DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

ARMY

General Dynamics Information Technology, Falls Church, Virginia, was awarded a $1,796,323,441 firm-fixed-price contract for flight simulation training services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2035. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-D-0001).

TRX System, Greenbelt, Maryland, was awarded a $402,529,209 hybrid (cost-no-fee, cost-plus-fixed-fee, cost-sharing and firm-fixed-price) contract for the procurement of Dismounted Assured Positioning, Navigation, and Timing System Generation II Line replaceable units and associated required services. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 21, 2030. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-23-D-0003).

Walsh Federal LLC, Chicago, Illinois, was awarded a $27,937,000 firm-fixed-price contract for the construction of a new hangar. Bids were solicited via the internet with seven received. Work will be performed at Selfridge Air National Guard Base, Michigan, with an estimated completion date of March 24, 2025. Fiscal 2023 military construction, defense-wide funds in the amount of $27,937,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Michigan, is the contracting activity (W50S85-23-C-0002).

Camgian Corp.,* Starkville, Mississippi, was awarded a $10,742,523 cost-plus-fixed-fee contract for Hyper-Enabled Soldier Lethality. Bids were solicited via the internet with one received. Work will be performed in Starkville, Mississippi, with an estimated completion date of March 22, 2025. Fiscal 2010 research, development, test and evaluation, Army funds in the amount of $10,300,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-23-C-0003).

Malmrose Heli Services Inc.,* North Salt Lake, Utah, was awarded an $8,133,200 firm-fixed-price contract for overhaul of the dampener-flutter for Blackhawks. 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 Mar. 23, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-D-0020).

AIR FORCE

Motorola Solutions Inc., Linthicum Heights, Maryland, was awarded a $340,253,391 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Enterprise Land Mobile Radio support.  This contract provides for lifecycle management and sustainment maintenance services for the Air Force land mobile radio network. Work will be performed in Linthicum Heights, Maryland, and is expected to be complete by March 23, 2033. This award is the result of a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $11,352,208 are being obligated at the time of award. The 771st Enterprise Sourcing Squadron, Montgomery, Alabama, is the contracting activity (FA8055-23-D-3001).

Raytheon Missiles & Defense, Tucson, Arizona, has been awarded a $320,276,785 contract award FA8681-23-C-B001 for StormBreaker (SDBII, GBU-53/B) production Lot 9. This contract provides for SDBII, GBU-53/B assembled weapons and containers.  Work will be performed in Tucson, Arizona, and is expected to be completed by June 30, 2027. This award is the result of a sole source acquisition.  Fiscal 2023 Air Force procurement funding in the amount of $239,651,584; and fiscal 2023 Navy procurement funding in the amount of $80,625,201 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8681-23-C-B001).

Owl Cyber Defense Solutions LLC,* Columbia, Maryland, has been awarded a $35,000,000 ceiling increase to indefinite-delivery/indefinite-quantity modification (P00005) to previously awarded contract FA8750-20-D-0600 for Secure Collaborative Technology (SCTECH) software and hardware. The modification brings the total cumulative ceiling of the contract to $70,000,000 from $35,000,000. Work will be performed at Columbia, Maryland, and is expected to be completed by June 5, 2025. No funds are being obligated at the time of modification. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

Parsons Government Services Inc., Torrance, California, has been awarded a not-to-exceed $14,439,425 modification (P00020) to previously awarded task order FA8811-19-F-0003 for launch manifesting systems integrator services. The contract modification is adding manifesting services and integration services to support up to six National Security Space Launch missions. The modification brings the total cumulative face value of the contract to $93,025,573. Work will be performed at Torrance, California, and is expected to be complete by Nov. 30, 2025. Fiscal 2022 space procurement funds in the amount of $2,397,211 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

NAVY

Alpha Marine Services LLC, Cut Off, Louisiana, was awarded a $70,285,321 firm-fixed-price contract with reimbursable elements (N3220523C4150) for long-term charter of one U.S. flagged offshore support ship, Kellie Chouest, that will provide support for U.S. Southern Command special missions at sea. This contract includes a 12-month base period with three 12-month option periods and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $70,285,321. Work will be performed worldwide and is expected to be completed if all options are exercised, by March 30, 2028. Fiscal 2023 funds in the amount of $4,139,000 are obligated for fiscal 2023, and will expire at the end of the year. This contract was competitively procured with proposals solicited via the System Award Management website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity. (Awarded March 22, 2023)

Innovative Defense Technologies LLC,* Arlington, Virginia, is awarded a $44,299,897 cost-plus-fixed-fee contract for the Naval Digital Engineering Ecosystem (NDEE) effort. This contract provides for the development of an NDEE utilizing advanced automated test and re-test enterprise platform technologies capable of successfully executing the Office of Naval Research’s emerging requirements for developing and deploying counter-/command, control, communications, computers, cyber, intelligence, surveillance, reconnaissance and targeting (Counter-/C5ISR-T) science and technology hardware and/or software products for rapid testing and evaluation activities, and fielded operational demonstrations. Work will be performed in Arlington, Virginia, with an expected completion date of March 23, 2026. The maximum dollar value, including a 36-month period of performance, is $44,299,897. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $13,768,252; and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $20,923,427 are obligated at time of award. Funds in the amount of $13,768,252 will expire at the end of the current fiscal year. This contract is a Small Business Innovation Research (SBIR) Phase III follow-on contract that derives from, extends, or completes efforts made under prior SBIR/STTR Phase I or II awards. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-1006).

