DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE 

ARMY

Nakupuna Consulting LLC,* Arlington, Virginia, was awarded a $370,000,000 cost-plus-fixed-fee contract for the integration for functionality into the Integrated Personnel and Pay System-Army. 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 July 9, 2031. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0022).

Northrup Grumman, Radford, Virginia (W519TC-24-F-0296); and Global Military Products,* Tampa, Florida (W519TC-24-F-0298), will compete for each order of the $299,749,070 firm-fixed-price contract for special ammunition and weapons systems requirements. 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 Dec. 28, 2025. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

EMR Inc.,* Niceville, Florida (W91278-24-D-0030); Healtheon Inc.,* New Orleans, Louisiana (W91278-24-D-0031); Howard W. Pence,* Elizabethtown, Kentucky (W91278-24-D-0032); Roundhouse-MV JV,* Kansas City, Missouri (W91278-24-D-0033); Southeast Cherokee Construction Inc.,* Montgomery, Alabama (W91278-24-D-0034); Southeastern Industrial Barlovento JV-2 LLC,* Destin, Florida (W91278-24-D-0035); Speegle Construction Inc.,* Niceville, Florida (W91278-24-D-0036); and Web LLC,* Springfield, Virginia (W91278-24-D-0037), will compete for each order of the $200,000,000 firm-fixed-price contract for general construction and repair. Bids were solicited via the internet with 47 received. Work locations and funding will be determined with each order, with an estimated completion date of July 11, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Parsons Government Services Inc., Centreville, Virginia, was awarded a $68,567,100 firm-fixed-price contract for housing construction. Bids were solicited via the internet with three received. Work will be performed at Kwajalein Atoll, Marshall Islands, with an estimated completion date of July 13, 2027. Fiscal 2010 family housing construction, Army funds in the amount of $68,567,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Far East District, is the contracting activity (W9128A-24-C-0013).

Donato Marangi Inc.,* Valley Cottage, New York, was awarded a $24,587,376 fixed-firm-price contract for solid waste management services. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of July 15, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $4,569,746 were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SD-24-C-0007).

Marinex Construction Inc., Charleston, South Carolina, was awarded a $22,826,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Savannah, Georgia, with an estimated completion date of July 11, 2025. Fiscal 2024 civil construction funds in the amount of $22,826,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-24-C-5005).

NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $300,942,534 cost-plus-incentive-fee modification to a previously awarded contract (N00024-21-C-5127) for software engineering and on-site support for the Australia Surface Combatant program. This contract involves Foreign Military Sales to the government of Australia. Work will be performed in Moorestown, New Jersey (70%); and Adelaide, Australia (30%), and is expected to be completed by September 2031. Foreign Military Sales (Australia) funding in the amount of $20,108,000 will be obligated at the 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 Rotary and Mission Systems, Manassas, Virginia, is awarded a $180,496,470 cost-plus-incentive fee, fixed-price-incentive, and cost only modification to a previously awarded contract (N00024-18-C-5218) to exercise the option for hypervisor technology, AN/SQQ-89A(V)15 Surface Ship Undersea Warfare Combat Systems, and to provide funding for engineering labor in support of continued AN/SQQ-89A(V)15 Surface Ship USW Combat System development, integration, manufacture, production, and testing. This modification also increases the option amounts for engineering labor. Work will be performed in Manassas, Virginia (70%); Lemont Furnace, Pennsylvania (15%); Syracuse, New York (13%); Clearwater, Florida (1%); and Owego, New York (1%), and is expected to be completed by March 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,623,122 (39%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $5,457,785 (38%); fiscal 2024 other procurement (Navy) funds in the amount of $1,363,000 (9%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $847,420 (6%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $646,489 (5%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $427,064 (3%), will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Magee Technologies LLC,* California, Maryland, is awarded a $175,438,705 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides engineering and infrastructure, technical services, technical shops, and aircraft modification and installation teams in support of manufacturing, airworthiness, rapid reaction and transition, experimentation, concept demonstration, research, spiral development, prototyping, and test and evaluation programs and deliverables to meet prototyping requirements of the Naval Air Warfare Center Aircraft Division’s (NAWCAD) Prototype, Instrumentation, and Experimentation Department’s Aircraft Prototype Systems Division. Additionally, this requirement supports potentially new systems and existing systems within the manned and unmanned aircraft inventory. Work will be performed in Patuxent River, Maryland (80%); and California, Maryland (20%), and is expected to be completed in August 2029. 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 as a small business set-aside; three offers were received. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042124D0019).

