U.S. Department of Defense

08/09/2024 | Press release | Distributed by Public on 08/09/2024 15:06

Contracts for Aug. 9, 2024Ukraine Fact Sheet 9 August 2024DOD Requirements for Managing Brain Health Risks From Blast Overpressure

AIR FORCE

The Boeing Co. - Boeing Defense, Space, and Security, Boeing Military Aircraft, Tukwila, Washington, has been awarded a $2,560,846,860 modification (PZ0014) to previously awarded undefinitized contract action (UCA) FA8730-23-C-0025 for E-7A Rapid Prototyping. The modification is for the definitization of the UCA. Work will be performed in Tukwila, Washington, and is expected to be completed by Aug. 28, 2029. There are no funds being obligated at the time of award. Total cumulative face value of the contract is $2,560,846,860. Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.

Sierra Nevada Co., LLC, Englewood, Colorado, has been awarded a $64,236,592 contract for PC-12 return to service. This order, under a previously awarded indefinite-delivery/indefinite-quantity contract (FA8691-21-D-1020), provides for return to service, field representative support, and contractor logistics support for six PC-12 Aircraft to Uzbekistan. Work will be performed in Uzbekistan and is expected to be completed by Aug. 7, 2027. This contract involves Foreign Military Sales to Uzbekistan. This contract was a sole source acquisition. Foreign Military Sales Trust Funds in the amount of $26,012,048 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 (FA8691-24-F-B007).

The Boeing Corp., St. Louis, Missouri, has been awarded a maximum $53,186,025 bilateral modification (P00006) to previously awarded contract FA8634-24-F-0041 for F-15 Mobile User Objective System/Second Generation Anti-Jam Ultra-High Frequency Radio for NATO (SATURN) Group-A production and sustainment. The modification brings the total cumulative face value of the contract to $13,867,780. Work will be performed at Seymour Johnson Air Force Base, North Carolina; Mountain Home AFB, Idaho; and Royal Air Force Lakenheath, England, United Kingdom; and is expected to be completed by Dec. 31, 2027. Fiscal 2023 and 2024 procurement funds in the amount of $13,867,780 are being obligated at the time of award. The Air Force Life Cycle Management Center, Fighter and Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Palantir USG, Palo Alto, California, was awarded a $8,000,000 contract for commercial AI Mission Control software and integration services in support of the 7th Air Force and 607th Air Operations Command. This contract provides for commercial software to accelerate combined dynamic targeting processes by providing software tools that introduce automation to existing workflows. Work will be performed primarily in South Korea and is expected to be completed by Aug. 8, 2025. This contract was a competitive acquisition. Fiscal 2024 operation and maintenance funds in the amount of $8,000,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-24-P-B020).

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $611,270,079 modification (P00005) to a previously awarded cost-plus-fixed-fee, cost-plus-incentive-fee contract (N0001923C0009). This modification exercises options to procure development of Multi-Ship Infrared Search and Track Increment 2 hardware and Band 5 Radar Warning Receiver hardware in support of Lot 18 U.S. Reprograming Lab Development; Lot 18 Australia, Canada, and the United Kingdom Reprogramming Lab Development; Lot 18 Norway and Italy Reprogramming Lab Development; Lot 18 Denmark, Netherlands, and Foreign Military Sales (FMS) mission data file updates; and F-35 In a Box development and licensing for the F-35A/B/C aircraft. Work will be performed in Fort Worth, Texas (60%); Nashua, New Hampshire (16%); Baltimore, Maryland (9%); Orlando, Florida (5.5%); Torrance, California (2%); San Diego, California (2%); El Segundo, California (2%); Northridge, California (1%); Clearwater, Florida (1%); Buffalo, New York (1%); and Tucson, Arizona (0.5%), and is expected to be completed in June 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $5,724,622; fiscal 2024 research, development, test, and evaluation (Air Force) funds in the amount of $5,724,623; FMS customer funds in the amount of $1,201,206; and non-Department of Defense participants funds in the amount of $15,527,961, 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.

