259 WRAs, in support of the P-8A aircraft. The delivery order does not include an option period. Work will be performed in Jacksonville, Florida (91%); and McKinney, Texas (9%). Work is expected to be completed by January 2026. Working capital funds (Navy) in the full amount of $11,419,197 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. Rockwell Collins Simulation and Solutions, Cedar Rapids, Iowa, is awarded a $10,302,492 firm-fixed-price modification (P00015) to a previously awarded contract (N6134021C0017). This modification exercises options to procure computer hardware and software updates for flight and tactics software integration lab devices, as well as provides associated technical data and computer software documentation in support of the trainer architecture modernization efforts for the E-2D Hawkeye Integrated Training Systems. Work will be performed in Sterling, Virginia (80%); and Orlando, Florida (20%), and is expected to be completed in December 2025. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $6,160,900 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 Training Systems Division, Orlando, Florida, is the contracting activity. Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,546,645 fixed-price-incentive modification to previously awarded contract N00024-20-C-5101 to exercise options for AEGIS modernization, DDG new construction, and frigate new construction production requirements. Work will be performed in Moorestown, New Jersey, and is expected to be completed by November 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $4,912,634 (65%); fiscal 2023 Defense-wide procurement funds in the amount of $1,248,814 (17%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,248,814 (17%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $136,383 (1%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. UPDATE: Surface Technologies Corp.,* Atlantic Beach, Florida (N5005423D0012), has been added as an awardee for a not-to-exceed amount of $17,664,791 to the multiple award contract to provide interior decking removal and installation announced on Jan. 26, 2023. ARMY American Ordnance LLC, Middletown, Iowa (W15QKN-19-D-0109, P00003); and General Dynamics OTS Inc., Niceville, Florida (W15QKN-19-D-0110, P00007), were awarded a $430,416,975 modification for the production and delivery of the Modular Artillery Charge Systems. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 9, 2024. Army Contracting Command, Newark, New Jersey, is the contracting activity.  Advanced Crane Technologies LLC,* Reading, Pennsylvania (W912P5-23-D-0013); BCI Construction USA Inc.,* Pace, Florida (W912P5-23-D-0014); CJ Mahan Construction Co. LLC,* Urbancrest, Ohio (W912P5-23-D-0015); REEL COH Inc., Quebec, Canada (W912P5-23-D-0016); and Sievert Electric Service and Sales Co.,* Forest Park, Illinois (W912P5-23-D-0017), will compete for each order of the $95,000,000 firm-fixed-price contract for crane replacement and repairs. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2028. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.  International SOS Government Medical Services Inc., Houston, Texas, was awarded a $48,549,125 firm-fixed-price contract for medical support services in support of Enduring Welcome. Bids were solicited via the internet with one received. Work will be performed in Germany, with an estimated completion date of Sept. 29, 2024. Fiscal 2023 overseas humanitarian, disaster, and civic aid, defense funds in the amount of $17,850,581 were obligated at the time of the award. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W9114F-23-C-0004).  Airborne Systems North America of California Inc., Santa Ana, California, was awarded a $40,000,000 firm-fixed-price contract for parachutes. 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 Sept. 21, 2023. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-23-D-0005).  Norfolk Dredging Co., Chesapeake, Virginia, was awarded a $39,586,250 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of March 1, 2024. Fiscal 2023 civil construction funds in the amount of $39,586,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0035).  MW Builders Inc., Pflugerville, Texas, was awarded a $31,777,000 firm-fixed-price contract for the renovation of barracks buildings. Bids were solicited via the internet with four received. Work will be performed in fort Leonard Wood, Missouri, with an estimated completion date of May 13, 2025. Fiscal 2023 military construction, Army funds in the amount of $31,777,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-4003).  Nan Inc., Honolulu, Hawaii, was awarded a $30,431,149 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with two received. Work will be performed at Schofield Barracks, Hawaii, with an estimated completion date of May 1, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $30,431,149 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii is the contracting activity (W9128A-23-C-0013).  Butt Construction Co. Inc.,* Dayton, Ohio, was awarded a $31,356,900 firm-fixed-price contract for design-build construction of a child development center. Bids were solicited via the internet with 10 received. Work will be performed at Wright-Patterson Air force Base, Ohio, with an estimated completion date of Dec. 19, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $31,356,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-C-0026).  