DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE 

NAVY

Stantec GS-AECOM Pacific JV, Honolulu, Hawaii, is awarded a $99,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for environmental planning services. This contract provides for researching, preparing, updating, and reviewing Navy and Marine Corps National Environmental Policy Act environmental and related documents. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations including, but not limited to, Hawaii (80%); Guam (15%); and other worldwide locations (5%), and will be completed by January 2029. Fiscal 2024 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. No task orders are being issued at this time. This contract was competitively procured via the sam.gov website, with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N6274224D1806).

Group W Inc., Vienna, Virginia, is awarded a $52,318,986 hybrid indefinite quantity contract consisting of firm-fixed-price and cost reimbursement (travel only) contract line items. The contract consist of a five-year ordering period. This contract provides for research and innovative technical analysis (RITA 3.0) capabilities to support the Operations Analysis Directorate, Headquarters Marine Corps, Combat Development and Integration mission, and the Marine Corps Study System (MCSS). The studies and analyses obtained from this contract support the MCSS program. Support includes, but is not limited to, conducting studies that relate to the nature, theory, preparation, and conduct of warfighting. Work will be performed at Quantico, Virginia, with an expected completion date of January 2029. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $3,500 will be obligated at the time of award for task order one and will satisfy the required minimum guaranteed on the contract. Funds will expire at the end of the current fiscal year. Subsequent task orders will utilize fiscal operations and maintenance (Marine Corps) funds available at time of task order award. This contract was competitively procured via the SAM.gov website, with two proposals received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-24-D-00).

The Boeing Co., Seattle, Washington, is awarded a $19,386,687 modification (P00016) to a cost-plus-fixed-fee order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure two P-8A Increment 3 retrofit A-Kits in support of anti-submarine warfare capabilities upgrades for the Royal Australian Air Force (RAAF). Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in June 2026. RAAF Cooperative Funds in the amount of $19,386,687 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.

Alabama Shipyard LLC,* Mobile, Alabama, was awarded an $18,069,800 firm-fixed-price contract (N3220524C4227) for 160-calendar day shipyard availability for the regular overhaul and dry dock availability of Military Sealift Command’s fleet replenishment oiler USNS Laramie (T-AO 203). This contract includes a base period and five unexercised options, which if exercised, would increase the cumulative value of this contract to $18,280,568. Work will be performed in Mobile, Alabama, beginning March 25, 2024, and is expected to be completed by Sept. 1, 2024. Working capital funds (Navy) in the amount of $18,069,800 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and three offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4227). (Awarded Jan. 31, 2024)

Utah State University Research Foundation/Space Dynamics Laboratory, Logan, Utah, was awarded a $10,719,010 firm-fixed-price contract to establish and maintain services in support of Distributed Common Ground and Surface System – Marine Corps. This effort will establish and maintain services to support engineering, software maintenance, fiber patching, antenna, and server maintenance for the Vantage software. This contract will include one one-year base period and four one-year option periods which, if exercised, would increase the cumulative contract value to $49,956,951. Work will be performed in Logan, Utah (67%); and Stafford, Virginia (33%). The period of performance for this effort from Feb. 1, 2024, through Jan. 31, 2029. Funds will be incrementally obligated in the total amount of $2,614,141 at the time of award. Funds will be obligated on individual contract Line Item numbers as appropriate. Fiscal 2024 operation and maintenance (Marine Corps) funds in the amount of $1,463,001; and fiscal 2024 research, development, test, and evaluation (Marine Corps) funds in the amount of $1,151,140, will be obligated on the contract. This contract was not competitively procured pursuant to 10 U.S. Code § 3204(a)(3)(B), as implemented by the Federal Acquisition Regulation 6.302-3(a)(2)(ii). The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-C-2010). (Awarded Jan. 31, 2024)

ARMY

The Boeing Co., Ridley Park, Pennsylvania, was awarded an $87,984,634 firm-fixed-price contract for the overhaul and upgrade of the engine transmission assembly for the CH-47 Chinook. 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 Feb. 1, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0016).

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $42,500,000 cost-plus-fixed-fee contract for support services for the for the common fire support mission equipment package. 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 Jan. 31, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0013).

