Saturday, September 28, 2024

Contracts For Sept. 27, 2024

Left
Contracts
View Online
FOR RELEASE AT 5 PM ET
Contracts For Sept. 27, 2024

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, was awarded a $3,230,277,154 firm-fixed-price, undefinitized contract action for a joint air-to-surface standoff missile and long-range anti-ship missile large lot procurement. This contract provides for the procurement of JASSM Lot 22 and Foreign Military Sales (FMS) missiles. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2032. This contract involves FMS to Japan, the Netherlands, Finland, and Poland. This contract was a sole source acquisition. Fiscal 2024 (Air Force) missile procurement funds in the amount of $1,493,277,729; fiscal 2024 (Navy) weapon procurement funds in the amount of $176,250,000; fiscal 2024 (Air Force) operations and maintenance funds in the amount of $2,147,497; and FMS funds in the amount of $751,690,016, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-24-C-B001).

Gov Zone Inc., San Antonio, Texas, was awarded a ceiling $999,999,999 indefinite-delivery indefinite-quantity for Pathfinder - CyberWorx. This contract provides for a commercially developed portfolio modernization framework to provide rapid and well supported delivery pathways for technology, transition and transfer. Work will be performed throughout the U.S. and is expected to be completed by Sept. 29, 2029. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operation and maintenance funds in the amount of $14,198,456 are being obligated at time of award. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-24-D-0007).

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a not-to-exceed $358,439,881 firm-fixed-price undefinitized contract action modification (P00010) to a previously awarded contract (FA8682-23-C-B001) for Lot 8b of long-range anti-ship missiles. The modification brings the total cumulative face value of the contract to $1,145,802,536. Work will be performed in Orlando, Florida, and is expected to be completed by July 31, 2028. This contract involves Foreign Military Sales (FMS). Fiscal 2024 (Air Force) missile procurement funds in the amount of $145,513,436; and FMS funds in the amount of $123,316,473, are being obligated at time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. 

Range Generation Next LLC, Sterling, Virginia, has been awarded a $199,078,033 fixed-price incentive (firm-target), cost-plus-fixed-fee, cost reimbursable modification (P00677) to a previously awarded contract (FA8806-15-C-0001) for the launch and test range system integrated support contract. Work will be performed at Patrick Space Force Base, Florida; Cape Canaveral Space Force Station, Florida; and Vandenberg SFB, California, and is expected to be completed by June 30, 2025. No funds are being obligated at the time of award.  The 45th Contracting Squadron, Patrick SFB, Florida, is the contracting activity. 

Omitron Inc., Beltsville, Maryland, was awarded a $46,464,906 cost-plus-fixed-fee contract for modernization activities for space command and control operational technologies. This contract provides for the creation of a scalable command and control red IP overlay mission network to transport space domain awareness and command and control data. Work will be performed at Vandenberg Space Force Base, California; Peterson SFB, Colorado; Schriever SFB, Colorado; Navy Support Facility-Dahlgren, Virginia; and Yokota Air Force Base, Japan, and is expected to be completed by Sept. 29, 2029. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $1,000,000; and fiscal 2024 research and development funds in the amount of $11,192,000, are being obligated at the time of award. Space Systems Command, Los Angeles AFB, California, is the contracting activity (FA8806-24-C-B001).

The Boeing Co., Albuquerque, New Mexico, has been awarded a $34,900,000 ceiling increase and period of performance extension modification (P00021) to a previously awarded contract (FA9451-16-D-0001) for research, engineering, and program management for ground-based space capabilities and technology. The modification brings the total cumulative face value of the contract to $374,900,000 from $340,000,000. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by May 3, 2026. No funds are being obligated at time of award. The Air Force Research Laboratory Directed Energy Directorate, Kirtland Air Force Base, New Mexico, is the contracting activity.

Smart Munitions Expert Solutions Inc., Dunmore, Pennsylvania, was awarded a $31,124,838 indefinite-delivery/indefinite quantity contract for engineering services. This contract provides for support to wind corrected munitions dispenser systems. Work will be performed in Dunmore, Pennsylvania, and is expected to be completed by September 2029. This contract was a sole source acquisition. Fiscal 2024 procurement funds in the amount of $ 2,609,252; and fiscal 2024 operation and maintenance funds in the amount of $ 1,091,882, are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B011).

Anduril Industries Inc., Costa Mesa, California, was awarded a $25,375,000 firm-fixed-price contract for latticed mesh network and integration to additional space surveillance network sites. This contract provides for the additional fielding of mesh networking capabilities for space domain awareness and space surveillance network sensors. Work will be performed in Colorado Springs, Colorado; Costa Mesa, California; and various contractor site locations, and is expected to be completed March 26, 2026. Fiscal 2024 procurement funds in the amount of $15,375,000 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity (FA8820-24-F-B003).

GE Edison Works, Cincinnati, Ohio, has been awarded a $15,731,761 cost contract for thermal protection systems. This contract provides for materials, research, and development for thermal protection system applications and propulsion of high-speed vehicles. Work will be performed in Cincinnati, Ohio, and is expected to be completed Sept. 25, 2029. Fiscal 2023 research, development, test and evaluation funds in the amount of $8,877,600; and fiscal 2024 research, development, test and evaluation funds in the amount of $6,300,000, are being obligated at the time of the award. The Air Force Research Laboratory Materials and Manufacturing Directorate, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2394-24-C-B037).

Stellant Systems Inc., Torrance, California, was awarded a $13,993,087 firm-fixed-price indefinite-delivery requirements contract for the repair of AN/ALQ-161 electronic countermeasures and radio frequency surveillance traveling wave tube. This contract provides for the repair and return of electron tubes and associated hardware. Work will be performed in Torrance, California, and is expected to be completed by Sept. 29, 2030. This contract was a sole source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8522-24-D-0006).

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $13,263,474 cost-plus-incentive-fee modification (P00081) to a previously awarded contract (FA8823-21-C-0001) for the Space-Based Infrared System, contractor logistics support, product support, and integration contract evolution. The modification brings the total cumulative face value of the contract to $1,260,526,024. Work will be performed on Peterson Space Force Base, Colorado; Buckley SFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $13,263,474 are being obligated at the time of award. Space Systems Command, Peterson SFB, Colorado, is the contracting activity.

Sierra Nevada Corp., Fort Walton Beach, Florida, has been awarded a not-to-exceed $11,367,605 undefinitized contract action modification (P00019) to a previously awarded contract (FA8637-22-F-1002) for the sustainment of the A-29 fleet for the country of Lebanon. Work will be performed in Fort Walton Beach, Florida, and is expected to be completed Sept. 30, 2025. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $4,712,349 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Pono Aina Management LLC, Midwest City, Oklahoma, was awarded a $10,941,972 firm-fixed-price contract for design and build efforts for the Child Development Center. This contract provides for interior renovation, replacement of the HVAC system, renovation of the kitchen area, and re-roofing. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed by Nov. 4, 2025. This contract was a sole source acquisition. Fiscal 2024 operational and maintenance funds in the amount of $10,941,972 are being obligated at time of award. The Air Force Installation Contract Center, Kirtland AFB, New Mexico, is the contracting activity (FA9401-24-C-0023).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded an $10,668,931 firm-fixed-price modification (P00096) to a previously awarded contract (FA8615-17-C-6047) for active electronically scanned array radars of F-16 aircraft. The modification brings the total face value of the contract is $1,644,219,897. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. Fiscal 2022 aircraft procurement funds in the amount of $10,668,931 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity. 

