DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

John Hopkins University, Laurel, Maryland, has been awarded a $150,001,000, cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity modification (P00003) to contract FA8656-20-D-0005 for Air Warfare Systems. The contract modification provides services for advanced development, acquisition, and test and evaluation of aerospace systems, to include munitions, cyber warfare and electronic warfare elements. Work will be performed in Laurel, Maryland, and is expected to be completed July 31, 2026. No funds are being obligated at the time of award. Total cumulative face value of the contract is $250,000,000.  Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Fury Solutions JV, Xenia, Ohio, has been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, ceiling contract in the amount of $44,700,000 for a Multilateral Administrative Requirements Vehicle. This contract provides for commercial administrative services for day-to-day administrative and data entry requirements to support the Phillips Research Site, Air Force Research Laboratory (AFRL) space vehicles, AFRL directed energy and geographically separated units or locations with an AFRL presence. Work will primarily be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed Nov. 30, 2027. This award is the result of a competitive acquisition and nine offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $159,501, will be obligated at the time of award. Air Force Research Laboratory, Kirtland AFB, New Mexico, is the contracting activity (FA9451-23-D-A001).

Sierra Lobo Inc., Fremont, Ohio, has been awarded a $42,009,032 cost-plus-fixed-fee contract for rocket technology engineering services. This contract provides for on-site advisory and assistance services with the capability to support research and development of rocket propulsion components and systems of systems. Work will be performed at Edwards Air Force Base, California, and is expected to be completed Jan. 31, 2029. This award is the result of a competitive task order One Acquisition Solution for Integrated Services award. Fiscal 2023 research, development, test and evaluation funds in the amount of $471,400 are being obligated at the time of award. Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9300-23-F-6001).

The Boeing Co., Oklahoma City, Oklahoma, has been awarded an $8,956,476 modification (P00028) to contract FA8730-16-C-0006 for Japan E-767 Airborne Warning and Control System post delivery support. Work will be performed in Oklahoma City, Oklahoma; San Antonio, Texas; Seattle, Washington; and Japan, and is expected to be completed in November 2024. This modification involves Foreign Military Sales to Japan. Total cumulative face value of the contract is $37,662,016. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 457-day bridge contract with no option periods. Location of performance is Alaska, with a Feb.15, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0001).

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 395-day bridge contract with no option periods. Locations of performance are Ohio, Kentucky, Indiana, Nebraska, Wisconsin, Iowa, Missouri, Minnesota, Michigan, North Dakota and South Dakota, with a Dec. 15, 2023, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-23-D-0003).

Sawasawa LLC, Los Angeles, California, has been awarded a maximum $8,332,500 modification (P00002) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-1515) with four one-year option periods for moisture wicking t-shirts. This is an indefinite-delivery contract. The ordering period end date is Nov. 29, 2023. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $37,749,997 modification (P00041) to contract W31P4Q-19-C-0077 for recapitalization of the Multiple Launch Rocket System into the M270A2 configuration. Work will be performed in Camden, Arkansas; New Boston, Texas; and Grand Prairie, Texas, with an estimated completion date of May 31, 2026. Fiscal 2019, 2020 and 2021 missile procurement, Army funds in the amount of $37,749,997 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $31,917,256 modification (P00001) to contract W56HZV-22-F-0413 for M2A4 and M7A4 Bradley Fighting Vehicles. Work will be performed in York, Pennsylvania, with an estimated completion date of Aug. 23, 2023. Fiscal 2022 weapons and tracked combat vehicle procurement, Army funds in the amount of $31,917,256 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $36,180,137 cost-plus-incentive-fee modification to previously awarded contract N00024-08-C-2110. This definitization modification is for work previously authorized and completed — related to the various warfare system installations and testing necessary to support the completed construction for USS Gerald R. Ford (CVN 78). Work was performed in Newport News, Virginia, and has completed. Fiscal 2015 shipbuilding and conversion (Navy) in the amount of $12,529,382 (35%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $17,118,882 (47%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $6,531,873 (18%) was obligated for the award. No additional obligations are required for this definitization. This contract was not competitively procured. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $27,584,830 cost-plus-incentive-fee undefinitized modification (P00078) to a previously awarded contract (N0001919C0010). This modification adds scope for the production and delivery of long-lead material in support of Band 2/5 Radar Warning Receiver integration from preliminary design review to development test complete, and associated mission data file development for the Common Reprogramming Tool for the F-35 Program. Work will be performed in Baltimore, Maryland (99%); and Fort Worth, Texas (1%), and is expected to be completed in February 2025. Fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $3,318,920; fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $3,318,920; and non-U.S. Department of Defense partner funds in the amount of $1,462,160 will be obligated at the time of award, $6,637,840 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Noblis MSD, San Diego, California, is awarded a $14,882,579 modification to previously awarded contract N66001-21-D-0008 to provide engineering services and support to the Consolidated Afloat Networks and Enterprise Services program. This modification increases the value of the basic contract by $14,882,579 to the new value of $84,676,418. This modification will increase the ceiling value of the contract. Work will be performed in San Diego, California (86%); Norfolk, Virginia (3%); Charleston, South Carolina (3%); Yokosuka, Japan (5%); and Forward Deployed Naval Forces (3%). The period of performance is from October 2020 to October 2025. Funds will be obligated via task orders beginning fiscal 2023. Funding types include operation and maintenance (Navy); research, development, test and evaluation; other procurement (Navy); and other funding, which may include working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Huntington Ingalls Industries, Newport News Shipbuilding, Newport News, Virginia, is awarded a $10,208,247 cost-plus fixed-fee modification to previously awarded contract N00024-08-C-2110. This definitization modification covers the previously authorized installation of the Consolidated Afloat Networks and Enterprise Services system on USS Gerald R. Ford (CVN 78). Work was performed in Newport News, Virginia, and has completed. Fiscal 2018 operation and maintenance (Navy) funds in the amount of $9,177,300 (90%); and fiscal 2019 operation and maintenance (Navy) funds in the amount of $1,030,947 (10%) were obligated at the time of work authorization. No additional funding is required for this definitization. In accordance with Title 10, U.S. Code, Section 7313(b), funding was available for the effort under contract N00024-08-C-2110. This contract was not competitively procured. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia, is the contracting activity.

Serco Inc., Herndon, Virginia, was awarded a $6,835,818 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N66001-23-D-0007) to maintain and operate a Satellite Communication Capability-Based In-Service Engineering Activity Antenna refurbishment effort for Naval Information Warfare Center (NIWC) Pacific. This one-year contract includes four one-year options, which, if exercised, would bring the cumulative value of this contract to $47,359,289. Work will be performed in Ludlow, Massachusetts. The period of performance of the base award is November 2022 to November 2023, and if all options are exercised, the period of performance would extend through November 2027. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy) and ship construction (Navy) appropriations. This contract was competitively procured using full and open competition via request for proposal N66001-22-R-0036, which was published on the System for Award Management website and the Naval Information Warfare Systems Command e-Commerce Central website. NIWC Pacific, San Diego, California, is the contracting activity. (Awarded Nov. 10, 2022)

*Small business

Related News