An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

Contracts For April 29, 2024

NAVY

BAE Systems - Norfolk Ship Repair, Norfolk, Virginia, is awarded a $87,284,916 firm-fixed-price contract action for maintenance, modernization, and repair of USS Carter Hall (LSD 50) fiscal 2024 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for critical modernization, maintenance, and repair programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $92,268,063. Work will be performed in Norfolk, Virginia, and is expected to be completed by May 2025. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $87,284,916 will be obligated at the time of award, of which $87,284,916 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with three offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002424C4414).

Raytheon Co., Tucson, Arizona, is awarded a $49,441,113 hybrid firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity delivery order contract (M67854-24-F-1003) for the procurement of low-rate initial production units of the Navy Marine Expeditionary Ship Interdiction System Launcher. Work will be performed in Tucson, Arizona (15%); Mooresville, North Carolina (15%); and Kongsberg, Norway (70%). Work is expected to be completed by April 2027. Fiscal 2023 procurement (Marine Corps) funds in the amount of $49,441,113 are obligated at time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-F-1003).

ArgenTech Solutions Inc.,* Newmarket, New Hampshire, is awarded a $48,326,539 firm-fixed price, indefinite-delivery/indefinite quantity contract for the procurement of outside the continental U.S. and inside the continental U.S. field service representative support for gimbaled sensor systems. Work will be performed in multiple locations including U.S. Central Command, U.S. Indo-Pacific Command, U.S. Africa Command, U.S. Northern Command, and U.S. European Command. Work is expected to be completed by October 2029. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $367,390 will be obligated at time of award and will expire at the end of the current fiscal year. In accordance with Federal Acquisition Regulation 6.203, this contract was competitively procured via the Procurement Integrated Enterprise Environment and SAM.gov websites with three offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016423RJQ16). 

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $18,416,693 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-21-C-5393) to exercise options for MK 41 Vertical Launching Systems Mechanical Design Agent. This modification combines purchases for the Navy (92%); the government of Australia (3%); the government of Japan (2%); the government of Germany (1%); the government of the Netherlands (1%); and the government of Korea (1%), under the Foreign Military Sales (FMS) program. Work will be performed in Minneapolis, Minnesota (42%); Norfolk, Virginia (18%); San Diego, California (18%); Aberdeen, South Dakota (9%); Bath, Maine (6%); Pascagoula, Mississippi (6%); and Redzikowo, Poland (1%), and is expected to be completed by April 2025. Fiscal 2023 Defense-wide procurement funds in the amount of $1,056,179 (35%); fiscal 2024 Defense-wide research, development, test and evaluation funds in the amount of $971,767 (32%); other customer funds in the amount of $333,358 (11%); fiscal 2023 weapons procurement (Navy) funds in the amount of $240,000 (8%); fiscal 2024 Defense-wide procurement funds in the amount of $124,198 (4%); FMS (Australia) funds in the amount of $85,950 (3%); fiscal 2023 research, development, test, and evaluation (Army) in the amount of $80,000 (2%); FMS (Japan) funds in the amount of $74,837 (2%); FMS (Germany) funds in the amount $46,995 (1%); FMS (Netherlands) funds in the amount of $26,956 (1%); and FMS (Korea) funds in the amount of $19,862 (1%), will be obligated at time of award, of which $80,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded a $15,414,538 firm-fixed price contract for the operation and maintenance of Navy communication, electronic, and computer systems in support of the Naval Computer and Telecommunications Area Master Station Pacific. The contract will include a 12-month base period, four 12-month options, and a six-month extension option in accordance with Federal Acquisition Regulation 52.217-8 in which, if exercised, the total value of this contract will be $87,947,797. Work will be performed Oahu, Hawaii (94%); and Geraldton, Australia (6%). Work is expected to be completed by March 2017; if all options are exercised, work will be completed by October 2029. Fiscal 2024 operations and maintenance (Navy) funds in the full amount of $15,414,538 will be obligated at time of award and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This requirement was solicited on a full and open, unrestricted basis with three offers received. Naval Supply Systems Command Fleet Logistics Center Pearl Harbor, Hawaii, is the contracting activity (N00604-24-C-0006).

