DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

DEFENSE LOGISTICS AGENCY

Valero Marketing and Supply, San Antonio, Texas, has been awarded a maximum $905,836,659 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for JAA aviation fuel to Altus Air Force Base, Oklahoma. This was a competitive acquisition with two responses received. This is a three-year base contract with two one-year option periods. The performance completion date is March 31, 2027. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-23-D-0477).

NAVY

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $619,242,288 fixed-price incentive (firm target) modification to previously awarded contract N00024-22-C-5500 to exercise options for hardware production of the AN/SPY-6(V) family of radars. Work will be performed in Andover, Massachusetts (29%); Scottsdale, Arizona (14%); San Diego, California (12%); Sykesville, Maryland (10%); Syracuse, New York (8%); Cerritos, California (5%); Stafford Springs, Connecticut (5%); Huntsville, Alabama (3%); Indianapolis, Indiana (3%); Riverside, California (3%); Dallas, Texas (2%); Eau Claire, Wisconsin (2%); Portsmouth, Rhode Island (2%); and Tulsa, Oklahoma (2%), and is expected to be completed by September 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $470,624,139 (76%); and fiscal 2023 other procurement (Navy) funds in the amount of $148,618,149 (24%) 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.

Amentum Services Inc., Germantown, Maryland (N6893623D0008); Booz Allen Hamilton Inc., San Diego, California (N6893623D0009); CGW Technologies Inc.,* Great Mills, Maryland (N6893623D0010); Collins Aerospace, Cedar Rapids, Iowa (N6893623D0011); DRS Training & Control Systems LLC, Fort Walton Beach, Florida (N6893623D0012); Electronic Warfare Associates Triad LLC,* Herndon, Virginia (N6893623D0013); Kranze Technology Solutions Inc.,* Des Plaines, Illinois (N6893623D0014); New Directions Technologies Inc.,* Ridgecrest, California (N6893623D0015); Nu Waves LTD,* Middletown, Ohio (N6893623D0016); and Science Applications International Corp., Reston, Virginia (N6893623D0017), are awarded a $249,869,545 cost-plus-fixed-fee, firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract. These contracts provide for products and services in support of Test and Training (T&T) range instrumentation, to include airborne and ground-based elements, interfaces, auxiliary equipment to include remote ground stations, data collection systems, data processing and display systems, host range interface equipment, and testing and troubleshooting hardware. Products include various hardware and instrumentation systems identified at the order level to support validation of articles under test. Additionally, these contracts provide a full spectrum of support services, to include long-term sustainment support for existing T&T range systems, as well as new T&T range instrumentation systems that are designed, developed, fielded and integrated.  Services also include providing onsite and in-plant engineering and technical support, as well as necessary studies, analyses, and site surveys for the Navy. The estimated aggregate ceiling for all contracts is $249,869,545, with the companies having an opportunity to compete for individual orders.  Work will be performed in Ridgecrest, California (38%); Des Plaines, Illinois (38%); Cedar Rapids, Iowa (12%); Fort Walton Beach, Florida (4%); Great Mills, Maryland (2%); San Diego, California (2%); Middletown, Ohio (2%); Germantown, Maryland (1%); and various locations within the continental U.S. (1%), and is expected to be completed in March 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal, 10 offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $179,013,526 cost-plus-fixed-fee modification (P00003) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001920D0007). This modification increases the ceiling to provide for the ongoing development, installation, integration, testing, training, and delivery of the F-35 Autonomic Logistics Information System (ALIS) and Operational Data Integrated Network (ODIN), to include new capability development and current software modifications. Additionally, this modification continues support for the ALIS-to-ODIN re-architecture endeavor to modernize ALIS in accordance with information technology and software development best practices for the Air Force, Marine Corps, Navy, Foreign Military Sales customers, and non-U.S. Department of Defense participants.  Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024. No funds are being obligated at time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $120,269,044 cost-plus-incentive-fee modification (P00009) to a previously awarded contract (N0001922C0041). This modification exercises an option to provide continued engineering, maintenance, logistics, and material support in support of the development, production, and sustainment of software builds, as well as to execute developmental flight tests in support of the F-35 Joint Strike Fighter aircraft for the Air Force, Marine Corps, Navy, and Foreign Military Sales (FMS) and non-U.S. Department of Defense (DOD) partners. Work will be performed in Fort Worth, Texas (80%); Orlando, Florida (7%); Linthicum, Maryland (3%); Nashua, New Hampshire (3%); San Diego, California (2%); El Segundo, California (2%); Samlesbury, United Kingdom (1%); various locations within the continental U.S. (CONUS) (1%); and various locations outside CONUS (1%), and is expected to be completed in March 2024. Fiscal 2023 operation and maintenance (Air Force) funds in the amount of $43,134,340; fiscal 2023 operation and maintenance (Navy) funds in the amount of $21,567,167; fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $21,567,167; fiscal 2023 research, development, test and evaluation (Air Force) in the amount of $3,900,000; fiscal 2023 research, development, test and evaluation (Navy) in the amount of $3,900,000; and non-U.S. DOD participant funds in the amount of $20,721,143 will be obligated at the time of award, $86,268,674 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $55,076,756 firm-fixed-price modification to previously awarded contract N00024-21-C-5408 to exercise options for fiscal 2023 guided missile assemblies, shipping containers, and spare parts in support of the fiscal 2021-2023 Evolved Seasparrow Missile (ESSM) Block 2 full rate production requirements. Work will be performed in Tucson, Arizona (42%); Raufoss, Norway (14%); Edinburgh, Australia (7%); San Jose, California (7%); Mississauga, Canada (5%); Ottobrunn, Germany (4%); Cambridge, Canada (3%); Nashua, New Hampshire (3%); Hengelo, Netherlands (2%); Koropi Attica, Greece (2%); Torrance, California (2%); Canton, New York (1%); Ankara, Turkey (1%); Grenaa, Denmark (1%); West Lake Village, California (1%); and various other locations each less than 1% (5%), and is expected to be completed by March 2027. Fiscal 2023 weapon procurement (Navy) funds in the amount of $55,076,756 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Management Services Group Inc.,* Virginia Beach, Virginia, is awarded a $39,710,682 firm-fixed-price modification to previously-awarded contract N00024-20-C-5608 to exercise options for network, processing, and storage Technical Insertion 16, Modification 1 production equipment, spares, and engineering support. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by September 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $16,760,246 (42%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,788,951 (20%); Foreign Military Sales (Canada) funds in the amount of $6,946,176 (17%); fiscal 2022 defense-wide procurement funds in the amount of $5,253,482 (13%); fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $2,955,860 (7%); and fiscal 2022 other procurement (Navy) funds in the amount of $5,967 (1%) will be obligated at time of award and will not expire at the end of the fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded March 27, 2023)