Butt Construction Co. Inc.,* Dayton, Ohio, was awarded an $18,754,900 firm-fixed-price contract for construction of a maintenance support facility. Bids were solicited via the internet with two received. Work will be performed in Southfield, Michigan, with an estimated completion date of March 20, 2025. Fiscal 2023 military construction, Army Reserve funds in the amount of $18,754,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0414).  International SOS Government Medical Services Inc., Houston, Texas, was awarded a $17,850,581 firm-fixed-price contract for medical support services in support of Enduring Welcome. Bids were solicited via the internet with one received. Work will be performed in Germany, with an estimated completion date of Sept. 28, 2024. Fiscal 2010 Department of State, reimbursable funds in the amount of $17,850,581 were obligated at the time of the award. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W9114F-23-C-0005).  Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $15,917,096 modification (P00058) to contract W31P4Q-19-C-0077 for Missile Technology Control Regime spares, non-MTCR spares, launcher adapter group, interactive electronic technical manual and new equipment training. Work will be performed in Camden, Arkansas; Grand Prairie, Texas; and New Boston, Texas, with an estimated completion date of Feb. 28, 2029. Fiscal 2021 Foreign Military Sales (United Kingdom) funds in the amount of $15,917,096 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  Amentum Services Inc., Chantilly, Virginia, was awarded a $13,020,057 modification (P00226) to contract W58RGZ-17-C-0011 for logistics services for government-owned fixed-wing fleets. Work will be performed in Chantilly, Virginia, with an estimated completion date of Nov. 28, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $13,020,057 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.  CORRECTION: The $20,415,167 firm-fixed-price contract (W91247-23-C-0064) announced on Sept. 19, 2023, for Valkos Corp.,* San Antonio, Florida, to provide logistics expertise and training, was actually awarded on Sept. 20, 2023.  DEFENSE LOGISTICS AGENCY Seashore Fruit & Produce Co. Inc., Vineland, New Jersey, has been awarded a maximum $196,800,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Pennsylvania, with a Sept. 16, 2028, ordering period end date. Using customers are Army, Navy, Marine Corps, Coast Guard, and U.S. Department of Agriculture schools. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P409). Raytheon Co., McKinney, Texas, has been awarded a maximum $44,200,435 firm-fixed-price delivery order (SPRDL1-23-F-0229) against a six-year base contract (SPRBL1-15-D-0017) with one four-year option period (P0004) for gimbal and control processor circuit card assemblies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The delivery completion date is Dec. 14, 2025. Using military service is Army. Type of appropriation is fiscal 2023 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan. DEFENSE HEALTH AGENCY Four Points Technology LLC, Chantilly, Virginia (HT001523F0193), is awarded $39,639,478 for a firm-fixed-price delivery order for Intersystems Cache software licenses, subscriptions, and software maintenance supporting Defense Health Agency (DHA) infrastructure by providing a commercial operational database management system used to develop software applications for healthcare management and other sectors. This software supports the DHA’s most mission-critical applications’ ability to store, use, and analyze transactional and historical data concurrently in any form required. Intersystems software increases the efficiency in loading and reconfiguration of software for servers and virtual datacenters across the DHA. This task order provided a fair opportunity but only one offer was received. This is a three-year contract with an estimated delivery to begin on Oct. 1, 2023. Task Order will be funded with fiscal 2024 operations and maintenance funds in the amount of $12,824,507 for the base year. Place of performance is Falls Church, Virginia. DHA Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity. General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $19,949,698 six-month bridge modification/extension to contract GS-00F-057CA, task order HT9425-23-F-0021 P00005. This is the second bridge for this requirement. The extension will provide continuing strategic support services except for information management and information technology services. Specifically, these services include administrative, program management, training, consultation, facilitation, privatization, financial, and product support as is necessary to facilitate full program coordination, management, policy development, execution, and oversight across all U.S. Army Medical Materiel Development Activity advanced development and acquisition areas. This effort allows for structuring and alignment of medically advanced development efforts to maintain an adequate balance among candidate programs in terms of risks, technical performance benefits, needs, and timing factors to meet Army Warfighter requirements. Fiscal 2023 and 2024 Army research and development, system development and demonstration funds; and fiscal 2023 and 2024 Defense Health Program, research, development, testing and evaluation funds will be obligated at time of award. The place of performance is Fort Detrick, Maryland. The period of performance will be Oct. 1, 2023, to March 19, 2024. The contracting activity is U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland. *Small business   Image: https://letsgowiththechildren.co.uk/wp-content/uploads/2017/03/national-space-centre-5-915px.jpg
View all blog posts