Friday, September 27, 2024

Contracts For Sept. 26, 2024

Left
Contracts
View Online
FOR RELEASE AT 5 PM ET
Contracts For Sept. 26, 2024

DEFENSE INFORMATION TECHNOLOGY AGENCY

Dell Federal Systems L.P., Round Rock, Texas, was awarded a single award, indefinite-delivery/indefinite-quantity, ceiling $794,672,546 contract for Adobe Enterprise software licenses, associated upgrades and maintenance support on a subscription basis, and services for users across the Department of Defense. The period of performance is Sept. 30, 2024, though March 29, 2029, with a six-month base period and four, one year option periods, for a total contract life cycle of four and a half years. Proposals were solicited from the System for Award Management website and four proposals were received. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-24-D-0003).

Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $35,000,000 non-competitive contract to provide Commander, Navy Installations Command (CNIC) enterprise land mobile radio (ELMR) sustainment for its global first responder community. This contract will effectively procure the equivalent of a full maintenance warranty for the CNIC ELMR system with associate equipment and software, including all hardware, firmware, and cabling or other signal and data transmission sub-systems necessary for the system to function as intended during operations. The total cumulative face value of the contract is $191,000,000. Fiscal 2024 operations and maintenance funds will be used. Performance will be at Navy locations worldwide. The period of performance includes a one-year base period from Sept. 28, 2024, Sept. 27, 2025, with four, one-year option periods for a total contract life cycle of five years, from Sept. 28, 2024, to Sept. 27, 2029. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC102824C0022).

ARMY

Trumbull Corp., and Brayman Construction Corp., a JV, Pittsburgh, Pennsylvania, was awarded a $769,926,260 firm-fixed-price contract for a new river chamber at Montgomery Locks and Dam. Bids were solicited via the internet with two received. Work will be performed in Monaca, Pennsylvania, with an estimated completion date of Sept. 5, 2030. Fiscal 2022 civil construction funds in the amount of $769,926,260 were obligated at the time of the award. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity (W911WN-24-C-8011). 

Valiant Global Defense Services Inc., Herndon, Virginia, was awarded a $408,720,918 cost-plus-fixed-fee contract for mission support services. Bids were solicited via the internet with two received. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Sept. 26, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $1,900,000 were obligated at the time of the award. 418th Contracting Support Brigade, Joint Base Lewis-McChord, Washington, is the contracting activity (W911S8-24-C-0004). 

ANAH LLC,* Warren, Michigan (W912DY-24-D-0028); Davenergy-VCI JV LLC,* Apex, North Carolina (W912DY-24-D-0029); Health Facility Solutions Co.,* San Antonio, Texas (W912DY-24-D-0030); LRS Hill JV LLC,* Severna Park, Maryland (W912DY-24-D-0031); Polu Kai Services-Tidewater JV II LLC,* Falls Church, Virginia (W912DY-24-D-0032); VW International Inc.,* Alexandria, Virginia (W912DY-24-D-0036); Spectrum Solutions Inc.,* Madison, Alabama (W912DY-24-D-0034); and The Outfit Inc.,* New Braunfels, Texas (W912DY-24-D-0035), will compete for each order of the $289,851,652 firm-fixed-price contract for medically related project and program support services in support of the Defense Health Agency. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 6, 2030. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity. 

NAR Medical Depot LLC, Greer, South Carolina (W81K04-24-F-0015); AvMedical,* Franklin, Tennessee (W81K04-24-F-0016); and The Lighthouse for the Blind, St. Louis, Missouri (W81K04-24-F-0017), will compete for each order of the $241,606,500 firm-fixed-price contract for the procurement of medical equipment. 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. 22, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity. 

Raytheon Co., El Segundo, California, was awarded a $196,719,957 cost-plus-fixed-fee contract for Coyote Interceptors. Bids were solicited via the internet with one received. Work will be performed in Dulles, Virginia, with an estimated completion date of Sept. 30, 2027. Fiscal 2024 aircraft procurement, Army funds in the amount of $196,719,957 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0018). 

BL Harbert International LLC, Birmingham, Alabama, was awarded a $159,644,808 firm-fixed-price contract for reception barracks construction. Bids were solicited via the internet with four received. Work will be performed at Fort Jackson, South Carolina, with an estimated completion date of Dec. 28, 2029. Fiscal 2020, 2022 and 2024 military construction, Army funds in the amount of $159,644,808 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-24-C-2000). 

Trideum Corp., Huntsville, Alabama, was awarded a $98,242,108 cost-plus-fixed-fee contract for cyber risk, analysis, modeling, simulation, evaluation and testing support services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0025). 

