U.S. Department of Defense

09/30/2024 | Press release | Distributed by Public on 09/30/2024 15:11

Contracts for Sept. 30, 2024Office of Strategic Capital Announces First Notice of Funding Availability to Secure the U.S. Industrial BaseSecretary of Defense Memorandum:[...]

AIR FORCE

American Systems Corp., Chantilly, Virginia (FA8075-25-D-0001); Barbaricum,* Washington, D.C. (FA8075-25-D-0002); DCS Corp., Alexandria, Virginia (FA8075-25-D-0003); Parsons Government Services Inc., Centreville, Virginia (FA8075-25-D-0004); Peraton Inc., Herndon, Virginia (FA8075-25-D-0005); Serco Inc., Herndon, Virginia (FA8075-25-D-0006); System Planning and Analysis, Alexandria, Virginia (FA8075-25-D-0007); and Torch Technologies, Huntsville, Alabama (FA8075-25-D-0008), are being awarded a maximum $33,164,000,000 ceiling, indefinite-delivery/indefinite-quantity, multiple award contract for research and development under Pool 1 of the Information Analysis Center multiple award contract. This contract provides for the Department of Defense Information Analysis Center, part of the Defense Technical Information Center, to support research and development across the Department of Defense. Work will be performed in various locations, determined at the individual task order level, and is expected to be completed Sept. 29, 2027. This contract was a competitive acquisition and 13 offers were received. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $28,800 are being obligated at time of award. The 774th Enterprise Sourcing Squadron, Offutt Air Force Base, Nebraska, is the contracting activity.

Apogee Engineering LLC,* Colorado Springs, Colorado (FA8075-25-D-0009); Joint Research and Development LLC,* Stafford, Virginia (FA8075-25-D-0010); KIHOMAC Inc.,* Reston, Virginia (FA8075-25-D-0011); MORSECORP Inc.,* Cambridge, Massachusetts (FA8075-25-D-0012); and PeopleTec Inc.,* Huntsville, Alabama (FA8075-25-D-0013), are being awarded a maximum $33,164,000,000 ceiling, indefinite-delivery/indefinite-quantity, multiple award contract for research and development under Pool 2 of the Information Analysis Center multiple award contract. This contract provides for the Department of Defense Information Analysis Center, part of the Defense Technical Information Center, to support research and development across the Department of Defense. Work will be performed in various locations, determined at the individual task order level, and is expected to be completed Sept. 29, 2027. This contract was a competitive acquisition, and eight offers were received. Fiscal 2024 and 2025 research, development, test and evaluation funds in the amount of $18,000 are being obligated at time of award. The 774th Enterprise Sourcing Squadron, Offutt Air Force Base, Nebraska, is the contracting activity.

The Boeing Co., St. Louis, Missouri, was awarded a ceiling $6,900,000,000 undefinitized contract action, fixed-price incentive (firm target), indefinite-delivery/indefinite-quantity contract for Small Diameter Bombs Increment One. This contract provides for Lots 20-29 production and delivery of Small Diameter Bombs, and a guaranteed minimum Lot 20 award. Work will be performed in St. Louis, Missouri, and is expected to be completed by Dec. 31, 2035. This contract involves Foreign Military Sales (FMS) to Japan, Bulgaria, and Ukraine. This contract was a sole source acquisition. Fiscal 2022 missile procurement funds in the amount of $147,207; fiscal 2023 missile procurement funds in the amount of $2,457,134; fiscal 2024 missile procurement funds in the amount of $34,324,863; and FMS sales funds in the amount of $396,427,227 are being obligated at time of award. The Direct Attack Guidance Branch, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B006).

The Boeing Co., Long Beach, California, has been awarded a $1,676,740,755 modification (P00019) to previously awarded contract FA8526-21-D-0001 for C-17 Globemaster III sustainment. Work will be performed at various locations including, but not limited to, Long Beach, California; San Antonio, Texas; Robins Air Force Base, Georgia; Charleston, South Carolina; McCord AFB, Washington; and various locations around the globe, and is expected to be completed by Oct. 31, 2027. This contract involves Foreign Military Sales (FMS) to Australia, Canada, India, Kuwait, NATO Airlift Management Program, Qatar, United Arab Emirates, and the United Kingdom. Fiscal 2025 operation and maintenance funds in the amount of $361,825,240; and FMS funds in the amount of $172,556,161 are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, was awarded a $600,000,000 indefinite-delivery/indefinite quantity contract for Joint Direct Attack Munition and Laser Joint Direct Attack Munition testing and integration. This contract provides for technical services and support, aircraft and weapon system integration, and sustainment. Work will be performed in St. Louis, Missouri, and is expected to be completed by Sept. 29, 2035. This contract involves Foreign Military Sales to Israel, Singapore, Philippines, Indonesia and Turkey. This contract was a sole source acquisition. Fiscal 2024 procurement funds in the amount of $3,600,226 are being obligated at the time of award. The Air Force Lifecycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8213-24-D-B007).

Amentum Services Inc., Chantilly, Virginia, was awarded a $279,843,305 firm-fixed-price contract for aviation command and control operations and maintenance services. This contract provides for air traffic control, airfield management and associated maintenance support. Work will be performed within the Air Force Central Command area of responsibility and is expected to be completed by Oct. 31, 2031. This contract was a competitive acquisition, and four offers were received. Fiscal 2025 operation and maintenance funds in the amount of $163,857 will be obligated Oct. 1, 2024. The Acquisition Management Integration Center, Air Combat Command, Hampton, Virginia. is the contracting activity (FA4890-25-C-0002).