DSC-EMI Maintenance Solutions LLC,* Dunn, North Carolina, is awarded a $19,283,066 fixed-price-plus-award-fee, indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Marine Corps Base Camp Lejeune. The work to be performed provides for the maintenance and repair services to a variety of systems and equipment, including building and structures maintenance, building systems, roads and paved services, waterfront, airfields, and other BOS services. Work will be performed in North Carolina. The maximum dollar value, including the base period and seven option years, is $246,801,308. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $19,283,066 will be obligated via recurring work task order issued at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via contract opportunities on the System for Award Management website, with 10 offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-23-D-0040).

Raytheon Co., Tucson, Arizona, is awarded a $19,112,607 cost-plus-fixed-fee modification to previously awarded contract N00024-17-C-5410 to exercise options and incrementally fund existing contract line items for engineering and technical support of Standard Missiles 2 and 6 (SM-2/6). Work will be performed in Tucson, Arizona, and is expected to be completed by February 2024. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $12,828,921 (67%); fiscal 2023 research, development, test and evaluation (other Department of Defense) funds in the amount of $2,020,000 (11%); Foreign Military Sales (FMS) funds (Japan) in the amount of $1,553,181 (8%); FMS funds (Australia) in the amount of $944,500 (5%); FMS funds (Netherlands) in the amount of $569,700 (3%); FMS funds (Korea) in the amount of $563,250 (3%); FMS funds (Taiwan) in the amount of $405,000 (2%); and FMS funds (Germany) in the amount of $228,055 (1%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

JJLL LLC, Austin Texas, is awarded a $16,904,604 cost-plus-incentive-fee contract for Philippines operating support services within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. The work to be performed provides for facilities and logistics support in the following areas: management and administration, command and staff, public safety, airfield facilities/air terminal, ordnance, supply and material management services, morale, welfare and recreation support, galley, billeting management, facility support, utilities, base support vehicles and equipment, and environmental.  Work will be performed primarily in the Republic of the Philippines, and may include foreign locations within the regions of South East Asia, North East Asia and Oceania, and is expected to be completed by March 2024. The maximum dollar value, which includes a five-month base period of full-performance, a seven-month option period, and a two-month demobilization to commence during the option, or earlier as directed, is $16,904,604. Fiscal 2023 operation and maintenance (Special Forces) funds in the amount of $4,088,000 are being obligated at time of award, and will expire at the end of the current fiscal year. This contract was issued as a sole source procurement under the authority of 10 U.S. Code 3204(b)(B) as implemented by Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. NAVFAC Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-23-C-3550).

