Results

U.S. Department of Defense

05/02/2024 | Press release | Distributed by Public on 05/02/2024 15:12

Contracts for May 2, 2024R&E Detachment Leverages Reservists' Civilian Expertise, Military Experience for S&T InnovationSecretary of Defense Lloyd J. Austin III's Call With[...]

AIR FORCE

Northrop Grumman Systems Corp. Aerospace Systems, Palmdale, California, was awarded a indefinite-delivery/indefinite-quantity contract with a ceiling of $7,000,000,000 for B-2 modernization and sustainment. This contract provides for B-2 enhancements, sustainment, logistics elements including sustaining engineering, software maintenance, and support equipment. Also included is programmed depot maintenance of the fleet and other interim contractor support. Work will be performed at Palmdale, California; with performance at other locations, namely Whiteman Air Force Base, Missouri; Tinker AFB, Oklahoma; Wright Patterson AFB, Ohio; Edwards AFB, California; and Hill AFB, Utah, and is expected to be completed by May 3, 2029. This contract was a sole source acquisition. Fiscal 2023 research, development, test, and evaluation funds in the amount of $21,439 are being obligated at time of award. The Air Force Life Cycle Management Center, B-2 Division Contracting, Wright-Patterson AFB, Ohio, is the contracting activity (FA8616-24-D-B001).

Automotive and Industrial Supply Co., Ogden, Utah, was awarded a $46,586,584 three-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides just in time delivery of aerospace coatings, sealants, and technical assistance to support the Ogden Air Logistics Complex, Hill Air Force Base, Utah. Work will be performed at Hill AFB, Utah, and is expected to be completed by July 14, 2027. This contract was a sole source acquisition. Fiscal 2024 defense working capital funds in the amount of $1,797,750 are being obligated at time of award. The Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8224-24-D-0006).

Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia, was awarded a cost-plus-fixed-fee contract in the amount of $15,586,916 for Iraq integrated air defense system contractor logistics support. This contract provides for follow on contractor logistics support to include subject matter expert support, engineering support, return and repair, and in country on-site support. Work will be performed in Iraq; and Syracuse, New York, and is expected to be completed by May 2, 2027. This contract involves 100 percent Foreign Military Sales (FMS) to Iraq. This contract was a sole source acquisition. FMS funds in the amount of $15,586,916 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2383-24-C-B006).

Cubic Defense Applications Inc., San Diego, California, has been awarded an $8,830,393 cost-plus-fixed-fee modification (P00002) to previously awarded (FA8750-23-C-1501) for Halo-Enabled Resilient Mesh software and hardware prototypes. The contract modification is to further leverage technology designed and developed under the basic effort. Additional work will be expanding on the goal of reducing size, weight, and power; increasing operational frequency ranges; and improving and developing new software capabilities, with the goal of improving the overall performance of the existing communication systems being developed under this effort. The modification brings the total cumulative face value of the contract to $17,685,710. Work will be performed at San Diego, California, and is expected to be completed by Feb. 3, 2027. Fiscal 2023 research, development, test, and evaluation funds in the amount of $8,830,393 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

Management Services Group, doing business as Global Technical Systems, Virginia Beach, Virginia, was awarded a cost-plus-fixed-fee contract with a ceiling of $7,943,505 for a Hyperconverged Edge Computing Small Business Innovation Research (SBIR) III. This contract provides the transition of flexible infrastructure concepts and technologies developed in prior SBIR initiatives and to enable an optimized design approach for the integration of all required system components to address identified Space Force capabilities and/or as applicable to other SBIR Phase III commercialization. This effort will deliver requirement definitions, design information, fabrication, production, and demonstration of space systems for rapid decision and command action delivery. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by July 30, 2026. This contract was a competitive acquisition, and one offer was received. Fiscal 2023 congressional funds and research, development, test, and evaluation funds in the total amount of $7,943,505 are being obligated at time of award. The Air Force Research Lab Space Technology Branch, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-24-C-X024).

NAVY

APC DB JV LLC,* Harvey, Louisiana (N69450-24-D-0014); C&C Contractors LLC,* Notasulga, Alabama (N69450-24-D-0015); CCI Energy and Construction Services LLC,* Anchorage, Alaska (N69450-24-D-0016); CORE Engineering and Construction Inc.,* Winter Park, Florida (N69450-24-D-0017); ESA South Inc.,* Cantonment, Florida (N69450-24-D-0018); KOMAN Construction LLC,* Anchorage, Alaska (N69450-24-D-0019); National Native American Construction Inc.,* Coeur d'Alene, Idaho (N69450-24-D-0020); Red Eagle JV,* Coweta, Oklahoma (N69450-24-D-0021); Speegle Construction Inc.,* Niceville, Florida (N69450-24-D-0022); and Yerkes South Inc.,* Crestview, Florida (N69450-24-D-0023), are awarded a combined $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contract for the procurement of construction projects primarily at Department of Defense (DOD) installations located within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations (AO). Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work will be performed but is not limited to DOD installations, outlying airfields, and Naval Operational Support Centers within the NAVFAC Southeast AO, and is expected to be completed by April 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $10,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured on the SAM.gov website via the Procurement Integrated Enterprise Environment solicitation module, with 46 offers received. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