Robotic Construction Technologies Inc., Denver, Colorado, was awarded a $9,475,706 firm-fixed-price contract for operational additive manufacturing capabilities. This contract will provide for investigating 3D printed materials using resources sourced from various areas around the world. Work will be performed in Denver, Colorado, and is expected to be completed by Sept. 30, 2026. This contract was a competitive acquisition, and five offers were received. Fiscal 2023 research and development funds in the amount of $9,475,706 are being obligated at time of award. The Air Force Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-24-C-B035).

Space Exploration Technologies Corp., Hawthorne, California, was awarded an $8,766,000 firm-fixed-price contract for thermal protection systems. This contract provides for investigating solutions using ceramic and metallic thermal protection system materials being developed by the contractor, expanding manufacturing techniques and equipment, and performance testing. Work will be performed in Hawthorne, California, and is expected to be completed by Sept. 30, 2025. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research and development funds in the amount of $8,766,000 are being obligated at time of award. The Air Force Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-24-C-B057). 

Assent Advisory Group, Chesapeake, Virginia, was awarded an $8,442,737 firm-fixed-price contract for the Office of the Deputy Assistant Secretary for Financial Operations quality assurance program. This contract provides for administration of a base financial management quality assurance program, which includes training, program management, quality assurance review tools, financial services, accounting functional support, metrics solutions support, advisory services, data analytics, and SharePoint development. Work will be performed in the National Capital Region and is expected to be completed by March 31, 2028. This contract was a competitive acquisition, and ten offers were received.  Fiscal 2024 operations and maintenance funds in the amount of $1,110,783 are being obligated at time of award. The Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-C-0054).

ARMY

Thalle Construction Co. Inc., Hillsborough, North Carolina, was awarded a $2,872,795,350 firm-fixed-price contract for the construction of a 17.75-mile-long embankment dam. Bids were solicited via the internet with two received. Work will be performed in Belle Glade, Florida, with an estimated completion date of Oct. 31, 2034. Fiscal 2024 civil construction funds in the amount of $324,500,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0018). 

Arkel International LLC, Baton Rouge, Louisiana (W9128A-24-D-0001); CCS King George,* Honolulu, Hawaii (W9128A-24-D-0002); Sea Pac Engineering Inc.,* Los Angeles, California (W9128A-24-D-0003); Environmental Chemical Corp., Burlingame, California (W9128A-24-D-0004); and Nan Inc., Honolulu, Hawaii (W9128A-24-D-0005), will compete for each order of the $495,000,000 firm-fixed-price contract for design-build and design-bid-build construction services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

J&J Worldwide Services, Austin, Texas (W91278-24-D-0040); Facility Services Management Inc., Clarksville, Tennessee (W91278-24-D-0041); Korte Construction Co. doing business as The Korte Co., St. Louis, Missouri (W91278-24-D-0042); Poettker Construction Co., Breese, Illinois (W91278-24-D-0043); Robins & Morton, Birmingham, Alabama (W91278-24-D-0044); StructSure Projects, Kansas City, Missouri (W91278-24-D-0045); Areli Inc.,* Bel Air, Maryland (W91278-24-D-0046); ESA South Inc.,* Cantonment, Florida (W91278-24-D-0047); Global Engineering & Construction LLC,* Renton, Washington (W91278-24-D-0048); Royce Construction Services LLC,* Reston, Virginia (W91278-24-D-0049); and Valiant Construction LLC,* Louisville, Kentucky (W91278-24-D-0050), will compete for each order of the $249,000,000 firm-fixed-price contract for design-build construction projects. Bids were solicited via the internet with 25 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.  

Teledyne Flir Defense Inc., Stillwater, Oklahoma, was awarded a $168,321,877 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for low-rate initial production to upgrade the M1135 Stryker's Nuclear, Biological and Chemical Reconnaissance Vehicle Sensor Suite. 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, Aberdeen Proving Ground, Maryland, is the contracting activity (W911SR-24-D-0008). 

Alzchem Trostberg GMBH, Trostberg, Germany, was awarded a $150,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for propellant procurement. Bids were solicited via the internet with one received. Work will be performed at Picatinny Arsenal, New Jersey, with an estimated completion date of Dec. 31, 2029. Fiscal 2025 procurement of ammunition, Army funds in the amount of $150,000,000 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-C-0031). 

Northrop Grumman Systems Corp., Radford, Virginia, was awarded a $135,998,210 firm-fixed-price contract for special ammunition and weapons systems requirements. 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 Nov. 17, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-F-0508). 

Systems Innovation Engineering, Mullica Hill, New Jersey, was awarded a $117,483,511 modification (P00015) to contract W52P1J-20-9-3036 to improve directed energy supplier resiliency. Work will be performed in Mullica Hill, New Jersey, with an estimated completion date of March 26, 2026. Fiscal 2024 procurement, defense-wide funds; operation and maintenance, Army funds; and research, development, test and evaluation, Army funds in the amount of $2,842,938 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

Northrop Grumman Systems Corp., Radford, Virginia, was awarded a $94,704,158 firm-fixed-price contract for special ammunition and weapons systems requirements. 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 Dec. 16, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-24-F-0485). 

Alliant Techsystems Operations LLC, Minneapolis, Minnesota, was awarded an $80,643,318 modification (P00041) to contract W15QKN-15-C-0066 for M1147 High Explosive Multi-Purpose with Tracer cartridges. Work will be performed in Minneapolis, Minnesota, with an estimated completion date of Jan. 29, 2027. Fiscal 2024 special funds in the amount of $80,643,318 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

Brantley Construction Services LLC,* North Charleston, South Carolina (W912EP-24-D-0007); Foresight Construction Group Inc.,* Gainesville, Florida (W912EP-24-D-0008); KMK Construction Inc.,* Jacksonville, Florida (W912EP-24-D-0009); Howard W. Pence Inc.,* Elizabethtown, Kentucky (W912EP-24-D-0010); and Speegle Construction Inc.,* Niceville, Florida (W912EP-24-D-0011), will compete for each order of the $80,000,000 firm-fixed-price contract for design-build and general construction. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2029. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity. 

Consigli Construction Co. Inc., Latham, New York, was awarded a $65,099,763 firm-fixed-price contract to repair a building. Bids were solicited via the internet with two received. Work will be performed in Watervliet, New York, with an estimated completion date of Nov. 21, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $65,099,763 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0037). 