Ahtna Global LLC,* Anchorage, Alaska (W9128A-24-D-0024); CF2 Construction,* Tulsa, Oklahoma (W9128A-24-D-0025); D7 LLC,* Honolulu, Hawaii (W9128A-24-D-0026); GSINA-Pacific JV II LLC,* Flemington, New Jersey (W9128A-24-D-0027); Mija Construction Services LLC,* Newbury Park, California (W9128A-24-D-0028); Pacific Federal Builders LLC,* Honolulu, Hawaii (W9128A-24-D-0029); TCG Construction Inc.,* Meridian, Idaho (W9128A-24-D-0030); and Tri Coast-Pac Tech JV LLLP,* Kelso, Washington (W9128A-24-D-0031), will compete for each order of the $95,000,000 firm-fixed-price contract for design-build and design-bid-build construction services for the state of Hawaii. 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 Sept. 26, 2031. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

Trideum Corp.,* Huntsville, Alabama, was awarded an $80,393,981 cost-plus-fixed-fee contract to develop, integrate and test functional capabilities to emulate future operating environments, provide NRT test monitoring and control, and support end-to-end data requirement. 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. 29, 2029. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-24-D-0031). 

AeroVironment Inc.,* Simi Valley, California, was awarded a $54,861,545 modification (PZ0048) to contract W31P4Q-20-C-0024 for Switchblade hardware production. Work will be performed in Simi Valley, California, with an estimated completion date of June 30, 2026. Fiscal 2023 missile procurement, Army funds; fiscal 2024 research, development, test and evaluation, Army funds; and fiscal 2024 Foreign Military Sales (Lithuania, Romania and Sweden) funds in the amount of $54,861,545, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Abhzeen ICC JV Inc.,* Marlboro, New Jersey, was awarded a $39,906,000 firm-fixed-price contract for building renovations. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of Jan. 26, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $39,906,000 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SD-24-C-0009). 

R. Stresau Laboratory Inc.,* Spooner, Wisconsin, was awarded a $49,900,000 firm-fixed-price contract for the procurement of blasting caps. 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, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0019). 

Raytheon Co., Huntsville, Alabama, was awarded a $44,000,000 cost-plus-fixed-fee contract for engineering services and hardware in support of Radar Interfaced Units Adaptation Kits. 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 March 23, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-F-0299). 

MW Builders Inc.,* Pflugerville, Texas, was awarded a $36,777,000 firm-fixed-price contract to repair and renovate barracks. Bids were solicited via the internet with three received. Work will be performed at Fort Leonard Wood, Missouri, with an estimated completion date of May 18, 2026. Fiscal 2024 military construction, Army funds in the amount of $36,777,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-4032).   

Conti Federal Services LLC, Orlando, Florida, was awarded a $31,674,998 firm-fixed-price contract for design-bid-build construction of a fuel cell hangar. Bids were solicited via the internet with three received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Sept. 26, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $31,674,998 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0034). 

Commercial Contracting Corp., Auburn Hills, Michigan, was awarded a $24,648,000 firm-fixed-price contract for construction of a logistics readiness complex. Bids were solicited via the internet with three received. Work will be performed at Grissom Army Reserve Base, Indiana, with an estimated completion date of March 4, 2027. Fiscal 2024 military construction, Army Reserve funds in the amount of $24,648,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0039). 

BAE Systems Land & Armaments LP, York, Pennsylvania, was awarded a $24,012,000 modification (P00014) to contract W56HZV-23-F-0395 for Bradley production. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2026. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Yaeger Architecture Inc., Lenexa, Kansas, was awarded a $20,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-D-4002). 

Global Go,* Fort Lauderdale, Florida, was awarded a $19,365,305 firm-fixed-price contract to construct a training facility. Bids were solicited via the internet with one received. Work will be performed in Marietta, Georgia, with an estimated completion date of Dec. 16, 2026. Fiscal 2024 military construction, Army Reserve funds in the amount of $19,365,305 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0035). 

HCPA-GARCO JV1,* Allyn, Washington, was awarded a $19,129,000 firm-fixed-price contract for power plant construction. Bids were solicited via the internet with four received. Work will be performed in Cavalier, North Dakota, with an estimated completion date of Dec. 9, 2026. Fiscal 2024 military construction, Air Force funds in the amount of $19,129,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0027). 

ARSC Builders LLC,* Anchorage, Alaska, was awarded an $11,895,180 firm-fixed-price contract to provide electrical power redundancy. Bids were solicited via the internet with three received. Work will be performed at Fort Greely, Alaska, with an estimated completion date of July 31, 2026. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $11,895,180 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0021). 

Black Horse Bridge Construction Inc.,* Norton, Ohio, was awarded an $11,216,795 firm-fixed-price contract for materials, equipment, labor, layouts of work features and supervision needed to accomplish work for the levee dam safety modification for Magnolia Dam. Bids were solicited via the internet with three received. Work will be performed in Magnolia, Ohio, with an estimated completion date of Dec. 31, 2025. Fiscal 2024 civil construction funds in the amount of $11,216,795 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-24-C-0006). 

