DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

NAVY

Raytheon Intelligence and Space, El Segundo, California, is awarded a $372,137,000 cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for updates, improvements, and enhancements of tactical capabilities, sensor instrumentation, and instrumentation interfaces in support of F/A-18 and EA-18G software blocks. Work will be performed in El Segundo, California (80%); China Lake, California (5%); Goleta, California (5%); Forest, Mississippi (5%); and McKinney, Texas (5%), and is expected to be completed in June 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 not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893623D0034).

H2O Guam JV, Aiea, Hawaii, is awarded a $138,452,700 firm-fixed-price contract for Special Project RM 14-1423 to repair Mike and November wharves, Naval Base Guam, and Apra Harbor. Work will be performed at Naval Base Guam and Apra Harbor, and is expected to be completed by July 2026. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $138,452,700 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with three offers received. The Naval Facilities Engineering Systems Command Marianas, Santa Rita, Guam, is the contracting activity (N40192-23-C-2000).

Hart Technologies,* Manassas, Virginia (N0017823D4400); and JF Taylor*, Lexington Park, Maryland (N0017823D4401), are being awarded an indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers for rapid prototyping with a shared ceiling value of $99,097,000 for the Naval Surface Warfare Center Dahlgren Division (NSWCDD), Unmanned & Expeditionary Weapon Systems Division. This work will be performed at the contractor’s facilities in Manassas, Virginia; and Lexington Park, Maryland, and is expected to be completed on May 29, 2028. Fiscal 2022 procurement funds in the amount of $103,665 (44%); fiscal 2022 research, development, test, and evaluation (RDT&E) funds in the amount of $60,000 (26%); and fiscal 2023 operation and maintenance (O&M) funds in the amount of $70,810 (30%), will be obligated at time of award for Delivery Order 0001 and Delivery Order 0002. Funding in the amount of $130,810 will expire at the end of fiscal 2023, and funding in the amount of $103,665 will expire at the end of fiscal 2024. This contract was solicited as a small business set aside on the basis of 10 U.S. Code 3203(b) Exclusion of particular source or restriction of solicitation to small business concerns, via a synopsis posted in System for Award Management. NSWCDD, Dahlgren, Virginia, is the contracting activity.

Advanced Crane Technologies LLC,* Reading, Pennsylvania (N6247023D0014); Crane Technologies Group Inc.,* Rochester Hills, Michigan (N6247023D0015); Garco WEMCO JV,* Spokane, Washington (N6247023D0016); HECO Pacific Manufacturing Inc.,* Union City, California (N6247023D0017); Piedmont Hoist and Crane Inc.,* Winston Salem, North Carolina (N6247023D0018); Sievert Electric,* Forest Park, Illinois (N6247023D0019); and Somatex Inc.,* Detroit, Maine (N6247023D0020), are awarded a $60,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contract to purchase and install new weight handling equipment and to overhaul existing weight handling equipment. The awardees may compete for delivery orders under the terms and conditions of the awarded contract. Work will be performed in Pennsylvania (15%); Michigan (15%); Washington (14%); California (14%); North Carolina (14%); Illinois (14%); and Maine (14%). Work for this delivery order is expected to be completed by September 2024. Fiscal 2023 operation and maintenance (Navy) contract funds in the amount of $1,487,974 are obligated on this award and will expire at the end of the current fiscal year. Future delivery orders will be primarily funded by military construction (Navy); and other procurement funds (Navy). This contract was competitively procured via the Procurement Integrated Enterprise Environment website with nine proposals received. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

SyQwest Inc.,* Cranston, Rhode Island, is awarded an indefinite-delivery/indefinite-quantity contract in the amount of $16,600,000. The contract contains firm-fixed-price contract line items supporting the design, engineering, production, testing, and delivery of one first article test unit, training, first production unit, and production units of the Next Generation Gertrude (NGG) underwater communication device in support of Program Executive Office, Integrated Warfare Systems 5. The NGG device will replace the Navy’s AN/WQC-2A Underwater Communications system. This contract has a five-year ordering period from June 8, 2023, to June 7, 2028. Work will be performed in Cranston, Rhode Island (100%), with an ordering period through June 7, 2028. Fiscal 2023 other procurement (Navy) funds in the amount of $1,595,000 will be obligated at the time of issuing the first delivery order, shortly after contract award, with no funds expiring at the end of the current fiscal year. This contract was competitively solicited via the System for Award Management website, with four offers received. The Naval Undersea Warfare Center Division Keyport, Keyport, Washington, is the contracting activity (N00253-23-D-6002).

Schuyler Line Navigation Co. LLC, Annapolis, Maryland, is being awarded a $14,005,909 modification (P00005) for Option Period 1 of contract N3220522C4056 for the self-sustaining combination container breakbulk vessel to transport containerized cargo, refrigerated containers, flatracks, breakbulk, hazardous cargo, and rolling stock in support of regularly scheduled supply missions from Defense Logistics Agency facilities in Singapore to Naval Support Facility Diego Garcia. This contract includes a one-year firm period of the performance, three one-year option periods, and one 11-month option period, which if exercised, would bring the cumulative value of this contract to $65,397,856. Work will be performed in the U.S. 7th Fleet area of operation and is expected to be completed, if all options are exercised, by May 22, 2027. The option is funded by Transportation Working Capital funds for fiscal 2023, and will expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Peraton Inc., Herndon, Virginia, is awarded an $8,905,246 cost-plus-fixed-fee contract to support the U.S. Naval Research Laboratory’s (NRL) Ocean Sciences Division by performing research and development that will ensure operational access to critical oceanographic capabilities through the utilization of the marine environment and fundamental understanding of natural marine and geophysical phenomena. The contract includes options which, if exercised, would bring the cumulative contract value of this contract to $45,694,847. Work will be performed at the NRL detachment at John C. Stennis Space Center, Mississippi, and is expected to be completed by June, 2024. Fiscal 2023 research, development, test and evaluation funds (Navy); and fiscal 2023 research, development, test, and evaluation funds in the amount of $1,235,601 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2023 operation and maintenance funds (Navy) in the amount of $757,121 will expire at the end of the current fiscal year. This contract was competitively procured with one offer received via Contract Opportunities on SAM.gov. The NRL, Washington, D.C., is the contracting activity (N00173-23-C-2015).