The Boeing Co., Defense, Space & Security, Oklahoma City, Oklahoma, was awarded a ceiling $77,532,760 cost-plus-fixed-fee level of effort, cost-plus-incentive-fee, firm-fixed-price and cost-reimbursement contract for E-4B Programmed Depot Maintenance #8. This contract provides for E-4B maintenance, repair and engineering. Work will be performed in Oklahoma City, Oklahoma; Offutt Air Force Base, Nebraska; and San Antonio, Texas, and is expected to be completed by July 27, 2025. This contract was a sole source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $77,532,760 are obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8134-24-F-0002). (Awarded Sept. 27, 2024)

Flatter Inc., Fredericksburg, Virginia, was awarded a $52,786,584 firm-fixed-price contract for advisory and assistant services. This contract provides advisory and assistance services to the Department of the Air Force Chief Information Officer in support of cybersecurity, information technology governance, and workforce development initiatives. Work will be performed in Washington, D.C., and is expected to be completed by Sept. 29, 2029. This contract was a competitive acquisition and eight offers were received. Fiscal 2024 operation and maintenance funds in the amount of $9,333,840 are being obligated at the time of award. The Air Force District of Washington, Washington, D.C, is the contracting activity (FA7014-24-C-0059).

LR-Associates LLC,* Herndon, Virginia, was awarded a $40,000,000 firm-fixed-price contract for academic and athletic custodial services. This contract provides for custodial services of the athletic and academic areas. Work will be performed at the U.S. Air Force Academy, Colorado, and is expected to be completed by Sept. 30, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2025 operation and maintenance funds in the amount of $436,257 are being obligated Oct. 1, 2024. The 10th Contracting Squadron, U.S. Air Force Academy, Colorado, is the contracting activity (FA7000-25-D-0001).

Pono Aina Management LLC, Midwest City, Oklahoma, was awarded a $35,651,438 firm-fixed-price contract under the Altus Air Force Base multiple award construction contract for re-pavement of the main ramp at Ebbing Air National Guard Base. This contract provides for the demolition and replacement of six portions of concrete on the main ramp. Work will be performed at Ebbing ANGB, Arkansas, and is expected to be completed by May 19, 2027. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 (Air National Guard) operations and maintenance funds in the amount of $35,651,438 are being obligated at time of award. The 97th Contracting Flight, Altus AFB, Oklahoma, is the contracting activity (FA4419-24-F-0142).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $29,950,000 cost-plus-fixed-fee, firm-fixed-price modification (P00103) to 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 to $1,674,169,897. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed May 30, 2031. Fiscal 2023 aircraft research, development, test and evaluation funds in the amount of $7,794,677; fiscal 2023 aircraft procurement funds in the amount of $21,879,678; and fiscal 2022 aircraft procurement funds in the amount of $275,645 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.

Leidos Inc., Reston, Virginia, was awarded a $24,999,999 indefinite-delivery/indefinite-quantity contract for judge advocate litigation support services. This contract provides for supplemental litigation support services for the Judge Advocate General Corps. Work will be performed in the National Capital Region and various Air Force locations and is expected to be completed by September 2029. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 operation and maintenance funds in the amount of $71,202 are being obligated at the time of award. The Air Force District of Washington, Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-24-D-0011). (Awarded Sept. 26, 2024)

Textron Aviation Defense, Wichita, Kansas, was awarded a $21,779,946 service contract for installation, integration and training of Airborne Extensible Relay Over-The-Horizon Network (AERONet) and optional non-AERONet AT-6 components. This contract provides for the procurement of components for the Thailand AT-6. Work will be performed in Thailand and is expected to be completed by Sept. 30, 2026. This contract involves Foreign Military Sales to Thailand. This contract was a sole source acquisition. Fiscal 2023 operation and maintenance Building Partner Capacity funds in the amount of $21,809,970 are being obligated at the time of award. The Air Force Lifecycle Management Center Attack Systems Division, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8691-24-C-B012).

Raytheon, Tucson, Arizona, has been awarded a $21,326,976 modification (P00007) to previously awarded contract FA8681-23-C-B001 for StormBreaker (SDBII, GBU-53/B) production Lot 10B guided test vehicles and spares. The modification brings the total cumulative face value of the contract to $686,821,631 from $665,494,655. Work will be performed in Tucson, Arizona, and is expected to be completed by Oct. 29, 2027. This contract involves Foreign Military Sales (FMS). Fiscal 2023 missile procurement funds in the amount of $12,287,047; fiscal 2023 (Navy) weapons procurement funds in the amount of $684,684; fiscal 2024 (Navy) weapons procurement funds in the amount of $7,290,570; fiscal 2024 operation and maintenance funds in the amount of $584,164; and FMS funds in the amount of $480,511 are being obligated at the time of award. The Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Symmes Maini & McKee Associates Inc., Cambridge, Massachusetts (FA2835-24-D-0004); Colby Co. LLC,* Portland, Maine (FA2835-24-D-0006); and Page IMEG JV LLC, Houston, Texas (FA2835-24-D-0007), were awarded a $20,000,000 indefinite-delivery/indefinite-quantity contract for complete architect-engineer services for minor construction, repair, maintenance, and alteration projects. Work will be performed at Hanscom Air Force Base, Massachusetts; Bedford, Massachusetts; Hamilton, Massachusetts; Humarock, Massachusetts; Cape Cod Space Force Station, Massachusetts; and New Boston Space Force Station, New Hampshire,; and is expected to be completed by October 2030. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $5,000 per awardee are being obligated at the time of award. The Infrastructure Support Branch, Hanscom Air Force Base, Massachusetts, is the contracting activity.

