DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE 

ARMY

General Dynamics Ordnance and Tactical Systems, Marion, Illinois (W519TC-24-D-0009); and Northrop Grumman Systems Corp., Minneapolis, Minnesota (W519TC-24-D-0007), will compete for each order of the $3,053,991,547 hybrid (cost-plus-fixed-fee and fixed-price with economic-price-adjustment) contract for medium caliber training cartridges. 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 April 4, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $483,478,740 modification (P00021) to contract W31P4Q-23-C-0005 for air-to-ground missile systems. Work will be performed in Orlando, Florida, with an estimated completion date of March 28, 2026. Fiscal 2023 and 2024 procurement, defense-wide funds; fiscal 2023 and 2024 procurement of ammunition, Army funds; and 2010 and 2011 Foreign Military Sales (Czech Republic, France, and Poland) funds in the amount of $483,478,740, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Loc Performance Products, Plymouth, Michigan, was awarded a $53,948,551 modification (P00028) to contract W15QKN-18-C-0073 for improved armored cab modification kits. Work will be performed in Plymouth, Michigan, with an estimated completion date of Dec. 31, 2026. Fiscal 2024 missile procurement, Army funds; and fiscal 2024 Foreign Military Sales (United Kingdom, Italy, and Finland) funds in the amount of $53,948,551, were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

South Dade Air Conditioning & Refrigeration Inc.,* Homestead, Florida, was awarded a $38,179,947 firm-fixed-price contract for paving. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of April 4, 2027. 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-24-D-0001).

Travis Association for the Blind, Austin, Texas, was awarded an $18,575,958 firm-fixed-price contract to clean, repair, store, and distribute clothing and individual equipment. Bids were solicited via the internet with one received. Work will be performed in Austin, Texas, with an estimated completion date of April 30, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $18,575,958 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-24-C-0033).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $12,398,107 modification (P00066) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 27, 2027. Fiscal 2022, 2023 and 2024 other procurement, Army funds in the amount of $12,398,107 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

ProjectXYZ Inc., Huntsville, Alabama, was awarded an $11,482,427 contract for technical support for missile systems. 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 March 31, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0028).

Science Applications International Corp., Reston, Virginia, was awarded a $10,070,934 modification (P00103) to contract W31P4Q-21-F-0095 for hardware in the loop modeling and simulation and development engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Nalu Tech Solutions Inc.,* Warrenton, Virginia, was awarded a $7,618,192 modification (P00008) to contract W912CN-21-C-0002 for command, control, communications, computers and information management service and support. Work locations and funding will be determined with each order, with an estimated completion date of March 28, 2025. 413th Contracting Support Brigade, Fort Shafter, Hawaii, is the contracting activity.

AIR FORCE

Accenture Federal Services LLC, Arlington, Virginia (FA7014-20-D-0006); Booz Allen Hamilton Inc., McLean, Virginia (FA7014-20-D-0007); Deloitte Consulting LLP, Arlington, Virginia (FA7014-20-D-0008); Digital Mobilizations Inc., Arlington, Virginia (FA7014-20-D-0010); KMPG LLP, McLean, Virginia (FA7014-20-D-0009); BCG Federal Corp., Washington, D.C. (FA7014-20-D-0005); Guidehouse Inc., McLean, Virginia (FA7014-20-D-0004); and McKinsey & Co. Inc., Washington, D.C. (FA7014-20-D-0003), has been awarded a $750,000,000 ceiling increase modification to the Air Force Strategic Transformation Support multiple-award, indefinite-delivery/indefinite-quantity, firm-fixed-price contract to provide advisory and assistance services to support the Deputy Assistant Secretary of the Air Force Office of Business Transformation and Deputy Chief Management Officer in managing and improving strategic transformation initiatives at the enterprise level. This modification brings the total ceiling to $2,750,000,000. Work will be performed at various locations and is expected to be completed June 16, 2027. This award was the result of a competitive acquisition, and eight offers were received in June 2020. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity.

