U.S. Department of Defense

09/16/2024 | Press release | Distributed by Public on 09/16/2024 15:06

Contracts For Sept. 16, 2024

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, was awarded a $541,295,723 cost-reimbursement option contract for support to the Air Force from MITRE. The contract provides for MITRE to be administrator of the National Security Engineering Center Federally Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations inside and outside the continental U.S.; and is expected to be completed Sept. 30, 2025. This contract involves Foreign Military Sales to various countries. This contract was a sole source acquisition. Fiscal 2024 research and development funds in the amount of $13,272,319 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8702-19-C-0001).

University of Dayton Research Institute, Dayton, Ohio, was awarded a $99,645,451 not-to-exceed, cost-plus-fixed-fee contract for sustainment and combat readiness capabilities. This contract provides for accelerating technological advancement, reducing costs, and enhancing combat readiness by aligning pathways for change across various platforms, bases, and organizational entities. Work will be performed in Dayton, Ohio, and is expected to be completed by March 12, 2026. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $ 33,960,943 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 (FA8684-24-C-B032).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, was awarded a $54,713,276 cost-plus-fixed-fee contract for the defense experimentation using commercial space internet. This contract seeks multi-band, satellite communications antennas capable of use on military aircraft. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed by March 16, 2027. This contract was a competitive acquisition, and 15 offers were received. Fiscal 2024 research and development funds in the amount of $10,000,000 are being obligated at the time of award. The Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2385-24-C-B040).

Lockheed Martin Global Inc., Liverpool, New York, was awarded a not-to-exceed $19,510,000 firm-fixed-price, time-and-materials contract for Royal Jordan Air Force Radar upgrades. This contract provides for Small Target Capability Upgrades to existing TPS77 and FPS117 radars. Work will be performed in Jordan and is expected to be completed by Aug. 27, 2027. This contract involves foreign military sales to Jordan. This contract was a sole source acquisition. Fiscal 2024 building partner capacity funds in the amount of $11,650,000 are being obligated at the time of award. The International C2 and Sensors Division, Electronic Systems Directorate, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2383-24-C-B012).

Elbit Systems of America, Fort Worth, Texas, was awarded an $18,500,000 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the F-16 advanced avionics contract. This contract provides repair services for aircraft components including the common central interface unit, the advanced color programmable display generator, and the advanced color multifunction display. Work will be performed in Fort Worth, Texas, and is expected to be completed by Sept. 15, 2030. This contract was a sole-source acquisition. No funds are being obligated at the time of award. The Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contract activity (FA8251-24-D-0009).

The Boeing Co., El Segundo, California, has been awarded a $17,999,993 cost-plus-fixed-fee modification (P00045) to a previously awarded contract (FA8808-20-C-0047) for the evolved strategic satellite communications (SATCOM) rapid prototyping omnibus special study effort. This modification is for continued systems engineering support to evaluate and inform feasibility or usefulness for Space Segment functionality and design. This modification brings the total cumulative face value of the contract to $379,741,831. Work will be performed in El Segundo, California, and is expected to be completed by Feb. 28, 2025. Fiscal 2024 research and development funds in the amount of $6,000,000 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Southwest Research Institute, San Antonio, Texas, was awarded a $16,835,703 single award, firm-fixed-price contract for the multiple threat emitter simulator (MUTES), mini-MUTES, MUTES control processor, and a remote emitter unit control processor. This contract provides for production and deployment effort of the MUTES, mini-MUTES, the MUTES control processor, and the remote emitter unit control processor. Work will be performed in San Antonio, Texas, and is expected to be completed by September 2026. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $16,835,703 are being obligated at the time of award. Hill Air Force Base, Utah, is the contracting activity (FA8210-24-C-0001).

Websec Corp., Murietta, California, was awarded a $9,168,405 firm-fixed-price contract for the design, development, test and delivery of modern key loaders. This contract provides for the development of certified cryptographic key loaders that can support the specific demands of key management and loading required by the Space Development Agency. Work will be performed in Murietta, California, and is expected to be completed by November 2026. This contract was competitively procured under a Systems, Technologies, and Emerging Capabilities broad agency announcement (STEC BAA). Proposals are received throughout the year under the STEC BAA, and the number of proposals received in response to the solicitation is unknown. Fiscal 2023 research and development funds in the amount of $5,925,925 are being obligated at the time of award. The Space Development Agency, Chantilly, Virginia, is the contracting activity (FA2401-24-C-0008).