Korte Construction Co., St. Louis, Missouri, was awarded a $61,492,477 firm-fixed-price contract to renovate a building. Bids were solicited via the internet with three received. Work will be performed at Grand Forks Air Force Base, North Dakota, with an estimated completion date of Oct. 8, 2026. Fiscal 2024 other procurement, Air Force funds in the amount of $61,492,477 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0033). 

Roundhouse PBN-Tepa EC 2 JV,* Warner Robins, Georgia, was awarded a $45,377,572 firm-fixed-price contract for barracks repair. Bids were solicited via the internet with three received. Work will be performed at Fort Moore, Georgia, with an estimated completion date of Feb. 8, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $45,377,572 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-4007). 

Lockheed Martin Corp., Orlando, Florida, was awarded a $31,673,197 modification (P00031) to contract W31P4Q-21-C-0039 for Hellfire M299 legacy launchers, obsolete component parts, ancillary equipment and engineering services. Work will be performed in Orlando, Florida, with an estimated completion date of July 31, 2027. Fiscal 2023 special defense acquisition funds; fiscal 2010 and 2024 Foreign Military Sales (Kuwait, Netherlands, Canada and Spain) funds; and fiscal 2023 aircraft procurement, Army funds in the amount of $31,673,197, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Cottrell Contracting Corp., Chesapeake, Virginia, was awarded a $31,520,000 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of April 28, 2025. Fiscal 2024 revolving funds in the amount of $31,520,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0037). 

MEB General Contractors Inc., Chesapeake, Virginia, was awarded a $30,272,000 firm-fixed-price contract for a petroleum, oil and lubricants complex. Bids were solicited via the internet with two received. Work will be performed in Great Falls, Montana, with an estimated completion date of April 21, 2026. Fiscal 2024 military construction, defense-wide funds in the amount of $30,272,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-C-0019). 

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $29,215,615 modification (P0002) to contract W519TC-23-F-0412 for an energy conservation and steam distribution rehabilitation/repair project. Work will be performed in Radford, Virginia, with an estimated completion date of Sept. 30, 2025. Fiscal 2025 ammunition procurement, Army funds in the amount of $20,751,663 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity. 

Diversified,* Edmond, Oklahoma, was awarded a $27,361,313 firm-fixed-price contract to construct an aircraft shop. Bids were solicited via the internet with three received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of April 7, 2026. Fiscal 2024 military construction, Army funds in the amount of $27,361,313 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-C-0021).

L.S. Black Constructors LLC, Saint Paul, Minnesota, was awarded a $23,878,665 firm-fixed-price contract for building maintenance and repair. Bids were solicited via the internet with seven received. Work will be performed in Seagoville, Texas, with an estimated completion date of Sept. 17, 2026. Fiscal 2024 military construction, Army Reserve funds in the amount of $23,878,665 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0042). 

Bio Response Solutions Inc.,* Danville, Indiana, was awarded a $23,390,000 firm-fixed-price contract for an effluent decontamination system. Bids were solicited via the internet with three received. Work will be performed at Fort Detrick, Maryland, with an estimated completion date of March 26, 2027. Fiscal 2022, 2023, and 2024 Defense Health Program funds in the amount of $23,390,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0047). 

CMS Corp., Bargersville, Indiana, was awarded a $21,483,629 firm-fixed-price contract for design-build construction services. Bids were solicited via the internet with seven received. Work will be performed in Hungary, with an estimated completion date of Feb. 22, 2028. Fiscal 2020 military construction, Air Force funds in the amount of $21,483,629 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-24-C-0035). 

Nichols Contracting Inc., Columbia, Maryland, was awarded a $20,767,000 firm-fixed-price contract to modernize elevators. Bids were solicited via the internet with three received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Feb. 27, 2028. Fiscal 2021 defense working capital funds in the amount of $20,767,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0052). 

Technica LLC, Charleston, South Carolina, was awarded a $20,104,890 modification (P00117) to contract W52P1J-20-F-0184 for logistics support services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of July 3, 2025. Army Contracting Command, Rock Island, Illinois, is the contracting activity is the contracting activity. 

American Ordnance LLC, Middletown, Iowa, was awarded a $16,214,240 firm-fixed-price contract to design, build and optimize a new wastewater treatment facility. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of March 25, 2026. Fiscal 22024 procurement of ammunition, Army funds in the amount of $16,214,240 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0371). 

Waterfront Property Services LLC doing business as Gator Dredging,* was awarded a $15,250,780 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Ponce Inlet, Florida, with an estimated completion date of Dec. 21, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $15,250,780 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0023). 

Sigmatech Inc., Huntsville, Alabama, was awarded a $14,834,704 modification (P00013) to contract W91CRB-20-C-0026 for technical, analytical and administrative support services in support of the Office of the Deputy Assistant Secretary of the Army for Defense Exports and Cooperation. Work will be performed in Arlington, Virginia, with an estimated completion date of Sept. 14, 2025. Fiscal 2024 operation and maintenance, Army funds and fiscal 2024 research, development, test and evaluation, Army funds in the amount of $3,957,775 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. 

CAE USA Inc., Tampa, Florida, was awarded a $14,622,724 firm-fixed-price contract for advanced helicopter flight training services. Bids were solicited via the internet with one received. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of March 31, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $14,622,724 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W9124G-24-C-0009). 

Kaman Aerospace Corp., Middletown, Connecticut, was awarded a $14,000,000 cost-plus-fixed-fee contract for HAWK Missile Air Defense System support. Bids were solicited via the internet with one received. Work will be performed in Middletown, Connecticut, with an estimated completion date of Sept. 27, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $6,680,000 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0021). 

MVL USA Inc.,* Lansing, Michigan, was awarded a $13,824,756 firm-fixed-price contract to design and construct a maintenance and storage building. Bids were solicited via the internet with four received. Work will be performed in Winfield, Missouri, with an estimated completion date of April 13, 2027. Fiscal 2024 civil works funds in the amount of $13,824,756 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-0565). 

Aptim Federal Services LLC, Baton Rouge, Louisiana, was awarded a $12,947,845 firm-fixed-price contract for petroleum facility maintenance and repair. Bids were solicited via the internet with three received. Work will be performed in Kekaha, Hawaii; Pearl Harbor, Hawaii; Honolulu, Hawaii; Lualualei, Hawaii; Kaneohe, Hawaii; Hilo, Hawaii; and Wahiawa, Hawaii, with an estimated completion date of April 30, 2030. Fiscal 2024 defense working capital funds in the amount of $12,947,845 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-0338).

BAE Systems Land & Armaments LP York, Pennsylvania, was awarded a $12,000,000 cost-plus-fixed-fee contract for the conversion of Bradley M7 Fire Support Team Vehicles into Bradley M2A2 Infantry Fighting Vehicles. Bids were solicited via the internet with one received. Work will be performed in York, Pennsylvania, with an estimated completion date of Jan. 15, 2025. Fiscal 2023 Foreign Military Sales funds in the amount of $12,000,000 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-C-0037).

