U.S. Department of Defense

09/17/2024 | Press release | Distributed by Public on 09/17/2024 15:14

Contracts for Sept. 17, 2024On-Camera Press BriefingContracts for Sept. 16, 2024

DEFENSE LOGISTICS AGENCY

S2i2 Inc.,** Oakton, Virginia (SP4709-24-D-0003); Echelon Xcelerate JV LLC,** Manassas, Virginia (SP4709-24-D-0004); Dobbs Defense Solutions LLC,** College Park, Maryland (SP4709-24-D-0005); Barex Technologies II LLC,** Chantilly, Virginia (SP4709-24-D-0007); OCH-Sawdey JV,** Leesburg, Virginia (SP4709-24-D-0008); Electrosoft Services Inc.,** Reston, Virginia (SP4709-24-D-0009); Wits Solutions Inc.,** Ashburn, Virginia (SP4709-24-D-0011); Nisga'a Tek LLC,** Chantilly, Virginia (SP4709-24-D-0012); Diné Source LLC,** Scottsdale, Arizona (SP4709-24-D-0013); ITfrastructure LLC,** Fairfax, Virginia (SP4709-24-D-0014); Northern Technologies Group Inc.,** Tampa, Florida (SP4709-24-D-0015); C2 United LLC,** Columbia, Maryland (SP4709-24-D-0016); Basecamp Consulting and Solutions LLC,** Reston, Virginia (SP4709-24-D-0017); Autonomic Enterprise Inc.,** Gaithersburg, Maryland (SP4709-24-D-0018); B.E.A.T. LLC,* doing business as Business Enabled Acquisition & Technology, San Antonio, Texas (SP4709-24-D-0019); FedWriters Inc.,** Fairfax, Virginia (SP4709-24-D-0020); Credence Dynamo Technologies LLC,** Vienna, Virginia (SP4709-24-D-0021); DayCom LLC,** Dayton, Ohio (SP4709-24-D-0022); Cardinal Technology Systems Corp.,** Leesburg, Virginia (SP4709-24-D-0023); TA Federal LLC,** Vienna, Virginia (SP4709-24-D-0024); RCHP LLC,** Leesburg, Virginia (SP4709-24-D-0025); AccelGov LLC,** Bethesda, Maryland (SP4709-24-D-0026); Enterprise Solutions & Management Corp.,* Springfield, Virginia (SP4709-24-D-0027); AIX Tech LLC,** Brambleton, Virginia (SP4709-24-D-0028); Soft Tech Consulting Inc.,* Chantilly, Virginia (SP4709-24-D-0029); AGE Solutions LLC,* Alexandria, Virginia (SP4709-24-D-0030); TRI-COR Industries Inc.,* Reston, Virginia (SP4709-24-D-0031); Pioneer Technologies Inc.,* Fairfax, Virginia, (SP4709-24-D-0032); Diligent Consulting Inc.,* San Antonio, Texas (SP4709-24-D-0033); Zantech-Calibre Solutions JV LLC,* Vienna, Virginia (SP4709-24-D-0034); LOGC2 Inc.,* doing business as Connected Logistics, Decatur, Alabama (SP4709-24-D-0035); Emagine IT Inc.,* North Bethesda, Maryland (SP4709-24-D-0036); NexGen Data Systems Inc.,* Goose Creek, South Carolina (SP4709-24-D-0037); Technatomy Corp.,* Fairfax, Virginia (SP4709-24-D-0038); iP-Plus Consulting Inc.,* Washington, D.C. (SP4709-24-D-0040); Horizon Industries Ltd.,* Vienna, Virginia (SP4709-24-D-0041); Silotech Group Inc.,* San Antonio, Texas (SP4709-24-D-0042); Tryfacta Inc.,* Pleasanton, California (SP4709-24-D-0043); Clear Vantage Point Solutions II,* Fairfax, Virginia (SP4709-24-D-0044); CompTech Computer Technologies Inc.,* Dayton, Ohio (SP4709-24-D-0045); Ardent Technologies Inc.,* Dayton, Ohio (SP4709-24-D-0046); Beshenich Muir & Associates LLC,* Huntsville, Alabama (SP4709-24-D-0047); Tuba Group Inc.,* Vienna, Virginia (SP4709-24-D-0048); EDC Consulting LLC,* McLean, Virginia (SP4709-24-D-0049); Phoenix Data Security Inc.,* doing business as Phoenix Cyber, Scottsdale, Arizona (SP4709-24-D-0050); Unity Technologies Corp.,* Myersville, Maryland (SP4709-24-D-0051); BridgePhase LLC,* Mount Jackson, Virginia (SP4709-24-D-0052); MicroSystems Automation Group,* Falls