Contracts For May 7, 2024

Left
Contracts
View Online
FOR RELEASE AT 5 PM ET
Contracts For May 7, 2024

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland (N66001-19-D-3407); Booz Allen Hamilton, McLean, Virginia (N66001-19-D-3408); ICF Inc., LLC, Reston, Virginia (N66001-19-D-3409); Leidos Inc., Reston, Virginia (N66001-19-D-3410); Peraton Technology Services Inc., Herndon, Virginia (N66001-19-D-3411); Parsons Government Services Inc., Pasadena, California (N66001-19-D-3412); Science Applications International Corp., Reston, Virginia (N66001-19-D-3413); Scientific Research Corp., Atlanta, Georgia (N66001-19-D-3414); and Peraton Technology Services Inc., Chantilly, Virginia (N66001-19-D-3415), are each awarded a modification to exercise Option Two of a previously awarded indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to support Naval Information Warfare Center (NIWC) Pacific with the architecture, engineering, functionality, interface and interoperability of Cyberspace Operations systems, services and capabilities at the tactical, operational and strategic levels. The maximum dollar value for all nine contracts combined is $1,856,048,552. BAE Systems Technology Solutions & Services Inc. is awarded $205,601,340; this two-year option extends the five-year contract to seven years, increasing the total value to $677,769,136. Booz Allen Hamilton Inc. is awarded $204,053,976; this two-year option extends the five-year contract to seven years, increasing the total value to $672,034,025. ICF Inc. LLC is awarded $240,164,326; this two-year option extends the five-year contract to seven years, increasing the total value to $802,045,896. Leidos, Inc. is awarded $223,713,581; this two-year option extends the five-year contract to seven years, increasing the total value to $691,584,396. Peraton Technology Services Inc. is awarded $205,301,482; this two-year option extends the five-year contract to seven years, increasing the total value to $704,295,666. Parsons Government Services Inc. is awarded $211,984,975; this two-year option extends the five-year contract to seven years, increasing the total value to $710,979,159. Science Applications International Corporation is awarded $170,488,367; this two-year option extends the five-year contract to seven years, increasing the total value to $569,177,650. Scientific Research Corp. is awarded $171,923,497; this two-year option extends the five-year contract to seven years, increasing the total value to $577,918,498. Peraton Technology Services Inc. is awarded $222,817,008; this two-year option extends the five-year contract to seven years, increasing the total value to $739,941,511. Work will be performed at San Diego, California (100%). The period of performance for this option is May 2024 to May 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation; other procurement, Navy, operations and maintenance, and other funding. Other funding includes the potential for defense working capital funds; and Foreign Military Sales funding. This contract was competitively procured via Request for Proposal (N66001-18-R-001) which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce central website. 18 offers were received and nine were selected for award. NIWC Pacific, San Diego, California, is the contracting activity.  

Chugach Dynamic Solutions LLC,* Anchorage, Alaska (M67854-24-D-4934); Copper River Infrastructure Services LLC,* Anchorage, Alaska (M67854-24-D-4935); DecisiveInstincts LLC,* Vienna, Virginia (M67854-24-D-4936); Direct Enterprise Solutions LLC,* Springfield, Virginia (M67854-24-D-4937); Nakupuna Consulting LLC,* Arlington, Virginia (M67854-24-D-4938); and Spectrum Solutions Inc.,* Madison, Alabama (M67854-24-D-4939), are awarded a combined $404,524,133 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to engineer, furnish, install, secure, test, and make operational, the refreshed and modernized capabilities for the telecommunication and network infrastructure at all required Marine Corps base, post, camp, and station. Five awardees will be awarded $1,500 (minimum contract guarantee per awardee) at contract award, and one awardee will be awarded $3,729,565 for the first delivery order. These contracts include options which, if exercised, would bring the cumulative value to $809,045,264 over a 10-year period to the six vendors combined. Work will be performed in current or future Marine Corps continental U.S.; and outside continental U.S. installations and detachments and work is expected to be completed by May 2034. Fiscal 2024 procurement (Marine Corps) funding in the amount of $3,737,065 will be obligated at the time of award and will expire at the end of fiscal 2026. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the SAM.Gov, with 17 offers received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.  

ARMY

Hologic Sales and Service LLC, Marlborough, Massachusetts, was awarded a $93,301,460 firm-fixed-price contract for Hologic test kits. 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 5, 2029. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-24-D-0010). 

AIR FORCE

The Boeing Corp., St. Louis, Missouri, has been awarded a $19,141,215 firm-fixed-price contract modification (P00042) to previously awarded contract FA8634-21-C-2702 for the F-15 Eagle Passive/Active Warning Survivability System. The modification brings the total cumulative face value of the contract to $824,669,013. Work will be performed at Nashua, New Hampshire, and is expected to be completed by Dec. 31, 2026. Fiscal 2022 procurement funds in the amount of $15,659,345; and fiscal 2023 procurement funds in the amount of $3,481,870, are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The contract announced May 2, 2024, for Lockheed Martin Corp., Rotary and Mission Systems, Manassas, Virginia (FA2383-24-C-B006), for $15,586,916, for Iraq integrated air defense system contractor logistics support, was announced with an incorrect award date. The correct award date is May 3, 2024.

DEFENSE THREAT REDUCTION AGENCY

Amentum Services Inc., Chantilly, Virginia, was awarded a $12,088,565 cost-plus-fixed-fee contract (HDTRA1-24-C-0027) to provide advisory and assistance services for the Defense Threat Reduction Agency (DTRA), Strategic Integration Directorate. The principal place of performance is Fort Belvoir, Virginia. Performance is expected to be completed by May 5, 2025. Fiscal 2024 operations and maintenance in the amount of $3,998,801 is being obligated at the time of award. This award is the result of a sole source acquisition. DTRA, Fort Belvoir, Virginia, is the contracting activity. (Awarded May 3, 2024)

*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