SelectTech Services Corp., Centerville, Ohio, was awarded a $15,000,000 indefinite-delivery/indefinite-quantity contract for lightweight, portable/modular Sensitive Compartmented Information Facilities. This contract provides for the follow-on production of highly specialized equipment of a prototype developed by SelectTech Services Corp. and the Air Force Research Laboratory. Work will be performed in Centerville, Ohio, and is expected to be complete by Sept. 26, 2029. This contract was a sole source acquisition. Fiscal 2022 and procurement funds in the amount of $3,353,141 are being obligated at the time of award. The 21st Contracting Squadron, Peterson Space Force Base, Colorado, is the contracting activity (FA2517-24-D-0003).

Pratt and Whitney, East Hartford, Connecticut, has been awarded an $11,297,538 firm-fixed-price modification (P00002) to previously awarded contract FA8684-23-C-B020 for integrally bladed rotor repair capability. The modification brings the total cumulative face value of the contract is $25,384,538. Work will be performed in East Hartford, Connecticut, and is expected to be completed by March 31, 2026. This contract was a sole source acquisition. Fiscal 2023 research and development funds in the amount of $11,297,538 are being obligated at the time of award. The Air Force Lifecycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Rx Bandz Inc., Austin, Texas, was awarded a $10,732,410 cost-plus-fixed-fee contract for a tactical injection kit. This contract provides for the development of an FDA-approved auto-injector device that can deliver a pre-measured dose of hydromorphone for mild sedation at point of injury in austere environments and/or during patient transport. Work will be performed in Fairfield, New Jersey, and is expected to be completed by Oct. 1, 2029. This contract was a sole source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $1,241,173 are being obligated at time of award. The Air Force Research Laboratory Wright Research Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2384-24-C-B014).

Per-Geesh TLI JV LLC, Klamath, California, was awarded a $9,750,000 ceiling, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for paving requirements. This contract provides for all airfield and base paving projects. Work will be performed at Laughlin Air Force Base, Texas; Spofford Auxiliary Airfield, Texas; Bracketville, Texas; and Southwinds Marina, Texas, and is expected to be completed Sept. 29, 2027. This contract was a sole source acquisition. Fiscal 2024 operations and maintenance funds in the amount of $1,000 are being obligated at the time of award. The 47th Contracting Squadron, Laughlin AFB, Texas, is the contracting activity (FA3099-24-D-0003). (Awarded Sept. 27, 2024)

Parallax Advanced Research Corp., Beavercreek Township, Ohio, was awarded an $8,999,645 cost-plus-fixed-fee contract for autonomous sensing technologies for exploration and research with intelligent assistance. This contract will inform fundamental design principles and theories in human-machine teaming, human performance, psychological processes, and physiological indicators to enhance analytic efficiency and effectiveness. Work will be performed in Beavercreek Township, Ohio, and is expected to be completed by May 5, 2029. Fiscal 2024 research, development, test and evaluation funds in the amount of $1,665,000 will be obligated at time of award. The Air Force Research Laboratory, Warfighter Readiness & Interface Contracting Section, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA2384-24-F-B006).

Cytec Engineered Materials Inc., Winona, Minnesota, was awarded an $8,766,000 firm-fixed-price contract for composites for advanced air mobility. This contract will devise, develop, mature, demonstrate and certify composite material solutions. Work will be performed in Winona, Minnesota, and is expected to be complete by Sept. 29, 2028. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research and development funds in the amount of $8,766,000 are being obligated at time of award. The Air Force Laboratory, Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA2394-24-C-B050).

National Center for Defense Manufacturing and Machining, Johnstown, Pennsylvania, was awarded an $8,641,907 cost-plus-fixed-fee contract for advanced air mobility elevating Northeast Ohio. This contract provides for establishing assets and capabilities within the state of Ohio for advanced air mobility. Work will be performed in Johnstown, Pennsylvania, and is expected to be completed by Sept. 29, 2026. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 research and development funds in the amount of $8,641,907 are being obligated at time of award. The Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA2394-24-C-B063).

New Dominion Construction LLC, Dumfries, Virginia, was awarded an $8,077,319 firm-fixed-price contract for design-build construction. This contract provides for replacing air handler units, make up air units, and variable air volumes. Work will be performed at Keesler Air Force Base, Mississippi, and is expected to be completed by Oct. 6, 2025. This contract was a competitive acquisition and three offers were received. Fiscal 2024 operation and maintenance funds in the amount of $8,077,319 are being obligated at the time of award. The 81st Contracting Squadron, Keesler Air Force Base, Mississippi, is the contracting activity (FA3010-24-C-0015).

CORRECTION: The Sept. 27, 2024, announcement of a contract awarded to Gov Zone Inc., San Antonio, Texas, for Pathfinder - CyberWorx included the wrong award amount. The actual award amount is $99,999,999.

NAVY

Lockheed Martin Space, Titusville, Florida, is being awarded a $2,112,872,740 hybrid fixed-price-incentive-fee, cost-plus-incentive-fee, and cost-plus-fixed-fee modification (PZ0001) to a previously awarded and announced un-priced letter contract (N0003024C0100) for Trident II D5 missile production and deployed systems support and Warhead 93/Mark7 development. This contract award also benefits a Foreign Military Sale to the United Kingdom. Work will be performed in Denver, Colorado (24.0%); Valley Forge, Pennsylvania (19.3%) Titusville, Florida (14.5%); Magna, Utah (13.8%); Kings Bay, Georgia (6.5%); Bangor, Washington (4.8%); Sunnyvale, California (3.2%); Kernersville, North Carolina (2.3%); Camden, Arkansas (1.4%); Biddeford, Maine (1.1%); and locations less than 1.0% each (9.1%). Work is expected to be completed Sept. 30, 2029. Fiscal 2024 weapons procurement (Navy) funds in the amount of $143,461,567 will be obligated on this award and no funds will expire at the end of the current fiscal year. The maximum dollar value of the contract action, including all Optional Line Items if exercised, is $2,112,872,740. This contract is being awarded to the Contractor on a sole source basis under 10 U.S. Code 2304(a)(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.