Southwest Shipyard LP,* Channelview, Texas, was awarded an $11,943,644 firm-fixed-price contract for revetment barges. Bids were solicited via the internet with three received. Work will be performed in Channelview, Texas, with an estimated completion date of May 10, 2026. Fiscal 2024 revolving funds in the amount of $11,943,644 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0040). 

Hasen Global LLC,* New Braunfels, Texas, was awarded an $11,696,498 firm-fixed-price contract for the construction of a corrosion control facility. Bids were solicited via the internet with seven received. Work will be performed in Joint Base San Antonio-Lackland Air Force Base, Texas, with an estimated completion date of March 26, 2026. Fiscal 2022 military construction, defense-wide funds in the amount of $11,696,498 were obligated at the time of the award. U.S. Property and Fiscal Office, Texas, is the contracting activity (W50S78-24-C-0004).
 
Seatrax Inc.,* Houston, Texas, was awarded a $9,480,000 firm-fixed-price contract to build a new floating crane. Bids were solicited via the internet with two received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 14, 2028. Fiscal 2024 revolving funds in the amount of $9,480,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0041). 

Archetype I LLC, Herndon, Virginia, was awarded a $9,148,177 modification (P00004) to contract W9124J-23-F-0106 for financial, real estate analytical, advisory and consulting support services. Work will be performed in Herndon, Virginia, with an estimated completion date of Sept. 18, 2028. Fiscal 2024 operation and maintenance, Army funds in the amount of $9,148,177 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity. 

Thoma-Sea Marine Constructors LLC, Houma, Louisiana, was awarded an $8,276,579 firm-fixed-price contract to repower the dredge Hurley. Bids were solicited via the internet with one received. Work will be performed in Houma, Louisiana, with an estimated completion date of Nov. 11, 2025. Fiscal 2024 revolving funds in the amount of $8,276,579 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0042). 

Seiler Instrument and Manufacturing Co. Inc.,* St. Louis, Missouri, was awarded an $8,187,509 modification (P00002) to contract W15QKN-22-C-0102 for Optical Fire Control Kits and spare components. Work will be performed in St. Louis, Missouri, with an estimated completion date of Nov. 24, 2025. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,187,509 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity. 

QA Engineering LLC,* Albuquerque, New Mexico, was awarded a $7,750,522 firm-fixed-price contract to renovate a mission operations center and to design an addition to an existing building. Bids were solicited via the internet with four received. Work will be performed at Kirtland Air Force Base, New Mexico, with an estimated completion date of June 12, 2026. Fiscal 2024 civil operation and maintenance funds in the amount of $15,250,780 were obligated at the time of the award. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity (W912EP-24-C-0023).

Universal Technical Resource Services Inc.,* Cherry Hill, New Jersey, was awarded a $7,661,527 firm-fixed-price contract to support the creation and maintenance of multiple weapons systems. 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. 26, 2025. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-F-0562). 

NAVY

Raytheon Co., Tucson, Arizona, is awarded a $736,566,672 fixed-price incentive (firm-target) contract. This contract provides for the production and delivery of AIM-9X production lot 24 requirements to include: 1117 AIM-9X Block II All Up Round Tactical Missiles (352 for the Navy, 158 for the Air Force, 15 for the Army, and 592 for Foreign Military Sales (FMS) customers); 100 AIM-9X Block II+ All Up Round Tactical Missiles for FMS customers; 167 Block II Captive Air Training Missiles (CATM) (43 for the Navy, 55 for the Air Force, one for the Army, and 68 for FMS customers); four Special Air Training Missiles (NATM) (two for the Air Force and two for FMS customers); eight Captive Test Missile (CTM) for the Air Force; 368 All Up Round Missile Containers (104 for the Navy, 48 for the Air Force, eight for the Army and 208 for FMS customers); seven Spare Advanced Optical Target Detectors for FMS customers; seven Spare Advanced Optical Target Detector Containers for FMS customers; 66 Spare Block II Guidance Units (Live Battery) (23 for the Navy, 28 for the Air Force, 15 for FMS customers); 32 Spare Block II+ Guidance Units (Live Battery) for FMS customers; 181 Guidance Unit Containers (48 for the Navy, 30 for the Air Force, 103 for FMS customers); 149 Spare Block II CATM Guidance Units (Inert Battery) (34 for the Navy, 39 for the Air Force and 76 for FMS customers); one Spare Block II Propulsion Steering Sections; two CEST; five dummy Air Test Missiles; 14 Multi-Purpose Training Missiles; 211 Tail Caps and Tail Caps containers; one Block I Tactical Sectionalization Kit; one Block I CATM Sectionalization kit; four Block II Tactical Sectionalization kits; six Block II CATM Sectionalization kits; four Block II+ Tactical Sectionalization kits; one Block II Tactical Maintenance kit; one Block II CATM maintenance kit and support equipment for FMS customers; three lots spares (one for the Navy, one for the Air Force, and one for FMS customers). Work will be performed in Tucson, Arizona (36.14%); North Logan, Utah (10%); Niles, Illinois (7.83); Keyser, West Virginia (7.65); Hillsboro, Oregon (4.71%); Midland, Ontario, Canada (3.17%); Heilbronn, Germany (2.58%); Goleta, California (2.5%); Simsbury, Connecticut (2.49%); Anaheim, California (2.39); Minneapolis, Minnesota (2.10%); Murrieta, California (2.10%); Valencia, California (1.68%); San Diego, California (1.57%); Kalispell, Montana (1.56%); St. Albans, Vermont (1.21%); Anniston, Alabama (1.15%); San Jose California (1.12%); Cincinnati, Ohio (1.03%) and various locations within the continental U.S. (7.06%), and is expected to be completed in July 2029. Fiscal 2024 weapons procurement (Navy) funds in the amount of $188,792,978; fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,039,999; fiscal 2024 research development test and evaluation (Navy) funds in the amount of $797,889; fiscal 2024 missile procurement (Air Force) funds in the amount of $101,262,696; fiscal 2024 research development test and evaluation (Army) funds in the amount of $7,485,584; fiscal 2024 research development test and evaluation (Air Force) funds in the amount of $3,261,404; fiscal 2023 research development test and evaluation (Air Force) funds in the amount of $1,258,178; fiscal 2023 weapons procurement (Navy) funds in the amount of $3,694,028; fiscal 2023 missile procurement (Air Force) funds in the amount of $ $6,760,508; fiscal 2022 weapons procurement (Navy) funds in the amount of $1,025,425; fiscal 2022 missile procurement (Air Force) funds in the amount of $46,932; and Foreign Military Sales customer funds in the amount of $420,141,051, will be obligated at the time of award, $365,558,636 will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0032).