Tetra Tech Inc., San Diego, California, was awarded an $11,252,305 firm-fixed-price contract for petroleum facility maintenance and repair. Bids were solicited via the internet with five received. Work will be performed in Flanders, Connecticut; Bangor, Maine; Augusta, Maine; Concord, New Hampshire; Dover, New Jersey; Latham, New York; Fort Drum, New York; Rochester, New York; Ronkonkoma, New York; West Point, New York; Aberdeen Proving Ground, Maryland; Fort Meade, Maryland; New Cumberland, Pennsylvania; Annville, Pennsylvania; Chambersburg, Pennsylvania; Coolbaugh Township, Pennsylvania; Sandston, Virginia; Blackstone, Virginia; Fort Belvoir, Virginia; Fort Gregg-Adams, Virginia; Arlington, Virginia; Bowling Green, Virginia; Kingwood, Virginia; Red House, Virginia; Wheeling, West Virginia; and Williamstown, Virginia, with an estimated completion date of Sept. 30, 2030. Fiscal 2024 defense working capital funds in the amount of $11,252,305 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0371). 

ColdQuanta Inc.,* Boulder, Colorado, was awarded a $10,900,000 cost-plus-fixed-fee contract to develop a rack-integrated, mountable, rubidium optical clock. Bids were solicited via the internet with one received. Work will be performed in Boulder, Colorado, with an estimated completion date of Sept. 26, 2024. Fiscal 2026 procurement, defense-wide funds in the amount of $10,900,000 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-24-C-0024). 

MSMM Engineering LLC, New Orleans, Louisiana, was awarded an $8,680,745 firm-fixed-price contract for construction of approximately 23,963 linear feet of levee. 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. 15, 2028. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-F-0153). 

Bear Brothers Inc.,* Montgomery, Alabama, was awarded a $7,919,500 firm-fixed-price contract to construct a new 9,941 square-foot facility. Bids were solicited via the internet with eight received. Work will be performed in Birmingham, Alabama, with an estimated completion date of Oct. 31, 2025. Fiscal 2024 military construction, Army National Guard funds in the amount of $7,919,500 were obligated at the time of the award. U.S. Property and Fiscal Office, Alabama, is the contracting activity (W50S6M-24-C-0002). 

DEFENSE LOGISTICS AGENCY

Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-24-D-0477, $747,200,995); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-24-D-0486, $520,800,240); Chevron U.S.A. Inc., San Ramon, California (SPE602-24-D-0479, $365,410,091); Phillips 66 Co., Houston, Texas (SPE602-24-D-0483, $290,561,947); Petro Star Inc.,* Anchorage, Alaska (SPE602-24-D-0482, $290,546,115); Par Hawaii Refining LLC, Houston, Texas (SPE602-24-D-0484, $233,587,197); U.S. Oil and Refining Co., Tacoma, Washington (SPE602-24-D-0481, $107,206,899); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Houston, Texas (SPE602-24-D-0480, $63,363,068); and Avfuel Corp., Ann Arbor, Michigan (SPE602-24-D-0485, $41,346,187), have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-24-R-0701 for various types of fuel. This was a competitive acquisition with 23 responses received. These are one-year contracts with a 30-day carryover. Locations of performance are Colorado, Idaho, Montana, New Mexico, Texas, Utah, Wyoming, Alaska, Arizona, California, Hawaii, Nevada, Oregon, and Washington, with an Oct. 30, 2025, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

United Capital Investments Group Inc.,* Mclean, Virginia (SPE605-24-D-1254, $688,879,634); Associated Energy Group LLC,* Miami, Florida (SPE605-24-D-1253, $39,193,035); and Stonewin International LLC,* Dover, Delaware (SPE605-24-D-1252, $8,436,759), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-24-R-0205 for various types of fuel. This was a competitive acquisition with sixteen responses received. These are 36-month base contracts with one six-month option period. Location of performance is Africa, with an Oct. 30, 2027, performance completion date. Using customer is Defense Department. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a $134,103,346 delivery order (SPRTA1-24-F-0325) and modification (P00009) to a four-year subsumable base contract (SPRTA1-19-D-0001) with one five-year option period for additional pricing for manufacture and production of B-2 spare exhaust tailpipes. This is a firm-fixed-price, indefinite-quantity contract. Location of performance is California, with an Oct. 31, 2028, performance completion. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Tinker Air Force Base, Oklahoma.

Burlington Industries LLC, Charlotte, North Carolina, has been awarded a maximum $53,835,939 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for khaki M-1 cloth. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Sept. 25, 2029. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0072).

Burlington Industries LLC, Charlotte, North Carolina, has been awarded a maximum $51,944,058 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for 100% wool serge cloth, blue shade 3346. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. The ordering period end date is Sept. 25, 2028. Using military service is Navy. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0074).

Lockheed Martin Rotary and Mission Systems, Owego, New York, has been awarded a minimum $48,346,488 firm-fixed-price, requirements contract for B-1B AN/ALQ-161 Band 8 radio frequency source and electronic preprocessor avionics control units. 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 one-year subsumable base contract with two one-year ordering periods. The performance completion date is Sept. 30, 2025. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE4AX-24-D-9422).

Cash-Wa Distributing Co. of Kearney, Kearney, Nebraska, has been awarded a maximum $47,301,019 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. Locations of performance are South Dakota, and North Dakota, with a Sept. 22, 2029, ordering period end date. Using customers are North Dakota, and South Dakota schools and reservations. Type of appropriation is fiscal 2024 through 2029 working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-S775).

