NAVY

Raytheon Missiles & Defense, Tewksbury, Massachusetts, is awarded a $212,514,179 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost-only modification to a previously awarded contract (N00024-22-C-5522) for an option exercise of combat system engineering, miscellaneous material, and travel supporting combat system installation, integration, development, testing, correction, maintenance, and modernization of ZUMWALT class mission systems and mission system equipment. Work will be performed in Portsmouth, Rhode Island (40%); Tewksbury, Massachusetts (33%); San Diego, California (11%); Nashua, New Hampshire (9%); Pascagoula, Mississippi (6%); and Fort Wayne, Indiana (1%), and is expected to be completed by April 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,057,392 (37%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,600,000 (27%); fiscal 2024 other procurement (Navy) funds in the amount of $ $2,796,988 (21%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,010,627 (7%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $801,601 (6%); fiscal 2023 other procurement (Navy) funds in the amount of $ $71,263 (1%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $169 (1%), will be obligated at time of award, and $5,057,561 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Northrop Grumman Systems Corp., Baltimore, Maryland, is awarded a $167,113,948 modification to previously awarded firm-fixed-price contract (M67854-19-C-0043), in accordance with Federal Acquisition Regulation 6.302-1. This modification provides for the exercise of Ground/Air Task Oriented Radar (G/ATOR) full rate production Lot Six options to procure four full rate production G/ATOR systems and associated data and travel. Work will be performed at Baltimore, Maryland (35%); East Syracuse, New York (19%); Stafford Springs, Connecticut (6%); Tulsa, Oklahoma (4%); Hampstead, Maryland (3%); Santa Clarita, California (3%); Rochester, New York (2%); Atlanta, Georgia (2%); San Diego, California (2%); and various places at 1% each (24%), with an expected completion date of February 2029. Fiscal 2024 other procurement funds (Air Force) in the amount of $167,113,948 are being obligated at the time of award, none of which will expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Design West Technologies Inc.,* Tustin, California, is awarded a $17,813,945 firm-fixed-price modification to a previously awarded contract (N6339422C0008) to exercise options for the manufacture, assembly, test, and delivery of a vertical launching system motor control panel, status panel, associated maintenance assistance module kit, onboard repair part kit, installation and checkout spares kit, depot spares kit, and lowest replaceable unit kit. Work will be performed in Tustin, California, and is expected to be completed by November 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $9,514,695 (53%); and Foreign Military Sales (FMS) funds in the amount of $8,299,250 (47%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract combines purchases for the U.S. government (53%); and the governments of Canada (35%) and Australia (12%), under the FMS program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

Coffin Turbo Pumps Inc.,* Englewood, New Jersey, is awarded a $13,928,262 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of turbine driven main feed pumps with tools and spare parts for Navy LHD class ships. Work will be performed at the contractor’s facilities in Englewood, New Jersey, and is expected to be completed by April 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $76,318 will be obligated at the time of award and will not expire at the end of the fiscal year. This contract was procured competitively via sam.gov, with one offer received. Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-0003).

Dcode Group Inc., * Washington, D.C., is awarded $10,605,490 for a firm-fixed-priced task order (N00189-24-F-R037) under previously awarded basic ordering agreement (N00189-24-G-R001) to provide deployment, sustainment, maintenance, and enhancement support services for the Naval Autonomous Data Collection System, in support of Naval Supply Systems Command. The contract will include a one-year base period with two one-year option periods which, if exercised, will bring the total estimated value to $32,503,240. All work will be performed in Washington, D.C. Work is expected to be completed by April 2025; if all options are exercised, the ordering period will be completed by April 2027. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,000,000 will be obligated at time of award, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. The requirement was solicited for this sole-source procurement pursuant to the authority of 10 U.S. Code 3204(a)(5) as implemented by Federal Acquisition Regulation 6.302-5 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Regional Directorate, Mechanicsburg, Pennsylvania, is the contracting activity.

AIR FORCE

Lockheed Martin Corp., Rotary and Mission Systems, King of Prussia, Pennsylvania, was awarded a $156,988,653 cost-plus-fixed-fee contract for Joint Air-to-Surface Standoff Missile (JASSM) enterprise software. This contract provides for the sustainment, modernization, and advancement of JASSM enterprise management software; operational real-time combat analysis systems; SMART-Sync software; mission optimization analysis and reporting capabilities; terminal area model automation systems engineering, integration, and test; and enhanced JASSM advanced training. Work will be performed at King of Prussia, Pennsylvania, and is expected to be completed by April 21, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $10,000,000 are being obligated at time of award for the base year, along with procurement funds of $602,555. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-24-C-B002).

One Network Enterprises, Dallas, Texas, has been awarded an $18,261,682 hybrid, firm-fixed-price, level-of-effort contract, for the configuration, development, deployment, and sustainment of Foundational Logistics Information Technology Enterprise System (FLITES) Minimal Viable Product (MVP). This contract is a follow-on contract to continue the development and deployment of MVP1, and all other applicable MVPs, and subsequent deployments during the period of performance of the subject delivery order. The work will consist of software license, continued development of a commercial off-the-shelf software, technical support, and the associated software support necessary to enable the configuration of the FLITES solution. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Sept. 26, 2025. This award is a delivery order off an indefinite-delivery/definite-quantity contract that was competitively awarded between five offerors. Fiscal 2024 research, development, test, and evaluation funds in the amount of $5,376,997 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-24-F-B001).

DEFENSE LOGISTICS AGENCY

Twin Disk Inc., Racine, Wisconsin, has been awarded a maximum $10,955,700 firm-fixed-price delivery order (SPRDL1-24-F-0119) against a five-year long-term contract (SPRDL1-21-D-0036) for hydraulic and container transmissions. This was a competitive acquisition with one response received. The ordering period end date is May 3, 2026. Using military service is Army. Type of appropriation is fiscal 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

ARMY

Cotter-MOCA JV,* Burr Ridge, Illinois, was awarded a $7,500,000 firm-fixed-price contract for architecture and engineering design services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2029. 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W911SA-24-D-2005).

*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!