Church, Virginia (SP4709-24-D-0053); New River Systems,* Ashburn, Virginia (SP4709-24-D-0054); Autonomic Integra LLC,* Gaithersburg, Maryland (SP4709-24-D-0055); OneGlobe LLC,* Reston, Virginia (SP4709-24-D-0056); MANDEX Inc.,* Fairfax, Virginia (SP4709-24-D-0057); Yahya Technologies LLC,* Upper Marlboro, Maryland (SP4709-24-D-0058); Information Technology Strategies LLC,* Sterling, Virginia (SP4709-24-D-0059); NetVision Resources Inc.,* Chantilly, Virginia (SP4709-24-D-0060); T and T Consulting Services LLC,* Falls Church, Virginia (SP4709-24-D-0061); CAN Softtech Inc.,* Herndon, Virginia (SP4709-24-D-0062); SolutionPoint Innovations LLC,* Huntsville, Alabama (SP4709-24-D-0063); Leidos Inc., Reston, Virginia (SP4709-24-D-0064); CACI Inc. - FEDERAL, Chantilly, Virginia (SP4709-24-D-0065); Sawdey Solution Services Inc., Beavercreek, Ohio (SP4709-24-D-0066); Celerity Government Solutions LLC, doing business as Xcelerate Solutions, McLean, Virginia (SP4709-24-D-0067); Amyx Inc., Reston, Virginia (SP4709-24-D-0068); TekSynap Corp., Reston, Virginia (SP4709-24-D-0069); Peraton Inc, Herndon, Virginia (SP4709-24-D-0070); Vertex Aerospace LLC, Colorado Springs, Colorado (SP4709-24-D-0071); Booz Allen Hamilton, McLean, Virginia (SP4709-24-D-0072); CollabraLink Technologies Inc., doing business as Groundswell, McLean, Virginia (SP4709-24-D-0073); General Dynamics Information Technology Inc., Falls Church, Virginia (SP4709-24-D-0074); Credence Management Solutions LLC, McLean, Virginia (SP4709-24-D-0075); Synergy Business Innovation & Solutions Inc., Reston, Virginia (SP4709-24-D-0076); KPMG LLP, McLean, Virginia (SP4709-24-D-0077); By Light Professional IT Services LLC, McLean, Virginia (SP4709-24-D-0078); Accenture Federal Services LLC, Arlington, Virginia (SP4709-24-D-0079); ITility LLC, Chantilly, Virginia (SP4709-24-D-0080); Tantus Technologies Inc., Arlington, Virginia (SP4709-24-D-0081); Trace Systems Inc., Vienna, Virginia (SP4709-24-D-0082); iGov Technologies Inc., Reston, Virginia (SP4709-24-D-0083); MetroStar Systems LLC, Reston, Virginia (SP4709-24-D-0084); Business Integra Technology Solutions Inc., Bethesda, Maryland (SP4709-24-D-0085); Alamo City Engineering Services Inc., Spring Branch, Texas (SP4709-24-D-0086); CompQsoft, Leesburg, Virginia (SP4709-24-D-0087); 22nd Century Technologies Inc., McLean, Virginia (SP4709-24-D-0088); Harmonia Holdings Group LLC, Blacksburg, Virginia (SP4709-24-D-0089); and BCF Solutions Inc., Chantilly, Virginia (SP4709-24-D-0090), are sharing an estimated $11,930,670,028 indefinite-delivery/indefinite-quantity contract under solicitation SP4709-23-R-0001 for J6 Enterprise Technology Services 2.0. This was a competitive acquisition with 259 responses received. These are five-year base contracts with one five-year option period. The estimated dollar amount is for the life of the contract; however, no money has been obligated. Money will be obligated when task orders are placed. Locations of performance are inside and outside the continental United States, with an Oct. 20, 2029, performance completion date. Using customers are Defense Logistics Agency and Defense Department activities requiring information technology support services. Type of appropriation is fiscal 2024 through 2030 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Philadelphia, Pennsylvania.

