DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

ARMY

General Dynamics Ordnance and Tactical Systems Inc., Scranton, Pennsylvania (W15QKN-23-D-0025, P00001); and IMT Defense Corp.,* Westerville, Ohio (W15QKN-23-D-0026, P00001), were awarded a modification and will compete for each order of the $654,497,038 fixed-price with economic-price-adjustment contract for M1128 metal parts programs. Work locations and funding will be determined with each order, with an estimated completion date of April 12, 2028. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Colt Sunbelt JV LLC,* Fort Mill, South Carolina, was awarded a $59,391,990 firm-fixed-price contract to provide labor, materials, equipment and services for the set-up, operation and tear-down of life support structures and services at Fort Johnson and other locations. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 30, 2028. 418th Contracting Support Brigade, Fort Johnson, Louisiana, is the contracting activity (W9124E-24-D-0001).

Amentum Services Inc., Reston, Virginia, was awarded a $33,385,950 modification (P00320) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Germany; Honduras; Kuwait; Hunter Army Airfield, Georgia; Aberdeen Proving Ground, Maryland; Fort Drum, New York; and Fort Campbell, Kentucky, with an estimated completion date of Nov. 30, 2024. Fiscal 2023 research, development, test, and evaluation, Army; 2023 aircraft procurement, Army; 2024 operation and maintenance, Army; and 2024 Foreign Military Sales (Kuwait) funds in the amount of $33,385,950, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $24,011,613 modification (P00088) to contract W15QKN-13-C-0074 for reliability improvements of the precision guidance kit. Work will be performed in Plymouth, Minnesota, with an estimated completion date of March 31, 2025. Fiscal 2023 procurement of ammunition, Army funds in the amount of $24,011,613 were obligated at the time of the award. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $28,983,754 modification (P01127) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicles, parts, and services. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 25, 2025. Fiscal 2023 Foreign Military Sales (Israel) and other procurement, Army funds in the amount of $28,983,754 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Raytheon Missiles & Defense, Marlborough, Massachusetts, is awarded a $225,308,559 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-19-C-5501) to exercise options for continued Air and Missile Defense Radar and Enterprise Air Surveillance Radar integration and production support. Work will be performed in Marlborough, Massachusetts (56%); Pascagoula, Mississippi (14%); Moorestown, New Jersey (9%); Newport News, Virginia (6%); Kauai, Hawaii (5%); Wallops Island, Virginia (4%); Bath, Maine (2%); Chesapeake, Virginia (2%); Portsmouth, Rhode Island (1%); and San Diego, California (1%), and is expected to be completed by November 2024. Fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $23,159,899 (35%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $19,743,202 (30%); fiscal 2024 research development, test and evaluation funds in the amount of $8,659,881 (13%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,449,322 (7%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $2,147,169 (3%); fiscal 2023 research development, test and evaluation funds in the amount of $1,788,804 (3%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,445,116 (2%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $1,427,937 (2%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,405,700 (2%); fiscal 2024 shipbuilding and conversion (Navy) in the amount of $983,593 (1%); fiscal 2024 operations and management (Navy) in the amount of $653,000 (1%); and fiscal 2024 other procurement (Navy) in the amount of $593,378 (1%), will be obligated at time of award, of which $2,441,804 will expire at the end of the current fiscal year. This contract was procured under the statutory authority of 10 U.S. Code 2304(c)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Austal USA LLC, Mobile, Alabama, is awarded a $45,892,768 firm-fixed-price, indefinite-delivery/indefinite-quantity contract modification (P00003) under a previously awarded contract (N40345-22-D-8000) to exercise option year one for emergent repair and continuous maintenance for littoral combat ships deployed to the Western Pacific and Indian Oceans and the countries and ports therein. The contract included a one 24-month base period beginning in January 2022 with three additional 12-month option periods. The exercise of this option will bring the value of the contract to $118,407,174; and if all options are exercised, it will bring the total estimated value to $215,881,424. Work will begin January 2024 and is expected to be completed by December 2024; if all options are exercised, work will be completed by December 2026. Work will be primarily performed in Singapore with a percentage that cannot be determined at this time in countries and ports within the Western Pacific and Indian Oceans. No funds will be obligated at time of award. Individual task orders will be subsequently funded with appropriate fiscal year operations and maintenance funds (Navy) at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.SAM.gov, with two offers received. Naval Supply Systems Command Fleet Logistics Center Yokosuka, Site Singapore, is the contracting activity.