RTX Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a not-to-exceed $1,310,000,000 cost-plus-incentive-fee, cost-plus-fixed-fee, undefinitized contract to provide for the design, analysis, rig testing, engine test preparation, developmental hardware, test asset assembly, air system integration, airworthiness evaluation, and product support planning in support of the continued maturation of the F135 Engine Core Upgrade Propulsion System for the F-35 Joint Strike Fighter program for the Air Force, Marine Corps, Navy, and Non-Department of Defense cooperative program partners. Work will be performed in East Hartford, Connecticut (53%) a labor surplus area; Indianapolis, Indiana (15%); Middletown, Connecticut (7%); West Palm Beach, Florida (7%); Windsor Locks, Connecticut (6%); North Berwick, Maine (5%); Rockford, Illinois (4%), a labor surplus area; and Aguadilla, Puerto Rico (3%), a labor surplus area, and is expected to be completed in March 2028. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $88,392,276; fiscal 2024 research, development, test, and evaluation (Air Force) funds in the amount of $88,392,276; and F-35 cooperative program partners funds in the amount of $39,373,384 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(c)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0042).

The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is being awarded a $1,168,886,452 hybrid cost plus incentive fee and cost-plus fixed fee contract, (N0003025C6045), to provide Strategic Weapon System Trident fleet support, Trident II shipboard integration increment eight, and navigation subsystem development efforts. This contract award also benefits a foreign military sale to the United Kingdom. Work will be performed in Mitchel Field, New York (77%); Huntington Beach, California (20%); Manassas, Virginia (2%); and various other locations (less than 1% each, 1% total). Work is expected to be completed by Sept. 29, 2031. This contract is being awarded subject to the availability of Fiscal 2025 funds and no funds will expire at the end of the current fiscal year. This contract is being awarded as a sole-source pursuant to 10 U.S. Code 3204(a)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity.

Northrup Grumman Systems Corp., Melbourne, Florida, is awarded a $387,269,566 modification (P00006) to a cost-plus-incentive-fee, cost-plus-fixed-fee order (N0001923F2625) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises an option to provide continued research and development of the E-2D Advanced Hawkeye Cockpit Technical Refresh cockpit redesign and Theater Combat Identification to replace the current E-2D integrated navigation and controls and display systems and tactical mission computer and display systems for the Navy. Work will be performed in Melbourne, Florida (70.1%); St. Augustine, Florida (11.7%); Cedar Rapids, Iowa (4.2%); Bloomington, Maryland (9.1%); Falls Church, Virginia (1.3%); and various locations within the continental U.S. (3.6%) and is expected to be completed in September 2028. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $15,940,911 will be obligated at time of award, none of which will expire at the end of the fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas is awarded a not-to-exceed $348,463,185 undefinitized, cost-plus-fixed-fee order (N0001924F1057) against a previously issued basic ordering agreement (N0001924G0010). This contract procures initial air vehicle spares for the production Lot 18 aircraft to include basic spares pool/global spares pool spares shared between the involved customers, customer specific afloat spares pool/deployable spares pool as well as associated support and consumables to meet immediate maintenance needs of the Joint Strike Fighter Program for the Navy, Air Force, Marine Corp, Foreign Military Sales (FMS) customers, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in October 2029. Fiscal 2024 aircraft procurement (Air Force) funds in the amount of $113,506,605; fiscal 2024 aircraft procurement (Navy) funds in the amount of $63,281,415; non-U.S. DOD participant funds in the amount of $13,883,920; and FMS customer funding in the amount of $155,182,285, 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 Corp., Liverpool, New York, is awarded a $245,413,931 firm-fixed-price, cost-plus-fixed-fee, and cost-only modification to previously awarded contract (N00024-23-C-6411) to exercise options for production, spares, production support material, engineering support, and hardware repair of components for MK 48 Heavyweight Torpedo All Up Round in support of the MK 48 MOD 7 Heavyweight Torpedo program. This contract combines purchases for the Navy, the Royal Australian Navy, and the Foreign Military Sales program. Work will be performed in Liverpool, New York (57%); Clearwater, Florida (37%); Braintree, Massachusetts (6%); and is expected to be completed by September 2027. Fiscal 2024 weapons procurement (Navy) funds in the amount of $157,933,050 (65%); fiscal 2023 weapons procurement (Navy) funds in the amount of $12,061,788 (5%); and funding from foreign partners in the amount of $73,218,476 (30%), will be obligated at the time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $95,876,656 cost-plus-fixed-fee order (N0001924F0259) against a previously issued basic ordering agreement (N0001921G0006). This order provides for developmental and operational test (DT and OT) support, DT and OT aircraft installation and capability validation activities, to include avionics and airframe material in support of the EA-18G Growler Block II Phase One upgrade, known as the Next Generation Electronic Attack Unit (NGEAU) for the Navy. Additionally, this order provides for the production and delivery of 25 NGEAU A-Kits; 25 Gunbay Pallet A-Kits; 15 NGEAU B-Kits; and nine NGEAU B-Kit Spares. Work will be performed in St. Louis, Missouri (28%); Minneapolis, Minnesota (26%); Bethpage, New York (24%); and Linthicum, Maryland (22%), and is expected to be completed in April 2028. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $30,736,547; and fiscal 2024 research, development, test and evaluation funds in the amount of $1,518,908, 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.

