U.S. Department of Defense

06/26/2024 | Press release | Distributed by Public on 06/26/2024 15:14

Contracts for June 26, 2024Pentagon Press Secretary Air Force Maj. Gen. Pat Ryder Holds a Press BriefingContracts for June 25, 2024

NAVY

Lockheed Martin Space, Littleton, Colorado, is awarded a cost-plus-incentive-fee and cost-plus-fixed-fee unpriced letter contract modification (P00085) with a not-to-exceed amount of $534,000,000 under contract N00030-19-C-0025. This effort will support systems engineering and development and testing for the Conventional Prompt Strike. The modification will also incorporate an optional line item which, if exercised, would increase the value, and not-to-exceed amount, to $570,000,000. Work will be performed in Denver, Colorado (48%); Sunnyvale, California (15%); Cambridge, Massachusetts (11%); Sunnyvale, California (7%); Pittsfield, Massachusetts (6%); Huntsville, Alabama (4%); Magna, Utah (3%); East Aurora, New York (1%); Bristol, Pennsylvania (1%); Simsbury, Connecticut (1%); and various other locations (less than 1.0% each, 3% total. Work under this undefinitized contract is expected to be completed on June 19, 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $115,000,000 will be obligated upon award. 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 online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Shipcom Federal Solutions LLC,* Houston, Texas, is awarded a $42,996,685 cost-plus-fixed-fee order (N6833524F0065) against a previously awarded basic ordering agreement (N6833523G0031). This order provides digital tracking enterprise support to include integration of blended hardware solutions for digital tracking and tracing as well as development of artificial intelligence software critical to the success of the Navy's digital depot and digital trace concept in support of the Small Business Innovation Research (SBIR) Phase III effort under SBIR topics N201-X02 "ADAPT - Naval Depot Modernization and Sustainment" and N201-X02-FA6 "ADAPT - Focus Area six Global Parts Tracking System (Command, Control and Communications)," significantly supporting overall fleet readiness for the Navy. Work will be performed in Cherry Point, North Carolina (80%); Jacksonville, Florida (10%); and San Diego, California (10%), and is expected to be completed in July 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $24,976,836 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.

Raytheon Co., Tucson, Arizona, was awarded a $26,213,906 cost-plus-fixed-fee modification to a previously awarded contract (N00024-21-C-5434) to exercise options for engineering and technical support for the Evolved SeaSparrow Missile and NATO SeaSparrow Missile Systems programs. This contract action combines the purchases for the Navy (99%); and the governments of Japan, and Chile (1%), under the Foreign Military Sales program. Work will be performed in Tucson, Arizona (73%); Portsmouth, Rhode Island (26%); and various other locations (each less than 1%), and is expected to be completed by December 2025. Fiscal 2024 other customer funds in the amount of $14,101,762 (54%); fiscal 2023 other customer funds in the amount of $4,400,620 (17%); fiscal 2024 weapons procurement navy in the amount of $4,113,360 (16%); fiscal 2024 operations and maintenance (Navy) in the amount of $1,109,485 (4%); fiscal 2024 other procurement Navy in the amount of $1,068,128 (4%); fiscal year 2022 other customer funds in the amount of $823,725 (3%); fiscal 2024 research, development, test and evaluation in the amount of $482,250 (2%); Foreign Military Sales (Japan) funds in the amount of $72,000 (less than 1%); and fiscal 2020 other customer funds in the amount of $42,576 (less than 1%), will be obligated at the time of award, of which $1,109,485 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded June 17, 2024)

The Boeing Co., Seattle, Washington, is awarded a $19,284,424 modification (P00001) to a cost-plus-fixed-fee order (N0001923F0458) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises options to provide integration and capability assessment of the Mobile User Objective System satellite communications on the P-8A Poseidon aircraft for the Navy. Work will be performed in Seattle, Washington (96%); and Patuxent River, Maryland (4%), and is expected to be completed in March 2027. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $19,284,424 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.

MBDA Inc., Arlington, Virginia, is awarded a $16,349,952 firm-fixed-price contract modification for the purchase for the procurement of decoy rounds compatible with the Automated Launch of Expendables Decoy Launching System for the multi-mission surface combatant ships. This contract involves foreign military sales to the Kingdom of Saudi Arabia. Work will be performed in Salisbury, England (71%); and Arlington, Virginia (29%), and is expected to be completed by June 2026. Foreign Military Sales funds for the Kingdom of Saudi Arabia in the amount of $16,349,952 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)(4) (formerly 2304(c)(4)) (the terms of an international agreement of treaty between the United States and foreign government or international organization, or the written directions of a foreign government reimbursing the agency for the cost of the procurement of the property or services for such government, have the effect of requiring the use of procedures other than competitive procedures). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2301).

