U.S. Department of Defense

09/12/2024 | Press release | Distributed by Public on 09/12/2024 15:18

Contracts for Sept. 12, 2024DOD Improves Microelectronics Education, Workforce Training in IndianaContracts for Sept. 11, 2024

DEFENSE LOGISTICS AGENCY

Raytheon Co., McKinney, Texas (SPRBL1-24-D-0012); and DRS Network & Imaging Systems LLC, Melbourne, Florida (SPRBL1-24-D-0011), are sharing a maximum $165,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPRBL1-24-R-0001 for production of Second Generation Forward Looking Infrared Block 1 B kit spare parts. This was a limited competitive acquisition with two responses received. These are five-year contracts with no option periods. The performance completion date is Sept. 11, 2029. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland.

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $55,735,390 undefinitized delivery order (SPRPA1-24-D-9005) against a three-year basic ordering agreement (SPRPA1-22-D-001U) for performance-based support requirements. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 16, 2027. Using military services are Air Force, Army, Navy, and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Golden State Medical Supply Inc.,* Camarillo, California, has been awarded a maximum $10,306,354 modification (P00008) exercising the fourth one-year option period of a one-year base contract (SPE2D2-20-D-0098) with four one-year option periods for duloxetine hydrochloride delayed release capsules. This is a fixed-price, requirements contract. The performance completion date is Sept. 16, 2025. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Veterans Affairs, Indian Health Services, and Federal Bureau of Prisons. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Elbit America Inc., Fort Worth, Texas, has been awarded an $8,045,225 firm-fixed-price, fixed-quantity, one-time buy contract for common display units. 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 one-year base contract with one one-year option period that has been exercised at the time of award. The delivery order end date is Oct. 2, 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 (SPRDL1-24-C-0052).

CORRECTION: The contract announced on Sept. 9, 2024, for Intrepid Eagle Logistics Inc.,* Bethesda, Maryland (SPE8ED-24-C-0010) for $9,790,600 was announced with an incorrect award date. The correct award date is Sept. 10, 2024.

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $99,000,201 cost-plus-fixed-fee contract (N00024-24-C-2124), a continuation of contract N00024-19-C-2125, for engineering, technical, design agent, and planning yard support for operational strategic and attack submarines. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by November 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $14,498,100 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Achuti LLC,* Raleigh, North Carolina (N40085-24-D-0100); Apex Construction LLC,* Ocean City, Maryland (N40085-24-D-0101); Quality Roofers and Guttering Inc.,* Jacksonville, North Carolina (N40085-24-D-0102); Riza Construction Inc.,* Jacksonville, North Carolina (N40085-24-D-0103); Seashore Builders Inc.,* Maple Hill, North Carolina (N40085-24-D-0104); and Yerkes South Inc.,* Crestview, Florida (N40085-24-D-0105), are awarded a combined $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, construction contract for roofing projects primarily at Marine Corps Base (MCB) Camp Lejeune; and the surrounding area. The work to be performed provides for roofing services including, but not limited to, removal, replacement, and installation of roofs and associated materials. Seashore Builders is being awarded $1,014,845 at contract award for demolition of the existing roof and installation of a new roof at Building M455. The remaining five awardees will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. The maximum dollar value, including base period and four option years, is not to exceed $95,000,000. The term of the contract is not to exceed 60 months, with an expected completion date of September 2029. Work will be performed at MCB Camp Lejeune, North Carolina; and the surrounding area. Fiscal 2024 operation and maintenance (Marine Corps) (O&M,MC) funds in the amount of $1,039,845 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, MC. This contract was competitively procured via the sam.gov website with 13 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Space of Titusville, Florida, is awarded a $67,439,798 hybrid fixed-price-incentive, cost-plus-fixed-fee, and cost-plus-fixed-incentive-fee modification P00012, to previously awarded and announced contract (N0003023C0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Magna, Utah (59.9%); Culpepper, Virginia (16.4%); Denver, Colorado (13.0%); Titusville, Florida (2.3%); Valley Forge, Pennsylvania (1.8%); Palo Alto, California (1.1%); Elkton, Maryland (1.1%); and locations less than 1.0% each (4.4%). Work is expected to be completed Sept. 30, 2028. Fiscal 2024 weapons procurement (Navy) funds in the amount of $60,427,889 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $7,011,869 will be obligated at time of award and will expire at the end of the current fiscal year. This contract is being awarded to the Contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Systems for Award Management (SAM) website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Georgia Tech Applied Research Corp., Atlanta, Georgia, is awarded a cost-plus-fixed-fee contract for the Heterogeneous Autonomy Prototyping and Execution effort. This contract aims to explore the expansion of swarming autonomy from attritable, autonomous unmanned vehicles to allow for diversity in sensor modalities and swarm systems. The focus of this research will be on achieving the program objectives by developing, demonstrating, testing and refining the swarming capabilities. Work will be performed in Atlanta, Georgia, and is expected to be completed in September 2027. The total cumulative value of this contract, including a 36-month base period with 19 options that, if all exercised, will run concurrently with the base, is $84,733,366. The base contract value is $51,709,013 (base and exercised Option 18 at the time of award) and the value of the options is $33,024,353. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,000,000 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) (N0001424SB001) entitled "Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology," posted Oct. 2, 2023. Since proposals were 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 (N0001424C1515).

