DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7 MILLION AND ABOVE

AIR FORCE

BAE Systems Technology Solutions & Services, Rockville, Maryland, has been awarded a $651,593,380 fixed-price level of effort contract modification (P00655) to previously awarded contract FA8214-13-C-0001 for sustaining engineering services.  This contract provides for services support for both the Minuteman III and Sentinel Systems Directorates to ensure the integration of current and future hardware, software, testing, and modifications with the Intercontinental Ballistic Missile Weapon Systems.  Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Jan. 31, 2025. Fiscal 2023 operation and maintenance funds; research and development funds; and production funds will be obligated with the associated modification. The Air Force Nuclear Weapon Center, Hill AFB, Utah, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a maximum $11,586,778 undefinitized contract action for logistics support activities including depot repair, engineering services, field team support and software maintenance services for the Italian Air Force MQ-9 Block 5 aircraft. Work will be performed in Poway, California, and is expected to be complete by Jan. 31, 2024. This contract involves Foreign Military Sales (FMS) to Italy and FMS funds in the amount of $5,329,918 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 (FA8689-23-C-2013).

Telecote Research Inc., Goleta, California, has been awarded an $8,448,636 firm-fixed-price contract modification (P00024) to previously awarded contract FA8806-20-F-0001 for software development. The contract modification provides for additional cloud infrastructure and platform support. The modification brings the total cumulative face value of the contract to $51,088,741. Work will be performed in El Segundo, California, and is expected to be complete by April 30, 2025. Fiscal 2023 research, development, test and evaluation funds in the amount of $2,491,350 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

ARMY

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $481,578,860 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for sustainment of Prophet Enhanced detecting systems. 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 Jan. 31, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-23-D-0001).

SRCTec LLC, Syracuse, New York, was awarded a $99,202,786 firm-fixed-price contract for AN/TPQ-50 Radar Systems and Engineering Change EC1 upgrade 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 Jan. 30, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-23-D-0002).

Cape-Weston JV1 LLC,* Norcross, Georgia, was awarded a $95,000,000 cost-plus-fixed-fee contract for rapid/immediate response environmental remediation services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 30, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-D-0020).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $24,350,211 cost-plus-fixed-fee contract to remanufacture/recapitalize selected CH-47F components to the CH-47F Block II configuration, and to remanufacture CH-47F aircraft to the CH-47F configuration for Ordering Periods I and II to satisfy the congressional 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 Jan. 30, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-F-0006).

Science Applications International Corp., Reston, Virginia, was awarded a $22,004,729 modification (P00032) to contract W91QVN-20-F-0157 for cybersecurity, network operations and maintenance of information technology support. Work will be performed in South Korea, with an estimated completion date of Jan. 31, 2024. Fiscal 2022 and 2023 other procurement, Army funds; and 2023 operation and maintenance, Army funds in the amount of $12,068,179 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Camp Humphreys, South Korea, is the contracting activity.

Parsons Government Services Inc., Centreville, Virginia, was awarded a $16,589,847 cost-no-fee, firm-fixed-price contract for the collection, processing, exploitation and dissemination of high-fidelity signature data. 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 Feb. 5, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-23-D-0001).

Pegasus Support Services LLC, Woodstock, Georgia, was awarded an $8,523,919 modification (P00002) to contract W9124M-23-F-0012 for operations and maintenance at Fort Stewart and Hunter Army Airfield. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of Feb. 28, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,523,919 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity.

Inland Dredging Company LLC, Dyersburg, Tennessee, was awarded a $7,996,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with six received. Work will be performed in Matagorda, Texas, with an estimated completion date of Dec. 6, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $7,996,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0003).