ARMY

Safran Defense and Space Inc., Bedford, New Hampshire, was awarded a $275,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the acquisition of Laser Target Locator Module II systems, associated spare parts, and contractor logistical and maintenance support. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2034. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0005).

Griffon Aerospace LLC,* Lorton, Virginia (W900KK-24-D-0025); QinetiQ Inc., Lorton, Virginia (W900KK-24-D-0026); KBM Wyle Services LLC, Chantilly, Virginia (W900KK-24-D-0027); AEVEX Aerospace LLC, Solana Beach, California (W900KK-24-D-0028); and COLSA Corp.,* Huntsville, Alabama (W900KK-24-D-0029), will compete for each order of the $95,085,894 firm-fixed-price contract for the Aerial Target Systems 3. 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 Sept. 16, 2024. Army Contracting Command, Orlando, Florida, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $29,060,001 firm-fixed-price contract to remove and dispose of dredging material. Bids were solicited via the internet with one received. Work will be performed in Venice, Louisiana, with an estimated completion date of April 4, 2025. Fiscal 2024 civil operation and maintenance funds in the amount of $29,060,001 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0030).

CAE USA Inc., Tampa, Florida, was awarded a $28,027,031 modification (P00008) to contract W9124G-23-C-0002 for fixed-wing flight training, flight training support and flight training service support for aircrew personnel. Work will be performed at Fort Novosel, Alabama, with an estimated completion date of March 9, 2032. Fiscal 2024 operation and maintenance, Army funds were obligated at the time of the award. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

Amentum Services Inc., Chantilly, Virginia, was awarded an $18,159,699 modification (P00007) to contract W912NW-22-F-0087 for contractor support to management and the supporting workforce for Corpus Christi Army Depot aircraft and aircraft component production. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2024 Army working capital funds in the amount of $18,159,698 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Weeks Marine Inc., Covington, Louisiana, was awarded a $16,998,000 firm-fixed-price contract for the removal and satisfactory disposal of shoal material. Bids were solicited via the internet with one received. Work will be performed in Morgan City, Louisiana, with an estimated completion date of Dec. 16, 2024. Fiscal 2022 and 2024 civil operation and maintenance funds in the amount of $16,998,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0039).

Bidco Marine Group Inc., Buffalo, New York, was awarded an $11,805,780 firm-fixed-price contract for repairs to the existing Emerald Shiner Passage concrete bulkhead and to affix new baffle assemblies. Bids were solicited via the internet with three received. Work will be performed in Buffalo, New York, with an estimated completion date of Sept. 20, 2026. Fiscal 2024 civil construction funds in the amount of $11,805,780 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912P4-24-C-0014).

Derivative LLC,* Arlington, Virginia, was awarded an $11,189,271 modification (P00002) to contract W912NW-22-F-0085 to provide contractor support to management and the support workforce for Corpus Christi Army Depot aircraft and aircraft component production. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2024 Army working capital funds in the amount of $11,189,271 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AAR Allen Services Inc., Garden City, New Jersey, was awarded a $9,604,241 firm-fixed-price contract for maintenance and overhaul of the servo cylinder for the CH-47 Chinook. 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. 15, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0081).

DEFENSE LOGISTICS AGENCY

Rio Grande Electric Cooperative Inc., Brackettville, Texas, has been awarded a maximum $53,863,488 on modification (P00117) to a 50-year contract (SP0600-09-C-8258) with no option periods incorporating the fifth prospective price redetermination for electric utility services. This is a fixed-price prospective price redetermination contract. The performance completion date is April 8, 2060. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2060 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a maximum $20,472,096 firm-fixed-price one-time buy delivery order (SPRRA124F0029) against a five-year basic ordering agreement (SPE4A1-22-G-0005) for intermediate gearbox and gearbox accessories. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is two-year contract with no option periods. The delivery order completion date is Sept. 27, 2026. Using military service is Army. Type of appropriation is fiscal 2024 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Huntsville, Alabama.

