DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE 

AIR FORCE

Potomac Healthcare Solutions LLC, Woodbridge, Virginia (FA4890-24-D-0001); Laredo Technical Services Inc., San Antonio, Texas (FA4890-24-D-0002); T3i Inc., Imperial Beach, California (FA4890-24-D-0003); Reef Systems Corp., Cary, North Carolina (FA4890-24-D-0004); LMR Technical Group LLC, Dallas, Texas (FA4890-24-D-0005); and Bering Straits Information Technology LLC, Anchorage, Alaska (FA4890-24-D-0006), have been awarded a combined, not-to-exceed $988,000,000, multiple award, indefinite-delivery/indefinite-quantity contract for the Air Combat Command Directorate of Operations. This contract provides for human performance services, supporting multiple customers and locations across the Air Force and Department of Defense. Work will be performed worldwide and is expected to be completed by March 31, 2024. These awards are the result of a competitive acquisition, and 11 offers were received. Fiscal 2024 operation and maintenance funds in the amount of $6,000 ($1,000 per awardee) are being obligated at time of award. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley Eustis, Virginia, is the contracting activity.

ARMY

Integris Composites Inc., Hebron, Ohio, was awarded a $367,000,000 modification (P00022) to contract W91CRB-19-D-0014 for Vital Torso Protection Generation III Enhanced Small Arms Protection Inserts plates. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2028. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Leading Technology Composites Inc.,* Wichita, Kansas, was awarded a $367,000,000 modification (P00024) to contract W91CRB-19-D-0014 for Vital Torso Protection Generation III Enhanced Small Arms Protection Inserts plates. Work locations and funding will be determined with each order, with an estimated completion date of March 5, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Consortium Management Group Inc., Washington, D.C., was awarded a $178,426,383 modification (P00888) to contract W15QKN-17-9-5555 for Phase 3 of the Tactical Intelligence Targeting Access Node. Work will be performed in Washington, D.C., with an estimated completion date of Feb. 28, 2026. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $52,680,570 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity. (Awarded Feb. 29, 2024)

Kamadulski Excavating and Grading Co. Inc.,* Granite City, Illinois, was awarded a $9,208,197 firm-fixed-price contract for construction of the Wood River Sewer separation project. Bids were solicited via the internet with three received. Work will be performed in Wood River, Illinois, with an estimated completion date of March 5, 2028. Fiscal 2023 civil construction funds in the amount of $9,208,197 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-C-0009).

NAVY

C&S Services Inc.,* Ewa Beach, Hawaii (N32253-24-D-0100); Confluence Corp., doing business as Regal Service Co.,* Honolulu, Hawaii (N32253-24-D-0200); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N32253-24-D-0300); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N32253-24-D-0400); Marisco Ltd.,* Kapolei, Hawaii (N32253-24-D-0500); Propulsion Controls Engineering,* Aiea, Hawaii (N32253-24-D-0600); Pacific Shipyards International LLC,* Honolulu, Hawaii (N32253-24-D-0700); and QED Systems Inc.,* Virginia Beach, Virginia (N32253-24-D-0800), were awarded indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated combined value of $104,763,392 for the repair, maintenance, and alteration of U.S. government waterborne vessels and surface ships visiting or homeported in Hawaii and to procure any materials in support of these activities. Each awardee was awarded $2,500 (minimum contract guarantee per awardee) using fiscal 2024 operations and maintenance (Navy) funding for a total amount of $20,000 that will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level. These contracts include options which, if exercised, would bring the cumulative value to $226,212,877. Work will be performed in Hawaii and is expected to be completed by March 2029. If all options are exercised, work will continue through March 2034. This contract was competitively procured via the System for Award Management website, with eight offers received. Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity. (Awarded Feb. 22, 2024)

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $34,142,015 cost-plus-fixed-fee and cost-plus-incentive-fee type modification to previously awarded contract (N00024-24-C-5131) to exercise options for AEGIS development and test sites operation and maintenance at the Combat Systems Engineering Development Site, SPY-1A Test Facility and Naval Systems Computing Center. This contract involves Foreign Military Sales to several countries. Work will be performed in Moorestown, New Jersey, and is expected to be completed by January 2025. Foreign Military Sales (FMS) (Japan) funding in the amount of $6,696,730 (34%); FMS (Australia) funding in the amount of $5,127,050 (26%); FMS (Korea) funding in the amount of $2,704,285 (14%); fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $1,958,721 (10%); fiscal 2024 research development and test and evaluation (Navy) funds in the amount of $1,628,911 (8%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $667,179 (2%); FMS (Norway) funding in the amount of $340,457 (1%); fiscal 2024 operation and maintenance funding in the amount of $210,932 (1%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $138,020 (1%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $137,253 (1%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $137,253 (1%); and FMS (Spain) funding in the amount of $80,246 (1%), will be obligated at the time of award and funds in the amount of $2,169,653 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Feb. 29, 2024)