Bollinger Mississippi Shipbuilding LLC, Pascagoula, Mississippi, is awarded a $69,607,000 firm fixed-price modification to previously-awarded contract (N00024-18-C-2230) for detail design and construction of an Auxiliary Personnel Lighter - Small. Work will be performed in Pascagoula, Mississippi (65%); Boca Raton, Florida (26%); Mobile, Alabama (4%); Lucedale, Mississippi (3%); Pearl River, Louisiana (1%); and other locations (1%), and is expected to be completed by May 2025. Fiscal 2024 shipbuilding and conversion, Navy funding in the amount of $69,607,000 (Navy 100%) will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Ocean Shipholdings Inc., Houston, Texas, is being awarded a $65,875,901 firm-fixed-price bridge contract (N3220524C4222) for the operation and maintenance of seven government-owned Oceanographic Survey (T-AGS) vessels. The vessels under this award include USNS Waters (T-AGS 45), USNS Pathfinder (T-AGS 60), USNS Bowditch (T-AGS 62), USNS Henson (T-AGS 63), USNS Bruce C. Heezen (T-AGS 64) USNS Mary Sears (T-AGS 65), and USNS Marie Tharp (T-AGS 66). The contract, to be performed worldwide, is for a period of one year beginning Oct. 1, 2024, based on the availability of funds clause at Federal Acquisition Regulation 52.232-18; and will utilize Working Capital Funds (Navy), in fiscal 2025, and will conclude Sept. 30, 2025. This contract was a sole-source bridge with proposals solicited via the government point of entry and one proposal received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

SR Technologies Inc., Sunrise, Florida, is awarded a $47,314,669 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, and firm-fixed-price type contract for engineering services, materials, and support for the integration and operation of information operations payloads into multiple Unmanned Aerial Vehicles used by the U.S. Special Operations Command and the Navy. This is a five-year contract valued at $47,314,669. Funding will be obligated via task/delivery orders. The anticipated types of funding to be obligated include operations and maintenance (Navy); other procurement (Navy); and research, development, test and evaluation (Navy). This sole-source procurement is issued using other than full and open competition in accordance with Federal Acquisition Regulation (FAR) Subpart 6.302-1 and 10 U.S. Code 2304(c)(1), Only one responsible source and no other supplies or services will satisfy agency requirements. Naval Information Warfare Center Pacific is the contracting activity (N66001-24-D-0041).

Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, is awarded a $43,149,500 firm-fixed-price modification to previously awarded contract N00024-20-C-5519 for provisioned item spares and engineering change kits in support of the production of surface electronic warfare improvement program block 3 hemisphere systems. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (8%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (5%); San Diego, California (3%); Rochester, New York (2%); Los Angeles, California (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); Rolling Meadows, Illinois (1%); and miscellaneous locations - each less than 1% (4%), and is expected to be completed by February 2027. Fiscal 2024 other procurement (Navy) funds in the amount of $24,135,956 (56%); working capital funds (Navy) in the amount of $14,823,831 (34%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $2,494,139 (6%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,403,969 (3%); and fiscal 2024 shipbuilding and conversion (Navy) funds in the amount of $291,605 (1%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5519).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $23,500,000 cost-plus-incentive-fee modification to previously awarded contract N00024-24-F-5322 to procure an additional MK 45 Mod 4 upgrade. Work will be performed in Louisville, Kentucky, and is expected to be completed by April 2028. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $23,500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. (N00024-24-F-5322).

General Electric Aerospace, Lynn, Massachusetts, is awarded a not-to-exceed $21,529,705 modification (P00001) to a firm-fixed-price advanced acquisition contract (N0001924C0019). This modification procures congressionally mandated long-lead items in support of fifty-two lot 9 full rate production T408 engines in support of the CH-53K Helicopter Program. Work will be performed in Lynn, Massachusetts (labor surplus area), and is expected to be completed by October 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $21,529,705 will be obligated at 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.

Ensign-Bickford Aerospace & Defense, Simsbury, Connecticut, is awarded a $17,025,140 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for MK 165/166 Non-Electric Detonators and MK 167/168/169 Delay Detonators with Integral Firing Devices. This contract does not include options. Work will be performed in Graham, Kentucky (82%); and Simsbury, Connecticut (18%), and is expected to be completed by September 2026. Fiscal 2024 Defense Procurement funding in the amount of $5,352,374 will be obligated at the time of award, of which none will expire at the end of the current fiscal year. This contract was not competitively procured via Federal Business Opportunities in accordance with 10 U.S. Code 3204(a)(1), only one responsible source and no other supplies or services will satisfy the agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016424DJR91).

Northrop Grumman Systems Corp., San Diego, California, is awarded a $14,425,098 modification (P00059) to a previously awarded fixed-price-incentive-fee, cost-plus-fixed-fee contract (N0001919C0008). This modification adds scope and increase ceiling to procure material, parts, and associated support for the implementation of engineering change proposals required to upgrade low-rate initial production 5 assets to an integrated functional capability 4.2 configuration due to the sunset deadline for the ARC-210 radios in support of the MQ-4C Triton unmanned aircraft systems production in support of the Navy and Australia. Work will be performed in San Diego, California (50.45%); Palmdale, California (40.4%); Salt Lake City, Utah (6.14%); Chantilly, Virginia (2.63%); and various location within the continental U.S. (under 1%), and is expected to be completed in January 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $3,582,999; fiscal 2022 aircraft procurement (Navy) funds in the amount of $7,338,723; fiscal 2020 aircraft procurement (Navy) funds in the amount of $571,612; and non-Department of Defense participant funding in the amount of $506,711, will be obligated at the time of award, $7,910,335 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Job Options Inc., San Diego, California, is awarded $13,818,367 firm-fixed-price modification to previously awarded contract N62473-21-D-0006. This modification provides for the exercise of Option One for custodial services at Naval Medical Center San Diego. Work will be performed in San Diego, California, and is expected to be completed by September 2025. The total cumulative face value of the contract is $26,992,269. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $13,818,367 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N6247323F4681).

