Contracts For April 30, 2024

Left
Contracts
View Online
FOR RELEASE AT 5 PM ET
Contracts For April 30, 2024

ARMY

Intrepid LLC,* Huntsville, Alabama, was awarded a $445,816,490 cost-plus-fixed-fee contract for General Fund Enterprise Business Systems support and services. 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 May 12, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W91260-24-F-5009).

Burns & McDonnell Engineering Co. Inc., Kanas City, Missouri, was awarded a $10,000,000 firm-fixed-price contract for planning, engineering and design services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2029. U.S. Property and Fiscal Office, Minnesota, is the contracting activity (W50S7E-24-D-A001).

AIR FORCE

Native American Services Corp. (doing business as NASCO), Kellogg, Idaho (FA4801-24-D-0001); R-CON Construction Inc., Las Cruces, New Mexico (FA4801-24-D-0002); Mesa Verde Enterprises Inc., Alamogordo, New Mexico (FA4801-24-D-0003); Jack Wayte Construction Co. Inc., Alamogordo, New Mexico (FA4801-24-D-0004); NLGC JV LLC, Detroit, Michigan (FA4801-24-D-0005); Mirador Enterprises Inc., El Paso, Texas (FA4801-24-D-0006); and E-Corp., Layton, Utah (FA4801-24-D-0007), were awarded a $400,000,000 firm-fixed-price contract for the 49th Civil Engineering Squadron's Facility Sustainment Program. This contract provides for a broad range of maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, and earthwork on real property at Holloman Air Force Base, New Mexico, and on federal real property within a 100-miles radius (excluding Texas), such as bombing ranges and water pipelines. Work will be performed at Holloman AFB, New Mexico, and is expected to be completed by April 22, 2024. This contract was a competitive acquisition, and 22 offers were received. No funds are being obligated at time of award. The 49th Contracting Squadron, Holloman AFB, New Mexico, is the contracting activity. 

Texas Workforce Commission, Austin, Texas, was awarded a $195,722,821 contract for a base year plus four one-year options for non-personal, full food services. The services include, but are not limited to, the following: dining facility management; food safety; cooking; food requisition and inventory control; preparation; serving and replenishing food; maintaining food service and computer property (hardware) maintenance; preparing vegetables and fruits for the salad bar; kitchen patrol duties; performing cashier services; handling foods, supplies, and property; maintaining quality control; ensuring operator maintenance and repair of food service property; duties also include cleaning facilities; cleaning and sanitizing food service equipment and property, tables and chairs, utensils, dishware, pans etc.; and procuring supplies; and in the event of contingency, performing all required tasks to include continued service. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Dec. 31, 2028. This contract was a direct award to the Texas Workforce Commission (the state Licensing Agency on behalf of the Department of Education) under the Randolph Sheppard Act in accordance with 20 U.S. Code 107 implemented through 34 Code of Federal Regulations 395.33(d). Fiscal 2024 operation and maintenance funds in the amount of $9,717,807 are being obligated at time of award. The base year was awarded in the amount of $38,950,751. Wage adjustment increases not to exceed $3,000,000 annually as a result Executive Order 14026 may result in an overall increase of $15,000,000 under this contract, through expiration of the contract. The 502nd Contracting Squadron, Joint Base San Antonio-Lackland, Texas, is the contracting activity (FA3016-24-D-0007).

ARCTOS Technology Solutions LLC, Beavercreek, Ohio, was awarded an $11,999,968 cost-plus-fixed-fee type of contract for the Research and Development of Electronic Materials for Department of the Air Force Applications program. This contract provides for the acquisition of Materials for Integrated Nano-electronic Optoelectronic Structures research and development under an indefinite-delivery/indefinite-quantity contract. This task order award was based on multiple award, fair opportunity, with two indefinite-delivery/indefinite-quantity contracts with a $75,000,000 shared ceiling. The focus of this program is research and development in materials, processing, device integration, data sciences, and related enabling technologies to pave the way toward the realization of advanced intelligence, surveillance, and reconnaissance, and electronic warfare capabilities for air and space applications at the Air Force Research Laboratory (AFRL), Materials and Manufacturing Directorate. Work will be performed at AFRL Materials and Manufacturing Directorate laboratory at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by July 30, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $549,106 are being obligated at time of award. AFRL, Wright-Patterson AFB, Ohio, is the contractive activity (FA2394-24-D-B002; FA2394-24-F-B006).  

UES INC., Dayton, Ohio, was awarded a $11,997,825 cost-plus-fixed-fee type of contract for Research within the Opto-electronic Blueprint for Emergent Sensing Systems program. This contract provides for the acquisition of Materials for Integrated Nano-electronic Optoelectronic Structures research and development under an indefinite-delivery/indefinite-quantity contract. This task order award was based on multiple award, fair opportunity with two indefinite-delivery/indefinite-quantity contracts with a $74,900,000 shared ceiling. The focus of this program is research and development in materials, processing, device integration, data sciences, and related enabling technologies to pave the way toward the realization of advanced intelligence, surveillance, and reconnaissance, and electronic warfare capabilities for air and space applications at the Air Force Research Laboratory (AFRL), Materials and Manufacturing Directorate. Work will be performed at AFRL Materials and Manufacturing Directorate laboratory at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by July 30, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2024 research, development, test, and evaluation funds in the amount of $1,509,000 are being obligated at time of award. AFRL, Wright-Patterson AFB, Ohio, is the contractive activity (FA2394-24-D-B001; FA2394-24-F-B005).  