Reliance Test & Technology, Crestview, Florida, has been awarded a $233,953,184 modification (P00212) to previously awarded contract FA2486-16-C-0002 for Eglin operations and maintenance services which is for award term option period two. the modification brings the total cumulative face value of the contract to $1,397,096,079. Work will be performed at Eglin Air Force Base, Florida; Wright-Patterson Air Force Base, Ohio; and Holloman Air Force Base, New Mexico, and is expected to be completed by Sept. 30, 2026. Fiscal 2024 research, development, test and evaluation in the amount of $2,100,000 is being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $33,790,764 indefinite-delivery/indefinite-quantity order for F-16 CORE Sustainment. This contract provides engineering and technical services, support and sustainment, configuration management, and programmatic support, to ensure system integrity, mission readiness, sustainability, reliability, and maintainability of the F-16 Weapon System. Work will be performed in Fort Worth, Texas, and is expected to be completed by Feb. 28, 2025. This contract involves Foreign Military Sales (FMS) to Bahrain, Belgium, Chile, Bulgaria, Denmark, Portugal, Egypt, Greece, Iraq, Israel, Jordan, Korea, Morocco, Netherlands, Norway, Oman, Pakistan, Poland, Romania, Singapore, Slovakia, Taiwan, Thailand, and Turkey. This award is the result of a sole source acquisition. Fiscal 2024 operations and maintenance; fiscal 2024 procurement; and FMS funds in the amount of $33,790,764, are being obligated at the time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. (FA8232-24-4321)

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $32,581,867 task order (FA8232-24-F-0041) for F-16 engineering services. The contract will provide engineering and technical services through configuration control and hardware, as well as software modifications to maintenance and related system-engineering functions of the F-16 Weapon System. Work will be performed in Fort Worth, Texas; and Hill Air Force Base, Utah, as well as various outside of the continental U.S. locations. The work is expected to be complete by Feb. 28, 2025. This award is the result of a sole-source acquisition and fiscal 2024 operations and maintenance; procurement; and Foreign Military Sales funds in the amount of $32,581,867, are being obligated at the time of award. The contracting activity is Hill AFB, Utah (FA8232-22-D-0004).

CAE USA Inc., Tampa, Florida, has been awarded a $23,869,671 firm-fixed-price contract for support of the courseware and instruction requirements at the multiple Air Force training locations. Work will be performed at Kirtland Air Force Base, New Mexico; Davis-Monthan Air Force Base, Arizona; Joint Base Andrews, Maryland; and Moody Air Force Base, Georgia, and is expected to be completed by March 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $11,696,139 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8621-24-C-B005).

Sierra Nevada Co. LLC, Sparks, Nevada, has been awarded a $9,729,429 task order modification (P00008) to previously awarded contract FA8509-20-F-0014 for the airborne mission networking system. The contract modification is for engineering change proposal integration and minimum viable product retrofitting for the MC-130 aircraft, as well as engineering services and an interim contractor support extension in support of this modification. The modification brings the total cumulative face value of the contract to $152,090,201. Work will be performed in Denver, Colorado; Hurlburt Field, Florida; and Eglin Air Force Base, Florida, and is expected to be completed by March 28, 2025. Fiscal 2022 procurement funds in the amount of $3,017,846; fiscal 2023 procurement funds in the amount of $4,511,584; and fiscal 2024 procurement funds in the amount of $2,200,000, are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

NAVY

The Boeing Co., St. Louis, Missouri, is awarded a cost-plus-fixed-fee, cost-plus-incentive-fee, fixed-price incentive (firm-target) $657,090,000 modification (P00067) to a previously awarded contract (N0001918C1012). This modification adds scope for the production and delivery of two additional MQ-25 System Demonstration Test Article aircraft (air vehicles four and five), to include associated tooling and communication system changes for the Navy. Additionally, this modification definitizes obsolescence phase two for non-recurring engineering to address product baseline obsolescence to support low-rate initial production for the MQ-25 Stingray program. Work will be performed in St. Louis, Missouri (45.43%); Goleta, California (7.2%); Endicott, New York (6.86%); Malabar, Florida (4.93%); San Diego, California (3.82%); Torrance, California (2.86%); Indianapolis, Indiana (2.66%); Clearwater, Florida (1.82%); Longueuil, Quebec, Canada (1.75%); Cedar Rapids Iowa (1.6%); Irvine, California (1.35%); various locations within the continental U.S. (CONUS) (19.12%); and various locations outside the CONUS (0.60%), and is expected to be completed in October 2028. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $288,635,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $181,000,000 cost-plus-fixed-fee undefintized modification (P00002) to a previously awarded contract (N0001924C0011) to procure various special tooling and special test equipment in support of F-35 aircraft production for the Air Force, Navy, Marine Corps, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Garden Grove, California, and is expected to be completed in January 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $36,267,514; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $36,267,513; and non-U.S. DoD participants funds in the amount of $16,154,972 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.

