Defense contracts valued at $7.5 million and above

ARMY

AECOM Technical Services Inc., Los Angeles, California (W912DR-23-D-0008); Arcadis U.S. Inc., Highlands Ranch, Colorado (W912DR-23-D-0009); HGL-APTIM Applied Science and Technology JV LLC, Reston, Virginia (W912DR-23-D-0010); Leidos Inc., Reston, Virginia (W912DR-23-D-0011); Parsons Government Services Inc., Centreville, Virginia (W912DR-23-D-0012); Seres-Arcadis Small Business JV 2 LLC,* Charleston, South Carolina (W912DR-23-D-0013); Tetra Tech Inc., Pittsburgh, Pennsylvania (W912DR-23-D-0014); and Weston-EA JV, West Chester, Pennsylvania (W912DR-23-D-0015), will compete for each order of the $200,000,000 firm-fixed-price contract for architectural and engineering services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of June 29, 2028. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $22,500,000 firm-fixed-price contract for CH-47 long lead items. 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 Sept. 30, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0094).

Head Inc.,* Columbus, Ohio, was awarded a $9,722,200 firm-fixed-price contract for airfield repair. Bids were solicited via the internet with eight received. Work will be performed in Eastover, South Carolina, with an estimated completion date of Aug. 24, 2024. Fiscal 2023 military construction, Defense funds in the amount of $9,722,200 were obligated at the time of the award. U.S. Property and Fiscal Office, South Carolina, is the contracting activity (W912QG-23-C-0002).

NAVY

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $122,706,700 cost-plus-fixed-fee modification (P00079) to a previously awarded contract (N0001921C0020). This modification definitizes critical technical refresh actions in support F-35 Joint Strike Fighter (JSF) pilot and maintainer training site stand-up, schedules, support capability, and overall training system sustainment. Additionally, this modification adds scope to provide non-recurring engineering and necessary materials to refresh end of life components in fielded F-35 JSF pilot and maintainer training devices for the Air Force, Marine Corps, Navy, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Orlando, Florida (80%); Fort Eglin Air Force Base, Florida (15%); and Fort Worth, Texas (5%), and is expected to be completed in December 2025. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $39,316,982; fiscal 2021 aircraft procurement (Navy) funds in the amount of $28,107,219; FMS customer funds in the amount of $15,184,063; and non-U.S. DOD participant funds in the amount of $23,298,433 will be obligated at time of award, $28,107,219 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Aeronautics Systems, Melbourne, Florida, is awarded a $76,046,196 firm-fixed-price order (N0001923F0220) against a previously issued basic ordering agreement (N0001920G0005). This order procures spares to support flight test and an initial two year sustainment after the delivery for three unique configuration E-2D Advanced Hawkeye aircraft for the government of France. Work will be performed in Liverpool, New York (19.8%); Melbourne, Florida (16.1%); Indianapolis, Indiana (15.7%); St. Augustine, Florida (7.6%); Menlo Park, California (7.1%); Bethpage, New York (6%); Edgewood, New York (4.9%); Woodland Hills, California (4.7%); Baltimore, Maryland (3.1%); Provo, Utah (1.8%); Valencia, California (1.3%); Falls Church, Virginia (1.2%); West Chester, Ohio (1%); Clemmons, North Carolina (1%); various locations within the continental U.S. (CONUS) (8.7%); and various locations outside the CONUS (0.30%), and is expected to be completed in August 2027. Foreign Military Sales customer funds in the amount of $76,046,196 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Teradyne Inc., North Reading, Massachusetts, was awarded a $24,039,447 indefinite-delivery/indefinite-quantity contract for an Automated Test System (ATS). This contract includes five performance years which will bring the cumulative value of this contract to $24,039,447. Work will be performed in North Reading, Massachusetts and is expected to be complete on June 26, 2028. Fiscal 2023 research, development, test and evaluation (RDT&E) funds in the amount of $2,152,061 will be obligated at time of award via Delivery Order 0001; this funding expires Feb. 28, 2025. This contract was not competitively procured via a synopsis posted in the System for Award Management in accordance with 10 U.S. Code 2304(c)(1) [now 10 U.S. Code 3204(a)(1)] (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-23-D-4403). (Awarded July 5, 2023)

Bell Textron Inc., Fort Worth, Texas, was awarded a $22,500,000 firm-fixed-price, undefinitized order (N0001923F0028) against a previously issued basic ordering agreement (N0001921G0012). This order provides up to 24 months of in-country aircraft maintenance for eight UH-1Y and four AH-1Z aircraft, and up to 36 months of in-country contractor engineering services for the government of the Czech Republic. Work will be performed in Náměšt’, Czech Republic, and is expected to be completed in July 2026. Foreign Military Sales funds in the amount of $11,000,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin, Rotary and Missions Systems, Liverpool, New York, was awarded a $13,395,858 firm-fixed-price modification to previously-awarded contract N00024-20-C-5503 for provisioned item spares in support of the full rate production of Surface Electronic Warfare Improvement Program AN/SLQ-32(V)6 and AN/SLQ-32C(V)6 systems. Work will be performed in Liverpool, New York (78%); and Lansdale, Pennsylvania (22%), and is expected to be completed by December 2027. Fiscal 2023 other procurement (Navy) funds in the amount of $8,280,482 (62%); fiscal 2021 other procurement (Navy) funds in the amount of $4,199,648 (31%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $833,153 (6%); and fiscal 2018 shipbuilding and conversion (Navy) in the amount of $82,575 (1%) will be obligated at time of award, of which $4,282,223 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 30, 2023)