General Electric, Cincinnati, Ohio, is awarded a $10,300,895 firm-fixed-price delivery order for the procurement of one LM2500+ gas generator assembly, with shipping container, P/N L50021G03 and one LM2500+ power turbine assembly with shipping container, P/N L50050G03. Work will be performed at the contractor's facility located in in Erlanger, Kentucky, and is expected to be completed by May 2025. Fiscal 2024 other procurement, Navy funds in the total amount of $10,300,895 will be obligated at time of award and will not expire at the end of the current fiscal year. This order 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). Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-24-F-5039).

ARMY

Sielman S.A., Volos, Greece, was awarded a $49,946,600 modification (PZ0002) to contract W31P4Q-24-D-0004 for the HAWK Missile System. Work locations and funding will be determined with each order, with an estimated completion date of May 13, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Witco Industries Ltd., Ginowan, Okinawa, Japan, was awarded a $49,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Okinawa Simplified Acquisition of Base Engineering Requirements. This contract provides for a broad range of maintenance, repair, alterations, and minor and new construction work on real property located on U.S. Forces Japan installations on the island of Okinawa. Work is expected to be completed by April 29, 2029. This contract was a competitive acquisition, and seven offers were received. Fiscal 2024 operation and maintenance funds in the amount of $121,860 are being obligated at time of award. The 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan, is the contracting activity (FA5270-24-D-0003).

Battelle Memorial Institute, Columbus, Ohio, was awarded a $24,509,269 cost-plus-fixed-fee contract for research and development. This contract provides for the "Assured and Trusted Microelectronics Solutions (ATMS)" effort to achieve the objectives of the following whitepaper submitted in response to the ATMS Broad Agency Announcement (BAA): White Paper – "Assurance Workflows Applied to Assessment and Vulnerability Discovery". The scope of this effort is to assist the Air Force Research Laboratory in performing the development of Defense for Security frameworks, methodologies, and metrics for extracting security-related requirements defined by context-based threat models; meet target goals for post-silicon validation and verification for next generation micro-electronics; investigate and deliver validation and verification solutions with a focus on tool development; and advance microelectronic supply chain security through creating assurance cases for identified supply chain risks. Work will be performed in Columbus, and Wright-Patterson Air Force Base, Ohio, and is expected to be completed by April 26, 2027. This contract was the result of the ATMS BAA; Solicitation Number FA8650-18-S-1201. Fiscal 2024 research, development, test, and evaluation funds in the amount of $855,847 are being obligated at time of award. The Air Force Research Laboratory, Wright-Patterson AFB, Ohio, is the contracting activity (FA2377-24-C-B012).

DEFENSE LOGISTICS AGENCY

Lions Services Inc.,** Charlotte, North Carolina, has been awarded a maximum $17,261,719 firm-fixed price, indefinite-delivery/indefinite-quantity contract for hydration system carriers. This is a three-year contract with no option periods. The ordering period end date is April 29, 2027. Using military service is Army. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B019).

SND Manufacturing, Dallas, Texas, has been awarded a maximum $8,806,876 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for running suit jackets. This was a competitive acquisition with five responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is April 28, 2025. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0052).

DEFENSE HEALTH AGENCY

Accenture Federal Services LLC, Arlington, Virginia, is awarded a $16,727,604 option (P00009) for the previously awarded firm-fixed-price contract HT003823C0004. P00009 is a 12-month option period in support of the Program Executive Office – Defense Healthcare Management Systems, Joint Operation Medicine Information Systems, Program Management Office's Globally-Integrated Medical Common Operating Picture initiative providing enterprise-wide real-time medical situational information and facilitating operational medicine information sharing and collaboration inside and outside the medical community.  This 12-month option period began April 18, 2024, and concludes on April 17, 2025. Work location is within the continental U.S., outside the continental U.S., or both. The option period is funded with fiscal 2024 operations and maintenance; procurement; and research, development, testing, and evaluation funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Arlington, Virginia, is the contracting activity. (Awarded April 11, 2024)

*Small Business
**Mandatory source