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Carahsoft, Inc. Reston, Virginia, has been awarded a follow-on task order (HS002124F0076) in the amount of $284,226,178. This is a brand name, Department of Defense Enterprise Software Initiative delivery order to the sole supplier, Carahsoft Inc., for the Defense Counterintelligence and Security Agency (DCSA). Work will be performed at the contractor site Reston, Virginia, with an estimated completion of Sept. 16, 2029. Fiscal 2024 defense working capital and operations and maintenance funds in the amount of $34,882,374 were obligated at the time of award. The cumulative face value of the contract to date is $284,226,178. The DCSA Contracting and Procurement Office, Quantico, Virginia, is the contracting activity.

ARMY

University of Southern California, Los Angeles, California, was awarded a $181,318,668 cost-plus-fixed-fee contract for research and development in advanced modeling and simulation capabilities. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W912CG-24-D-0001).

Guyco Inc., Lampasas, Texas, was awarded a $93,946,000 firm-fixed-price contract for barracks renovation at Fort Cavazos. Bids were solicited via the internet with two received. Work will be performed at Fort Cavazos, Texas, with an estimated completion date of June 3, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $93,946,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0020).

GM Hill Baker JV,* Jacksonville, Florida (W9128F-24-D-0009); Kenall-FSC JV,* Overland Park, Kansas (W9128F-24-D-0010); Oculus-IMEG JV LLP,* St. Louis, Missouri (W9128F-24-D-0011); Health Facility Solutions Co.,* San Antonio, Texas (W9128F-24-D-0012); and Coover Clark and Associates Inc.,* Denver, Colorado (W9128F-24-D-0013), will compete for each order of the $56,000,000 firm-fixed-price contract for preparation of studies, analysis and design services for military and civil projects. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2031. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

Advance Matrix Inc,* Plymouth, Michigan (W911XK-24-D-0003); Advanced Environmental Management Group,* Plymouth, Michigan (W911XK-24-D-0004); BLDI LLC,* Grand Rapids, Michigan (W911XK-24-D-0005); Crawford Environmental Services LLC,* Roanoke, Virginia (W911XK-24-D-0006); ESI-ATC JV III LLC,* Westland, Michigan (W911XK-24-D-0007); Great Lakes Environmental Center Inc.,* Traverse City, Michigan (W911XK-24-D-0008); and Plexus Scientific Corp.,* Alexandria, Virginia (W911XK-24-D-0009), will compete for each order of the $25,000,000 firm-fixed-price contract for environmental services, including sampling, assessment and analytical services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2029. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity.

Alabama Shipyard LLC,* Mobile, Alabama, was awarded an $11,466,912 firm-fixed-price contract to drydock and repair the Dredge Wheeler. Bids were solicited via the internet with three received. Work will be performed in Mobile, Alabama, with an estimated completion date of Dec. 6, 2024. Fiscal 2024 civil operation and maintenance funds in the amount of $11,466,912 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0031).

Wright Contracting Inc.,* Knoxville, Tennessee (W912L7-24-D-0004); Apex Construction Group LLC,* Lenoir City, Tennessee (W912L7-24-D-0005); P&W Construction Co. LLC,* Knoxville, Tennessee (W912L7-24-D-0006); Ballinger Brian K,* Jefferson City, Tennessee (W912L7-24-D-0007); The Tradesmen Group LLC,* Plain City, Ohio (W912L7-24-D-0008); Skilled Services Quality Construction LLC,* Knoxville, Tennessee (W912L7-24-D-0009); Semper Tek Inc.,* Lexington, Kentucky (W912L7-24-D-0010); Bacik Group LLC,* Pelham, Alabama (W912L7-24-D-0011); and Abrams Group Construction LLC,* Milton, Florida (W912L7-24-D-0012), will compete for each order of the $10,000,000 firm-fixed-price contract for construction for the Army and Air National Guard. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 17, 2029. U.S. Property and Fiscal Office, Tennessee, is the contracting activity.

Anduril Industries Inc., Washington, D.C., was awarded a $9,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to develop and demonstrate launched effects technology using the Agile-Launched, Tactically Integrated Unmanned System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 16, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0008).

NAVY

L3 Technologies Inc., Northampton, Massachusetts, is awarded a $142,000,000 cost-plus-fixed-fee, firm-fixed-price, and cost only, indefinite-delivery/indefinite-quantity type contract action for Photonics Mast Depot repair services and parts procurement. The work to be performed under this contract is for depot level repair, maintenance and upgrade services to Photonics Masts, Photonics Mast Variants, Integrated Submarine Imaging System Augmented Systems (also known as Low Profile Masts), and Low-Profile Photonics Masts. This contract includes an ordering period of five years. Work will be performed in Northampton, Massachusetts, and is expected to continue through September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $3,542,425 (46%); fiscal 2023 other procurement (Navy) funds in the amount of $2,098,900 (27%); and fiscal 2024 other procurement (Navy) funds in the amount of $2,055,000 (27%), will be obligated on the first task order immediately following award of the basic contract, of which $3,542,425 will 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). The Naval Undersea Warfare Center Division, Newport, Rhode Island, is the contracting activity (N66604-24-D-R400).