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $10,541,342 cost-plus-incentive-fee modification to previously awarded contract (N00024-23-C-5123) to exercise options for in-Service AEGIS combat system baseline sustainment and product documentation. Work will be performed in Moorestown, New Jersey and is expected to be completed by Dec. 31, 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,742,364 (64%); fiscal 2024 operations and maintenance (Navy) funds in the amount of $1,965,236 (19%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $1,424,865 (13%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $272,955 (2%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $113,559 (1%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $22,269 (1%), will be obligated at time of award and funds in the amount of $2,260,459 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

GPS Source Inc., Colorado Springs, Colorado, is awarded a $10,200,000 firm-fixed-price indefinite-delivery, indefinite-quantity contract to procure up to a maximum quantity of 2000 global positioning system (GPS) source signal splitters and up to a maximum quantity of 4000 GPS source antennas to improve signal reliability in military environments with high electromagnetic interference and provide critical radio frequency links to other equipment to support the U.S. Special Operations Command Family of Specialized Operations Vehicles. Work will be performed in Colorado Springs, Colorado, and is expected to be completed in June 2029. Fiscal 2024 operations maintenance (Defense) funds in the amount of $36,000 will be obligated at time of award; $36,000 of which will expire at the end of the fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833524D0019).

Raytheon Co., Indianapolis, Indiana, is awarded a $10,174,654 cost-plus-fixed-fee order (N0001924F2603) against a previously issued basic ordering agreement (N0001920G0007). This order provides for sustainment of delivered block fleet releases, as well as ongoing development of flight test and fleet releases and analysis in support of implementation of future sustainment block fleet releases for the V-22 avionics systems for the Navy, Marines, and Air Force. Work will be performed in Indianapolis, Indiana, and is expected to be completed in March 2026. Fiscal 2024 operation and maintenance (Air Force) funds in the amount of $6,372,523; fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,167,213; fiscal 2024 aircraft procurement (Air Force) funds in the amount of $916,230; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $281,663; fiscal 2024 aircraft procurement (Navy) funds in the amount of $237,415; and fiscal 2024 research, development, test and evaluation (Air Force) funds in the amount of $199,610, will be obligated at the time of award, $8,539,736 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EnergySolutions Services Inc., Salt Lake City, Utah, is awarded a $7,976,107 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for the transportation and disposal of Class A low-level radioactive waste in support the Naval Nuclear Propulsion Program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $7,976,107. The work directed by the contract will be performed at EnergySolutions's Clive Disposal Site located in Clive, Utah. This contract is a follow-on and services performed under this contract are ongoing. Fiscal 2024 appropriation account operation and maintenance (Navy) and fiscal 2024 appropriation account funding in the minimum guarantee amount of $1,500 will be obligated at time of award and will not expire at the end of the current fiscal year. Funding will be provided via the issuance of individual task orders against the contract. This contract was competitively procured on the basis of full and open competition and two offers were received via Sam.gov. Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity (N42158-24-D-E001).

DEFENSE LOGISTICS AGENCY

DNO Inc.,* Columbus, Ohio, has been awarded a maximum $267,877,500 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. Location of performance is Michigan, with a June 23, 2029, ordering period end date. Using customers are Department of Agriculture Lower Michigan schools. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-24-D-S772).

Noble Supply and Logistics,* Boston, Massachusetts, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair, and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 180-day bridge contract with no option periods. Locations of performance are Connecticut, Delaware, Maine, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, and Vermont, with a Dec. 27, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0022).

ASRC Federal Facilities Logistics LLC,** as successor-in-interest to Science Applications International Corp., Beltsville, Maryland, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 180-day bridge contract with no option periods. Locations of performance are West Virginia, Virginia, and Washington, D.C., with a Dec. 27, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, and Coast Guard. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-24-D-0023).

Dominion Privatization South Carolina LLC, Richmond, Virginia, has been awarded an estimated $8,089,409 modification (P00078) to a 50‐year contract (SP0600‐18‐C‐8325) with no option periods for additional electric utility system services. This is a fixed‐price with economic‐price‐adjustment contract. The performance completion date is May 1, 2069. Using military service is Army. Type of appropriation is fiscal 2024 through 2069 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ARMY

Frontline King George JV LLC,* Silver Spring, Maryland, was awarded a $124,948,688 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for multifunctional base operations and maintenance support services. Bids were solicited via the internet with six received. Work will be performed at Fort Huachuca, Arizona, with an estimated completion date of June 30, 2029. Fiscal 2024 operation and maintenance, Army funds in the amount of $7,567,784 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W9124A-24-C-0005).

Downrange Construction LLC,* Leitchfield, Kentucky, was awarded a $9,616,975 firm-fixed-price contract to provide complete and full preventive maintenance and repair on HVAC equipment. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2029. Army Field Directorate Office, Fort Sam Houston, Texas, is the contracting activity (W9124D-24-D-0010).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, is being awarded a $115,158,530 firm-fixed-price modification to an existing delivery order (H9224122F0073) for procurement of MH-47G renew build rotary wing aircraft in support of the U.S. Special Operations Command (USSOCOM). This order is funded with fiscal 2024 procurement, defense-wide and aircraft procurement, Army funds. The majority of the work will be performed in Ridley Park, Pennsylvania, and is expected to be completed by July 2027. This contract was awarded through a noncompetitive modification to an existing delivery order in accordance with Federal Acquisition Regulation 6.302-1. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