J & J and ALMS Mission Support Solutions LLC, Anchorage, Alaska, is awarded a $30,128,837 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N69450-22-D-0043) for base operations support services. This award brings the total cumulative value of the contract to $61,453,749. Work will be performed in Pensacola, Florida, and is expected to be completed by March 2025. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity.

Intellect Solutions LLC,*Alexandria, Virginia, was awarded a $15,612,466 cost-plus-fixed fee task order for support in the analysis, design, development, deployment and maintenance of Information Technology services and networks. This task order includes options which, if exercised, would bring the cumulative value of this contract to $80,167,670. Work will be performed at the U.S. Naval Research Laboratory (NRL), Washington, D.C., and is expected to be completed by February 2025. Fiscal 2024 working capital fund (Navy) funds in the amount of $5,000,000 was obligated at the time of award and will not expire at the end of the current fiscal year. The task order was competitively procured with five offers received via Navy SeaPort. NRL, Washington, D.C., is the contracting activity (N0017819D7864, N0017324F3003).

Woods Hole Oceanographic Institution, Woods Hole, Massachusetts, is awarded a $13,583,918 cost-plus-fixed-fee contract for the ‘Development, Integration, Test and Demonstration of Next Generation Autonomous Underwater Vehicle Sensors and Capabilities’ effort. This contract provides for advancing the capabilities of autonomous underwater vehicles. This development effort will focus on improving or increasing vehicle endurance, speed and autonomous performance in a variety of environmental conditions. New vehicle designs will be explored and evaluated, as well as autonomous teaming scenarios. The deliverables from this contract will support uncrewed platform innovation for both surface and sub-surface operating modalities. Work will be performed in Woods Hole, Massachusetts. The total cumulative value of this contract, including a 36-month base period and one 24-month option period, is $13,583,918. The base period is $7,701,348 and options are $5,882,570. The base period is expected to be completed in March 2027, with the option period intended to run sequentially after completion of the base. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $300,000 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-23-S-B001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology.” Since proposals are 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 (N0001424C2209).

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $7,906,430 modification (P00012) to a firm-fixed-price order (N0001921F0315) against a previously issued basic ordering agreement (N0001921G0008). This modification exercises an option to provide continued unmanned aircraft systems intelligence, surveillance, and reconnaissance services, for an additional nine months, in support of the Department of Defense, other government agencies, and domestic and overseas contingency operations for the Navy. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in February 2025. Fiscal 2024 operations and maintenance, (Navy) funds for $7,906,430 will be obligated at the time of award, $7,906,430 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

SecuriGence LLC*, Leesburg, Virginia, has been awarded a $40,808,165 modification (P00031) to previously awarded task order HR001121F0006 for information technology multi-network support services. The modification brings the total cumulative face value of the task order to $334,107,688 from $293,299,522. Work will be performed in Arlington, Virginia, with an expected completion date of June 2024. Fiscal 2024 research and development funds in the amount of $21,201,011 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Boeing Distribution Services Defense, doing business as Boeing, O’Fallon, Missouri, has been awarded an estimated $11,449,675 fixed-price with economic-price-adjustment, indefinite-quantity contract for logistics and total supply chain management support at Tobyhanna Army Depot, Pennsylvania. This was a competitive acquisition with three responses received. This is a five-year base contract with two one-year option periods and six 30-day extensions. Location of performance is Pennsylvania, with a March 4, 2029, performance completion date. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-24-D-0031).

DEFENSE HEALTH AGENCY

Lawelawe Technology Services LLC, Kailua, Hawaii, is awarded Option Period Two of a firm-fixed-price contract (HT001122C0019) to provide information technology and telecommunication services and provide professional administrative management in support of the Defense Health Agency Joint Operational Medicine Information System program. Work will be primarily performed at Fort Sam Houston, Texas. The total award amount of this option exercise modification is $10,092,718. Operation and maintenance funds in the amount of $10,092,718 will be obligated for fiscal 2024. The total contract value is $46,498,984. The contract was a direct award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4) and was executed on July 21, 2022. The period of performance for this option period exercise is March 9, 2024, to March 8, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Feb. 29, 2024)

*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!