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $39,774,000 firm-fixed-price contract for making or enlarging dredge cuts, construction of fills, construction of new harbor channels and dredging in various channels and harbors. 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 Jan. 31, 2027. U.S. Army Corps of Engineers, Memphis, Tennessee, is the contracting activity (W912EQ-24-D-0004).

Foster Miller Inc., doing business as QinetiQ North America, Waltham, Massachusetts, was awarded a $9,586,796 firm-fixed-price contract to procure reset, recap, sustainment, maintenance parts and maintenance services for the Robot Logistics Support Center. 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 Jan. 30, 2029. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-D-0015).

Butt Construction Co. Inc., Dayton, Ohio, was awarded a $7,872,500 firm-fixed-price contract for construction and renovation of an air-handling unit. Bids were solicited via the internet with three received. Work will be performed in Dayton, Ohio, with an estimated completion date of Aug. 31, 2025. Fiscal 2024 military construction, Army funds in the amount of $7,872,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-24-C-0002).

DEFENSE LOGISTICS AGENCY

Ameriqual Group LLC, Evansville, Indiana, has been awarded a maximum $84,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group rations. This is a 274-day bridge contract. The ordering period end date is Nov. 1, 2024. Using military services are Army, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z202). (Awarded Jan. 31, 2024)

Baxters North America Inc., Blue Ash, Ohio, has been awarded a maximum $56,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for unitized group rations. This is a 117-day bridge contract. The ordering period end date is Nov. 1, 2024. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-24-D-Z201). (Awarded Jan. 31, 2024)

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $22,980,000 modification (P00019) exercising the fourth one-year option period of a one-year base contract (SPE1C1-20-D-F057) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas, Illinois, and North Carolina, with a Feb. 5, 2025, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Original Footwear LLC,* Morristown, Tennessee, has been awarded a maximum $8,407,848 fixed-price, indefinite-delivery/indefinite-quantity contract for hot weather steel toe boots. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. Location of performance is Michigan, with a Jan. 31, 2028, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0028).

UPDATE: JLG Industries Inc., McConnellsburg, Pennsylvania (SPE8EC-24-D-0030, $255,000,000), has been added as an awardee to the multiple award contract for material handling equipment, issued against solicitation SPE8EC-21-R-0001 and awarded July 22, 2022.

AIR FORCE

The Boeing Co., St. Louis, Missouri, has been awarded a $61,162,281 firm-fixed-price and cost-plus-fixed-fee partial definitization modification (PZ0059) to definitize requirements from the March 31, 2022, awarded undefinitized contract action (P00032). These actions are performed under previously awarded contract FA8634-18-C-2698 for F-15 Advanced Display Core Processor II (ACDP II) Full Rate Production 1. This contract action provides for full rate production of ADCP II systems to allow required integration of the ADCP II systems into the F-15 platform. The location of performance is St. Louis, Missouri, multiple continental U.S. operating locations; and Royal Air Force Lakenheath, United Kingdom, and is expected to be completed by Dec. 31, 2026. Fiscal 2020, 2022, and 2023 aircraft procurement funds in the amount of $18,617,715 are being obligated at time of award. The Air Force Life Cycle Management Center, Fighter and Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

InDyne Inc., Sterling, Virginia, has been awarded a $12,906,561 contract modification (P00043) to previously awarded contract FA2518-22-C-0001 for Solid State Phase Array Radar Systems (SSPARS). This modification adds missile defense radar organizational maintainer and system administrator support to the Long-Range Discrimination Radar, a system that is on the SSPARS contract. The modification brings the total cumulative face value of the contract to $397,962,428. Work will be performed at Clear Space Force Station, Alaska, and is expected to be complete by Oct. 31, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount of $181,242 are being obligated at time of award. Space Operations Command, Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.

Atom Rail LLC, Liberty Hill, South Carolina, has been awarded a $8,488,793 firm-fixed-price contract for managing General Services Administration vehicle fleet and rail engine operations on Fort Eustis, Virginia. This contract requires the contractor to manage government owned vehicles, provide shuttle services for students, and operate government owned rail engines. Work will be performed on Fort Eustis, Virginia, and is expected to be completed by Jan. 31, 2029. This contract was competitive acquisition, and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $385,810 are being obligated at time of award. The 633rd Contracting Squadron, Joint Base Langley-Eustis, Hampton, Virginia, is the contracting activity (FA4800-24-P-0009).

*Small Business
**Mandatory source

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!