Lockheed Martin Space, Littleton, Colorado, is awarded a cost-plus-incentive-fee and cost-plus-fixed-fee, unpriced letter contract modification (P00050) with a not-to-exceed amount of $220,000,000 under contract N00030-22-C-1025. This effort will support program management, engineering development, systems integration, long lead material, and special tooling and equipment in support of missile and launching platform production for Conventional Prompt Strike. Work will be performed in Denver, Colorado (52%); Huntsville, Alabama (36%); Sunnyvale, California (8%); Michoud, Louisiana (2%); Stennis, Mississippi (1%); and various other locations (1% total). Work under this contract is expected to be completed on July 31, 2028. Fiscal 2023 Missile Procurement (Army) funds in the amount of $980,000; fiscal 2024 research, development, test, and evaluation (Army) funds in the amount of $96,240,000; and fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $9,200,000, will be obligated upon award. No funds will expire at the end of this fiscal year. This contract is being awarded to the contractor 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.

G-W Management Services LLC,* Rockville, Maryland (N40080-21-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-21-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-21-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-21-D-0025); Belt Built-CFM JV,* Crofton, Maryland (N40080-21-D-0026); EGI HSU, JV, LLC Edifice Group,* Gaithersburg, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $82,000,000 indefinite-delivery/indefinite-quantity modification to increase the capacity of their previously awarded multiple award construction contracts. The work to be performed provides for design build and design-bid-build construction services, and may include new work, additions, alterations, maintenance, and repairs within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value, including the base period and four option years, is $398,000,000. Work will be performed within Washington, D.C. (30%); Virginia (35%); and Maryland (35%), and is expected to be completed by July 2026. No funds are being obligated at time of the award. NAVFAC Washington, Washington, D.C., is the contracting activity.

Kongsberg Underwater Technology LLC, Lynnwood, Washington, is awarded a $48,060,071 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for sensor suite production, software licenses and maintenance, spare components, engineering support, inspection and maintenance, and travel. This contract includes a base year and four 12-month options which, if exercised, would bring the cumulative value of this contract to $48,060,071. If all options are exercised, work will continue through August 2029. Work will be performed in Lynwood, Washington. No funding will be obligated at the time of award. Other procurement (Navy) funding will be used on the first order. This contract was not competitively procured via the Federal Business Opportunities sam.gov in accordance with 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Panama City, Florida, is the contracting activity (N61331-24-D-0002).

StraCon Services Group LLC,* Fort Worth, Texas, was awarded a $20,436,537 cost-plus-fixed-fee order (N6134023F0074) against a previously awarded indefinite-delivery/indefinite-quantity contract (N6134020D0024). This order increases the contract ceiling and provides engineering, logistics, and program management support to Navy training systems for the Navy and Foreign Military Sales (FMS) customers. Work will be performed in Orlando, Florida, and is expected to be completed in July 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $5,894,81; fiscal 2024 aircraft procurement (Navy) funds in the amount of $4,225,802; fiscal 2024 working capital (Navy) funds in the amount of $3,125,355; fiscal 2024 working capital (defense wide) funds in the amount of $202,955; fiscal 2024 operations and maintenance (Air Force) funds in the amount of $201,406; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $24,912; and FMS customer funds in the amount of $3,141,787, will be obligated at award, $6,096,217 of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded Aug. 7, 2024)

Mission Systems Davenport, Davenport, Iowa, is awarded a $13,900,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the repair of various components used in the On-Board Oxygen Generating Systems in support of safety and survival materials. This is a two-year contract with no option periods, and work will be completed by August 2026. All work will be performed in Davenport, Iowa. No funds will be obligated at time of award, and funds will not expire at the end of the current fiscal year. Individual delivery orders will be funded with appropriate fiscal year working capital funds (Navy) at the time of their issuance. One firm was solicited for this non-competitive 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 (N00383-24-D-BX01).