Raytheon Co., Tucson, Arizona, is awarded a $525,539,000 firm-fixed-price contract for the production and delivery of Evolved Seasparrow Missile Block II Guided Missile Assemblies. This contract includes options which, if exercised, would bring the cumulative value of this contract to $2,188,620,000. Work will be performed in Tucson, Arizona (12%); Edinburgh, Australia (11%); Mississauga, Canada (10%); San Jose, California (9%); Raufoss, Norway (9%); Hengelo OV, Netherlands (5%); Ottobrunn, Denmark (5%); Cambridge, Canada (4%); Nashua, New Hampshire (4%); Koropi Attica, Greece (3%); Lystrup, Denmark (2%); Ankara, Turkey (2%); Andover, Massachusetts (2%); Torrance, California (2%); Westlake Village, California (2%); Grenaa, Denmark (2%); Eight Mile Plains, Brisbane, Australia (2%); Canton, New York (1%); Camden, Arkansas (1%); Aranjuez, Spain (1%); Milwaukie, Oregon (1%); and various other locations each less than 1% (10%). If all options are exercised, work is expected to be completed by September 2030. Fiscal 2024 other customer funds in the amount of $266,147 (51%); 2024 weapon procurement (Navy) funds in the amount of $221,564,000 (42%); and Foreign Military Sales funds in the amount of $37,828,000 (7%), 100% will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(4) (International Agreement between the U.S. and a foreign government or international organization). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-5408).

Raytheon Co., Tucson, Arizona, is awarded a $254,462,442 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-23-C-5408 to exercise options and incrementally fund existing contract line items for Standard Missile depot, intermediate level repair and maintenance, the procurement of provisioned items and ordered spares, and test equipment. Work will be performed in Camden, Arkansas (63%); Tucson, Arizona (22%); Middletown, Connecticut (10%); Joplin, Missouri (2%); Salt Lake City, Utah (1%); Huntsville, Alabama (1%); and various locations across the U.S., each less than 1% (1%). Work is expected to be completed by September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $233,131,157 (91%); fiscal 2022 weapons procurement (Navy) funds in the amount of $19,480,684 (8%); and fiscal 2023 weapons procurement (Navy) funds in the amount of $1,850,601 (1%), will be obligated at time of award and $252,611,841 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). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $192,018,389 cost-plus-incentive-fee contract to provide for the design, development, manufacture, integration, demonstration, test, and delivery of the Next Generation Jammer Mid-Band extended capability modification in support of providing additional frequency coverage to meet additional threats within the Next Generation Jammer Mid-Band system operational environment for the Navy and the government of Australia. Work will be performed in Dallas, Texas (41.7%); Forest, Mississippi (26.7%); El Segundo, California (18.9%); and Fort Wayne, Indiana (12.7%), and is expected to be completed in December 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,362,804; and Royal Australian Air Force cooperative funds in the amount of $5,637,196, 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 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0047).

Nova Nacap, a JV, Napa, California, is awarded a $129,173,360 firm-fixed-price contract for construction of a bomber apron. This contract provides for construction of a new apron, shoulders, taxiway, and fuel infrastructure. Work will be performed at Royal Australian Air Force Base Tindal, Australia, and will be completed by October 2027. Fiscal 2021 military construction (MILCON) (Air Force) funds in the amount of $5,325,688 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2023 MILCON (Air Force) funds in the amount of $7,379,817 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 MILCON (Air Force) funds in the amount of $116,467,855 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with three offers received. Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1302).

Canadian Commercial Corp., Ottawa, Canada, is awarded a $110,686,843 indefinite-delivery/indefinite-quantity type contract with firm-fixed-price, cost-plus-fixed-fee, and cost provisions for OK-410 Handling and Stowage Group systems, overboarding fairlead assemblies, and spare parts. This contract includes an ordering period of five years. Production will be performed in Peterborough, Ontario, Canada, and is expected to continue through September 2029. Foreign Military Sales funds, fiscal 2024 other procurement (Navy) funds, and fiscal 2024 shipbuilding and conversion (Navy) funds, in the amount of $18,551,116 will be obligated on the first delivery order immediately following award of the basic contract, none of which will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-24-D-Q400).

The Boeing Co., St. Louis, Missouri, is awarded a $76,832,622 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides weapons integration services to include engineering, test support, and manufacturing services, as well as provides analyses, test reports, and studies in support of the development and integration of weapon systems and weapon system software and hardware upgrades onto the F/A-18E/F and EA-18G aircraft for the Navy, the Royal Australian Air Force, and other Foreign Military Sales customers. Work will be performed in St. Louis, Missouri (40%); Patuxent River, Maryland (40%); Tullahoma, Tennessee (8%); Mountain View, California (8%); Philadelphia, Pennsylvania (2%); and Buffalo, New York (2%), and is expected to be completed in September 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). Naval Air Systems Command, Patuxent River, Maryland, activity (N0001924D0117).

The Boeing Co., Philadelphia, Pennsylvania, is awarded a $63,075,212 cost-plus-incentive-fee, cost-plus fixed fee, and cost contract for production and delivery of up to 10 shipsets of multi-material hardware for the Columbia Class Submarine program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $63,075,212. If all options are exercised, work will continue through September 2029. Fiscal 2024 National Sea-Based Deterrence Fund funds in the amount of $6,412,338 (50%); and fiscal 2024 other procurement (Navy) funds in the amount of $6,412,338 (50%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured as a sole-source award pursuant to 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center Carderock Division, Bethesda, Maryland, is the contracting activity (N00167-24-C-0014).

Raytheon Co., Tucson, Arizona, is being awarded $54,000,000 for a not-to-exceed, firm-fixed-priced delivery order (N00383-24-F-0ZM2) under a previously awarded long-term contract (N00383-21-D-ZM01) for the procurement of spares and repairs of 56 weapon replaceable assemblies/shop replaceable assemblies in support of the close-in weapon system. The delivery order does not include an option period. Work will be performed in Louisville, Kentucky (83%), and Andover, Massachusetts (17%). Work is expected to be completed by December 2026. Annual working capital (Navy) funds in the amount of $27,000,000 will be obligated at time of award as an undefinitized contract action, 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $36,857,023 firm-fixed-price order (N0001924F50291) to a previously awarded basic ordering agreement (N0001922G0002). This order provides for the production and delivery of retrofit kits to include: 86 MV kits, 8 CMV kits, 20 CV kits, 8 kits for Foreign Military Sales (FMS) customers, 6 CV Spares, and an additional 54 MV Kits in support of the propulsion rotor hub and spring drive link improvement efforts for the V-22 aircraft for the Navy, Marine Corp, Air Force, and the government of Japan. Work will be performed in Amarillo, Texas, and is expected to be completed in November 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $11,347,478; fiscal 2024 aircraft procurement (Airforce) funds in the amount of $8,380,302; fiscal 2023 aircraft procurement (Navy) funds in the amount of $15,716,522; and FMS customer funds in the amount of $1,412,721, 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.