Malone Office Supply, Columbus, Georgia, was awarded a $8,354,345 delivery order for furniture reservation. This contract provides for program management, installation, furnishings, and reconfiguration of demountable walls for the Air Force Reserve Command Consolidated Mission Complex. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Dec. 26, 2024. This contract a competitive acquisition and two offers were received. Fiscal 2024 operation and maintenance funds in the amount of $8,354,345 are being obligated at time of award. The Air Force Sustainment Center, Robins AFB, Georgia, is the contracting activity (FA8501-24-F-0025).

DEFENSE LOGISTICS AGENCY

Northrop Grumman Systems Corp., Oklahoma City, Oklahoma, has been awarded a minimum $84,836,357 delivery order (SPRTA1-24-F-0078) and modification (P00007) to a four-year subsumable base contract (SPRTA1-19-D-0001) with one five-year option period for additional pricing for the manufacture and production of B-2 forward duct assemblies. This is a hybrid firm-fixed-price, indefinite-quantity contract. Location of performance is California, with a June 1, 2026, performance completion. 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, Tinker Air Force Base, Oklahoma.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Aurora Flight Sciences Corp., Manassas, Virginia, has been awarded a $24,974,837 modification (P00005) to previously awarded cost-plus-fixed-fee contract (HR001124C0325) for Phase 1B of the Speed and Runway Independent Technologies program. The modification brings the total cumulative face value of the contract to $29,168,148 from $4,193,311. Work will be performed in Manassas, Virginia (96%); and Saint Louis, Missouri (4%), with an expected completion date of June 2025. Fiscal 2024 research, development, test, and engineering funds in the amount of $650,000 are being obligated at the time of modification award. This contract was a competitive acquisition in accordance with original broad agency announcement HR001123S0031. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

NAVY

Management Services Group Inc., Virginia Beach, Virginia, is awarded a $19,219,677 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract (N00024-20-C-5608) to exercise options for network, processing, and storage of Technical Insertion 16; modification of production equipment, spares, other direct costs, and engineering services. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by April 2025. Foreign Military Sales (Japan) funds in the amount of $17,093,100 (93%); fiscal 2022 other procurement (Navy) funds in amount $744,238 (4%); fiscal 2024 other procurement (Navy) funds in amount $385,939 (2%); fiscal 2020 ship construction (Navy) funds in the amount $1,593 (1%), will be obligated at time of award, of which $744,238 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Avian Inc.,* Lexington Park, Maryland, is awarded a $13,397,942 modification (P00039) to a cost-plus-fixed-fee contract (N0042122C0020). This modification exercises an option to provide contract engineering, program management and administrative support for the design, execution, analysis, evaluation, and reporting of tests and experiments for various aircraft, unmanned air systems, weapons, and weapons systems in support of the Test and Evaluation Program Leadership Division within the Naval Test Wing Atlantic at the Naval Air Warfare Center Aircraft Division in support of the Navy and Foreign Military Sales customers (FMS). Work will be performed in Patuxent River, Maryland, and is expected to be completed in April 2025. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $4,166,919; fiscal 2024 aircraft procurement (Navy) funds in the amount of $1,507,170; fiscal 2024 other procurement (Navy) funds in the amount of $406,387; fiscal 2024 working capital funds (Navy) in the amount of $149,300; fiscal 2024 operations and maintenance (Navy) funds in the amount of $143,805; and FMS customer funds in the amount of $698,167, will be obligated at the time of award, of which $143,805 will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

SEACORP LLC,* Middletown, Rhode Island, is awarded a $12,676,255 cost-plus-fixed fee, cost-only, firm-fixed-price contract for the procurement of the Common Infrastructure Services subsystem software design, engineering development, integration, testing, logistics, delivery, and life cycle sustainment support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $72,080,764. Work will be performed in Manassas, Virginia (61%); Middletown, Rhode Island (36%); and Waterford, Connecticut (3%), and is expected to be completed by April 2025. If all options are exercised, work will continue through April 2030. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $1,000,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was competitively procured via System for Award Management (SAM) website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-6201).

*Small Business

Right

Press Advisories   Releases   Transcripts

Speeches   Publications   Contracts

 

ABOUT   NEWS   HELP CENTER   PRESS PRODUCTS
Facebook   Twitter   Instagram   Youtube

Unsubscribe | Contact Us


This email was sent to sajanram.shrestha@blogger.com using GovDelivery Communications Cloud on behalf of: U.S. Department of Defense
1400 Defense Pentagon Washington, DC 20301-1400

No comments:

Post a Comment