FAUN Trackway USA Inc., Arlington, Virginia, is awarded a $24,169,736 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the production and delivery of up to 54 Vertical Takeoff and Landing Surfacing Systems kits and associated engineering support in support of the Marine Corps Expeditionary Airfield emergent requirements to support Expeditionary Advance Base Operations. Work will be performed in Llangefni, United Kingdom, and is expected to be completed in November 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 10 U.S. Code 2304(c) (1). Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0003).

Mercury Mission Systems LLC, Torrance, California, is awarded a $16,817,046 firm-fixed-price modification (P00005) to a previously awarded contract (N0001922C0038). This modification exercises an option to procure 48 data transfer units and 121 high-definition video recorders for retrofit on F/A-18C-F Hornet and EA-18G Growler aircrafts in support of Small Business Innovation Research Phase III topic N102-0129 titled, “Automatic Real-Time, Reconfigurable Interface Generalization Hardware Multiprotocol Data Recorder”. Work will be performed in Torrance, California, and is expected to be completed in June 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $12,402,666; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $4,414,380, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded a $16,129,185 firm-fixed-price contract (N3220524C4221) for a 125-calendar day regular overhaul and dry-docking availability of Military Sealift Command’s cable laying ship USNS Zeus (T-ARC 7). This contract includes a base period and four unexercised options which, if exercised, would bring the cumulative contract value of this contract to $16,533,115. Work will be performed in North Charleston, South Carolina, beginning Feb. 1, 2024, and is expected to be completed by June 5, 2024. Working capital funds (Navy) in the amount of $16,129,185 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was a small business set-aside with proposals solicited via the sam.gov website and four offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4221).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $8,484,104 cost-plus-incentive-fee contract modification to previously awarded contract (N00024-20-C-6117) to exercise options for Navy spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by Jan. 23, 2031. Fiscal 2024 other procurement (Navy) funds in the amount of $8,484,104 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

PRAK Industries LLC,* Camuy, Puerto Rico, has been awarded a maximum $42,478,800 fixed-price, indefinite-delivery/indefinite-quantity for duffel bags. This was a competitive 8(a) small business set-aside acquisition with five responses received. This is a two-year contract with no option periods. The ordering period end date is Nov. 29, 2025. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0018).

UPDATE: Polaris Sales Inc., Hamel, Minnesota (SPE8EC-24-D-0028, $86,000,000), has been added as an awardee to the multiple award contract for agricultural equipment, issued against solicitation SPE8EC-21-R-0006 and awarded July 29, 2022.

AIR FORCE

Systems Implementers Inc., Clearfield, Utah, has been awarded a $35,000,000 ceiling increase modification (P00006) to previously awarded contract FA8224-19-D-A0003 to continue technical services for the maintenance business system modernization, comprised of Impresa, and maintenance, repair, and overhaul applications within the Ogden Air Logistics Complex at Hill Air Force Base. The modification brings the total cumulative face value of the contract from $54,000,000 to $89,000,000. Work will be performed at Hill Air Force Base, Utah, with occasional travel to support geographically separated units, and is expected to be completed by July 9, 2026. No funds are being obligated at time of award. The Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity.

*Small Business
*8(a) small business

Related News

Phoebe Wells is the Public Relations & Partnerships Marketing Manager at ClearanceJobs and loves every aspect of her role. Creating content and working with the CJ team to connect cleared candidates with employers is incredibly rewarding, as the work ClearanceJobs does ultimately supports the mission of the U.S. As the daughter of a veteran and former cleared worker, she knows the sacrifices security and defense professionals make. She is honored to assist them in leveling up their careers. Plus, she gets to work from home in the Adirondack Mountains with her partner and two huskies!