Burlington Industries LLC, Charlotte, North Carolina, has been awarded a maximum $36,096,334 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for green shade 2212 cloth. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The ordering period end date is Sept. 25, 2027. Using military service is Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0070).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $29,666,320 firm-fixed-price, indefinite-delivery/indefinite quantity contract for wheel and tire assemblies. 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 ordering period end date is Sept. 25, 2029. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0078).

Sklar Corp.,* doing business as Sklar Instruments, West Chester, Pennsylvania, has been awarded a maximum $22,598,663 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various medical and surgical products. This was a competitive acquisition with one response received. This is a one-year base contract with nine one-year option periods. The ordering period end date is Sept. 25, 2025. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2025 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-24-D-0004).

Seiler Instrument and Manufacturing Co. Inc.,* St. Louis, Missouri, has been awarded a maximum $15,572,430 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for telescope and quadrants mounts. A delivery order (SPRDL1-24-F-0253) was executed at the time of award. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Sept. 24, 2029. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0074).

Hardwick Tactical Corp.,* Mayaguez, Puerto Rico, has been awarded a maximum $12,041,885 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for layer 7 parkas. This was a competitive acquisition with 11 responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is Sept. 25, 2029. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0038).

UPDATE: Pueo Business Solutions LLC,* Fredericksburg, Virginia (SP4709-24-D-0002, $11,930,670,028), has been added as an awardee to the multiple award contract for J6 Enterprise Technology Services 2.0, issued against solicitation SP4709-23-R-0001 and awarded Sept. 17, 2024.  

CORRECTION: The contract announced on Sept. 16, 2024, for Sikorsky Aircraft Corp., Stratford, Connecticut (SPE4A1-22-G-0005/SPRRA1-24-F-0029), for $20,472,096 was announced with an incorrect award date. The correct award date is Sept. 25, 2024.

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $422,244,473 cost-plus-fixed-fee, firm-fixed-price contract to provide program management, logistics, sustainment, and systems engineering services in support of the integration of the government of the Czech Republic into the F-35 Joint Strike Fighter program as a Foreign Military Sales (FMS) customer. Work will be performed in various undisclosed locations outside the continental U.S. (CONUS) (96%); and various undisclosed locations within CONUS (4%), and is expected to be completed in September 2027. FMS customer funds in the amount of $422,244,473 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(4). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0056). 

Marine Contracting Corp.,* Chesapeake, Virginia (N4008524D2503); Doyon Management Services LLC,* Federal Way, Washington (N4008524D2504); Etolin Strait Associates LLC,* Norfolk, Virginia (N4008524D2505); Marine Solutions Inc.,* Virginia Beach, Virginia (N4008524D2506); and Ocean Construction Services,* Virginia Beach, Virginia (N4008524D2507), are awarded a combined $249,000,000 multiple award construction contract for construction projects. This contract provides for, but is not limited to, the following elements: piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; and waterfront utilities. Work will be performed within the Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic Hampton Roads area of operations and will be completed by Sept. 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $6,336,104 are awarded to Marine Contracting Corp. at the time of award and will expire at the end of the current fiscal year. The remaining four awardees will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. These five contractors may compete for task orders under the terms and conditions of the awarded contract. This contract was competitively procured via the www.SAM.gov website with five proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

Sodexo Management Inc., North Bethesda, Maryland, is awarded a $148,256,326 firm-fixed-price modification P00090 to exercise Option Year Six under a previously awarded contract (M95494-18-C-0016) for the management and operation of West Coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed in Camp Pendleton, California; San Diego, California; Twentynine Palms, California; Miramar, California; Yuma, Arizona; and Bridgeport, California, with an expected completion date of Sept. 30, 2025. Fiscal 2025 military personnel (Marine Corps) funding will be obligated to the contract and will expire at the end of the fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

Sodexo Management Inc., North Bethesda, Maryland, is awarded a $146,947,079 firm-fixed-price modification to fund exercised Option Year Six under previously awarded contract (M95494-18-C-0018) for the management and operation of east coast mess halls in support of the Marine Corps Regional Garrison Food Services Program. Work will be performed Washington, D.C.; Indian Head, Maryland; Quantico, Virginia; Camp Lejeune, North Carolina; Marine Corps Air Station Cherry Point, North Carolina; Bogue, North Carolina; New River, North Carolina; Beaufort, South Carolina; and Parris Island, South Carolina, with an expected completion date of Sept. 30, 2025. Fiscal 2025 military personnel (Marine Corps) funding will be obligated to the contract and will expire at the end of the fiscal year. The Marine Corps Installations Command, Arlington, Virginia, is the contracting activity.

Lockheed Martin Corp., Syracuse, New York, is awarded a $130,315,765 cost-plus incentive-fee delivery order (N00024-24-F-6216) under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for development and production of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by October 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $71,255,821 (55%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $44,613,277 (34%); and fiscal 2024 national sea-based deterrence (Navy) funds in the amount of $14,446,667 (11%), 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.