Corvid Atea LLC,* Mooresville, North Carolina, is awarded a $78,421,905 cost-plus-fixed-fee indefinite-delivery/indefinite-quantity contract to provide range instrumentation, operations and maintenance, mission planning and test support, analysis, engineering, environmental test, cyber security and interconnection service agreements, configuration and data management, logistics, inventory and design and development of range instrumentation systems for the hypersonic system-under-test events as well as technology demonstrations in support of the Global Hawk RQ-4 Unmanned Aerial Vehicles for the Navy. Work will be performed in Point Mugu, California (55%); Westlake Village, California (20%); various locations within the continental U.S. (CONUS) (20%); and various locations outside CONUS (5%), and is expected to be completed in April 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisitions Regulation 6.302-5. Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893624D0012).

Altus Technology Solutions LLC,* Hanover, Maryland, is awarded a $65,285,571 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides rapid organic engineering, prototyping, reverse-engineering, environmental testing, antenna repairs and life cycle extensions, and production capabilities in support of the Naval Air Warfare Center (NAWCAD) Naval Air Systems Command, and the NAWCAD Webster Outlying Field Divisions. Work will be performed at St. Inigoes, Maryland, and is expected to be completed in July 2029. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; six offers were received. NAWCAD Patuxent River, Maryland, is the contracting activity (N0042124D0014).

ARMY

Harper Construction Co. Inc., San Diego, California, was awarded a $76,848,819 modification (P00003) to contract W912BV-23-C-0002 for the construction of a maintenance hangar. Work will be performed at Tinker Air Force Base, Oklahoma, with an estimated completion date of Dec. 21, 2024. Fiscal 2023 military construction, Army funds in the amount of $76,848,819 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Amentum Services Inc., Germantown, Maryland, was awarded a $58,697,309 modification (0003 FD) to contract W52P1J-12-G-0028 for maintenance, supply, and transportations logistics support services. Work will be performed in Kuwait, with an estimated completion date of May 2, 2024. Fiscal 2024 operation and maintenance, Army funds in the amount of $58,697,309 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

MW Builders Inc., Pflugerville, Texas, was awarded a $55,059,000 firm-fixed-price contract for design and construction of unaccompanied enlisted personnel housing. Bids were solicited via the internet with two received. Work will be performed at Fort Johnson, Louisiana, with an estimated completion date of Oct. 11, 2026. Fiscal 2024 military construction, Army funds in the amount of $55,059,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-24-C-0009).

M. A. Mortenson Co., Minneapolis, Minnesota, was awarded a $37,493,320 firm-fixed-price contract for construction of a medical waste incinerator facility. Bids were solicited via the internet with two received. Work will be performed in Frederick, Maryland, with an estimated completion date of April 30, 2027. Fiscal 2021 military construction, Army funds in the amount of $37,493,320 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-24-C-0008).

Weeks Marine Inc., Covington, Louisiana, was awarded a $27,095,900 firm-fixed-price contract for coastal storm risk management and beach dune restoration. Bids were solicited via the internet with three received. Work will be performed in Flagler Beach, Florida, with an estimated completion date of March 31, 2025. Fiscal 2018 civil construction, 2024 non-federal cost shared and 2024 non-federal not cost shared funds in the amount of $27,095,900 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-24-C-0008).

AECOM Technical Services Inc., Los Angele, California, was awarded a $7,752,124 modification (P00009) to contract W912BV-16-C-0033 for Fort Wingate Depot Activity closure and corrective action. Work will be performed in McKinley, New Mexico, with an estimated completion date of Feb. 18, 2025. Fiscal 2020-2024 Department of Defense Base Closure Account funds in the amount of $7,752,124 were obligated at the time of the award. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Gil Sewing Corp.,* Chicago, Illinois, has been awarded a maximum $15,773,400 modification (P00012) exercising the third one-year option period of a one-year base contract (SPE1C1-21-D-1467) with four one-year option periods for men's uniform dress coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 6, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Konecranes Inc., Springfield, Ohio, has been awarded a maximum $12,253,992 firm-fixed-priced delivery order (SPRDL1-24-F-0097) against a three-year long-term contract (SPRDL1-21-D-0041) with no option periods for drum power winches. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Nov. 2, 2027. 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.

*Small Business