Progeny Systems LLC, Manassas, Virginia, is awarded an $11,900,206 cost-plus-fixed-fee contract for the Advanced Mission Planning System (AMPS). This contract provides for programmatic and engineering services required to execute the following tasks in support of the Office of Naval Research: program management, operational security planning, AMPS requirements expansion, AMPS architectural design updates, AMPS interface updates, AMPS visualization tools, AMPS software prototype development, AMPS demonstration planning and execution, unmanned/autonomous vehicle (UAV) requirements, UAV design, UAV prototype development, and UAV demonstration planning and execution. Work will be performed in Manassas, Virginia, and is expected to be completed by July 5, 2027. The total cumulative value, including a 48-month base period, is $11,900,206. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $11,900,206 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “FY23 Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals were received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-1035).

Raytheon Missiles & Defense, Tewksbury, Massachusetts, was awarded an $11,879,879 firm-fixed-price modification to previously awarded contract N00024-22-C-5522 for a technical refresh of DDG-1000 Total Ship Computing Environment Hardware in support of Conventional Prompt Strike integration and land based test site equipment. This contract modification includes options which, if exercised, would bring the cumulative value of this contract modification to $41,381,848. Work will be performed in Portsmouth, Rhode Island (80%); and Burlington, Massachusetts (20%), and is expected to be completed by October 2024. If all options are exercised, work will continue through May 2026. Fiscal 2023 other procurement (Navy) funds in the amount of $11,879,879‬ 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.

Hyperion Technology Group, Inc.*, Tupelo, Mississippi, is awarded a $10,012,627 firm-fixed-price, cost-plus-fixed-fee, cost, indefinite-delivery/indefinite-quantity contract for the production and delivery of four Scalable Passive Acoustic Reporting and Targeting Node (SPARTN) systems. This contract provides for the production and delivery of the SPARTN systems, spares, technical manuals and new equipment training, logistics support, and other technical and engineering services required to provide life-cycle support. Work will be performed in Tupelo, Mississippi, and is expected to be completed by July 2026. The maximum dollar value, including three one-year ordering periods, is $10,012,627. Fiscal 2023 procurement (Marine Corps) funds in the amount of $7,669,081 will be obligated on the first delivery order immediately following contract award, and funds will not expire at the end of the current fiscal year. This contract is a Small Business Innovation Research (SBIR) Phase III effort and is derived from, extends, or completes efforts made under prior SBIR Phase I and Phase II awards. This contract was not competitively procured pursuant to Title 15 U.S. Code § 638(r)(4). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-23-D-6503).

AIR FORCE

Tecolote Research Inc., Goleta, California, was awarded a fixed-price task order with an estimated ceiling of $71,640,915 for financial management support services. This contract provides for Air Force Nuclear Weapon Center and Intercontinental Ballistic Missile System Directorate support in developing, maintaining, and preserving credible program cost estimates, integrating engineering designs with the program and system cost estimates, performing earned value analysis, and supporting budget requirements and justification activities, acquisition reporting and schedule management analysis. Work will be performed at Hill Air Force Base, Utah; Kirtland AFB, New Mexico, and offsite locations near these bases and is expected to be completed by July 16, 2024. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research, development, test and evaluation funds in the amount of $3,753,835 are being obligated at time of award. The Air Force Nuclear Weapon Center, Hill AFB, Utah, is the contracting activity (FA8207-23-F-0010).

DEFENSE LOGISTICS AGENCY

SEPAC Inc., Elmira, New York, has been awarded a maximum $9,300,360 firm-fixed-price contract for M113 clutch engine fans. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated Federal Acquisition Regulation 6.302-1 (a)(2). This is a one-year base contract with one two-year option period. The delivery completion date is April 1, 2024. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-C-0065).

Mansfield Oil Co. of Gainesville Inc., Gainesville, Georgia, has been awarded a minimum $8,479,442 modification (P00004) to a five-year contract (SPE605-20-D-8519) with one one-month option period for various types of fuel. This is a fixed-price with economic-price-adjustment contract. Locations of performance are North Carolina and South Carolina, with a Sept. 30, 2025, performance completion date. Using customers are Defense Logistics Agency, Marine Corps, National Guard, Navy and Department of Justice. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia. (Awarded June 29, 2023)

*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.