Boeing Co., St. Louis, Missouri, is awarded $55,891,000 for a ceiling-price delivery order (N00383-24-F-YY1P) under previously awarded basic ordering agreement (N00383-22-G-YY01) for the procurement of 97 radome spares in support of the F/A-18 E/F aircrafts. The delivery order does not include an option period. All work will be performed in St. Louis, Missouri. Work is expected to be completed by June 2029. Annual working capital (Navy) funds in the amount of $27,386,590 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. 

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $51,027,792 cost-plus-fixed-fee contract modification (P00028) to a previously awarded and announced contract (N00030-22-C-6001) to provide support services for the Trident II D5 Strategic Weapon Systems program, Attack Weapon System program, and the Nuclear Weapon Security program. Tasks to be performed include systems engineering and integration, test engineering, data analysis, and safety engineering support services. This contract modification also benefits a foreign military sale to the United Kingdom. Work will be performed in Rockville, Maryland (48.9%); Washington, D.C. (18.3%); Cape Canaveral, Florida (5.2%); Frederick, Maryland (4.8%); Silverdale, Washington (3.6%); Saint Marys, Georgia (2.7%); King's Bay, Georgia (2.4%); York, Pennsylvania (1.8%); Fort Walton Beach, Florida (1.6%); Rochester, United Kingdom (1.2%); Conway, South Carolina (1.0%); and various other locations (less than 1% each, 8.5% total). Work is expected to be completed Sept. 30, 2025. While this action is an option exercise, no funding will be obligated at this time. This action is being awarded subject to the availability of funds and no funds will expire at the end of the current fiscal year. This contract was originally awarded as a sole source acquisition pursuant to 10 U.S. Code 2304(c)(1)(4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Cognito Systems LLC, Newport News, Virginia, is awarded a $50,271,379 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Certified Athletic Trainer and Strength Conditioning Specialist/Sports Medicine and Injury Program. This contract provides for on-site Certified Athletic Trainer and Strength and Conditioning Specialist services for the Training and Education Command in support of the Marine Corps operational forces. Work will be performed at the following locations: Camp Lejeune, North Carolina (22%); Camp Pendleton, California (9%); Kaneohe Bay, Hawaii (9%), Camp Schwab, Okinawa (7%), Twentynine Palms, California (5%); Miramar, California (5%); Camp Horno, California (4%); Camp Mateo, California (4%); Marine Corps Air Station Cherry Point, North Carolina (4%); Camp Courtney, Okinawa (4%); Del Mar, California (3%); New River, North Carolina (3%); San Diego, California (2%); Camp Foster, Okinawa (2%); Camp Hansen, Okinawa (2%); Camp Kinser, Okinawa (2%); Futenma, Okinawa (2%); Beaufort, South Carolina (2%); Parris Island, South Carolina (2%); Yuma, Arizona (1%); Iwakuni, Japan (1%); Marine Corps Detachment-Ft. Leonard Wood, Missouri (1%); Ft. Sill, Oklahoma (1%); Bridgeport, California (1%); Naval Air Station Pensacola, Florida (1%); and Quantico, Virginia (1%). Work is expected to be completed Sept. 27, 2029. This contract includes a five-year ordering period with a maximum value of this contract to $50,271,379. Fiscal 2024 operation and maintenance, Marine Corps funds in the amount of $3,000,000 are being obligated at time of award for the first task order and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website with 11 proposals received. The Marine Corps Installation National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-24-D-0012).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, is awarded a $37,466,819 cost-plus-fixed-fee order (N0001924F0091) to a previously awarded basic ordering agreement (N0001923G0002). This order procures special test equipment (STE), and well as the delivery, installation, validation, verification, and maintenance of the STE used in the troubleshooting, repair, and testing of the Infrared Search and Track (IRST) depot-level repair (DLR) items, as well as training support data required for the Fleet Readiness Center Southeast Depot maintenance repair personnel to perform verification, fault detection, isolation, alignment and adjustment routines and applicable unscheduled maintenance of IRST DLR items using the procured STE in support of the Navy. Work will be performed in Orlando, Florida (85.50%); Jacksonville, Florida (9.60%); Santa Barbara, California (3.60%); and Ocala, Florida (1.30%), and is expected to be completed in August 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $26,939,167; and fiscal 2022 aircraft procurement (Navy) funds in the amount of $10,527,652, will be obligated at the time of award in which $10,527,652 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

R Cubed Engineering LLC,* Palmetto, Florida, is awarded a $19,964,957 cost-plus-fixed-fee order (N6833524F0207) against a previously issued basic ordering agreement (N6833522G0041). This order procures 1200 KIV-79 end cryptographic units (ECU) to meet the new requirements for both National Security modernization for ECUs, and the latest mode five Department of Defense and North Atlantic Treaty Organization transponder requirements for positive cooperative combat identification. These systems are fundamental in reducing fratricide, for entry into controlled airspace, coalition battlespace management, Counter Unmanned Aircraft Systems and to be used in standalone and platform integrations universally employed by the Navy, Marines, Air Force, and Army, in support of Small Business Innovation Research Phase III effort for Topic N142-102 entitled "Micro Identification Friend of Foe (IFF)". Work will be performed in Palmetto, Florida (90%); Lexington Park, Maryland (5%); and St. Inigoes, Maryland (5%) and is expected to be completed in September 2026. Fiscal 2024 procurement (Defense-Wide) funds in the amount of $19,964,957 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 Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

The Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $19,126,914 modification (P00007) to a cost-plus-fixed-fee order (N6833523F0389) against a previously issued basic ordering agreement (N6833518G0035). This modification realigns contract ceiling to provide continued engineering, technical and program management support, as well as incidental supplies in support of technology advancement in the fields of machine learning; artificial intelligence; augmented reality; and command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance for the Naval Air Warfare Center Aircraft Division (NAWCAD) Aircraft Prototype Systems Division. Work will be performed in Lexington Park, Maryland, and is expected to be completed in September 2025. Fiscal 2024 research, development, test and evaluation (Defense-wide) funds in the amount of $12,989,531 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. NAWCAD, Patuxent River, Maryland, is the contracting activity. (Awarded Aug. 8, 2024)

Saab Inc., Syracuse, New York, is awarded a $14,599,945 firm-fixed-price and cost-plus-fixed-fee modification to a previously awarded contract (N00024-22-C-5530) for a Multi-Mode Radar, spares, and engineering services in Option Year One. Work will be performed in Syracuse, New York (53%); and Gothenburg, Sweden (47%), and is expected to be completed by September 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $14,599,945 (100%) 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. 

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $14,619,238 modification (P00003) to a previously awarded cost-plus-fixed-fee contract (N0001924C0031). This modification exercises an option to procure diminishing manufacturing source parts required for the operation and maintenance of the F-35 Lightning II aircraft for the Air Force, Marine Corps, and Navy. Work will be performed in Fort Worth, Texas, and is expected to be completed in November 2027. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $8,990,925; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,483,908, will be obligated at time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded a $13,119,492 firm-fixed-price modification to a previously awarded contract (N00024-20-C-5605) to exercise options for Console, Display, and Peripheral Technical Insertion 16, Modification One production equipment and spares. This contract combines purchases for the U.S. government (49%); and the countries of Japan, Canada, and Australia under the Foreign Military Sales program. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by July 2025. Foreign Military Sales (Japan) funds in the amount of $6,188,433 (47%); fiscal 2024 other procurement (Navy) funds in the amount $3,262,997 (24%); fiscal 2024 research development test and evaluation (Navy) funds in the amount $2,098,486 (16%); Foreign Military Sales (Canada) funds in the amount of $420,986 (3%); fiscal 2024 ship construction (Navy) funds in the amount $379,371 (2%); fiscal 2023 other procurement (Navy) funds in the amount of $258,909 (2%); fiscal 2022 ship construction (Navy) funds in the amount $152,992 (1%); fiscal 2020 ship construction (Navy) funds in the amount $133,224 (1%); Foreign Military Sales (Australia) funds in the amount of $85,652 (1%); weapons procurement (Navy) funds in the amount $62,130 (1%); fiscal 2019 ship construction (Navy) funds in the amount $38,248 (1%); and fiscal 2021 ship construction (Navy) funds in the amount $38,064 (1%), 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. 

BAE Systems, Nashua, New Hampshire, is awarded a $13,028,393 modification (P00004) to a previously awarded cost-plus-fixed-fee undefinitized contract (N0001924C0011). This modification definitizes contract line item numbers and adds an option to procure various special tooling and special test equipment in support of production and retrofit modifications for the Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants. Work will be performed in Merrimack, New Hampshire, and is expected to be completed in December 2027. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $13,028,393 will be obligated at time of award, $13,028,393 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Stellant Systems Inc., Torrance, California, is awarded a $12,192,676 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Q-Band Traveling Wave Tubes. This contract includes an ordering period of five years. Production will be performed in Torrance, California, and is expected to continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $558,234 will be obligated on the first delivery order immediately following award of the basic contract, all of which will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-24-D-T400). 

Vectrus Systems LLC, Colorado Springs, Colorado, is awarded an $11,597,327 indefinite-delivery/indefinite-quantity contract for base operating support services. This contract provides for management and administration, force protection, fire and emergency services, and a wide range of other support services. Work will be performed at Naval Support Facility Redzikowo, Redzikowo, Poland, and will be completed by July 2033. Fiscal 2025 operation and maintenance, (Navy) contract funds in the amount of $8,586,656, for recurring work, will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the System for Award Management (SAM) Contract Opportunities website with five offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-24-D-0018).