MISSILE DEFENSE AGENCY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is being awarded a modification (P00085) in the amount of $321,618,351 to provide additional scope on their existing sole-source, hybrid, cost-plus-incentive-fee and cost contract for Aegis BMD Weapon Systems. This modification increases the ceiling of Contract L ine-Item Numbers 4005, 4007, 4008, and 4009 to support BMD 6.0.1 development scope. Work will be performed in Moorestown, New Jersey, with a performance period from October 2024 through June 2025. An initial obligation in the amount of $14,194,137 using fiscal 2024 research, development, test and evaluation funds will occur at the time of award. The value of the contract will increase from $25,562,574 to $347,180,924. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ027619C0001).

ARMY

AR6-Cram Construction & Roofing LLC,* New Braunfels, Texas (W912QR-24-D-0054); Brazos Roofing International of South Dakota Inc.,* Waco, Texas (W912QR-24-D-0055); Carmen Roofing Services LLC,* McKinney, Texas (W912QR-24-D-0056); Defense Roofing Solutions LLC,* Kansas City, Missouri (W912QR-24-D-0057); Reasor Roofing LLC,* Pensacola, Florida (W912QR-24-D-0058); South Central Roofing Inc.,* Columbus, Indiana (W912QR-24-D-0059); Southwest Construction & Property Management Inc.,* San Bruno, California (W912QR-24-D-0060); Sustainable Building Solutions LLC,* Washington D.C. (W912QR-24-D-0061); Tabcon Inc.,* Queen Creek, Arizona (W912QR-24-D-0062); Tri Coast-PAC Tec JV LLLP,* Longview, Washington (W912QR-24-D-0063), will compete for each order of the $250,000,000 firm-fixed-price contract for design and construction services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2034. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity.

Design Alaska Inc.,* Fairbanks, Alaska (W911KB-24-D-0001); McCool Carlson Green LLC,* Anchorage, Alaska (W911KB-24-D-0002); KPB Architects Inc.,* Anchorage, Alaska (W911KB-24-D-0003); KPB-RIM-Coffman Engineers JV, Anchorage, Alaska (W911KB-24-D-0004); Michael Baker - Design Alaska JV, Anchorage, Alaska (W911KB-24-D-0005); HDR Inc., Omaha, Nebraska (W911KB-24-D-0006); and Black & Veatch Respec JV, Overland Park, Kansas (W911KB-24-D-0007), will compete for each order of the $249,000,000 firm-fixed-price contract for architect-engineer 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. 30, 2029. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

Facility Services Management Inc., Clarksville, Tennessee (W9127S-24-D-6000); J&J Maintenance Inc., Austin, Texas (W9127S-24-D-6001); Valiant Government Services LLC, Fayetteville, North Carolina (W9127S-24-D-6003); Emcor Government Services Inc., Alexandria, Virginia (W9127S-24-D-6004); King & George LLC, Fort Worth, Texas (W9127S-24-D-6005); Hospital Housekeeping Systems LLC, Dripping Springs, Texas (W9127S-24-D-6006); Frontline King George JV LLC,* Silver Spring, Maryland (W9127S-24-D-6002); V W International Inc.,* Alexandria, Virginia (W9127S-24-D-6007); Quality Services International LLC,* San Antonio, Texas (W9127S-24-D-6008); Forefront Healthcare LLC,* Saint Clair Shores, Minnesota (W9127S-24-D-6010); and Dynamic-HHS JV LLC,* Winnebago, Nebraska (W9127S-24-D-6011), will compete for each order of the $240,000,000 firm-fixed-price contract for medical facility operation and maintenance services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2029. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity.

Kiewit Infrastructure Co., Woodcliff Lake, New Jersey, was awarded a $192,844,000 firm-fixed-price contract for Everglades restoration. Bids were solicited via the internet with three received. Work will be performed at Fort Pierce, Florida, with an estimated completion date of May 5, 2028. Fiscal 2023 civil construction funds in the amount of $192,844,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0021).

O'Brien Engineering Inc.,* Carrollton, Texas (W9126G-24-D-0019); Sherlock, Smith & Adams Inc.,* Montgomery, Alabama (W9126G-24-D-0020); The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi (W9126G-24-D-0021); Atkins/Halff JV, Dallas, Texas (W9126G-24-D-0022); TranSystems Corp., Berkeley, California (W9126G-24-D-0023); and Michael Baker International & Huitt-Zollars, Dallas, Texas (W9126G-24-D-0024), will compete for each order of the $100,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 21 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2031. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

American Rheinmetall Munitions Inc., Stafford, Virginia, was awarded a $99,251,748 firm-fixed-price contract for 66 mm infrared smoke screening vehicle-launched grenades. 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. 30, 2029. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-D-0037).

Raytheon Co., Fullerton, California, was awarded a $54,141,595 cost-plus-fixed-fee contract for investigation, inspection, analysis and corrective action, repair and return, modification, test and evaluation, logistics support, and safety services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-D-0022).

