U.S. Department of Defense

10/21/2024 | Press release | Distributed by Public on 10/21/2024 15:02

Contracts for Oct. 21, 2024Biden Administration Announces Additional Security Assistance for UkraineUkraine Fact Sheet - Oct. 21, 2024

AIR FORCE

The Boeing Co., Albuquerque, New Mexico, was awarded a $277,054,837 cost, cost-plus-fixed-fee contract for Starfire Electro-Optics, Laser Lab Advancement. This contract provides for the development of Electro-Optics and Directed Energy technologies, in support of the Air Force Research Laboratory, Space Electro-Optics Division's mission to advance the nation's space superiority capabilities. Work will be performed at Albuquerque, New Mexico, and is expected to be completed by Oct. 20, 2033. This contract was a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $13,526,814 are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico is the contracting activity (FA9451-25-C-X002).

McCrone Associates Inc., Westmont, Illinois, has been awarded a $99,000,000 ceiling, firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for Air Force Technical Applications Center (AFTAC) laboratory sample analysis services. This contract provides expert technical services to AFTAC in conducting a variety of projects. The services provided under this contract are for sustained and uninterrupted particle analysis services on a wide range of samples supporting the trace particle analysis for its customers. Work will be performed at Westmont, Illinois, and is expected to be completed by Oct. 31, 2031. This contract was a sole-source acquisition. Fiscal 2025 operations and maintenance funds in the amount of $8,894,985 are being obligated for the first task order at the time of award. Air Combat Command Acquisition Management and Integration Center, Detachment 2, Patrick Space Force Base, Florida, is the contracting activity (FA7022-25-D-0002).

Cyber Engineering and Technical Alliance LLC, Columbia, Maryland, has been awarded a $25,857,935 modification (P00014) to a previously awarded contract (FA489022F0013) for information dominance support. This modification brings the total cumulative face value of the contract to $75,801,251, from $49,943,316. Work will be performed at Langley Air Force Base, Virginia, and is expected to be complete by Oct. 20, 2025. Fiscal 2025 operations and maintenance funds in the amount of $11,676,313 are being obligated at the time of award. The Acquisition Management and Integration Center, Langley AFB, Virginia, is the contracting activity.

NAVY

Greenfield Engineering Corp.*, Leonardtown, Maryland, was awarded a $200,031,838 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract for avionics engineering, technical, programmatic and organizational, operational support services, and associated materials, as well as the provisioning of services and supplies to support all avionics system engineering efforts to design, develop, manufacture, acquire, integrate, update, and test avionics systems from inception through disposal. This effort is in support the operation of the

Mission Systems Group Avionics Engineering Department and their customers to include, the Naval Air Systems Command, Program Executive Offices, the Naval Aviation Enterprise, and Foreign Military Sales customers. Work will be performed in Patuxent River, Maryland (90%); and Leonardtown, Maryland (10%), and is expected to be completed in October 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, one offer was received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042125D0026). (Awarded Oct. 11, 2024)