Sikorsky Aircraft Corp., Lockheed Martin Co., Stratford, Connecticut, is awarded a $23,087,499 modification (P00007) to a previously awarded firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0001923D0011). This modification increases the contract ceiling to procure sustainment spares and provide repair support of aircraft components for the VH-92A Patriot in-service helicopter for the Navy. Work will be performed in Stratford, Connecticut (31.37%); Woodlawn, Washington (10.51%); College Point, New York (6.01%); Fort Worth, Texas (4.02%); New Philadelphia, Ohio (2.54%); Milford, Connecticut (2.34%); various locations within the continental U.S. (CONUS) (24.97%); and various locations outside the CONUS (18.24%). No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded $13,120,633 for a firm-fixed-price, delivery order (N00383-24-F-X93V), under previously awarded contract (N00383-20-G-X901), for the procurement of nine input module gearboxes in support of the CH-53K aircrafts. All work will be performed in Stratford, Connecticut. This contract contains no options, and work is expected to be completed by December 2028. This announcement involves Foreign Military Sales (FMS) from Israel. Annual working capital funds (Navy) of $5,714,765 and FMS funds of $714,346 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Mercury Mission Systems LLC, Torrance, California, is awarded an $8,830,276 modification (P00001) to an existing contract (N6833522F0005) against a previously issued basic ordering agreement (N6833519G0041). This modification adds scope for the production, delivery and installation of two Digital Video Map Computer - upgrade lab and 16 flight-ready test assets as well as engineering data, flight testing in support of the F/A-18E/F and EA-18G 1 and 2 seat configurations. This is a Small Business Innovation Research Phase III effort derived from Topic N152-096 entitled "Miniaturized, Fault Tolerant Decentralized Mission Processing Architecture for Next Generation Rotorcraft Avionics Environment." Work will be performed in Torrance, California and is expected to be completed in March 2027. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $8,830,276 will be obligated at time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

Johnson Controls Navy Systems, York, Pennsylvania, is awarded $8,594,838 for a firm-fixed-price contract for the procurement of refrigerator compressors associated with common hull, mechanical, and electrical systems. This is a stand-alone contract with no options. All work will be performed in York, Pennsylvania, and is expected to be completed by April 2029. Working capital (Navy) funds in the full amount of $8,594,838 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-F-XY03).

AIR FORCE

Lockheed Martin Missiles and Fire Control, Orlando, Florida, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity modification (P00007) to a previously awarded contract (FA8682-19-D-0013) to increase the ceiling value for Joint Air to Surface Standoff Missile Foreign Military Sales production support and sustainment. This modification brings the total cumulative face value of the contract is $198,000,000. Work will be performed in Orlando, Florida, and is expected to be completed by Aug. 13, 2029. This contract involves unclassified Foreign Military Sales to Finland, Poland, Netherlands, Japan, and Australia. No funds are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $16,740,876 firm-fixed-price modification (P00118) to a previously awarded contract (FA8615-17-C-6047) for active electronically scanned array radars of Air Force F-16 aircraft. The modification brings the total cumulative face value of the contract is $1,633,087,075. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. Fiscal 2024 aircraft research, development, test and evaluation funds in the amount of $16,740,876 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Black River Systems Co. Inc., Rome, New York, was awarded a $16,310,177 cost-plus-fixed-fee contract for future architecture for national and tactical operations and missions software and reports. This contract provides for the research, development, and maturation of moving target indictor, tracking, sensor resource management, data fusion, and sensemaking capabilities that are critical to national and tactical operations and missions. Work will be performed in Rome, New York, and is expected to be completed by Nov. 17, 2028. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 research, development, test and evaluation funds Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-24-C-B124).

Laredo Technical Services Inc., San Antonio, Texas, was awarded a ceiling $8,000,000 firm-fixed-price, indefinite-delivery/indefinite quantity contract with a five-year ordering period for human performance optimization services. This contract provides human performance optimization services for the 304th and 306th Rescue Squadrons. Work will be performed at Davis-Monthan Air Force Base, Arizona; and Portland Air National Guard Base, Oregon, and is expected to be completed by Sept. 16, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and management funds in the amount of $1,300,000 are being obligated at time of award. The 355th Contracting Squadron, Davis-Monthan Air Force Base, Arizona, is the contracting activity (FA4877-24-D-0020).

*Small business
**Small-disadvantaged business