OCR Global Inc.,* McLean, Virginia, is awarded a $98,495,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for .50 caliber reduced range ammunition, Ball MK322 Mod 1 and Tracer MK321 Mod 1. This contract does not include options. Work will be performed in São Paulo, Brazil (90%); and McLean, Virginia (10%), and is expected to be completed by July 2029. Fiscal 2023 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,464,995 (85%); and fiscal 2024 procurement of ammunition (Navy and Marine Corps) funding in the amount of $600,000 (15%), will be obligated at the time of award, of which none will expire at the end of the current fiscal year. This contract was competitively procured on the basis of full and open competition and three offers were received via Federal Business Opportunities. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424DJN03).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $78,845,434 firm-fixed-price contract for MK 41 Vertical Launching System (VLS) canister production in support of FY24-28 MK 41 VLS canister production requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $737,733,340. This contract combines purchases for the U.S. (71%), and the governments of Japan (25%) and Australia (4%) under the Foreign Military Sales (FMS) program. Work will be performed in Aberdeen, South Dakota (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by June 2026. If all options are exercised, work will continue through June 2030. Fiscal 2024 weapons procurement (Navy) funds in the amount of $22,261,797 (28%); FMS (Japan) funds in the amount of $20,075,018 (25%); fiscal 2024 missile procurement (Army) funds in the amount of $11,167,784 (14%); fiscal 2023 weapons procurement (Navy) funds in the amount of $7,796,313 (10%); defense-wide procurement funds in the amount of $7,096,089 (9%); fiscal 2024 procurement (Marine Corps) funds in the amount of $5,776,440 (7%); FMS (Australia) funds in the amount of $3,080,768 (4%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount $1,118,934 (2%); and fiscal 2023 procurement (Marine Corps) funds in the amount $577,644 (1%), 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 System for Award Management (SAM) website, with three offers received. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-24-C-5324).

Huntington Ingalls Inc., Newport News, Virginia, is awarded a $78,000,000 modification to previously awarded contract N00024-21-C-2106 to establish a quality-of-service improvement incentive. This special incentive will support improved quality of life for Navy sailors and shipyard workers at Newport News Shipbuilding. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2026. No funds will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Systems Planning & Analysis, Inc. Alexandria, Virginia, is awarded an undefinitized contract action with a not-to-exceed amount of $24,887,000 under contract N0003024C7002, for research and development services including program office support of the nuclear-armed sea-launched cruise missile program. The action will be definitized as a cost-plus-fixed-fee contract line-item number. Work will be performed during July 2024 through July 2025 and performed in Alexandria, Virginia (75%); and Washington, D.C. (25%). Fiscal 2024 research development test and evaluation (Navy) funding in the amount of $12,443,500 will be obligated on this award. No funds will expire at the end of the current fiscal year. This contract action is being awarded on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington D.C., is the contracting activity.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $9,014,320 cost-plus-fixed-fee modification to previously awarded contract (N6339421C0008) to exercise options for design agent engineering and technical specialized support services, to include procurement of material management for repair, modification, overhaul, replacement, and fleet support for guided missile launching. Work will be performed in Taiwan (85%); Minneapolis, Minnesota (10%); and Chile (5%) and is expected to be completed by July 2025. Foreign Military Sales funds in the amount of $289,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This modification combines purchases for the U.S. government (10%); and the governments of Taiwan (85%); and Chile (5%), under the foreign Military Sales program. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

University of Maine System, Orono, Maine, is awarded a $9,000,000 cost reimbursement contract for the Composites for Advanced Maritime Structures III effort. The work to be performed will focus on improving the manufacturing technologies used for creating unmanned surface vessels (USVs) and related maritime structures. This involves developing digital manufacturing software tools that guide design decisions to achieve an optimal balance of build time, cost and performance. Additionally, the effort includes conducting manufacturing technology experiments to assess cost and performance models through the design, fabrication, and testing of structures and USVs in both laboratory and maritime environments. Work will be performed in Orono, Maine, and is expected to be completed in July 2027. The total cumulative value of this contract, including a 36-month base period with no options, is $9,000,000. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $9,000,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement N0001423SB001 entitled “Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science & Technology,” posted on Oct. 2, 2023. 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 (N0001424C1324).

Sonalysts Inc., Waterford, Connecticut, is awarded a $8,980,273 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to the German Navy for services in support of the Dangerous Waters simulation engine. This contract includes Foreign Military Sales (FMS) to Germany. Work will be performed in Waterford, Connecticut (95%); and Wilhelmshaven, Germany (5%), and is expected to be completed July 2029. Fiscal 2024 FMS funding in the amount of $14,150 will be obligated at time of award, which will not expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was not competitively procured, in accordance with Federal Acquisition Regulation 6.302-4 (International Agreement). The Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-24-D-2504).

HII Fleet Support Group LLC, Virginia, is awarded a $8,867,613 cost-plus-fixed-fee award delivery order (N62793-24-F-0006) as part of a previously awarded contract (N00024-21-D-4114) to provide execution for the USS John C. Stennis (CVN 74) refueling complex overhaul and carrier engineering maintenance assist team support. Work includes assistance for preparation, evaluation, and execution of repairs, as well as technical guidance for maintenance execution and repairs. This contract, where specified, will provide “hands on” instruction in fault identification and application of current maintenance/repair techniques in accordance with the contract. Work will be performed in Newport News, Virginia, and is expected to be completed January 2025. Fiscal 2024 shipbuilding and conversion (Navy) funding in the amount of $4,433,806 was obligated at time of award and will expire at the end of fiscal 2028. The Supervisor of Shipbuilding, Conversion and Repair, Newport News, Virginia is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $143,195,910 firm-fixed-price, requirements contract for wheel and tire assemblies. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. The ordering period end date is July 11, 2027. 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-0057).

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $19,620,675 fixed-price, indefinite-delivery/indefinite-quantity contract for unisex dress gloves. This was a competitive acquisition with eight responses received. This is a five-year contract with no option periods. The ordering period end date is July 11, 2029. Using customers are Army, Navy, Air Force, and Coast Guard. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0058).

*Small business

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.