Raytheon Co., El Segundo, California, is awarded a $32,974,039 ceiling-priced, undefinitized contract, spares delivery order (N00383-23-F-UX02) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of two Active Electronically Scanned Array radar system APG-79 weapon repairable assemblies (WRAs), for a total quantity of 54 WRAs in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in Forest, Mississippi, and is expected to be completed by December 2025. Working capital funds (Navy) in the amount of $24,730,529 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Curtiss-Wright Flow Control Service LLC, doing business as Engineered Arresting Systems Corp., Aston, Pennsylvania, is awarded a $27,715,887 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to procure up to a maximum quantity of 270 E28 Retrieve Drive Assemblies and related accessories in support of replacing the aging legacy E28 Retrieve Drive Assemblies that are unsupportable due to obsolescence issues for the Navy and Marine Corps expeditionary airfield air stations. Work will be performed in Aston, Pennsylvania, and is expected to be completed in March 2028. No funds will be obligated at the time of award and 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). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833523D0010).

Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia, is awarded a $18,607,521 cost-plus-fixed-fee award contract (N62793-23-F-1001) providing engineering services; planning USS John C. Stennis (CVN 74) refueling complex overhaul (RCOH), maintenance and operator training; technical and repair support to ships force during the RCOH for the maintenance, operation, repair, training; and testing of the following equipment in accordance with Section C of the basic contract: aircraft elevators, weapons elevators, deck edge doors, hangar bay divisional doors, vertical package conveyors and associated handling equipment/systems. Work will be performed in Newport News, Virginia, and is expected to be completed by March 2024. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $18,607,521 is obligated at time of award and will not expire at the end of the fiscal year. In accordance with 10 U.S. Code 2304(c)(1), this contract was not competitively procured as only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding, Conversion and Repair, U.S. Navy, Newport News, Virginia, is the contracting activity (N62793-23-F-1001).

Huntington-Ingalls Industries – Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded an $8,703,236 cost-plus-award-fee modification to previously awarded contract N00024-21-C-4205 to procure material in support of planning yard services for operational (in-service) amphibious transport dock (LPD-27). Work will be performed in San Diego, California, and is expected to be completed by December 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $8,703,236 are be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

City Light & Power FTC LLC,* Greenwood Village, Colorado, has been awarded an estimated $35,418,832 modification (P00070) to a 50-year contract (SP0600-17-C-8325) with no option periods for the ownership, operation, and maintenance of the electric utility system at Fort Campbell and Blue Grass Army Depot, Kentucky. This is a fixed-price with economic-price-adjustment contract. Location of performance is Kentucky, with a Nov. 9, 2068, performance completion date. Using military service is Army. Type of appropriation is fiscal 2023 through 2068 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

TK&K Services LLC,* Alpharetta, Georgia, has been awarded a maximum $9,693,802 modification (P00013) exercising the five-year option period of a four-year base contract (SPE603-19-C-5004) with one five-year option for operation and maintenance of fuel facilities and alongside aircraft refueling services at Joint Base Lewis McChord and Yakima Training Center, Washington. This is a firm-fixed-price contract. Location of performance is Washington, with a March 31, 2028, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: Enid Woodring Regional Airport, Enid, Oklahoma (SPE607-23-D-0021, $10,096,948), has been added as an awardee to the multiple award contract for fuel support at Enid Woodring Regional Airport, Oklahoma, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

U.S. TRANSPORTATION COMMAND

Gannett Fleming Inc., Camp Hill, Pennsylvania, has been awarded a $25,600,000 ceiling, indefinite-delivery/indefinite-quantity with firm-fixed price and time and material line items contract (HTC711-23-D-D002) to provide site visits, data collection, surveys, analyses, and simulation using government-off-the-shelf software, and professional recommendations and development of a study report with Geographic Information System (GIS) exhibits. GIS collection and digitization provides seaport analysis while onsite support improves productivity and capabilities for GIS data and tools. Work will be performed at the Camp Hill, Pennsylvania, contractor site; and Scott Air Force Base. Illinois.  Three offers were received. Operation and maintenance; and transportation working capital funds will be obligated at the individual task order level. The period of performance is from April 1, 2023, to March 31, 2033. Transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott AFB, Illinois, is the contracting activity.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

RELX Inc, Miamisburg, Ohio, was awarded a $10,058,160 firm-fixed-price modification (P00012) to previously awarded task order HS002119F0009 from HS002119A0001 to exercise an option for continued access to the LexisNexis Continuous Evaluation / ProMonitor solution which provides public records holdings that include third party data, data analytics, risk scoring, and alerting for the Defense Counterintelligence and Security Agency (DCSA). Work will be performed in Miamisburg, Ohio. This option period will be incrementally funded with fiscal 2023 operations and maintenance funds. The period of performance for this option is March 28, 2023, through March 27, 2024. This contract modification brings the cumulative value of this order to $47,118,080. DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

*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.