U.S. Department of Defense

09/09/2024 | Press release | Distributed by Public on 09/09/2024 20:23

Contracts for Sept. 9, 2024Secretary of Defense Lloyd J. Austin III Hosted Enhanced Honor Cordon and Bilat With Vietnam Minister of Defense General Phan Van Giang at the[...]

AIR FORCE

Airborne Tactical Advantage Co. LLC, Newport News, Virginia (FA4890-24-D-0011); Blue Air Training Corp., North Las Vegas, Nevada (FA4890-24-D-0012); Coastal Defense Inc., Mill Hall, Pennsylvania (FA4890-24-D-0013); Valkyrie Aero LLC, Mesa, Arizona (FA4890-24-D-0014); Top Aces Corp., Mesa, Arizona (FA4890-24-D-0015); Tactical Air Support Inc., Reno, North Carolina (FA4890-24-D-0016); Draken International LLC, Lakeland, Florida (FA4890-24-D-0017); and RAVN Group Inc., San Juan Capistrano, California (FA4890-24-D-0018), were awarded a $5,400,000,000 ceiling, multiple award, indefinite-delivery/indefinite-quantity contract for combat air forces close air support operations. This contract provides complete contracted air support services for adversary air threats and close air support threats. Work will be performed throughout the contiguous U.S.; and outside the contiguous U.S., and is expected to be completed by Oct. 13, 2029. This contract was a competitive acquisition, and 11 offers were received. No funds are being obligated at the time of the award. The Air Combat Command Acquisition Management and Integration Center, Joint Vase Langley-Eustis, Virginia, is the contracting activity.

Leidos Inc., Reston, Virginia, was awarded a $13,102,146 cost-reimbursement contract for a Genesis Chamber: design, evaluation, and construction high powered microwave prototype. This contract will cover the breadth of ongoing system development for the purpose of providing a transition pathway from technology demonstrator systems to military-specification equipment. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by December 2027. This contract was the result of a competitive acquisition, and one offer was received. Fiscal 2024 research, development, test and evaluation funds in the amount of $600,000 are being obligated at the time of award. The Air Force Research Laboratory Albuquerque, New Mexico, is the contracting activity (FA9451-24-C-X046).

ARMY

American Ordnance LLC, Middletown, Iowa (W15QKN-19-D-0109, P00005); and General Dynamics OTS Inc., Niceville, Florida (W15QKN-19-D-0110, P00010), will compete for each order of the $718,129,878 modification for the production and delivery of propelling charges for 155 mm artillery rounds. 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 Sept. 9, 2026. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Elbit Systems of America, Roanoke, Virginia, was awarded a $27,792,187 modification (P00001) to contract W91CRB-24-C-5022 for AN/PVS-14 Monocular Night Vision Devices. Work will be performed in Roanoke, Virginia, with an estimated completion date of March 30, 2026. Fiscal 2010 Foreign Military Sales funds in the amount of $27,792,187 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Serco Inc., Herndon, Virginia, was awarded an $11,073,236 hybrid (cost-no-fee and cost-plus-fixed-fee) contract for staff support functions in support of Army Sustainment Command and their subordinate commands. Bids were solicited via the internet with six received. Work will be performed in Rock Island, Illinois, with an estimated completion date of March 12, 2030. Fiscal 20XX other procurement, Army funds in the amount of $2,609,700 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0433).

NAVY

Addon Services LLC,* Honolulu, Hawaii (N62478-24-D-4035); Jas. W. Glover LTD, Honolulu, Hawaii (N62478-24-D-4036); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-24-D-4037); Nan Inc., Honolulu, Hawaii (N62478-24-D-4038); Pave-Tech Inc.,* Carlsbad, California (N62478-24-D-4039); and Road and Highway Builders LLC, Honolulu, Hawaii (N62478-24-D-4040), was awarded a combined $98,000,000 indefinite-delivery/indefinite-quantity, design-bid-build, multiple award construction contract for paving services. This contract provides for, but is not limited to, the following: labor, supervision, tools, material and equipment necessary to perform asphaltic concrete pavement, airfield asphalt concrete pavement, roadway or parking lot asphaltic concrete pavement, and other incidental related work to include but not limited to sidewalks and curbs, marking and striping of pavement, area lighting, drainage systems, grading, and miscellaneous drainage improvements. Each awardee was awarded $3,000 (minimum contract guarantee per awardee) at contract award. Work will be performed primarily in Hawaii and is expected to be completed by September 2032. Fiscal 2024 operation and maintenance, (Navy) (O&M, N) funds in the amount of $18,000 were obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&M, N. This contract was competitively procured via sam.gov website with six offers received. Naval Facilities Engineering Systems Command Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. (Awarded Sept. 5, 2024)