Merrill Technologies Group LLC, Saginaw, Michigan, was awarded a $48,175,499 firm-fixed-price contract for Proof Gun Stand systems and spare components. 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. 26, 2029. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0056).

Simmonds Precision Products Inc., Vergennes, Vermont, was awarded a $45,949,918 firm-fixed-price contract for maintenance and overhaul of the Data Analysis Control for the UH-60 Black Hawk. 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. 29, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-24-D-0090).

Weeks Marine Inc., Covington, Louisiana, was awarded a $36,108,500 firm-fixed-price contract for harbor and channels maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in the Lower Chesapeake Bay, Virginia, with an estimated completion date of March 31, 2025. Fiscal 2024 civil operation and maintenance funds and fiscal 2024 Rivers and Harbors Contributed and Advance Funds in the amount of $36,108,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0038).

JE Architects/Engineers PC, New York, New York, was awarded a $35,000,000 modification (P00002) to contract W912P4-21-D-0006 for environmental remediation services. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2026. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity.

Manson Construction Co., Seattle, Washington, was awarded a $34,991,000 firm-fixed-price contract for levee mitigation. Bids were solicited via the internet with two received. Work will be performed in Slidell, Louisiana, with an estimated completion date of Oct. 1, 2025. Fiscal 2014 civil operations and maintenance funds in the amount of $34,991,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-C-0042). (Awarded on Sept. 29, 2024)

Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $33,895,256 modification (P00025) to contract W911KB-22-C-0012 to modify an aircraft runway. Work will be performed at Elmendorf Air Force Base, Alaska, with an estimated completion date of Sept. 18, 2026. Fiscal 2022 military construction, defense-wide funds in the amount of $33,895,256 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity.

ASRC Earthworks LLC,* Anchorage, Alaska, was awarded a $32,954,500 firm-fixed-price contract to construct a 1.3 mile, 24-foot-wide gravel road. Bids were solicited via the internet with one received. Work will be performed in Prudhoe Bay, Alaska, with an estimated completion date of April 7, 2028. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $32,954,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0022).

Weeks Marine Inc., Covington, Louisiana, was awarded a $32,218,500 firm-fixed-price contract for inlet dredging. Bids were solicited via the internet with two received. Work will be performed in Bay Shore, New York, with an estimated completion date of March 31, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $32,218,500 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-24-C-0039).

ASRC Earthworks LLC,* Anchorage, Alaska, was awarded a $27,915,370 firm-fixed-price contract to replace a plumbing system. Bids were solicited via the internet with three received. Work will be performed in Nome, Alaska, with an estimated completion date of Oct. 10, 2027. Fiscal 2024 operation and maintenance, defense-wide funds in the amount of $27,915,370 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0023).

Alcan Builders Inc.,* Fairbanks, Alaska, was awarded a $22,293,002 firm-fixed-price contract to repair a fire protection system. Bids were solicited via the internet with two received. Work will be performed at Eielson Air Force Base, Alaska, with an estimated completion date of Oct. 10, 2026. Fiscal 2024 operation and maintenance, Air Force funds in the amount of $22,293,002 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-24-C-0025).

Pacific Federal Solutions LLC, Honolulu, Hawaii, was awarded a $17,418,185 firm-fixed-price contract for construction services at Joint Base Pearl Harbor-Hickam. Bids were solicited via the internet with three received. Work will be performed in Honolulu, Hawaii, with an estimated completion date of May 3, 2026. Fiscal 2024 sustainment, restoration and modernization, Air Force funds in the amount of $17,418,185 were obligated at the time of the award. U.S. Property and Fiscal Office, Hawaii, is the contracting activity (W50SLF-24-C-0002).

SGS LLC,* Yukon, Oklahoma, was awarded a $13,860,252 firm-fixed-price contract for design-build construction of an information systems facility. Bids were solicited via the internet with one received. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Oct. 15, 2026. Fiscal 2023 military construction, Army funds in the amount of $13,860,252 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0035).

Herve Cody Contractor LLC, Robbinsville, North Carolina, was awarded an $11,318,708 firm-fixed-price contract for the Kissimmee River Restoration Project. Bids were solicited via the internet with three received. Work will be performed in Okeechobee, Florida, with an estimated completion date of Jan. 8, 2025. Fiscal 2024 civil construction funds in the amount of $11,318,708 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0020). (Awarded on Sept. 27, 2024)

CSlope Solutions LLC, Tysons Corner, Virginia, was awarded an $11,312,589 firm-fixed-price contract to modernize the Contractor Service Support Center at Arlington National Cemetery. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2029. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0525).

Ground Level Construction Inc.,* Concord, California, was awarded a $9,462,177 firm-fixed-price contract for holding pad and berm repairs. Bids were solicited via the internet with two received. Work will be performed in Concord, California, with an estimated completion date of Oct. 10, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $9,462,177 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, is the contracting activity (W91238-24-C-0028).

HNTB Corp., Kansas City, Missouri, was awarded a $9,378,981 firm-fixed-price contract for design efforts for the Gulf Intracoastal Waterway East Floodwall Tie-in. 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 Jan. 6, 2028. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-24-F-0197). (Awarded on Sept. 29, 2024)

The Dutra Group, San Rafael, California, was awarded a $9,310,750 firm-fixed-price contract for maintenance dredging in Tampa Harbor. Bids were solicited via the internet with five received. Work will be performed in Tampa, Florida, with an estimated completion date of Aug. 4, 2025. Fiscal 2024 civil construction funds in the amount of $9,310,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0025).