NAVY

Lockheed Martin Corp., Orlando, Florida, is awarded a $133,623,631 firm-fixed-price modification (P00001) to an order (N0001922F2503) against a previously issued basic ordering agreement (N0001919G0029). This modification adds scope to procure low rate initial production VII systems to include 39 Infrared Receivers (35 for the Navy; 4 for the Air National Guard); 34 Processors (30 for the Navy; 4 for the Air National Guard); and 12 Inertial Measurement Units for the Navy in support of the F/A-18 Infrared Search and Track System Block II upgrade. Work will be performed in Orlando, Florida (73.3%); Santa Barbara, California (18.4%); and Ocala, Florida (8.3%), and is expected to be completed in October 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $111,790,917; fiscal 2022 National Guard and Reserve Equipment (Defense) in the amount of $13,769,860; fiscal 2022 aircraft procurement (Navy) funds in the amount of $905,888; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,156,966 will be obligated at the time of award, $7,156,966 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

MBDA Inc., Arlington, Virginia, is awarded a $118,673,894 not-to-exceed, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract action for the production of the Common Anti-Air Module Missile (CAMM) for Multi-Mission Surface Combatants (MMSC) ships. This contract includes options which, if exercised, would bring the cumulative not-to-exceed value of this contract to $145,552,474. This contract involves Foreign Military Sales to the Kingdom of Saudi Arabia. Work will be performed in Stevenage, England (70%); Indian Head, Maryland (18%); Huntsville, Alabama (9%); Arlington, Virginia (2%); and Mayport, Florida (1%), and is expected to be completed by January 2027. Foreign Military Sales funds for the Kingdom of Saudi Arabia in the amount of $65,786,821 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 2304(c)(4) (the terms of an international agreement of treaty between the U.S. and foreign government or international organization, or the written directions of a foreign government reimbursing the agency for the cost of the procurement of the property or services for such government, have the effect of requiring the use of procedures other than competitive procedures). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2301).

PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $99,986,778 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract procures organizational, selected intermediate, and limited depot level maintenance, as well as logistics support in support of the F-5 aircraft. Work will be performed in Yuma, Arizona (32%); Key West, Florida (31%); New Orleans, Louisiana (28%); Fallon, Nevada (6%); and Beaufort, South Carolina (3%), and is expected to be completed in March 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0042123D0002).

Kratos Unmanned Aerial Systems Inc., Sacramento, California, is awarded a $49,568,200 firm-fixed-price contract for the production and delivery of 55 full rate production Lot 4 BQM-177A Surface Launched Aerial Targets, to include associated 55 Rocket-Assisted Takeoff Attachment kits, 277 mission kits, as well as associated technical and administrative data for the Navy, and the governments of Canada and Australia. Work will be performed in Sacramento, California (50%); Dallas, Texas (20%); Fort Walton Beach, Florida (5%); Blacksburg, Virginia (4%); Santa Ana, California (2%); Newton, Kansas (2%); Concord, California (2%); Milwaukie, Oregon (2%); Chatsworth, California (2%); and various locations within the continental U.S. (11%), and is expected to be completed in April 2024. Fiscal 2023 weapons procurement (Navy) funds in the amount of $48,753,523; and fiscal 2021 weapons procurement (Navy) funds in the amount of $814,677 will be obligated at the time of award, $814,677 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0021).

General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $32,533,827 firm-fixed-price delivery order under previously awarded indefinite-delivery/indefinite-quantity contract N00024-20-D-5109 for the production and shipping of Guided Missile MK 82 directors and MK 200 director controls. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%), and is expected to be completed by September 2024. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $22,672,911 (70%); and fiscal 2023 Defense-wide procurement funding in the amount of $9,860,916 (30%) will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423F5304).

Lockheed Martin Space, Titusville, Florida, is awarded a $29,745,730 cost-plus-fixed-fee modification (P00004) to exercise options under a previously awarded contract (N0003022C0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Washington, D.C. (39.2%); San Francisco, California (15.4%); Valley Forge, Pennsylvania (11.9%); Cambridge, United Kingdom (5%); Santa Barbara, California (4.6%); Seattle, Washington (4%); Albuquerque, New Mexico (3.9%); Orlando, Florida (2.7%); Kings Bay, Georgia (2.6%); Sunnyvale, California (2.6%); Petaluma, California (2.6%); Myersville, Maryland (1.8%); Salt Lake City, Utah (1.8%); Grand Canyon, Arizona (1.2%); and locations less than 1% each (0.70% total). Work is expected to be completed by Sept. 30, 2027.  This action is not fully funded. Fiscal 2022 weapons procurement (Navy) funds in the amount of $5,672,091; fiscal 2023 weapons procurement (Navy) funds in the amount of $9,072,119; and fiscal 2023 research and development technology evaluation (Navy) funds in the amount of $6,440,000 will be obligated. No funds will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.