Curtiss-Wright Controls Electronic Systems Inc., Santa Clarita, California, is awarded a $31,582,794 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of and repair of Airborne Mission Processors (AMP) and AMP spare parts in support of PMA-262 Persistent Maritime Unmanned Aircraft Systems' MQ-4C Triton aircraft and PMA-290 Maritime Patrol and Reconnaissance Aircraft. The contract also includes total lifecycle management, training, and engineering services in support of the AMP. Work will be performed in Santa Clarita, California, and is expected to be completed by Sept. 28, 2029. Fiscal 2022 aircraft procurement (Navy) appropriation funds in the amount of $2,978,423; and fiscal 2024 aircraft procurement (Navy) appropriation funds in the amount of $796,368 will be obligated at time of award; $3,774,791of which 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. Curtiss-Wright Controls Electronic Systems Inc., is the Original Equipment Manufacturer of the AMP and the only company who can perform the required repairs. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424DJW70).

Chesapeake Technology International Corp., California, Maryland, is awarded a $24,523,553 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Small Business Innovation Research Phase III Topic No. N151-021, "Advanced Modeling and Visualization of Effects for Future Electronic Warfare." This contract provides for software development and engineering services. Work will be performed at Camp Pendleton, California, with an expected completion date of Sept. 30, 2029. The maximum dollar value, including the base period and four option years is $24,523,553. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation Subpart 6.302-5. The Marine Corps Tactical Systems Support Activity, Camp Pendleton, California, is the contracting activity (M68909-24-D-7611).

Raytheon Co., Tucson, Arizona, is awarded a $22,612,115 firm-fixed-price modification to previously awarded contract N00024-24-C-5406 for provisioned item spares in support of the MK 15 Close-In Weapon System. Work will be performed in Grand Rapids, Michigan (37%);  Louisville, Kentucky (15%); Mason, Ohio (9%); Tucson, Arizona (7%); Sharon, Massachusetts (7%); New Port Richey, Florida (6%); Andover, Massachusetts (2%); Bloomington, Minnesota (2%); Anaheim, California (2%); Hauppauge, New York (1%); Pomona, California (1%); and miscellaneous locations, each less than 1% (11%), and is expected to be completed by September 2028. Fiscal 2024 working capital (Navy) funds in the amount of $22,612,115 will be obligated at time of award and will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Lockheed Martin Rotary and Missions Systems, Owego, New York, is awarded a $21,405,642 firm-fixed-price order (N0001924F1883) against a previously issued basic ordering agreement (N0001923G0002). This order procures 28 Digital Magnetic Anomaly Detection Sensor B kits, 6 kits for the Navy, 20 kits for the Royal Australian Navy and 2 kits for the National Guard and Reserve Equipment. This order also provides program management support to manage the kits from the moment of purchase order to delivery. Work will be performed in Owego, New York, and is expected to be completed in May 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,586,925; fiscal 2023 national guard and reserve equipment appropriations (Defense-wide) in the amount of $1,528,974; and FMS funds in the amount of $15,289,743, 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.

Johns Hopkins University, Baltimore, Maryland, is awarded a $18,040,918 cost-only cooperative agreement to test a project that will determine if a single intravascular cannula can be used to manage and resuscitate complex polytrauma patients from the point of injury through evacuation. Work will be performed in Baltimore, Maryland (45%); Boston, Massachusetts (24%); Pittsburgh, Pennsylvania (5%); Lowell, Massachusetts (9%); and Nashville, Tennessee (16%). Fiscal 2024 research, development, test and evaluation (Defense Advanced Research Projects Agency (DARPA) funds in the amount of $1,050,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. The period of performance is September 2024 to March 2027. This agreement was competitively procured via a DARPA broad agency announcement solicitation (HR001124S0024) on the beta.SAM.gov website. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-24-2-4024).

Synergy Partners LLC,* Honolulu, Hawaii, is awarded a $17,862,720 firm fixed price contract for the design, production and delivery of two 74 foot support craft(s)(74SC). The 74SC will be operated by the Defense Logistics Agency-Energy Okinawa to support and maintain fuel transfer from tankers using single point mooring and multi-buoy mooring systems within two miles of shore. This contract includes options which, if exercised, would bring the cumulative value of this contract to $18,066,411. Work will be performed in Honolulu, Hawaii (89%); and New Orleans, Louisiana (11%), and is expected to be completed by September 2027. If all options are exercised, work will continue through October 2027. Working Capital Funds in the amount of $17,862,720 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured via the Federal Business Opportunities website. The contract is a sole-source award, under Federal Acquisition Regulation 19.805(b)(1). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2222).

Bell Boeing Joint Program Office, Amarillo, Texas is awarded a $17,609,036 cost-plus-fixed-fee order (N0001924F5561) against a previously issued basic ordering agreement (N0001922G0002). This order provides engineering, program management, technical and acquisition support required for the tactical software suite avionics and flight controls system sustainment efforts in support of the V-22 Osprey for the Navy, Marine Corps, and Air Force. Work will be performed in Ridley Park, Pennsylvania (95%); Fort Worth, Texas (4%); and Albuquerque, New Mexico (1%), and is expected to be completed in December 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $8,591,102; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $4,483,649; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $2,867,926; and fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,666,359, will be obligated at the time of award, $13,074,751 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $16,199,197 firm-fixed-price modification to previously awarded contract N00024-22-C-5500 for spares in support of the AN/SPY-6(V) Family of Radars program. Work will be performed in Andover, Massachusetts (41%); Tulsa, Oklahoma (13%); Forest Grove, Washington (7%); Sterling, Virginia (4%); Hudson, Massachusetts (3%); Marlborough, Massachusetts (3%); Santa Ana, California (3%); Prescott, Wisconsin (3%); Peabody, Massachusetts (3%); Minden, Nevada (2%); Westfield, Massachusetts (2%); Lawrence, Massachusetts (2%); Foxborough, Massachusetts (2%); Riverside, California (2%); Fort Worth, Texas (2%); San Diego, California (1%); and various locations across the U.S., each less than 1% (8%), and is expected to be completed by May 2027. Fiscal 2024 working capital (Navy) funds in the amount of $16,199,197 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.

General Dynamics Information Technology Inc., Falls Church, Virginia, is awarded a $16,166,621 cost-plus-fixed-fee modification to previously awarded contract N6339423C0009 to exercise options for engineering services to upgrade, inspect, test, and deliver components of the MK 41 Vertical Launching System. Work will be performed in Falls Church, Virginia (85%); Germany (12%); South Korea (2%); and Australia (1%), and is expected to be completed by October 2025. Fiscal 2024 presidential drawdown authority funds in the amount of $2,000,000 (49%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $583,000 (14%); and Foreign Military Sales funds in the amount of $1,480,000 (37%), will be obligated at time of award and will not expire at the end of the current fiscal year. This modification combines purchases for the U.S. government (64%); and the governments of Germany (29%), South Korea (6%), and Australia (1%), under The Foreign Military Sales program. Naval Surface Warfare Center, Port Hueneme Division, Port Hueneme, California, is the contracting activity.