Envisioneering Inc.,* Alexandria, Virginia, was awarded an $85,000,000 indefinite-delivery/indefinite-quantity contract (N0017325D2401) for research and development support for surface electronic warfare engineering and technical services. The contract does not include options and has a cumulative value of $85,000,000. An $11,540,120 cost-plus-fixed-fee task order was issued concurrently (N0017325F2400). Work for the initial task order will be performed at the U.S. Naval Research Laboratory (NRL), Washington, D.C., and is expected to be completed by October 2025. Fiscal 2024 research, development, test and evaluation funds in the amount of $1,318,013 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with two offers received via Contract Opportunities on SAM.gov. NRL, Washington, D.C., is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $79,324,841 cost-plus-fixed-fee modification (P00024) to an order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises options to procure eight P-8A Increment 3 retrofit A-kits installations and associated ancillary support for anti-submarine warfare capabilities upgrades for the Navy. Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in April 2026. Fiscal 2025 aircraft procurement (Navy) funds in the amount of $79,324,841 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 competed. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Stark Aerospace Inc., Columbus, Mississippi, is awarded a $61,454,230 firm-fixed-price contract for MK 41 Vertical Launching System (VLS) MK 25 canister production in support of fiscal 2024-2028 MK 41 VLS canister production requirements. This contract includes options which, if exercised, would bring the cumulative value of this contract to $312,787,824. This contract combines purchases for the Navy and fellow NATO participating and partner nations. Work will be performed in Columbus, Mississippi (54%); Clackamas, Oregon (21%); Johnstown, Pennsylvania (21%); and Fairfield, New Jersey (4%), and is expected to be completed by October 2026. If all options are exercised, work will continue through January 2030. Other customer funds in the amount of $35,775,911 (58%); and fiscal 2024 weapons procurement (Navy) funds in the amount of $25,678,319 (42%), will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with two offers received. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity (N00024-25-C-5314).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded an indefinite-delivery/indefinite-quantity, firm-fixed-price contract for MT7 engine depot-level repairs. The contract will not exceed $59,388,933. Work will be completed at the contractor's facility in Indianapolis, Indiana, and is expected to be completed by December 2029. Navy working capital funds in the total amount of $500 will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-D-4010).

BAE Systems San Diego Ship Repair, San Diego, California, is awarded a not-to-exceed $34,927,342 firm-fixed-price modification to previously awarded undefinitized contract N00024-24-C-4423 to exercise options for the repair, maintenance, and modernization of the USS Halsey (DDG 97), a fiscal 2024 Chief of Naval Operations Depot Modernization Period (DMP). The scope of this procurement includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the USS Halsey (DDG 97) fiscal 2024 DMP. Work will be performed in San Diego, California, and is expected to be completed by April 2026. Fiscal 2025 other procurement, (Navy) funds in the amount of $17,114,395 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.

Innovative Defense Technologies LLC*, Arlington, Virginia, is awarded a $31,496,134 cost-plus-fixed-fee and cost modification to previously awarded contract N00024-21-C-5100 to exercise options and increases engineering labor and support for Automated Test and Analysis requirements. Work will be performed in Arlington, Virginia (55%); Mount Laurel, New Jersey (40%); and San Diego, California (5%). Work is expected to be completed by November 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funding in the amount of $22,509,502 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.

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is being awarded an $11,040,118 cost-plus fixed fee, with a special performance incentive, modification to previously awarded contract N00024-21-C-4205 to purchase commercial material for planning yard support for LPD-17 Class LPD-26 USS John P. Murtha. Fiscal 2024 other procurements (Navy) funds in the amount of 11,040,118 will be obligated at time of award, which will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

D. L. Martin Co.,* Mercersburg, Pennsylvania (N64498-25-D-0006); Epsilon Systems Solutions Inc.*, Portsmouth, Virginia (N64498-25-D-0007); and GSE Dynamics Inc.,* Hauppauge, New York (N64498-25-D-0008), are awarded a combined $10,010,610 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for inspection, repair, restoration, and testing services for naval submarine antenna, periscope, and communications masts and hull mechanical and electrical systems. Each awardee will be awarded $891 (meeting the $500 minimum contract guarantee per awardee) at contract award. Work will be completed at the contractor's facilities in Mercersburg, Pennsylvania; Portsmouth, Virginia; and Hauppauge, New York, according to future contracting actions. Work is expected to be completed by October 2030. Fiscal 2023 shipbuilding and conversion, (Navy) funds in the amount of $2,673 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with four offers received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

L3 Technologies Inc. Communication Systems-West, Salt Lake City, Utah, was awarded a $29,315,311 modification (P00001) to contract W58RGZ-24-F-0375 for hardware and software. Work locations and funding will be determined with each order, with an estimated completion date of July 31, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

HWI Gear Inc.,* Denver, Colorado, has been awarded a maximum $7,791,065 fixed-price, indefinite-delivery/indefinite-quantity contract for sage green fuel handler gloves. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. Location of performance is Massachusetts, with an Oct. 20, 2028, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2029. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-0005).

*Small business