NAVY

L3Harris Interstate Electronics Corp., (L3-IEC), Anaheim, California, is awarded a cost-plus-fixed-fee and cost-plus-incentive-fee $43,461,820 modification (P00028) to a previously awarded contract (N00003022C2001) for Trident II (D5) flight test instrumentation systems support. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Anaheim, California (56%); Cape Canaveral, Florida (30%); Washington, D.C (7%); Barrow-in-Furness, United Kingdom (3%); Kings Bay, Georgia (2%); Bremerton, Washington (1%); and Silverdale, Washington (1%). Work is expected to be completed by March 12, 2027. Fiscal 2024 research, development, test and evaluation procurement (Navy) funds in the amount of $268,753; and fiscal 2024 other procurement (Navy) funds in the amount of $5,048,065, are being obligated at time of award. No funds will expire at the end of the current fiscal year. The total dollar value of the modification, including options, is $43,461,820 and the total cumulative face value of the contract is $356,046,972. This contract 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.

Cherokee Nation Management and Consulting LLC, Catoosa, Oklahoma, is awarded a $37,577,363 firm-fixed-price and cost bridge contract for logistics services to manage, support, and operate the Marine Corps Consolidated Storage Program warehouse network. Work will be performed in Barstow, California (23%); Camp Lejeune, North Carolina (18%); Camp Pendleton, California (13%); Okinawa, Japan (10%); Miramar, California (9%); Camp Geiger, North Carolina (7%); Twentynine Palms, California (4%); Cherry Point, North Carolina (4%); Kaneohe Bay, Hawaii (3%); Yuma, Arizona (2%); Beaufort, South Carolina (2%); Iwakuni, Japan (2%); New River, North Carolina (2%); and Bridgeport, California (1%). Work is expected to be completed September 2024. If all options are exercised, work will continue through September 2025. This contract includes a six-month base period, and six one-month option periods which, if exercised, could bring the cumulative value of this contract to $37,577,364. Fiscal 2024 operation and maintenance, Marine Corps funds in the amount of $12,329,599 are being 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). The Marine Corps Logistics Command, Albany, Georgia, is the contracting activity (M67004-24-P-4007).

Northrup Grumman Systems Corp., Melbourne, Florida, is awarded an $18,518,043 modification (P00089) to a previously awarded cost-plus-fixed-fee, cost contract (N0001918C1037). This modification adds scope to provide continued engineering, logistics, support equipment, obsolescence, software, hardware, trade studies, incidental material, impact assessment, risk and program analysis activities support in support of production cut in integration to implement, analyze and evaluate the life cycle software and hardware updates encompassing a broad spectrum of software and/or hardware engineering, design, programming, integration, manufacturing and quality, and test activities with varying levels and periods of intensity for the E-2D Advanced Hawkeye aircraft for the Navy. Work will be performed in Melbourne, Florida (95.5%); and McLean, Virginia (4.5%), and is expected to be completed October 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $18,518,043; and fiscal 2023 (Navy) funds in the amount of $10,000,000, 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.

CIRCOR Pumps North America LLC, Monroe, North Carolina, is awarded $17,174,262 for a firm-fixed-price contract for the procurement of 22 Virginia-class ship service hydraulic pumps. This is a stand-alone contract with no options. All work will be performed in Monroe, North Carolina, and is expected to be completed by April 2030. Working capital funds (Navy) in the amount of $12,880,696 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 with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA50).

Data Link Solutions (DLS), Cedar Rapids, Iowa, is awarded $14,009,534 for a firm-fixed-price contract for the repair of 16 different types of parts associated with the multifunctional information distribution system in support of various aircrafts. DLS is a joint venture between Rockwell Collins, Cedar Rapids, Iowa; and BAE Systems, Wayne, New Jersey. The contract is a three-year base requirements-type contract with no options. Work will be performed in Cedar Rapids, Iowa (44%); Wayne, New Jersey (44%); and the remaining 12% will be between both locations but cannot be determined at this time. The ordering period is expected to be completed by September 2027. No funds will be obligated at time of award, and appropriate annual working capital (Navy) funds will be used for delivery orders at the time of their issuance. The requirement was solicited for this sole-source requirement pursuant to the authority of 10 U.S. Code 3204(a)(1) with one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-BC01).