General Dynamics Mission Systems Inc., Quincy, Massachusetts, is awarded a $15,973,912 cost-plus-incentive-fee, firm-fixed-price, cost-plus-fixed-fee and cost contract for development of the Mining Expendable Delivery Unmanned Submarine Asset System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $58,067,733. Work will be performed in Quincy, Massachusetts (39%); Taunton, Massachusetts (35%); Fairfax, Virginia (7%); Manassas, Virginia (7%); Scottsdale, Arizona (6%); Middletown, Rhode Island (3%); and Greensboro, North Carolina (3%), and is expected to be completed by September 2026. If all options are exercised, work will continue through January 2032. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $12,951,862 (84%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $2,411,421 (16%), will be obligated at time of award, of which $2,411,421 will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov, with three offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6315).

Lockheed Martin, Rotary and Missions Systems, Liverpool, New York, is awarded a $15,216,002 firm-fixed price modification to previously awarded contract N00024-20-C-5503 for provisioned item spares in support of the full rate production of Surface Electronic Warfare Improvement Program AN/SLQ-32(V)6 and AN/SLQ-32C(V)6 systems. Work will be performed in Liverpool, New York (100%), and is expected to be completed by September 2026. Working Capital Funds in the amount of $13,188,262 (87%); fiscal 2024 other procurement (Navy) funds in the amount of $1,861,432 (12%); and fiscal 2024 shipbuilding and conversion (Navy) in the amount of $166,308 (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.

L3 Technologies Inc., Camden, New Jersey, is awarded a $14,565,198 cost-plus-fixed-fee, cost-plus-award-fee, and cost-only modification to previously-awarded contract N00024-22-C-5218 to exercise options for a cooperative engagement capability stock point, equipment repairs, repair material, engineering studies and analyses, other direct cost associated with engineering studies and an analyses, repairs, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Salt Lake City, Utah (65%); Largo, Florida (28%); Menlo Park, California (4%); and Lititz, Pennsylvania (3%); and is expected to be completed by October 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of  $2,215,959 (58%); fiscal 2024 other procurement (Navy) funds in the amount of $950,613 (25%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $556,234 (15%); fiscal 2023 other procurement (Navy) funds in the amount of $58,847 (1%); and fiscal 2022 other procurement (Navy) funds in the amount of $42,779 (1%), will be obligated at time of award and $2,258,738, will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $14,304,529 modification (P00029) against a previously awarded cost-plus-incentive fee contract (N0001920C0004). This modification adds scope to provide for the continued design, integration, test, and delivery of Joint Multiple Effects Warhead System to be installed into the Recertified Tomahawk All-Up-Round in support of the Navy. Work will be performed in Tucson, Arizona (71%); Keyser, West Virginia (18%); Plymouth, Minnesota (1%); and Camden, Arizona (1%), and is expected to be completed in August 2025. Fiscal 2024 research development test and evaluation (Navy) funds in the amount of  $7,835,553; and fiscal 2023 research development test and evaluation (Navy) funds in the amount of  $649,104, will be obligated at the time of award, in which $649,104 will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $14,174,207 cost-plus-fixed-fee and firm-fixed-price order (N0001924F0274) against a previously issued basic ordering agreement (N0001921G0006). This order provides non-recurring engineering support for the F/A-18 Environmental Control System (ECS) Software Phase III update. The Phase III ECS software update will include 35 software changes identified to help improve the readiness and built-in test, thereby reducing potential for physiological events. Work will be performed in St. Louis, Missouri (41%); Windsor Locks, Connecticut (32%); and El Segundo, California (27%), and is expected to be completed in January 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $14,174,207 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.

Rockwell Collins, Inc., Cedar Rapids, Iowa, is awarded a $13,842,844 modification (P00059) to a previously awarded cost-plus-incentive-fee contract (N6134017C0007). This modification increases the contract ceiling to procure 239 operational data-recording devices, 62 maintenance data recording devices, nine mission operator consoles, Full Rate Production Two (FRP II) supplemental spares, installation of FRP II subsystems at Naval Air Station Key West, NAS Oceana, and Marine Corps Air Station Beaufort; security patches and updates, and producibility improvements for the Navy's Tactical Combat Training System Increment II (TCTS II) program. Work will be performed at Cedar Rapids, Iowa (40%); Lemoore, California (10%); Richardson, Texas (15%); Patuxent River, Maryland (5%); Key West, Florida (10%); Virginia Beach, Virginia (10%); and Beaufort, South Carolina (10%), and is expected to be completed December 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,540,686; and other procurement (Navy) funds in the amount of $4,371,033, 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.

The Boeing Co., St. Louis, Missouri, is awarded a $13,440,686 firm-fixed-price order (N0001924F0011) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the procurement of initial spares and repair equipment for the MQ-25A Stingray air vehicle in support of readiness, maintainability, and reliability of the air vehicle starting with the first deployment for the Navy. Work will be performed in St. Louis, Missouri (33%); St. Charles, Missouri (8.44%); Wichita, Kansas (6.93%); Kirkland, Washington (5%); South Bend, Indiana (4.98%); Lansdale, Pennsylvania (4.78%); Burbank, California (4%); West Covina, California (3.51%); Irvine, California (3.08%); Westbury, New York (2.99%); Los Angeles, California (1.77%); Portland, Oregon (1.68%); Grand Rapids, Michigan (1.67%); Setauket, New York (1.63%); Glendale, California (1.57%); Greenlawn, New York (1.47%); Plainview, New York (1.22%); Valencia, California (1.18%) Farmingdale, New York (1.02%); various locations within the continental U.S. (CONUS) (8.28%); and various locations outside the CONUS (1.8%), and is expected to be completed in September 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $13,440,686 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.

Edenred Benefits LLC, Waltham, Massachusetts, is being awarded a $12,665,908 firm-fixed-price contract to provide benefit disbursement services for eligible Transportation Incentive Program participants and program support to the Field Support Activity Program Office. The contract will include a one-year base ordering period with four one-year option periods and one six-month option period pursuant to Federal Acquisition Regulation (FAR) 52.217-8 - option to extend services, which if exercised, will bring the total estimated value to $87,556,354. The base period is expected to be completed by September 2025; if all options are exercised, work will be completed by March 2030. All work will be performed in Waltham, Massachusetts. Fiscal 2025 operations and maintenance (Navy) funds in the amount of $3,738,791 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 procurement in accordance with FAR 6.302-1 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-C-Z107).

Sargent Aerospace & Defense LLC, doing business as Sargent Controls & Aerospace, Tucson, Arizona, is being awarded a $11,105,120 firm-fixed-price contract for the procurement of linear directional valves in support of the Virginia-class submarine control and navigation system. This contract has no option periods, and work will be completed by March 2030. All work will be performed in Tucson, Arizona. Annual working capital (Navy) funds in the full amount of $11,105,120 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-NA71).

Advanced Acoustic Concepts LLC,* Great River, New York, is awarded a $10,816,454 cost-plus-fixed-fee and cost contract for Littoral Combat Ship mission package computers, software, and trainer engineering, installation, and sustainment support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $57,812,295. Work will be performed in Great River, New York (50%); Lemont Furnace, Pennsylvania (35%); and Washington, D.C. (15%), and is expected to be completed by September 2025. If all options are exercised, work will continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $601,567 (55%); and fiscal 2024 other procurement (Navy) funds in the amount of $485,000 (45%), will be obligated at time of award, of which $601,567 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)(5). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6311). 

