U.S. Department of Defense

05/07/2024 | Press release | Distributed by Public on 06/07/2024 04:05

Contracts for July 5, 2024Remarks by Secretary of Defense Lloyd J. Austin III at the Medal of Honor Hall of Heroes InductionContracts for July 3, 2024

NAVY

Frontgrade Technologies Inc., Exeter, New Hampshire, is receiving modification number P00010 to a previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00039-18-D-0004). This modification increases the value of the basic contract by $94,107,423 to a new total contract value of $115,850,904. This modification allows for the continued procurement of OE-570 ultra-high frequency antenna systems variants, subassemblies, Mobile User Objective System upgrade kits, system spares, engineering services, and training to fulfill antenna requirements for the Digital Modular Radio Program on various surface ships. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) - Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). Work will be performed in Exeter, New Hampshire, and is expected to be completed by Dec. 16, 2027. No funds will be obligated at the time of modification award. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

BAE Systems - San Diego Ship Repair, San Diego, California, is awarded a $27,660,189 firm-fixed-price contract action for maintenance, modernization, and repair of USS Mobile (LCS 26) fiscal 2025 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for critical maintenance, modernization, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $28,539,952. Work will be performed in San Diego, California, and is expected to be completed by May 2025. Fiscal 2024 other procurement, Navy funds in the amount of $27,308,830 (98.7%); and fiscal 2024 operations and maintenance, Navy funds in the amount of $351,359 (1.3%), will be obligated at the time of award, of which $351,359 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002424C4408).

ARMY

Rolls-Royce Solutions America Inc., Novi, Michigan, was awarded a $37,181,554 modification (P00005) to contract W56HZV-23-C-0054 for power packs for armored personnel carriers. Work will be performed in Novi, Michigan, with an estimated completion date of Dec. 31, 2028. Fiscal 2024 Foreign Military Sales funds in the amount of $37,181,554 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Culmen International LLC, Alexandria, Virginia, was awarded a $16,788,117 cost-plus-fixed-fee bridge contract (HDTRA1-24-C-0033) for threat reduction logistics services for the Defense Threat Reduction Agency (DTRA) in support of the Cooperative Threat Reduction Directorate. The principal place of performance is Fort Belvoir, Virginia. The work provides logistics services across the cooperative threat reduction portfolio including the Biological Threat Reduction Program, chemical security and elimination, global nuclear security, strategic offensive arms elimination, the Proliferation Prevention Program, and other assessments and administrative costs. This award is the result of a sole source acquisition. DTRA solicited for one proposal and received one proposal. Funds in the amount of $6,581,586 are to be obligated at the time of award. Work is expected to be completed by January 2025. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pauley Rodine Inc.,* doing business as American Machines, Bremerton, Washington, has been awarded a maximum $15,832,998 firm-fixed-price contract for vertical turning centers and one Kundel bridge crane. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1(a)(ii)(A). This is a two-year contract with no option periods. The performance completion date is June 30, 2026. Using customer is Naval Sea Systems Command. Type of appropriation is fiscal 2024 through 2026 defense working capital funds and fiscal 2024 operational and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-24-C-0001).

Northrop Grumman Systems Corp., doing business as Northrup Grumman Technical Services, Clearfield, Utah, has been awarded a maximum $8,827,783 modification (P00001) to a five-year base contract (SPE4A6-24-F-1505) with one five-year option period for horizontal stabilizers. Location of performance is California, with an Oct. 12, 2028, performance completion date. Using military services are Navy and Air Force. The type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Maytag Aircraft LLC, Colorado Springs, Colorado, has been awarded a maximum $8,317,824 firm-fixed‐price contract for contractor-owned, contractor-operated retail/bulk fuel services. This was a competitive acquisition with three responses received. This is a four‐year base contract with one five‐year option period, and one option to extend, not to exceed six months. Various locations of performance are throughout East Germany, with an Oct. 31, 2028, performance completion date. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5006).

*Small business