Wednesday, July 10, 2024

Contracts For July 9, 2024

Left
Contracts
View Online
FOR RELEASE AT 5 PM ET
Contracts For July 9, 2024

WASHINGTON HEADQUARTERS SERVICES

The Pennsylvania State University, State College, Pennsylvania, is awarded an indefinite-delivery/indefinite-quantity contract (HQ003424D0022) with a ceiling of $460,000,000. No funds are being obligated at time of award. The Strategic Capabilities Office within the Office of the Secretary of Defense intends to utilize Pennsylvania State University Applied Research Laboratory (PSU-ARL) as a University Affiliated Research Center to address high-interest problems affecting national security and to provide analytical assessments and solution recommendations to assist senior Department of Defense (DOD) leaders in making informed decisions. This sole-source contract to PSU-ARL will fulfill the agency's mission requirements and continue to provide essential engineering, research, and development capability for the DOD at a research organization within a university or college. The work will be performed at The Pennsylvania State University Applied Research Laboratory, State College, Pennsylvania. The estimated contract completion date is July 8, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

McColm & Co. LLC, St. Petersburg, Florida, is awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price, and time-and-materials contract (HQ0034-24-D-00021) with a ceiling of $7,700,000. No funds are being obligated at time of award. The total if all options are exercised is $7,700,000. The Defense Security Cooperation University (DSCU) Defense Advisors program administers Ministry of Defense Advisors (MoDA) training curriculums and requires non-personal services necessary to perform instructional and training management support services. The Defense Advisors program was established from the MoDA training program, which was originally established in response to security cooperation and operational requirements for, and an increased U.S. government emphasis on, civilian-led capacity building at the ministerial level. The work will be performed at Camp Atterbury, Indiana; the Muscatatuck Urban Training Center, Indiana; and Arlington, Virginia. The estimated contract completion date is July 8, 2029. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

ARMY

Archer Western Federal JV, Chicago, Illinois (W912HN-24-D-3001); BL Harbert International LLC, Birmingham, Alabama (W912HN-24-D-3002); Haskell Co., Jacksonville, Florida (W912HN-24-D-3004); Korte Construction Co., St. Louis, Missouri (W912HN-24-D-3005); Balfour Beatty, Charlotte, North Carolina (W912HN-24-D-3006); Gilbane Federal, Concord, California (W912HN-24-D-3007); and RQ Construction LLC, Carlsbad, California (W912HN-24-D-3003), will compete for each order of the $249,000,000 firm-fixed-price contract for general construction. Bids were solicited via the internet with 29 received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2029. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity.   
 
Professional Environmental Engineers Inc.,* St. Louis, Missouri, was awarded a $10,000,000 firm-fixed-price contract for construction management services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of July 8, 2030. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0008). 

DEFENSE LOGISTICS AGENCY

Johnson & Johnson Health Care Systems Inc., Raritan, New Jersey, has been awarded a maximum $86,115,042 fixed-price, indefinite-delivery/indefinite-quantity contract for joint orthopedic procedural packages and supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-2. This is a five-year contract with no option periods. The ordering period end date is July 31, 2029. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-24-D-0019).

Olgoonik Worldwide Services LLC,** Anchorage, Alaska, has been awarded a maximum $48,442,776 hybrid firm-fixed-price, cost-plus-fixed-fee, cost-reimbursement, no-fee indefinite-delivery/indefinite-quantity contract for warehousing and operations support services. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a July 31, 2029, ordering period end date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Distribution, New Cumberland, Pennsylvania (SP3300‐24-D-5002).

NAVY

CACI Inc.- Federal, Chantilly, Virginia, is awarded a $69,209,548 firm-fixed-price contract (N3220524C4115) to provide worldwide logistics services in the following eight functional areas: lifecycle logistics support, special materials type desk support, material handling equipment and ordnance handling equipment support, ships acquisition support, consolidated maintenance and logistics system support, combat logistics force support, ordnance management support, and supply chain support. The contract contains a phase-in period of two months, a base period of 10 months and four option years, plus 52.217-8, Option to Extend Services for a total of 66 months. The contract will be performed on a worldwide basis beginning Oct. 18, 2024, and will conclude on Oct. 17, 2029. This contract was a consolidated and bundled Full and Open with proposals solicited via the Government Point of Entry website and two proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

National Steel and Shipbuilding Co., San Diego, California, is awarded a $20,551,893 cost-plus-fixed-fee modification to previously awarded contract (N00024-22-C-2505) to support the AS(X) submarine tender next generation design development. Work will be performed in San Diego, California, and is expected to be completed by June 30, 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $20,551,893 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command Headquarters, Washington Navy Yard, Washington, D.C., is the contracting activity.