General Dynamics Electric Boat, Groton, Connecticut, is awarded a $7,550,232 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-4311 to exercise an option for the continued operation, maintenance, and protection of the government-owned, contractor-operated floating dry dock, SHIPPINGPORT (ARDM-4). Work will be performed in Groton, Connecticut, and is expected to be completed by June 2024. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $7,550,232 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

BrainGu LLC, Grand Rapids, Michigan, has been awarded a $125,000,000 ceiling, indefinite-delivery/indefinite-quantity Small Business Innovation Research Phase III contract to provide Department of Defense Platform One Big Bang as a Service, Mission App as a Service, Developer Experience as a Service, Special Projects as a Service, and Development, Security and Operations Advisory as a Service, for Advanced Battle Management System Cloud-Based Command and Control. This support will be needed across multiple security classifications. Work will be performed in Grand Rapids, Michigan, and is expected to be completed May 30, 2028. Fiscal 2022 and fiscal 2023 research, development, test and evaluation funds in the amount of $7,284,317 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8612-23-D-B015).

ARMY

Amentum Services Inc., Germantown, Maryland, was awarded a $24,794,279 modification (P00038) to contract W9124G-17-C-0005 for rotary wing flight training. Work will be performed on Fort Novosel, Alabama, with an estimated completion date of Jan. 9, 2027. Fiscal 2023 operation and maintenance, Army funds in the amount of $24,381,877 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Apopka, Florida, was awarded a $19,118,800 hybrid (cost-no-fee, cost-plus-fixed-fee, and firm-fixed-price) contract for the repair and maintenance of rangefinders, their assemblies and subassemblies. 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 June 7, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-23-D-0004).

Amentum Services Inc., Chantilly, Virginia, was awarded a $15,804,368 modification (P00284) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Iraq; Germany; and Fort Campbell, Kentucky, with an estimated completion date of Oct. 1, 2023. Fiscal 2022 aircraft procurement, Army; and fiscal 2023 operation and maintenance, Army funds in the amount of $15,804,368 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The Dutra Group, San Rafael, California, was awarded a $14,471,750 firm-fixed-price contract to dredge the Richmond Inner Harbor. Bids were solicited via the internet with three received. Work will be performed in Richmond, California, with an estimated completion date of Nov. 27, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $14,471,750 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-23-C-0012).

Columbus Barricade & Safety,* Columbus, Georgia, was awarded an $8,810,935 firm-fixed-price contract for road maintenance and repair. 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 June 7, 2028. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-23-D-0002).

Interactive Process Technology LLC,* Burlington, Massachusetts, was awarded a $7,891,335 modification (P00008) to contract W31P4Q-23-F-0020 for baseline services and surge data analytics support. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 25, 2023. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

The Trustees of the Stevens Institute of Technology, Hoboken, New Jersey, are awarded a cost-plus-fixed-fee task order (HQ003423F0237) valued at $24,499,997 on an indefinite-delivery/indefinite-quantity contract (HQ003419D0003) to conduct research for the Defense Civilian Training Corps. Fiscal 2023 operations and maintenance funds in the amount of $24,499,997 are being obligated at the time of award. The contractor will establish a pilot program to target critical skills gaps, develop curricula, assess Department of Defense civilian workforce needs, and create approaches for student engagement in the areas of acquisition, digital technologies, critical technologies, science, engineering, finance, and other occupations. The research conducted under this task order is congressionally mandated under Section 833 of the Fiscal 2023 National Defense Authorization Act, “Modifications to Defense Civilian Training Corps.” The work will be performed at the Stevens Institute of Technology in Hoboken, New Jersey, and at the Information Sciences Institute at the University of Southern California, Marina del Ray, California. The estimated contract completion date is Oct. 20, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Corp. Missiles and Fire Control, Dallas, Texas, is being awarded a $17,633,652 modification (P00019) to previously awarded Phase II contract HQ0853-21-C-0002 under a Foreign Military Sales (FMS) case to the Kingdom of Saudi Arabia (KSA). The value of this contract is increased from $1,060,802,488, to $1,078,436,140. Under this modification, the contractor will procure and install one General-Purpose Electronics Test Station (GETS) and eight Test Program Sets (TPS), with associated spares, and provide technical support through the contract. The work will be performed in various locations to include primarily Dallas, Texas; and Sunnyvale, California, with an expected completion date of March 1, 2028. KSA FMS funds in an amount of $17,633,652 will be used to fund this effort.  The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0853-21-C-0002).

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $13,728,000 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-N163) with four one-year option periods for military uniform cold weather undergarments. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is June 9, 2024.  Using military services are Army, Navy, Air Force and the Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

* Small business
**Mandatory source

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.