Hansome Energy Systems Inc.,* Linden, New Jersey, is being awarded $10,509,115 for a firm-fixed-price contract for the procurement of vane axial fans in support of the Virginia-class submarine atmosphere control system. This contract has no options. All work will be performed in Linden, New Jersey, and is expected to be completed by December 2029. Working capital (Navy) funds in the full amount of $10,509,115 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, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-NA69).

Special Psychological Applications Corp., Southern Pines, North Carolina, is being awarded a $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for behavioral analysis support in the areas of behavioral assessment, leadership development and training, and assessment and selection board support services to various Assessment and Selection programs for the Marine Corps Embassy Security Group Recruiting, Assessment and Selection program. Work will be performed on Marine Corps Base, Quantico, Virginia, with an expected completion date of Sept. 29, 2029. Fiscal 2023 operations and maintenance (Marine Corps) funds in the amount of $112,500 will be obligated at the time of award for task order one and will expire at the end of the current fiscal year. Subsequent task orders will utilize fiscal operations and maintenance (Marine Corps) funds available at the time of task order award. This contract was competitively procured via the SAM.gov website, with two proposals received. The Marine Corps Installations National Capital Region, Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-24-D-0010).

Alloy Crane and Machinery, Savannah, Georgia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for improved Navy Lighterage Side Connector overhaul and regeneration. Work will be performed at Alloy's St. Marys, Georgia, facility with an expected completion date of March 28, 2030. This contract includes a five-year ordering period with a six-month optional ordering period which, if exercised, could bring the cumulative value of this contract to $9,000,000. Fiscal 2024 funds in the amount of $1,800,339 are available for obligation following contract award through the execution of a task order, and the appropriate fiscal operation and maintenance funding will be used for the subsequent task orders. This contract was competed via the SAM.gov website and only one proposal was received despite an expectation of more than one. The Blount Island Contracts Office, Navy Division, Jacksonville Florida, is the contracting activity (M6700424D0004).

The Boeing Co., Huntington Beach, California, is awarded a $8,508,914 cost-plus-fixed-fee, cost, and firm-fixed-price modification to previously awarded contract N00024-17-C-6307 for engineering and technical support and material for the Extra Large Unmanned Undersea Vehicle. Work will be performed in Huntington Beach, California, and is expected to be completed by March 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,962,015 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.

Intramicron Inc.,* Auburn, Alabama, is awarded a $7,620,000 cost contract. This contract is a Small Business Innovation Research (SBIR) Phase III for the procurement of high-power battery modules in support of the Office of Naval Research. Work will be performed in Auburn, Alabama, and is expected to be completed by September 2027. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,620,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(4), as it is a SBIR Phase III for additional work to be performed after the SBIR Phase II period. The Naval Surface Warfare Center, Corona Division, Corona, California, is the contracting activity (N6426724C0075).

Lockheed Martin Corp. Rotary & Systems IWSS, Moorestown, New Jersey, is awarded a $7,604,996 cost-plus-fixed-fee order (N6278624F0032) against the previously awarded basic ordering agreement N00024-19-G-2319, for emergent availabilities and post-delivery test and trial support for Littoral Combat Ship-29 Post Shakedown Availability. Work will be performed in Jacksonville, Florida (36%); Virginia Beach, Virginia (27%); Moorestown, New Jersey (22%); Mt. Laurel, New Jersey (5%); Atlanta, Georgia (4%); San Diego, California (3%); Washington, D.C. (1%); King of Prussia, Pennsylvania (1%); and Greensboro, North Carolina (1%). This delivery order is expected to be completed by Feb. 28, 2026. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $6,435,679 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

CORRECTION:  The $20,763,286 contract announced Sept. 24, 2024, to Raytheon Co., Indianapolis, Indiana, for engineering, management, technical, and acquisition support for the development of software corrections to address the capability defect packages for the V-22 avionics and flight control systems included the wrong delivery order number. The correct number is N0001924F2582.  

CORRECTION: The $50,271,379 contract announced Sept. 26, 2024, to Cognito Systems LLC, Newport News, Virginia, for the Certified Athletic Trainer and Strength Conditioning Specialist/Sports Medicine and Injury Program has not yet been awarded.

DEFENSE LOGISTICS AGENCY

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a maximum $251,420,230 hybrid indefinite-delivery, undefinitized delivery order (SPRTA1-24-F-0323) and modification (P00001) to a five-year subsumable base contract (SPRPA1-24-D-001E) with one five-year option period for additional pricing for the manufacture and production of KC-135 fan duct transactional spares. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is to be determined. 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.

Elk Solutions LLC,** Beverly, Massachusetts, has been awarded a maximum $21,579,984 firm-fixed-price contract for fuels operations and management services at government-owned/contractor-operated facilities. This was a competitive acquisition with three responses received. This is a four-year base contract with one five-year option period. The performance completion date is Oct. 31, 2028. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5009).

ELK Solutions LLC,** Beverly, Massachusetts, has been awarded a maximum $11,182,272 firm-fixed-price contract for government-owned/contractor-operated retail/bulk fuel storage services and alongside-aircraft refueling. This was a competitive acquisition with five responses received. This is a four‐year base contract with one five‐year option period, and an option to extend, not to exceed six months. Location of performance is Ohio, with an Oct. 31, 2028, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital fund. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5010).

ELK Solutions LLC,** Beverly, Massachusetts, has been awarded a maximum $8,777,856 firm-fixed-price contract for government-owned/contractor-operated aircraft and ground fuel services, storage and distribution services at Kirtland Air Force Base, New Mexico. This was a competitive acquisition with four responses received. This is a four-year contract with one five-year option period and an option to extend, not to exceed six months. The performance completion date is Dec. 1, 2028. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5011).

UPDATE: M-B Companies Inc., New Holstein, Wisconsin (SPE8EC-24-D-0042, $139,000,000) has been added as an awardee to the multiple award contract for snow removal equipment, issued against solicitation SPE8EC-21-R-0008 and awarded Jan. 20, 2023.

UPDATE: Novus JV LLC,*** Herndon, Virginia (SP4709-24-D-0010, $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.  

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Agile Decision Sciences LLC, Huntsville, Alabama,* has been awarded a $8,721,800 firm-fixed-price modification (P00019) to a previously awarded contract (HS0021-22-C-0004) for the Defense Counterintelligence and Security Agency (DCSA) to provide enterprise cybersecurity support services. Work will be performed at Quantico, Virginia, with an estimated completion of June 28, 2025. Fiscal 2024 operations and maintenance funds in the amount of $8,721,800 were obligated at the time of award. The cumulative face value of the contract to date is $169,320,239. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*Small business
**Service-disabled veteran-owned small business 
***Small-disadvantaged 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