APTIM Federal Services LLC, Baton Rouge, Louisiana, was awarded a $9,121,122 firm-fixed-price contract for recurring maintenance and minor repairs services for petroleum facilities. Bids were solicited via the internet with five received. Work will be performed in Birmingham, Alabama; Columbus, Mississippi; Montgomery, Alabama; Eglin, Florida; Gulfport, Mississippi; Homestead, Florida; Mary Esther, Florida; Biloxi, Mississippi; Meridian, Mississippi; Tampa, Florida; Jackson, Mississippi; and Panama City, Florida, with an estimated completion date of Sept. 29, 2029. Fiscal 2024 revolving funds in the amount of $9,121,122 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-24-F-0574).

Massman Construction Co., Overland Park, Kansas, was awarded an $8,970,000 firm-fixed-price contract to replace tainter gates. Bids were solicited via the internet with two received. Work will be performed in Inola, Oklahoma, with an estimated completion date of Jan. 15, 2027. Fiscal 2010 civil operation and maintenance funds in the amount of $8,970,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-C-0014).

Southwind Construction Services LLC,* was awarded an $8,851,468 firm-fixed-price contract for roof replacement. Bids were solicited via the internet with three received. Work will be performed at Fort Sill, Oklahoma, with an estimated completion date of March 10, 2027. Fiscal 2024 military construction, defense-wide funds in the amount of $8,851,468 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-F-0319).

Continuity Global Solutions LLC, Chantilly, Virginia, was awarded a $7,907,449 firm-fixed-price contract for construction phase surveillance support. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 18, 2028. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-23-D-0027).

DEFENSE LOGISTICS AGENCY

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $81,222,964 firm-fixed-price, one-time-buy delivery order (SPRTA1-24-F-0383) against a five-year basic ordering agreement (SPE4A1-22-G-0010) for J-85 engine compressor rotors. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1(a)(2). The delivery order end date is Dec. 31, 2029. Using military service is Air Force. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Oklahoma City, Oklahoma.

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $73,871,685 firm-fixed-price, indefinite-quantity contract for various heavy truck weapon systems replacement parts. This was a sole-source acquisition using justification 10 U.S.C. 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a three-year base contract with two one-year option periods. The performance completion date is Sept. 29, 2027. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-23-D-0005).

Simulation Technologies, Huntsville, Alabama, has been awarded a minimum $45,314,788 firm-fixed-price delivery order (SPRRA2-24-F-00221) against a three-year, long-term, indefinite-delivery/indefinite-quantity contract (SPRRA2-24-D-0026) for Iron Fist Protection System A-kits. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. The delivery order completion date is Feb. 28, 2026. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 Ukraine payback funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Globe Tech LLC, Plymouth, Michigan, has been awarded a minimum $15,729,000 firm-fixed-price delivery order (SPRRA2-24-F-0222) against a three-year long-term, indefinite-delivery/indefinite-quantity contract (SPRRA2-24-D-0027) for Iron Fist Protection System A-kits. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. The delivery order completion date is Feb. 28, 2026. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 Ukraine payback funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

BAE Systems Land & Armaments L.P., York, Pennsylvania, has been awarded a minimum $15,961,993 firm-fixed-price delivery order (SPRRA2-24-F-0225) against a three-year long-term, indefinite-delivery requirements contract (SPRRA2-24-D-0024) for the Raise the Bar Cybersecurity system. 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 three-year contract with no option periods. The delivery order completion date is March 31, 2026. Using customers are Army and federal civilian agencies. Type of appropriation is fiscal 2024 Ukraine payback funding. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $10,347,069 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for diesel engines with containers. 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 five-year contract with no option periods. The ordering period end date is Sept. 29, 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, Warren, Michigan (SPRDL1-24-D-0079).

UPDATE: Foster Fuels Inc.,* Brookneal, Virginia (SPE605-24-D-4004, $87,401,318), has been added as an awardee to the multiple award contract for various types of fuel, issued against solicitation SPE605-23-R-0208/P00008 and awarded May 16, 2024. (Awarded Sept. 27, 2024)

WASHINGTON HEADQUARTERS SERVICES

Kearney and Co. P.C, Alexandria, Virginia (HQ0034-24-F-0414), is awarded a $44,740,571 labor hour and time-and-materials contract to provide non-personal, executive-level, quality analytical, integration and multi-media presentation services to assist the Office of the Under Secretary of Defense (Comptroller) in executing its budget formulation and execution mission in a timely and effective manner. The work will be performed in the National Capital Region. Fiscal 2024 operations and maintenance funds in the amount of $4,417,036 are being obligated at the time of award. The cumulative total of all prior actions on this contract is $49,330,246. The estimated completion date is March 18, 2030. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

The University of Washington, Seattle, Washington, has been awarded a $10,472,367 modification (P00004) to cost-plus-fixed-fee contract HR001123C0150 for additional work on the RACER Phase 2 program. The modification brings the total cumulative face value of the contract to $23,125,678 from $12,653,311. Work will be performed in Seattle, Washington (90%); and Ellensburg, Washington (10%), with an estimated completion date of March 2026. Fiscal 2024 research and development funds in the amount of $5,500,000 are being obligated at the time of award. DARPA, Arlington, Virginia, is the contracting activity.

Coherent Technical Services Inc., Hollywood, Maryland, has been awarded a $9,159,542 cost-plus-fixed-fee contract for the Control Systems for Coordinated Operations program. Work will be performed in Hollywood, Maryland (75%); and Sacramento, California (25%), with an estimated completion date of December 2025. Fiscal 2024 research and development funds in the amount of $680,138 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the Air Force Commercial Solutions Offering, AFX 224-OD-CS01. DARPA, Arlington, Virginia, is the contracting activity (HR001124C0513).

*Small business