The Compass Systems Inc., * Lexington Park, Maryland, is awarded a $9,836,304 modification (P00005) to a cost-plus-fixed-fee order (N6833523F0389) against a previously issued basic ordering agreement (N6833518G0035). This modification exercises an option to provide continued engineering, technical, and program management support, as well as incidental supplies in support of technology advancement in the fields of machine learning; artificial intelligence; augmented reality; and command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance for the Naval Air Warfare Center Aircraft Division (NAWCAD) Aircraft Prototype Systems Division. Work will be performed in Lexington Park, Maryland, and is expected to be completed in September 2025. Fiscal 2024 research, development, test, and evaluation (Defense-wide) funds in the amount of $6,446,677 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. NAWCAD, Patuxent River, Maryland, is the contracting activity. (Awarded Aug. 8, 2024)

Lockheed Martin Missiles and Fire Control, Lockheed Martin Corp., Orlando, Florida, is awarded a $9,775,873 cost-plus-fixed-fee modification to a previously awarded basic ordering agreement (N0016420GJQ96-0004) to exercise an option to extend the period of performance for contractor sustainment support services in support of the Target Sight System. Work will be performed in Orlando, Florida, (80%); and Ocala, Florida (20%), and is for the period between Sept. 30, 2024, through Sept. 29, 2025. Fiscal 2024 operations and maintenance, Navy funds in the amount of $1,630,006 (48.2%) will be obligated at time of award and will expire at the end of the current fiscal year. Fiscal 2024 aircraft procurement, Navy funds in the amount of $1,750,000 (51.8%) will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity. 
 
Marine Systems Corp., * Boston, Massachusetts, is awarded a $9,243,422 firm-fixed-price contract for messing and berthing barge ship-check assessment and report writing services. Work will be performed in Norfolk, Virginia (37%); San Diego, California (23%); Pearl Harbor, Hawaii (12%); Bremerton, Washington (11%); Mayport, Florida (7%); Kittery, Maine (5%); Yokosuka, Japan (3%); and Guam (2%), and is expected to be completed by Sept. 25, 2025. If the option is exercised, work will continue through March 2026. Fiscal 2024 operations and maintenance (Navy) appropriation account funds in the amount of $9,243,423 will be obligated at time of award. This contract was competitively procured via the Seaport website, with one offer received. Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A24F3000).

Progeny Systems Corp., Manassas, Virginia, is awarded an $8,296,098 cost-plus-fixed-fee modification to a previously awarded contract (N00024-19-C-6102) to exercise options for payload control system capabilities for a technical insertion advanced processing build. Work will be performed in Manassas, Virginia, and is expected to be completed by September 2025. Royal Australian Navy funds in the amount of $1,207,899 (52%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $516,627 (22%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $360,499 (15%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $242,929 (10%); and fiscal 2024 operation and maintenance (Navy) funds in the amount of $13,257 (1%), will be obligated at the time of award, and funds in the amount of $256,186 will expire at the end of fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

American Flowform and Machining Inc., * Billerica, Massachusetts, is awarded a $7,877,340 firm-fixed-price modification to a previously awarded indefinite-delivery/indefinite-quantity contract (N0017422D0032) to exercise Option Year Two for continued support for MK22 MOD 4 Rocket Motor Tubes. Work will be performed in Billerica, Massachusetts (100%), and is expected to be completed September 2025. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity. 

Safety-Kleen Systems, Inc., Norwell, Massachusetts, is awarded a $7,814,632 firm-fixed-price contract for 3M Fluorinert™ Electronic Liquid FC-3283. Work will be performed in Norwell, Massachusetts, and is expected to be completed by December 2024. Fiscal 2024 working capital fund funds in the amount of $7,814,632 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured after exclusion of sources via the System for Award Management (SAM) website in accordance with 10 U.S. Code 3204(a)(1) as implemented by Federal Acquisition Regulation 6.302-1(c): Application for brand name description. The Naval Surface Warfare Center, Indian Head Division, Indian Head, Maryland, is the contracting activity (N0017424C0022).

Huntington Ingalls Inc., Pascagoula, Mississippi, was awarded a $7,500,768 firm-fixed-price modification to a previously awarded contract (N00024-20-C-2437) to exercise an option for technical manuals in support of Amphibious Assault Ship (General Purpose) Replacement (LHA) America Class Flight 1 Ship (LHA 9). Work will be performed in Pascagoula, Mississippi, and is expected to be completed by September 2029. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,000,000 (100%) 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 (Awarded Sept. 23, 2024)

AIR FORCE

Lockheed Martin Rotary and Mission Systems, Owego, New York, was awarded a not-to-exceed $62,650,000 undefinitized, firm-fixed-price, delivery order contract for B-2 upgrades. This contract provides for the upgrade of the B-2 defense management system special test equipment. Work will be performed in Owego, New York, and is expected to be completed by November 2027. This contract was a sole source acquisition. Fiscal 2024 working capital funds in the amount of $62,650,000 are being obligated at time of award. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-24-F-0088).

Lockheed Martin, Littleton, Colorado, has been awarded a $42,900,552 modification (P00776) to a previously awarded contract (FA8807‐08‐C‐0010) for GPS III flight software, mission data unit integrated test equipment, a mission data unit ancillary rack, and a hardware support test bed. The modification brings the total cumulative face value of the contract to $5,598,541,698 from $5,555,641,146. Work will be performed at Littleton, Colorado, and is expected to be completed by May 19, 2027. Fiscal 2023 procurement funds in the amount of $42,900,552 are being obligated at time of award. Space Systems Command, Los Angeles Space Force Base, California, is the contracting activity.