Ideal Aerosmith Inc.,* Grand Forks, North Dakota, is awarded a cost-reimbursement contract for hardware in the loop (HWIL), software in the loop (SWIL), and inspection and testing methodologies enabling attributable unmanned system development. The total cumulative value of this contract, including a 30-month base period with no option periods, is $14,499,109. This contract provides for the design and development of at least one attributable unmanned surface vehicle and one unmanned aerial vehicle (UAV) alongside teams actively exploring additive manufacturing. The contractor will need to identify and purchase or design and build unmanned aircraft systems (UAS)/UAV propulsion systems to suit the desired capabilities, availability and cost points determined for the UAS and UAV prototypes. The contractor will maintain Expeditionary Mission Support Station (EMSS) connectivity with the Advanced Mission Planning System (AMPS). AMPS is a capability providing operators of unmanned vehicles of different domains (UxV) a tailored planning environment that enables planning, simulation, rehearsal and execution monitoring across all echelons of mission sets. Specifically, the contractor will adapt the Air Force Research Lab (AFRL) UxV ground control station Vigilant Spirit to become the user interface for various UxV mission planner efforts. Portions of the EMSS may also be applicable for planning/control of various platforms. Work will be performed in Grand Forks, North Dakota, and is expected to be completed in January 2027. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,469,939; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $7,029,170, are obligated at time of award. Funds in the amount of $7,469,939 will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N0001424SB001 entitled "Long Range Broad Agency Announcement for Navy and Marine Corps Science and Technology," posted on Oct. 2, 2023. Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C1514).

Argon ST Inc., Fairfax, Virginia, is awarded $11,940,859 for a firm-fixed-price delivery order (N00383-24-F-ST04) under a previously awarded basic ordering agreement (N00383-22-G-ST01) for the procurement of amplifier chassis for the support of operations on the MQ-4C Triton aircraft. All work will be performed in Fairfax, Virginia, and is expected to be completed by April 2026. Working capital (Navy) funds in the full amount of $11,940,859 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 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. 

Oceanit Laboratories Inc.,*  Honolulu, Hawaii, is awarded a cost-reimbursement contract for Lightweight Anti-Corrosion Nanotechnology Coating/Technology Enhancement (LANCE) III. The total cumulative value of this contract, including a 36-month base period with no option periods, is $8,761,528. The work to be performed will focus on improving fleet readiness through adoption and development of new and updated novel nanomaterial surface treatments. It aims to build on and continue previous research proof-of-concepts and simulated deployments from past LANCE programs, while further investigating how coatings and surface treatments can be deployed for future naval operational needs. Work will be performed in Honolulu, Hawaii, and is expected to be completed in July 2027. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $8,761,528 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N0001424SB001 entitled "Long Range Broad Agency Announcement for Navy and Marine Corps Science and Technology," posted on Oct. 2, 2023. Since proposals are received throughout the year under the Long-Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N0001424C1326).

U.S. SPECIAL OPERATIONS COMMAND

Dynamic Systems Inc.,*** El Segundo, California, is being awarded a delivery order (H9241524F0078) to a contract (NNG15SC69B) for Oracle Database management system and Java software maintenance support with a 12-month period of performance and two 12-month option periods starting July 1, 2024. This is a firm-fixed-price order with a value of $10,078,478 in support of U.S. Special Operations Command (USSOCOM). Fiscal 2024 operations and maintenance funds in the amount of $2,874,382 are being obligated at time of award. Subsequent funding will utilize the appropriate fiscal year operations and maintenance funds. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

AIR FORCE

Sierra Nevada Corp., Sparks, Nevada, was awarded a $9,783,466 cost-plus-fixed-fee contract for automated knowledge processing software and reports. This contract provides for the research, development, and delivery of a cloud-based information technology infrastructure framework for continuously integrating and deploying software components that can be orchestrated into information extraction workflows. Work will be performed at Sparks, Nevada, and is expected to be completed by Sept. 7, 2027. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $21,440 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-C-B087).

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, is awarded $8,592,533 for a firm-fixed-price bridge modification to a previously awarded contract (HT001124C0011) for Global Nurse Advice Line (GNAL) support services. The GNAL is a service to Military Health System eligible beneficiaries and provides access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. Fiscal 2024 operation and maintenance funds are obligated for contract modification HT001124C0011-P00001 to exercise and fully fund Option One Contract Line Items 1001-1007 for two months from July 18, 2024, through Sept. 17, 2024. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business
**Minority-owned, self-certified small-disadvantaged, native American-owned small-business
*** Woman-Owned Small Business

Right

Press Advisories   Releases   Transcripts

Speeches   Publications   Contracts

 

ABOUT   NEWS   HELP CENTER   PRESS PRODUCTS
Facebook   Twitter   Instagram   Youtube

Unsubscribe | Contact Us


This email was sent to sajanram1986.channel@blogger.com using GovDelivery Communications Cloud on behalf of: U.S. Department of Defense
1400 Defense Pentagon Washington, DC 20301-1400

No comments:

Post a Comment