Canadian Commercial Corp., Ontario, Canada, is awarded a $13,312,838 firm-fixed-price, cost, indefinite-delivery/indefinite-quantity contract to provide contractor-owned, contractor-operated target presentations to the Naval Air Warfare Center Weapons Division (NAWCWD) programs, Advanced Electronic Guidance and Instrumentation System Combat System programs, Navy ships, and coalition partners. Additionally, this effort will meet urgent live-fire testing requirements with highly skilled and mission-focused turnkey training solutions. Work will be performed in San Nicolas Island, California (60%); Dam Neck, Virginia (20%); Alberta, Canada (10%); Kauai, Hawaii (5%); China Lake, California (2%); Wallops Island, Virginia (2%); and Gulf Coast, Florida (1%), and is expected to be completed in September 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 not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. NAWCWD, China Lake, California, is the contracting activity (N6893624D0015).

Northrop Grumman Systems Corp. - Marine Systems, Sunnyvale, California, is awarded an undefinitized contract action, with a not-to-exceed amount of $12,000,000 under contract modification P00006, to a previously awarded contract (N0003022C1013) to qualify production capability and manufacture full shipsets of Variable Energy Eject Actuator in support of the Columbia and Dreadnought Common Missile Compartment program. The contract will be definitized as a cost plus fixed-fee contract line-item number. Work will be performed from September 2024 through March 2027. Work will be performed in Sunnyvale, California (20%); and Cape Canaveral, Florida (80%). Fiscal 2021 Shipbuilding and Conversion Navy funding in the amount of $3,300,000 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.

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded an $11,071,868 modification (P00026) to a cost-plus-fixed-fee contract (N0001920F5008) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option to provide continued integrated test team operations in executing advanced development experimentation flights and developmental testing in support of future E-2D Advanced Hawkeye delta system and software configuration builds. Work will be performed in Patuxent River, Maryland (89%); Melbourne, Florida (5%); Liverpool, New York (4%); and Menlo Park, California (2%), and is expected to be completed in September 2025. Fiscal 2024 research, development, test and evaluation (NAVY) funds in the amount of $1,000,000 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.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $9,842,147 for a firm-fixed-price, contract for the procurement of 101 display units in support of the H53-K aircraft. This contract has no options and is expected to be completed by December 2025. All work will be performed in Cedar Rapids, Iowa. Working capital funds (Navy) in the full amount of $9,842,147 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 in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00104-24-C-N030).

HHI Corp., Ogden, Utah, is awarded $9,837,546 for firm-fixed-price task order (N6247324F5157) for the design-build project for the Laboratory Revitalization Program Building at Naval Air Weapons Station China Lake. The work to be performed provides for the design, procurement, and construction of an office and lab facility, and all related supervision, labor, equipment, and materials to provide construction services and/or design services. Work will be performed in China Lake, California, and is expected to be completed by March 2026. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $9,837,546 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured. The Naval Facilities Engineering Systems Command, Facilities Engineering Acquisition Department, China Lake, California, is the contracting activity (N62473-20-D-1123).

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded $8,272,425 for a firm-fixed-price, contract for the procurement of 49 video signal processors in support of the H53-K aircraft. This contract has no options and is expected to be completed by December 2025. All work will be performed in Cedar Rapids, Iowa. Working capital funds (Navy) in the full amount of $8,272,425 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 in accordance with 10 U.S. Code 2304(c)(1) with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00104-24-C-N036).

L3 Technologies, Inc., Northampton, Massachusetts, is awarded $7,760,874 for a firm-fixed-price contract for the repair of nine Virginia-class thin line towed array motors. This is a stand-alone contract with no options. All work will be performed in Northampton, Massachusetts, and is expected to be completed by September 2025. Working capital (Navy) funds in the full amount of $7,760,874 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 with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-24-C-ZA56).

DEFENSE HEALTH AGENCY

Western Door Federal LLC, Fredericksburg, Virginia, is awarded an $8,347,612 modification to exercise Option Year Three of a previously awarded firm-fixed-price contract (HT001121C0021) to provide programming, budget development and execution, accounting, administrative, and training support services to the Defense Health Agency Direct Care Financial Management Division. Work will be primarily performed at Fort Sam Houston, Texas, and Fiscal 2024 operation and maintenance funds will be obligated at time of award. The contract was an 8(a) sole source award through the Small Business Administration 8(a) program in accordance with 15 U.S. Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4). The period of performance for this option period is Sept. 30, 2024, to Sept. 29, 2025. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business