Boeing Space, El Segundo, California, has been awarded a $28,865,479 modification (P00162) to a previously awarded contract (FA8808-10-C-0001) for wideband global satellite communications configuration control element (WGS). The modification brings the total cumulative face value of the contract is $3,101,451,466. Work will be performed in El Segundo, California, and is expected to be completed by Jan. 23, 2026. Fiscal 2023 (Space Force) research, development, test and evaluation funds in the amount of $ 28,599,303; and fiscal 2024 (Space Force) research, development, test and evaluation funds in the amount of $ 266,176, are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Goodrich Corp., Anaheim, California, was awarded a $24,609,912 firm-fixed-price requirements contract for repairs. This contract provides for repairs for the mounted winch, drum winch, and internal rescue hoist on the HH-60G and UH-1N. Work will be performed in Monroe, North Carolina, and is expected to be completed by Sept. 25, 2030. This contract was a sole source acquisition. No funds will be obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8524-24-D-0001)

North Point Defense Inc., Rome, New York, was awarded a $20,999,880 cost-plus-fixed-fee contract for the Accelerate the Procurement and Fielding of Innovative Technologies ARCHER program. This contract provides for the transition of technologies into production and to accelerate the fielding of needed technologies. Work will be performed at Rome, New York, and is expected to be completed by March 24, 2028. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 procurement funds in the amount of $14,956,871 are being obligated at the time of award.  The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750‐24‐F‐B012).

Lockheed Martin Missile and Fire Control, Orlando, Florida, has been awarded a $13,447,746 cost-plus-fixed-fee modification (P00096) to a previously awarded contract (FA8656-18-C-0021) for air-launched rapid response weapon. The modification brings the total cumulative face value of the contract is $1,319,270,400. Work will be performed in Orlando, Florida, and is expected to be completed by Aug. 31, 2025. Fiscal 2023 research, development, test, and evaluation funds in the amount of $13,447,746 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Compass Technology Group, Alpharetta, Georgia, was awarded a $10,750,000 firm-fixed-price definitive type contract for radome operational performance evaluation and tuning with machine learning methods. This contract provides for a robotic system that collects radome and radar data paired with a data processing system and extended reality tool. Work will be performed in Alpharetta, Georgia, and is expected to be completed by Sept. 25, 2027. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $10,750,000 are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-24-C-0045).

InfraTech International LLC, Harmon, Guam, was awarded $9,872,629 firm-fixed-price contract for airfield construction. This contract provides for repairs to Taxiway Bravo, Northwest Field. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by March 31, 2026. This contract was a competitive acquisition, and six offers were received. Fiscal 2024 operation and maintenance funds in the amount of $9,872,629 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam, is the contracting activity (FA5240-24-F-0141).

InfraTech International LLC, Harmon, Guam, was awarded an $8,148,169 firm-fixed-price contract for airfield construction. This contract provides for repairs to Central Cross Connecting Taxiways, Northwest Field. Work will be performed at Andersen Air Force Base, Guam, and is expected to be completed by March 31, 2026. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $8,148,169 are being obligated at the time of award. The 36th Contracting Squadron, Andersen AFB, Guam is the contracting activity (FA5240-24-F-0140).

DEFENSE HEALTH AGENCY

Western Door Federal LLC, Chantilly, Virginia, is awarded $17,462,203, to exercise Option Period One of a previously awarded firm-fixed-price contract (HT001123C0099), to provide financial analysis, accounting, and program management support services for the Defense Health Agency, Direct Care Financial Management Division. Work will be primarily performed at San Antonio, Texas; and Falls Church, Virginia. Fiscal 2024 operation and maintenance funds are obligated at the time of option exercise. The contract was an 8(a) sole source award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637, as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on Sept. 22, 2023. The period of performance for this option period exercise is Sept. 30, 2024, to Sept. 29, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

ABSS Solutions Inc., Upper Marlboro, Maryland, is awarded a $11,189,088 firm-fixed-price bridge contract (H9425-24-C-0007) to continue technical and professional support services, including clinical and translational research activities, for developing research execution plans and protocols, consultation, support, and/or execution services for the Air Force 59th Medical Wing. Work will be performed in San Antonio, Texas, and is expected to be completed by Sept. 25, 2025. This contract is a sole source acquisition. Fiscal 2023 and 2024 research, development, test and evaluation funds in the amount of $4,861,470 will be obligated at the time of award. The U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity. (Awarded Sep. 25, 2024.)

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Global Connections to Employment,** Pensacola, Florida, was awarded a $12,687,230 modification (P00009) to contract HS002121C0004 for Mirador sustainment support services to the Defense Counterintelligence and Security Agency (DCSA) adjudicating and vetting services. Work will be performed at the contractor's chosen remote work locations or at the contractor's headquarters facility, Pensacola, Florida, and the estimated completion date is April 26, 2026.  Fiscal 2024 DCSA Defense working capital funds in the amount of $12,687,230 were obligated at the time of the modification. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business
**AbilityOne non-profit contractor

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