ATAP Inc.,* Eastaboga, Alabama, is awarded a $19,531,210 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract on a Small Business Set Aside basis to provide Reconfigurable Test Shapes. Work will be performed at various contractor sites and is expected to be complete in January 2028, with the latest possible delivery taking place 16 months thereafter. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,070,424 (45%); and fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $1,267,852 (55%) will be obligated at award, and will not expire at the end of the fiscal year. This contract was competitively procured via the government-wide point of entry (SAM.gov), with only one offer received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N6660423DC300).

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $16,439,703 cost-plus-fixed fee modification to previously awarded contract N00024-19-C-6204 to exercise options for engineering and technical services for Navy submarines and aircraft carriers. Work will be performed in Manassas, Virginia (30%); Groton, Connecticut (25%); Bremerton, Washington (15%); Las Vegas, Nevada (10%); Cleveland, Ohio (10%); Chesapeake, Virginia (4%); Pearl Harbor, Hawaii (2%); San Diego, California (2%); and Kings Bay, Georgia (2%), and is expected to be completed by January 2024.  Fiscal 2023 National Sea-Based Deterrence Fund (Navy) funds in the amount of $1,049,000 (62%); fiscal 2023 other procurement (Navy) funds in the amount of $500,000 (29%); and fiscal 2022 other procurement funds in the amount of $154,800 (9%) will be obligated at the 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.

The Treadwell Corp.,* Thomaston, Connecticut, is awarded an $8,052,851 cost-only, indefinite-delivery/indefinite-quantity contract for services in support of Model 6L16 Electrolytic Oxygen Generator, Automated Electrolytic Oxygen Generator, Low Pressure Electrolyzer, and their respective simulators used to support training installed aboard various classes of submarine and training facilities. Work will be performed in Bangor, Washington (25%); Pearl Harbor, Hawaii (17%); San Diego, California (10%); Portsmouth, New Hampshire (8%); Groton, Connecticut (8%); Norfolk, Virginia (8%); Kings Bay, Georgia (8%); Diego Garcia (8%); and Guam (8%). Work is expected to be completed for this requirement by January 2027. Fiscal 2023 working capital fund (Navy) in the amount of $500 will be obligated at time of and will not expire at the end of the current fiscal year. This contract was not competitively procured via SAM.gov. In accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-4000).

DEFENSE HEALTH AGENCY

AIMS-U.S. Got People JV LLC, Aldie, Virginia, will be awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HT940823D0001) with a total contract value not to exceed $45,000,000. The contract supports Advanced (clinical specialized and other specialized) Medical Administrative Technician support services. This contract was competed as a 100% Set Aside for 8(a) Small Businesses, and has a total ordering period not to exceed five years. The period of performance is April 1, 2023, through March 31, 2028. The government will fund all efforts at the task order level. The place of performance is Joint Base San Antonio, San Antonio, Texas. The first task order will be issued and will be funded with fiscal 2023 operations and maintenance funds in the amount of $1,484,448. The Defense Health Agency, Southern Markets Contracting Division, San Antonio, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

NorcaTec LLC,* Garden City, New York, has been awarded a maximum $12,961,476 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for arm assembly pivot units. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. The ordering period end date is Jan. 31, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0011).

DEFENSE THREAT REDUCTION AGENCY

L3 Applied Technologies Inc., San Leandro, California, is being awarded an $8,468,429 (inclusive of options) combination fixed price – economic price adjustment and cost-plus-fixed-fee contract for the Nuclear Weapons Effect West Coast Facility Simulator Program for the Defense Threat Reduction Agency (DTRA) in support of the Research and Development Department. Work will be performed at the contractor’s location in San Leandro, California. The period of performance is anticipated to be from Feb. 1, 2023, to Jan. 31, 2031. The award is a result of a sole-source acquisition. Fiscal 2022 and 2023 research, development, test and evaluation funds in the amount of $2,106,500 will be obligated at the time of award. DTRA, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-23-C-0011).

*Small business

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.