BAE Systems, Information and Electronics, Nashua, New Hampshire, is awarded a $95,300,000 cost-plus-fixed-fee order (N0001924F0095) against a previously issued basic ordering agreement (N0001922G0009). This order provides for research, development, and low-rate initial production efforts in support of the integration of the Advanced Survivability Pod for the P-8A aircraft for the Navy. Work will be performed in Nashua, New Hampshire (91.5%); Austin, Texas (6.3%); and Patuxent River, Maryland (2.2%), and is expected to be completed in January 2030. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $14,000,000 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.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $60,341,151 firm-fixed-price contract for the production and delivery of Airborne Electronic Attack System Enhancements B-Kits for Weapons Replacement Assemblies (WRA) 7s and 8s and Low Band Dedicated Receivers (LBDRs) as follows: 45 WRA-7 B-Kits (44 for the Navy and one for the government of Australia); 46 WRA-8 B-Kits (44 for the Navy, one for the government of Australia, and one spare for the Navy); and 80 LBDRs (29 for the Navy, 19 for the government of Australia, and 32 spares for the Navy) in support of upgrading the AN/ALQ-218 tactical jamming receiver on the EA-18G aircraft. Additionally, this contract provides engineering and technical support and associated data in support of EA-18G aircraft upgrades for the Navy and government of Australia. Work will be performed in Linthicum Heights, Maryland (80%); and Bethpage, New York (20%), and is expected to be completed in August 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $37,804,032; fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,364,552; and Foreign Military Sales customer funds in the amount of $9,172,567, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0006).

General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $53,214,351 firm-fixed-price delivery order under a previously awarded indefinite-delivery/indefinite-quantity contract (N00024-20-D-5109) for the production and shipping of Guided Missile MK 82 Director and MK 200 Director Control. This contract combines purchases for the Navy (95%) and the government of Australia (5%) under the Foreign Military Sales (FMS) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $53,385,375. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%), and is expected to be completed by January 2027. If all options are exercised, work will continue through January 2027. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $50,324,379 (95%); and Foreign Military Sales (Australia) funds in the amount of $2,889,972, will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with one offer received. Naval Sea Systems Command, Washington D.C., is the contracting activity (N0002424F5343).

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $53,062,503 cost-plus-fixed-fee, fixed-price incentive (firm-target) order (N0001924F0010) against a previously issued basic ordering agreement (N0001922G0001). This order provides non-recurring engineering in support of early identification, development, and qualification of corrections to potential and actual F135 propulsion system operational issues, to include safety, reliability and maintainability problems identified through fleet usage. Additionally, this order provides for continued engine maturation, evaluates component life limits based on operational experience, improves operational readiness, and reduces engine maintenance and life cycle costs in support of the F-35 Lightning II program for the Air Force, Navy, F-35 Cooperative Program Partners and Foreign Military Sales customers. Work will be performed in East Hartford, Connecticut (93%); and Indianapolis, Indiana (7%), and is expected to be completed in December 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,000,000; and fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $4,000,000, will be obligated at time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $49,413,549 modification to a previously awarded hybrid firm-fixed-price, cost plus fixed fee, indefinite-delivery/indefinite-quantity delivery order contract M67854-24-F-1000 for the procurement of low-rate initial production units of the Navy Marine Expeditionary Ship Interdiction System Launcher. Work will be performed in Tucson, Arizona (15%); Mooresville, North Carolina (15%); and Kongsberg, Norway (70%). Work is expected to be completed by January 2027. Fiscal 2023 procurement (Marine Corps) funds in the amount of $49,413,549 are obligated at time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-F-1000).

