DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $145,000,000 cost-plus-fixed-fee modification to previously awarded contract (N00024-19-C-2125) for engineering, technical, design agent, and planning yard support for operational strategic and attack submarines. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $2,821,780 (89%); and fiscal 2023 other procurement (Navy) funds in the amount of $336,294 (11%), 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.

Lockheed Martin Corp., Orlando, Florida, is awarded a $71,285,068 firm-fixed-price, cost-plus-fixed-fee, not-to-exceed, undefinitized, indefinite-delivery/indefinite-quantity contract. This contract provides performance-based logistics for the Consolidated Automated Support System family of testers supporting naval aviation systems at the intermediate maintenance level, both ashore and afloat, in addition to naval aviation repair depots and international program’s repair sites in support of the Navy, Marine Corps, and Foreign Military Sales customers. Work locations will be determined with each individual delivery order; and work is expected to be completed March 2031. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0010).

General Dynamics Bath Iron Works, Bath, Maine, is awarded a $44,492,212 cost-plus-award-fee modification to previously awarded contract (N00024-19-C-4452) for DDG 51 class integrated planning yard services. Work will be performed in Bath, Maine, and is expected to be completed by September 2024. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Diversified Service Contracting Inc.,* Dunn, North Carolina, is awarded $14,239,647 for firm-fixed-priced modification to indefinite-delivery/indefinite-quantity contract (N40080-21-D-0006). This modification provides for the exercise of Option Year Three for facilities support services at Naval Air Station Patuxent River. After award of this option, the total cumulative face value of the contract will be $55,523,511. All work will be performed in Maryland and is expected to be completed by March 2024. Fiscal 2024 Defense health services funds in the amount of $531,683; fiscal 2024 operation and maintenance (Navy) funds in the amount of $6,999,441; fiscal 2024 non-appropriated funds in the amount of $10,173; and fiscal 2024 Navy working capital funds in the amount of $4,949,750, will be obligated on a task order and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity.

Aptim Federal Services LLC, Baton Rouge, Louisiana, is awarded $12,440,388 for firm-fixed price modification to previous awarded contract (N62473-22-D-1811). This modification provides for the exercise of Option Two for additional various environmental services. Work will be performed at Navy and Marine Corps installations in the southwest region with an expected completion date of March 2025. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $12,440,388 are being obligated at time of award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Raytheon Co., Fullerton, California, is awarded an $11,900,000 modification (P00027) to a previously awarded firm-fixed-price contract (N0001919C0020). This modification adds scope to procure one Joint Precision Approach and Landing System unit, one set of onboard repair parts, and one Ship GPS Sensor Assembly V2 for depot spares in support of the country of Japan. Work will be performed in Fullerton, California (70%); and Largo, Florida (30%), and is expected to be completed in March 2025. Foreign Military Sales customer funds in the amount of $11,900,000 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.

Mid-Atlantic Technical and Executive Consulting LLC, Deerwood, Maryland is awarded a $10,340,967 firm-fixed modification (P00009) to a previously awarded contract (N0001921C0033). This modification adds scope through additional contract line-item numbers for technical evaluation, proposal evaluation, cost analysis, price analysis, and negotiation support services in support of the air vehicle production and sustainment efforts for the F-35 Joint Strike Fighter aircraft. Work will be performed in Arlington, Virginia (80%); Fort Worth, Texas (15%); and various locations within the continental U.S. (5%), and is expected to be completed in March 2025. Fiscal 2024 operations maintenance (Aircraft) funds in the amount of $1,813,399; fiscal 2024 operations maintenance (Navy) funds in the amount of $906,699; fiscal 2024 operations maintenance (Marine Corp) funds in the amount of $906,700; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $3,357,084; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $3,357,084 will be obligated at time of award, $3,626,798 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

KJS Support Services JV LLC,* Fort Worth, Texas, is awarded $9,504,795 for a firm-fixed-price, indefinite-delivery/indefinite-quantity modification to a previously awarded contract (N62473-18-D-5606). This modification provides for the exercise of Option Year Five for base operating support services at Naval Air Facility El Centro. This award brings the total cumulative face value of the contract to $53,469,307. Work will be performed in El Centro, California. The option performance period is from April 1, 2024, to March 31, 2025. Fiscal 2024 operation and maintenance, Navy; fiscal 2024 Defense health program; fiscal 2024 Defense commissary agency account; fiscal 2024 family housing, operation and maintenance, Navy; and fiscal 2024 non-appropriated funds in the amount of $6,504,795, for recurring work will be obligated on individual task order issued during the option period. No funds will be obligated at time of award. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

ARMY

TRAX International Corp., Las Vegas, Nevada, was awarded a $119,795,464 modification (P00102) to contract W9124R-18-C-0001 for test support services. Work will be performed in Yuma, Arizona, and Greely, Alaska, with an estimated completion date of March 31, 2025. Fiscal 2024 research, development, test and evaluation, Army funds in the amount of $119,795,464 were obligated at the time of the award. 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.

Camgian Corp.,* Starkville, Mississippi, was awarded a $23,197,719 cost-plus-fixed-fee contract to provide counter-unmanned aerial systems capabilities. Bids were solicited via the internet with one received. Work will be performed in Starkville, Mississippi, with an estimated completion date of March 22, 2027. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $8,999,837 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGU-24-C-0012).

ARDL Inc.,* Mt. Vernon, Illinois, was awarded a $20,000,000 firm-fixed-price contract for analysis of surface water, groundwater, soil, sediment, hazardous waste, solids and environmental samples. 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, 2029. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-24-D-0006).

CORRECTION: The correct number for the $9,941,777 firm-fixed-price contract awarded to RENK America, Muskegon, Michigan, on March 18, 2024, for piston assemblies is W91CRB-24-D-0003.

DEFENSE LOGISTICS AGENCY

Blind Industries and Services of Maryland,** Baltimore, Maryland, has been awarded a maximum $16,881,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for physical fitness uniform jackets. This is a one-year base contract with two one-year option periods. Locations of performance are North Carolina and Virginia, with a March 20, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B014).

BestWork Industries for the Blind Inc.,** Cherry Hill, New Jersey, has been awarded a maximum $14,188,032 modification (P00010) exercising the second one‐year option period of a one‐year base contract (SPE1C1‐22‐D‐B124) with two one‐year option periods for fleece liners. This is a firm‐fixed‐price, indefinite‐delivery/indefinite‐quantity contract. The ordering period end date is March 23, 2025. Using customers are Navy and Coast Guard. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

AIR FORCE

Northrop Grumman Systems Corp., Redondo Beach, California, has been awarded contract modification of $12,000,000 (P00058) to previously awarded contract FA8808-18-C-0002 bringing the total value of the contract to $494,429,785. The modification will extend the contracts period of performance by seven months, extending the completion date to Sept. 26, 2025. Locations of performance will be Redondo Beach, and Vandenberg Space Force Base, California, and Dulles, Virginia. Fiscal 2024 Space Force research & development funds in the amount of $250,000 are being obligated at the time of award.

*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!