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, is awarded a not-to-exceed $49,985,900 cost-plus-incentive-fee undefinitized modification to previously awarded contract (N00024-18-C-6258) for engineering support, component procurements, and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (49%); Orlando, Florida (33%); Virginia Beach, Virginia (15%); Clearwater, Florida (1%); Andover, Massachusetts (1%); and Arlington, Virginia (1%), and is expected to be completed by February 2028. Fiscal 2024 other procurement (Navy) funds in the amount of $24,879,577 (79%); fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $4,300,000 (14%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $2,150,000 (7%) will be obligated at 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.

Erie Forge and Steel, Erie, Pennsylvania, is awarded $40,266,043 for a firm-fixed-price contract for the procurement of seven Virginia-class submarine shafts. This is a stand-alone contract with no options. All work will be performed in Erie, Pennsylvania, and is expected to be completed by June 2030. Fiscal 2024 other procurement (Navy) funds in the full amount of $40,266,043 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This requirement was solicited as a full and open competition with four offers received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA51).

L3Harris Maritime Services Inc., Norfolk, Virginia, is awarded a $29,444,235 indefinite-delivery/indefinite-quantity contract containing firm-fixed-price provisions. This contract is for the manufacture of Copper, Fiber and Hybrid Cables Assemblies. Work will be performed in Norfolk, Virginia, and the ordering period will be completed in September 2029 (with the latest possible delivery taking place 20 months thereafter). Fiscal 2024 other procurement (Navy) funds in the amount of $2,063,246 (64%); fiscal 2024 operation and maintenance (Navy) funds in the amount of $638,741 (20%); and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $537,808 (16%), will be obligated at time of award on the first delivery order, of which $638,741 will expire at the end of the fiscal year. This contract was competitively procured using full and open competition via the System for Award Management website with one offer received. Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N6604-24-D-L400).

Lockheed Martin Space of Titusville, Florida, is awarded a fixed-price-incentive-fee un-priced letter contract (N0003024C0100), with a maximum amount $15,076,103, for long lead material and labor, planning, and scheduling efforts necessary to support the fiscal 2025 Trident II (D5) Missile production schedule. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Titusville, Florida, and is expected to be completed Sept. 30, 2029. Fiscal 2024 weapons procurement (Navy) funds in the amount of $15,076,103 will be obligated on this award and no funds will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management (SAM.gov) online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

ProSecure LLC JV,* Titusville, Florida, is awarded $10,923,601 for a firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract (N44255-20-D-5018). This modification provides for management and administration, and force protection services in support of base operations at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations (AO). Work will be performed in the NAVFAC Northwest AO, and is expected to be completed by September 2025. The maximum dollar value, including the base period and four option years, is $52,793,581. No funds will be obligated at time of award. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $10,335,392 will be obligated on an individual task order, and will not expire at the end of the current fiscal year. NAVFAC Northwest, Silverdale, Washington, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Great Hill Solutions LLC, Chantilly, Virginia (HQ0034-24-C-0120), is awarded a firm-fixed-price and time and material contract in the amount of $68,261,261 to provide professional administrative and technical support services for the missions and operations of the Institute for Security Governance, Defense Institute of International Legal Studies, Defense Security Cooperation University (DSCU), and Defense Resources Management Institute for dedicated partner nation projects as identified by the government. Fiscal 2024 operations and maintenance funds in the amount of $4,660,525 are being obligated at the time of award. Work will be performed at Naval Station Newport, Newport, Rhode Island; the Naval Postgraduate School, Monterey, California; DSCU, Wright Patterson Air Force Base, Ohio; and Arlington, Virginia. The estimated completion date is Sept. 10, 2030. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

MISSILE DEFENSE AGENCY

Wyzkyds Consulting LLC, Tucson, Arizona, is being awarded a competitive cost-plus-fixed-fee contract. The total value of this modification $15,720,638. Under this Small Business Innovative Research (SBIR) Phase III contract, the contractor shall demonstrate a new two-mirror telescope designed and fabricated using Silicon Carbide material to reduce telescope complexity and address a radiation-hardened telescope. The work will be performed in Santa Rosa Beach, Florida. The performance period is from September 2024 through January 2026. In accordance with the SBIR Policy Directive, the competitions for Phase II award satisfies any competition requirement for a SBIR Phase III award. Fiscal 2023 and fiscal 2024 research, development, test and evaluation Congressional-Plus-Up funds in the amount of $15,720,638 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0860-23-C-7200).

AIR FORCE

M1 Support Services, Denton, Texas, has been awarded a $13,106,623 modification (P00021) to previously awarded contract (FA3002-22-F-0105) for trainer maintenance services. This contract modification is to exercise option period two. This modification brings the total cumulative face value of the contract to $24,812,239. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed Sept. 30, 2025. Fiscal 2025 operation and maintenance funds in the amount of $13,106,623 are being obligated on Oct. 1, 2024. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

*Small business