Amentum Services Inc., Germantown, Maryland, is awarded a $26,477,282 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide for organizational, selected intermediate, and limited depot level maintenance and logistics support services in support of the F-5 aircraft for the Navy. Work will be performed in Yuma, Arizona (28%); Key West, Florida (28%); New Orleans, Louisiana (22%); Beaufort, South Carolina (15%); and Fallon, Nevada (7%) and is expected to be completed in June 2024. 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 Federal Acquisition Regulation 6.302-1. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0013).

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $21,457,275 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-type modification to previously awarded task order (N00024-23-F-5100) for Canadian Surface Combatant system design, analysis, computer program software development, and integrated logistics support. This contract involves Foreign Military Sales (FMS) to Canada. Work will be performed in Moorestown, New Jersey, and is expected to be completed by June 2024. FMS Canada funds in the amount of $21,457,275 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.

JJLL LLC, Austin, Texas, is awarded $19,908,128 for cost-plus-incentive-fee contract modification to previously awarded contract (N62742-23-C-3550). This modification provides for an additional three more option periods for a maximum total of 12 months for Philippines operations support services, Republic of the Philippines. This award brings the total cumulative face value of the contract to $40,099,151. Work will be performed primarily in the cities of Manila and Zamboanga, and may include foreign locations within the regions of Southeast Asia, Northeast Asia, and Oceania, and is expected to be completed by March 2025. Fiscal 2024 operation and maintenance (Special Forces) funds in the amount of $4,473,232 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was issued as a sole source procurement under the authority of 10 U.S. Code 3204(b)(B) as implemented by Federal Acquisition Regulation 6.302-1(a)(2)(iii), “Only one responsible source and no other supplies or services will satisfy agency requirements.” Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

JFL Consulting LLC,* Edgewater, Maryland, is awarded $19,120,667 firm-fixed-price contract to provide the design, delivery, installation, and maintenance of an internet protocol and radio frequency transport system in support of the U.S. Naval Observatory. The contract will include an 18-month delivery period with three one-year option periods, one six-month option period, and an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total estimated value to $36,922,121. The base ordering period is expected to be completed by September 2025; if all options are exercised, the ordering period will be completed by October 2029. Work will be performed in Washington, D.C. (90%); and Colorado Springs, Colorado (10%). Fiscal 2024 other procurement (Navy) funds in the amount of $17,854,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This sole-source solicitation was posted on SAM.gov with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-24-C-0007).

American Bureau of Shipping, Spring, Texas, is awarded a $17,693,966 modification under a previously awarded firm, fixed-price contract (N3220522C4029) to fund and exercise Option Year Two for continuous supportive engineering and technical services to audit ships and conduct plan reviews to verify, confirm, and document that Military Sealift Command’s (MSC) government owned, government operated fleet and government owned, contract operated fleet of are maintained in class or can be placed in class with ABS. This contract includes a 12-month base period and four 12-month option periods which, if exercised, would bring the cumulative value of this contract to $98,385,173. Fiscal 2024 Navy Working Capital funds in the amount of $8,000,000 will be obligated, and the total amount of $9,693,966 will be obligated for fiscal 2025 when funding is available. Option Period Two will be incrementally funded in the amount of $1,500,000 per Defense Federal Acquisition Regulation Supplement Clause 252.232-7007, with the remaining amount of $6,500,000.00 due before Oct. 1, 2024. The remaining funding is to be provided on or before Oct. 1, 2025, in the amount of $9,693,966 to fully fund Option Period Two. MSC, Norfolk, Virginia, is the contracting activity (N3220522C4029).

TOTE Services Inc., Jacksonville, Florida, is awarded a $15,306,564 firm-fixed-price bridge contract (N3220524C4028) for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area and is expected to be completed by Sept. 30, 2025. This contract includes one 12-month base period, and a six-month option under Federal Acquisition Regulation 52.217-8 which, if exercised, would bring the cumulative value of this contract to $23,125,543. Working capital funds (Navy) in the amount of $15,306,564 are obligated for fiscal 2024 and will not expire at the end of the fiscal year.