MISSILE DEFENSE AGENCY

Lockheed Martin Space, Huntsville, Alabama, is being awarded a $41,918,817 cost-plus-fixed-fee and firm-fixed-price modification (P00063) to previously awarded contract HQ0147-18-C-0007. The value of this contract is increased from $225,662,226 to $267,581,043. Under this modification, the contractor will support obsolescence implementation and systems engineering program management. The work will be performed in Huntsville, Alabama. The performance period is June 26, 2024, through Jan. 31, 2027. Fiscal 2024 research, development, test and evaluation totaling $7,000,000 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $ 24,797,994 firm-fixed-price definization modification (PZ0001) to previously awarded contract FA8232-22-D-0004 from an undefinitized contract action that obligated $4,000,000 and a maximum amount to include a time-and-materials ceiling amount of $100,000 for F-16 Systems Program Office Foreign Military Sales (FMS) support. The locations of performance are Fort Worth, Texas; Greenville, South Carolina; and the major portion of the modification is taking place in Poland. This modification involves FMS to Poland. The work is expected to be completed by April 30, 2029. FMS funds in the amount of $20,797,994 are being obligated at time of award. The Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity.

LMR Technical Group LLC, Dallas, Texas, has been awarded a $20,309,192 firm-fixed-price, level-of-effort modification (P00018) to previously awarded contract FA489020C0005 for the A3 Optimizing Human Weapon System Services. This contract modification exercises Option Period Four, which provides continued support services to increase the physical capacity of fighter aircrew, decrease the rate of injuries, and accelerate return to duty. Contractor personnel will work with active duty, Air National Guard, and Air Force Reserve Component fighter aircrew to optimize physical performance targeting neck and back pain prevention while monitoring, analyzing, and resolving physical readiness concerns. The location of performance is at multiple bases across the Air Combat Command, Pacific Air Forces, and U.S. Air Forces Europe. The work is expected to be completed by June 30, 2025. Fiscal 2024 Air Force operations and maintenance funds in the amount of $4,945,272; and Air Force research, development, test and evaluation funds in the amount $147,098, are being obligated at the time of award. Total cumulative face value of the contract is $95,888,763. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

NewBridge Partners Inc., Herndon, Virginia, has been awarded a $9,525,870 cost-plus-fixed-fee modification (P00019) to previously awarded contract FA8750-21-C-1515 for geospatial intelligence space and network architectures. The contract modification is for additional architecture development and collection orchestration capabilities to enable dynamic input from sources outside of traditional tasking methods. Specific additional activities include researching opportunities for technology insertion into the architecture developed, researching cloud and analytic ground architecture solutions, performing further modeling and simulation, developing an advanced Overhead Persistent Infrared system, and refining resourcing requirements and trade studies for advanced geospatial intelligence architectures. The location of performance is Herndon, Virginia. The work is expected to be completed Aug. 12, 2026. Fiscal 2024 research, development, test and evaluation funds in the amount $959,820 are being obligated at the time of award. Total cumulative face value of the contract is $20,160,731. The Air Force Research Laboratory Information Directorate Contracting, Rome, New York, is the contracting activity.

Falcon Transport LLC, Lanham, Maryland, was awarded an $8,046,403 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for Joint Base Anacostia-Bolling (JBAB) school bus transportation services during base year and Option Periods One and Two. The locations of performance are JBAB, Washington D.C.; and multiple local schools off base within the National Capital Region. The work is expected to be completed July 31, 2027. This award is the result of a competitive acquisition, and five offers were received. Funds will be obligated on each issued order. The 11th Contracting Squadron, JBAB, Washington, D.C., is the contracting activity (FA7060-24-D-0005).

CFD Research Corp., Huntsville, Alabama, has been awarded an $11,775,415, cost-plus-fixed-fee contract for research and development. This contract provides for the development of novel, autonomous sensing technologies for military requirements and to adapt state-of-the-art commercial tools to battlefield conditions. Research objectives involve knowledge generation and management. Multiple sensors, intelligence types, and domains fuse to create mission essential knowledge. These research efforts may apply machine and deep learning techniques to fuse soft and hard sources. Techniques will automate knowledge representation as well as data generation, conversion, fusion, and exploitation. The location of performance is Huntsville, Alabama, with base support at Wright-Patterson Air Force Base, Ohio. The work is expected to be complete by June 6, 2028. Fiscal 2024 research, development, test and evaluation funds in the amount of $114,000 are being obligated at the time of award. Air Force Material Command, Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2377-24-C-B021). (Awarded June 12, 2024)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Systems & Technology Research, Woburn, Massachusetts, has been awarded a $13,587,958 cost-plus-fixed-fee contract for a Defense Advanced Research Projects Agency research project. Work will be performed in Woburn, Massachusetts (66%); and Indianapolis, Indiana (34%), with an expected completion date of June 2026. Fiscal 2024 research, development, test and engineering funds in the amount of $7,614,327 are being obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001124C0467).

*Small business
**Small-disadvantaged business