Booz Allen Hamilton, McLean, Virginia (N00189-18-D-Z042); CACI Inc. - Federal, Chantilly, Virginia (N00189-18-D-Z043); Deloitte & Touche LLP, Arlington, Virginia (N00189-18-D-Z044); Systems Planning and Analysis Inc., Alexandria, Virginia (N00189-18-D-Z045); and Serco Inc. (formally known as Whitney, Bradley & Brown, Inc.), Reston, Virginia (N00189-18-D-Z046), are awarded an estimated $80,831,355 for modification P00006 under previously awarded multiple award, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts with fixed-price provisions to exercise the second 36-month option period to provide contractor support of strategic assessment and planning; manpower assessment; planning and programming analysis support; financial program management; manpower, personnel, training and education program and policy assessment and management; and quantitative analysis, forecasting, performance assessment, and research, development, test and evaluation program management support in support of the Deputy Chief of Naval Operations (DCNO) Manpower, Personnel, Training, and Education domain comprised of the DCNO, the Bureau of Naval Personnel, Navy Personnel Command, the Navy Manpower Analysis Center, Commander Naval Education and Training, and Commander Navy Recruiting Command. The contracts run concurrently, and the exercise of this option will bring the total value to an estimated $223,902,299. The exercise of this option is expected to begin October 2024 and be completed by October 2027. Work will be performed in Millington, Tennessee (50%); Arlington, Virginia (30%); Pensacola, Florida (10%); various locations throughout the continental U.S. (8%); and various contractor facilitates (2%). Appropriate annual fiscal year operations and maintenance (Navy) funds will be obligated on individual task orders as they are issued, and funds will not expire at the end of the current fiscal year. These modifications will exercise Option Two of the multiple award contracts pursuant to contract clause Federal Acquisition Regulation 52.217-9, Option to Extend the Terms of the Contract. The requirement was solicited through the Federal Business Opportunities website, with 11 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia, Pennsylvania, is the contracting activity.

American Electronic Warfare Associates Inc.,* California, Maryland, is awarded a $28,559,944 modification (P00009) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042120D0071). This modification increases the contract ceiling to include classified work not incorporated at contract award to optimize existing support to include research, development, management, design, fabrication, installation, integration, upgrade, analysis, documentation and operations and maintenance required for the Naval Air Warfare Center Aircraft Division (NAWCAD), Digital Analytics Infrastructure and Technology Advancement Group. Work will be performed in Patuxent River, Maryland, and is expected to be completed in June 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. NAWCAD, Patuxent River, Maryland, is the contracting activity.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $15,219,207 firm-fixed-price order (N0001924F5002) against a previously issued basic ordering agreement (N0001921G0008). This order provides Unmanned Aircraft Systems intelligence, surveillance, and reconnaissance services for the Department of Defense and other government agencies, and domestic and overseas contingency operations. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside of the continental U.S. (80%), is expected to be completed in September 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $15,219,207 will be obligated at the time of award, $15,219,207 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

B.L. Harbert International LLC, Birmingham, Alabama, is awarded $10,119,250 for a firm-fixed-price modification to a previously awarded construction contract (N69450-23-C-0044). This modification provides for renovations to the weapons generation facility located at Barksdale Air Force Base, Louisiana. Work will be performed in Bossier Parrish, Louisiana, and is expected to be completed by January 2026. This award brings the total cumulative face value of the contract to $220,358,986. Fiscal 2024 military construction (Air Force) funds in the amount of $10,119,250 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Dominion Privatization Virginia LLC, Fort Belvoir, Virginia, has been awarded a maximum $42,591,024 modification (P00323) to a 50-year contract (SP0600-06-C-8252) with no option periods incorporating the sixth prospective price redetermination for electric utility services. This is a fixed-price prospective price redetermination contract. The performance completion date is Aug. 1, 2057. Using military service is Army. Type of appropriation is fiscal 2024 through 2057 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Intrepid Eagle Logistics Inc.,* Bethesda, Maryland, has been awarded a maximum $9,790,600 firm-fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with three responses received. This is a seven-month contract with no option periods. Location of performance is South Korea, with an April 17, 2025, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-24-C-0010).

CORRECTION: The contract announced on Sept. 5, 2024, for Southern Tire Mart, Columbia, Mississippi (SPRDL1-24-D-0062), for $20,702,490 was announced with an incorrect award date. The correct award date is Sept. 6, 2024.

*Small business