Diversified Service Contracting Inc.,* Dunn, North Carolina, is awarded a $13,644,608 firm-fixed-price, indefinite-delivery/indefinite-quantity modification against contract N40080-21-D-0006. The modification provides for the exercise of Option 2 for facilities support services at Naval Air Station Patuxent River. After award of this option, the total cumulative face value of the contract will be $40,509,118. All work will be performed in Maryland, and is expected to be completed by March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $6,468,431; Defense Health Program funds in the amount of $525,723; working capital (Navy) funds in the amount of $ 4,891,796; and non-appropriations funds in the amount of $10,057, will be obligated on a task order, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity.

Sedna Digital Solutions LLC,* Manassas, Virginia, is awarded a $12,957,680 cost-plus-fixed-fee contract action for engineering design development procurement. This contract includes options which, if exercised, would bring the cumulative value of this contract to $91,063,239. Work will be performed in Manassas, Virginia, and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2030. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,352,837 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 follow-on Small Business Innovative Research Phase III. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity (N00024-23-C-6109).

Aptim Federal Services LLC, Baton Rouge, Louisiana, is awarded $12,440,388 for firm-fixed-price modification placed against contract N62473-22-D-1811. This modification provides for the exercise of Option 1, for additional various environmental services, including operation and maintenance of government-owned facilities for the processing and disposition of industrial and/or oily wastes, containerized solid waste services, including associated oil and hazardous substance spill response, professional services for environmental compliance projects at Navy and Marine Corps installations within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. All work will be performed in California, with an expected completion date of March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $12,440,388 are being obligated at time of award and will expire at the end of the current fiscal year. NAVFAC Southwest, San Diego, California, is the contracting activity.

Huntington-Ingalls Industries – Newport News Shipbuilding, Newport News, Virginia, is awarded a $12,228,305 cost-plus-fixed fee modification to previously awarded contract (N00024-15-C-2114) for the procurement of material and labor associated with contractor furnished on-board repair parts for the outfitting of CVN 79. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2023 shipbuilding and conversion (Navy) outfitting funding in the amount of $12,228,305 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding, Newport News, Virginia, is the contracting activity.

DRS Laurel Technologies, Largo, Florida, is awarded a $9,332,776 firm-fixed-price contract for the manufacture, assembly, test and delivery of vertical launching system programmable power supply MK 179 Mod 0, maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. This contract includes options which, if exercised, would bring the cumulative value of this contract to $144,626,698. This contract combines purchases for the Navy (86%), and the government of Australia (14%) under the Foreign Military Sales (FMS) program. Work will be performed in Largo, Florida, and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2028. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $8,025,675 (86%); and fiscal 2023 FMS funds in the amount of $1,307,101 (14%) will be obligated at time of award, 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 six offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-23-C-0006).

Silver Ships Inc.,* Theodore, Alabama, is awarded an $8,496,795 firm-fixed-price modification to previously awarded contract N00024-22-C-2223 to exercise options for the procurement of Marine Corps assault amphibian safety vessels. Work will be performed in Theodore, Alabama, and is expected to be completed by August 2025. Fiscal 2023 procurement (Marine Corps) funds in the amount of $8,496,795 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

American Ordnance LLC, Middletown, Iowa, was awarded a $24,957,696 firm-fixed-price contract for design and construction of the energetics facility at the Iowa Army Ammunition Plant. Work will be performed in Middletown, Iowa, with an estimated completion date of Sept. 30, 2025. Fiscal 2023 procurement of ammunition, army funds in the amount of $24,957,696 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-F-0153).

Science Applications International Corp., Reston, Virginia, was awarded a $14,399,683 modification (P00086) to contract W31P4Q-21-F-0033 for hardware-in-the-loop aviation systems engineering services. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Strategic Analysis Inc., Arlington, Virginia, is awarded a task order (GS00Q14OADS434) firm-fixed-price, level of effort contract (HQ003423F0106) valued at $17,289,711 to provide professional, technical, analytical, financial, administrative, and specialized support operations to the Office of the Under Secretary of Defense for Research and Engineering (OUSD(R&E)). Fiscal 2023 research, development, test and evaluation funds in the amount of $6,600,000 are being obligated at the time of award. The total value of the contract if all options are exercised is $109,034,303. The contractor will provide professional technical, analytical, financial, administrative, and specialized support operations to assist OUSD(R&E) with the Department of Defense Science and Technology Foundations and Futures programs within the organization of the Deputy Chief Technology Officer for Science and Technology. The work will be performed at the contractor office in Arlington, Virginia; the Pentagon, Arlington, Virginia; and the Mark Center, Alexandria, Virginia. The estimated contract completion date is March 23, 2028. Washington Headquarters Services, Arlington, 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.