BAE Systems Ship Repair-San Diego, San Diego, California, is awarded a $12,618,999 firm-fixed-price modification to previously awarded contract (N00024-22-C-4420) for the fiscal 2022 USS Essex (LHD 2) Docking Selected Restricted Availability. Work will be performed in San Diego, California, and is expected to be completed by December 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $6,309,500 (50%); and fiscal 2024 other procurement (Navy) funds in the amount of $6,309,500 (50%), will be obligated at time of award and will not expire at the end of the current fiscal year. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Northrop Grumman Aeronautics Systems, Melbourne, Florida, is awarded a $10,268,848 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-22-C-6418) to exercise options for safety, logistics, engineering, and depot support for Airborne Laser Mine Detection System. Work will be performed in Melbourne, Florida, and is expected to be completed by March 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $732,036 (55%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $610,851 (45%), will be obligated at time of award, of which funding in the amount of $610,851 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Management Services Group, doing business as Global Technical Systems,* Virginia Beach, Virginia, is awarded a $7,879,295 modification to a previously awarded contract (N00024-23-C-5307) to exercise options for production of the battle force tactical training and advanced training domain shipboard combat system training units and engineering support. This contract combines purchases for the Navy (91%); and the governments of Canada (5%) and Australia (4%), under the Foreign Military Sales (FMS) program. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by April 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $3,076,987 (90%); FMS Canada funds in the amount of $155,799 (5%); FMS Australia funds in the amount of $141,376 (4%); and fiscal 2023 Defense-wide procurement funds in the amount of $24,569 (1%), 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.

CORRECTION: The $25,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for construction projects within the Naval Base Ventura County area of operations previously announced for Barkley Andross Corp.,* Hesperia, California, on March 28, 2024, has not been awarded.

DEFENSE LOGISTICS AGENCY

Navistar Defense LLC, Madison Heights, Michigan, has been awarded a maximum $7,771,356 firm-fixed-price, indefinite-delivery/definite-quantity contract for wheel and tire assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year contract with no option periods. Location of performance is Ohio, with a March 28, 2027, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0042).

CORRECTION: The contracts announced on March 26, 2024, for Petromax Refining Co.,* Houston, Texas (SPE602-24-D-0467, $553,956,872); Phillips 66 Co., Houston, Texas (SPE602-24-D-0468, $537,204,487); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-24-D-0471, $313,265,241); Placid Refining Co., LLC,* Port Allen, Louisiana (SPE602-24-D-0469, $246,912,575); Sunoco LLC, Dallas, Texas (SPE602-24-D-0470, $204,164,226); Lazarus Energy Holdings LLC,* Houston, Texas (SPE602-24-D-0465, $172,523,466); Carbon Asset Developer Associates LLC,* Alamo, Texas (SPE602-24-D-0461, $157,151,823); VetJet Fuels LLC,* Dallas, Texas (SPE602-24-D-0472, $157,083,553); Husky Marketing & Supply Co., Dublin, Ohio (SPE602-24-D-0464, $130,790,931); Alon USA LP, Brentwood, Tennessee (SPE602-24-D-0459, $105,685,589); Calumet Shreveport Fuels LLC,* Indianapolis, Indiana (SPE602-24-D-0462, $94,363,454); Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-24-D-0466, $70,007,192); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Rapid City, South Dakota (SPE602-24-D-0473, $35,536,088); Epic Aviation LLC, Salem, Oregon (SPE602-24-D-0463, $26,120,009) and Associated Energy Group, Houston, Texas (SPE602-24-D-0460, $10,185,517), were announced with an incorrect award date. The correct award date is March 27, 2024.

DEFENSE FINANCE ACCOUNTING SERVICES

Navy Federal Credit Union, Vienna, Virginia, has been awarded a $7,558,417 modification (P00005) to previously awarded cost-plus-fixed-fee contract HQ042323C0007 for banking and financial services to the Department of Defense (DOD) for the DOD Overseas Military Banking Program. The modification brings the total cumulative face value of the contract to $9,490,941 from $1,932,524. The award is the result of a competitive acquisition for which one offer was received. The contract has a six-month transition-in period ending March 31, 2024, a one-year base option beginning April 1, 2024, and eight one-year option periods. Banking services will be performed in Cuba, Diego Garcia, Germany, Honduras, Italy, Japan, Korea, Kwajalein Atoll, The Netherlands, Okinawa, Japan, and the United Kingdom, with home office operations in San Antonio, Texas. The expected completion date is March 31, 2025. Fiscal 2024 operations and maintenance, Army, Air Force, and Navy/Marines funds in the amount of $5,636,390 are being obligated at the time of award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity.

*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!