Duke Energy Progress, Raleigh, North Carolina, is awarded an $8,357,478 modification to previously awarded firm-fixed-price task order N4008519F9952 for the implementation of energy conservation measures at Marine Corps Base Camp Lejeune. This award brings the total cumulative face value of the contract to $71,758,188. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by January 2026. No funds will be obligated at time of award. This modification is procured under the authority of Title 10 U.S. Code 2304(c)(5), which expressly authorizes or requires that the acquisition be made through another agency or from a specific source, as implemented by Federal Acquisition Regulation 6.302-5. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055).

Leidos Inc., Reston, Virginia, is awarded a $7,893,226 modification (P00019) to a previously awarded cost-plus-fixed-fee contract (N0001422C1004) for the Marine Corps Warfighting Laboratory Science and Technology Division Autonomous Littoral Connector (ALC) project. The ALC project will utilize autonomy to provide maneuver from seabases and throughout the littorals with an unmanned ship-to-objective maneuver connector that is in alignment with the Marine Corps Operating Concept: "How an Expeditionary Force Operates in the 21st Century" and the Marine Corps' Force Design 2030 guidance for surviving in the weapons engagement zone. This effort integrates autonomy onto connectors (vessels) to deliver equipment, fuel, or supplies from ship-to-shore and throughout the littoral environment; improves autonomous beaching, well deck ops, and payload integration; conducts an Amphibious Assault Direction System spiral; and adds autonomous navigation to multiple vessels. This modification provides for the execution of an option. Work will be performed in Reston, Virginia, and is expected to be completed in August 2026. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $3,799,398 are obligated at time of award and will not expire at the end of the current fiscal year. The Office of Naval Research, Arlington, Virginia, is the contracting activity.

ARMY

BAE Systems Ordnance Systems Inc., Radford, Virginia, was awarded a $55,994,895 modification (P00003) to contract W519TC-23-F-0174 for equipment and infrastructure repair. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2026. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-F-0174).

Great Lakes and Dredge and Dock Co. LLC, Houston, Texas, was awarded a $54,407,315 firm-fixed-price contract for beach nourishment. Bids were solicited via the internet with two received. Work will be performed in Long Beach Island, New Jersey, with an estimated completion date of May 6, 2025. Fiscal 2024 general construction, non-federal cost share and Bipartisan Infrastructure Law funds in the amount of $54,407,315 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-24-C-0017).

Amentum Services Inc., Chantilly, Virginia, was awarded a $32,580,202 modification (0002 DL) to contract W52P1J-12-G-0028 for storage equipment. Work will be performed in Powidz, Poland, with an estimated completion date of Nov. 20, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $32,580,202 were obligated at the time of the award. Army Contracting Command, Rock Island, Illinois, is the contracting activity.

Xometry Inc., North Bethesda, Maryland (W911QX-24-A-0002); and Proto Labs Inc., Maple Main, Minnesota (W911QX-24-A-0003) will compete for each order of the $10,000,000 firm-fixed-price contract for mechanical hardware prototypes. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 8, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $19,474,422 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for wheel and tire assemblies. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is New Jersey, with an Aug. 6, 2027, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0058).

Hutchinson Industries Inc., Trenton, New Jersey, has been awarded a maximum $9,041,331 firm-fixed-price delivery order (SPRDL1-24-F-0213) against a three-year long-term contract (SPRDL1-22-D-0027) for high mobility multipurpose wheeled vehicle wheel assemblies. This was a competitive acquisition with two responses received. The ordering period end date is July 12, 2025. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

UPDATE: Getinge USA Sales LLC, Wayne, New Jersey (SPE2D1-24-D0010, $100,000,000), has been added as an awardee to the multiple award contract for SPE2D1-17-R0001 and awarded Dec. 14, 2018.

*Small business