NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,396,995,054 cost-plus-fixed-fee modification to previously awarded contract (N00024-18-C-2130) to exercise fiscal 2025 options for naval nuclear propulsion work at the Naval Nuclear Laboratory. Work will be performed in Pittsburgh, Pennsylvania (52%); Schenectady, New York (39%); and Idaho Falls, Idaho (9%). Fiscal 2024 other procurement (Navy) funding in the amount of $14,979,962 (79%); fiscal 2024 research, development, test and evaluation in the amount of $3,551,000 (19%); and fiscal 2022 other procurement (Navy) funding in the amount of $495,000 (2%), will be obligated at time of award and funds in the amount of $495,000 will 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, Moorestown, New Jersey, is awarded a $61,000,000 cost-plus-fixed-fee and cost-only modification to a previously awarded contract (N00024-20-C-5392) for engineering integration, technical support, and depot operations in support of the MK 41 vertical launching system electronic systems and computer programs. Work will be performed in Moorestown, New Jersey (60%); Ventura, California (16%), San Diego, California (10%); Seattle, Washington (4%); Mayport, Florida (4%); Norfolk, Virginia (4%); and Virginia Beach, Virginia (2%), and is expected to be completed by July 2025. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $5,635,000 (43%); fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,441,483 (41%); fiscal 2024 other procurement (Navy) funds in the amount of $1,254,750 (9%); and fiscal 2024 Defense-wide research, development, test and evaluation funds in the amount of $927,322 (7%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Henry General Contractors Inc.,* Springfield, Massachusetts (N6660424DN401); Kelly Construction Services Inc.,* Enfield, Connecticut (N6660424DN402); Koman Government Solutions LLC,* Marlborough, Massachusetts (N6660424DN403); and Excell Construction Corp.,* Cranston, Rhode Island (N6660424DN404), are awarded a combined $30,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contracts with firm-fixed-price provisions to accomplish simultaneous maintenance, sustainment, repair, and minor construction projects at the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). Each awardee will be awarded $250 (minimum contract guarantee per awardee) at contract award. Task orders will be competed among the four awardees over the five-year ordering period which may bring the cumulative value to $30,000,000. Work will be performed in Newport, Rhode Island. This contract was competitively procured via SAM.gov, with thirteen offers received. NUWCDIVNPT, Newport, Rhode Island, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $27,658,912 modification (P00023) to a cost-plus-fixed-fee-order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises an option to procure three retrofit A-Kits for Royal Australian Air Force (RAAF) P-8A aircraft with Increment Three Engineering Change Proposal Six Capabilities. Work will be performed in Jacksonville, Florida (79.6%); San Antonio, Texas (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed October 2026. RAAF Cooperative Funds in the amount of $27,658,912 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.

General Atomics Aeronautical Systems Inc., San Diego, California, is awarded a $9,672,322 modification (P00005) to a firm-fixed-price order (N0001921F0060) against a previously issued basic ordering agreement (N0001916G0006). This modification provides for the procurement and installation of upgraded dual gate drivers for the Electromagnetic Aircraft Launch System Power Conditioning Subsystem Half Bridges to address reliability and obsolescence concerns. This includes a total of 686 kits that will be installed on Navy aircraft carriers (CVN 78, CVN 79) and the Lakehurst System Functional Demonstration test site, including on-board and site spares for each location. Additionally, this modification includes associated labor for engineering, program management, and logistics products. Work will be performed in Tupelo, Mississippi (56.1%); San Diego, California (40.7%); Newport News, Virginia (1.7%); and Lakehurst, New Jersey (1.5%), and is expected to be completed January 2027. Fiscal 2024 shipbuilding and conversion (Navy) funds in the amount $3,442,009; fiscal 2024 other procurement (Navy) funds in the amount $2,277,737; fiscal 2023 other procurement (Navy) funds in the amount of $2,676,182; and fiscal 2022 other procurement (Navy) funds in the amount of $1,276,392 will be obligated at the time of award, $1,276,392 of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

South Texas Lighthouse for the Blind, Corpus Christi, Texas, is awarded an $8,254,953 fixed-price, indefinite-delivery, requirements contract for the acquisition of miscellaneous items for the Navy Exchange Service Command Ship Store Program. The contract will include a 12-month base period, four one-year options, and a six-month extension option in accordance with Federal Acquisition Regulation (FAR) 52.217-8. If all options are exercised, the total value of this contract will be $48,472,179. Work will be performed in San Diego, California (24%); Seattle, Washington (18%); Norfolk, Virginia (16%); Mayport, Florida (15%); Oahu, Hawaii (14%); and Diego Garcia (13%). Work is expected to be completed by September 2025; if all options are exercised, work will be completed by March 2030. No funds will be obligated at time of award. Appropriate fiscal year working capital funds (Navy) will be used as individual orders are issued. This sole-source requirement is authorized or required by statute in accordance with FAR Part 8.7 Javits-Wagner-O’Day Act (41 U.S. Code 46-48c) and the rules of the Committee for Purchase from People Who Are Blind or Severely Disabled (41 Code of Federal Regulations Chapter 51) which implements the AbilityOne Program. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity (N00604-24-D-4001).

AIR FORCE

Science Applications International Corp., Reston, Virginia, has been awarded a maximum $262,430,360 contract bridge modification (P00013) to previously awarded Government Wide Acquisition Contract Alliant 2 vehicle for continued Air Force cloud computing capability. The contract modification is for continued support of commercial cloud services, common architectural and foundational services, and software engineering services to assist with migration and modernization. The modification brings the total cumulative face value of the contract to $1,246,163,495. Work will be performed at the contractor’s designated facilities and is expected to be completed by Sept. 8, 2025. Fiscal 2024 operations and maintenance funds in the amount of $13,804,881 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-24-F-0001).

Collins Elbit Vision Systems LLC, Fort Worth, Texas, has been awarded a $41,670,592 bilateral modification (P00001) implementing negotiated prices at the basic contract level to previously awarded (FA8539-23-D-0003) for repair services to the Joint Helmet Mounted Cueing System. The modification brings the total cumulative face value of the contract to $67,507,984 from $25,459,443. Work will be performed in Atlanta, Georgia; Talladega, Alabama; and Fort Worth, Texas, and is expected to be complete by Sept. 28, 2026. This contract involves Foreign Military Sales to multiple Foreign Military Sales countries. No funds are being obligated at time of award. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

DPG Services JV LLP, North Las Vegas, Nevada, was awarded a $76,203,832 firm-fixed-price contract for base operations support. Bids were solicited via the internet with seven received. Work will be performed in Dugway, Utah, with an estimated completion date of Aug. 18, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $229,421 were obligated at the time of the award. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W5168W-24-C-0005).

Amentum Services Inc., Chantilly, Virginia, was awarded an $8,769,536 modification (P00004) to contract W912GB-24-F-0305 for construction surveillance technicians. Work will be performed in Baumholder, Germany, with an estimated completion date of June 11, 2028. Fiscal 2022 military construction, Army funds in the amount of $8,769,536 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity.

MISSILE DEFENSE AGENCY

Modern Technology Solutions Inc., Alexandria, Virginia, is being awarded a competitive, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a maximum amount of $73,568,329. Under this new contract, the contractor will build advance the state-of-the-art in collaborative, constructive experimentation and evaluation of missile defeat kill webs (MDKW). The contractor will create a digital engineering ecosystem that enables experiments and evaluations of MDKW including left-through-right of launch. A task order in the amount of $11,919,845 is being issued. The work will be performed in Huntsville, Alabama. The ordering period is from Aug. 19, 2024, through Aug. 18, 2029. This contract was competitively procured via publication on the government-wide Point-of-Entry website under the Missile Defense Agency’s (MDA) Broad Agency Announcement HQ0860-23-S-0001. Fiscal 2023 research, development, test and evaluation Congressional-Plus-Up funds in the amount of $1,804,347 are being obligated on the first task order. MDA, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-24-D-0001).

DEFENSE LOGISTICS AGENCY

Choctawhatchee Electric Cooperative Inc., DeFuniak Springs, Florida, has been awarded a maximum $44,781,320 modification (P00071) to a 50-year contract (SP0600-16-C-8314) with no option periods incorporating the economic-price adjustment agreement for electric utility services at Eglin Air Force Base, Florida. This is a fixed-price with economic-price-adjustment contract. The performance completion date is July 31, 2067. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2067 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Oklahoma City Water Utilities Trust, Oklahoma City, Oklahoma, has been awarded an $8,510,197 modification (P00015) to a 50-year contract (SP0600-20-C-8331), with no option periods, for water and wastewater utility services at Tinker Air Force Base, Oklahoma City, Oklahoma. This is a regulated tariff rate contract. The performance completion date is Oct. 31, 2071. Using military service is Air Force. Type of appropriation is fiscal 2024 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

DEFENSE HEALTH AGENCY

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, is awarded a modification (P00002) valued at $25,777,598 to bridge a previously awarded firm-fixed-price contract (HT001124C0011) for Global Nurse Advice Line (GNAL) support services. The GNAL is a service to the Military Health System eligible beneficiaries and provides access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. Fiscal 2024 operation and maintenance funds are obligated to exercise and fully fund Option Two contract line items 2001-2007 for six months from Sept. 18, 2024, through March 17, 2025. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, 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!