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 June 10, 2024

NAVY

Defense Maritime Solutions Inc., formerly Wartsila Defense Inc., Chesapeake, Virginia; and Coastal Seal Services LLC, Lincolnton, North Carolina, are each receiving a modification (P00007) to previously awarded multiple-award, firm, fixed-price, indefinite-delivery/indefinite-quantity contracts (N3220521D4126) and (N3220521D4127) to increase the shared contract ceiling amount. These modifications will allow for continuous procurement of parts and services from the original equipment manufacturer (OEM) and authorized non-OEM sources. Military Sealift Command (MSC) requires firm, fixed-price orders to provide services and parts to maintain a broad range of seals, jet drive, propulsion systems, and associated parts supply in support of the following MSC class vessels: T-AH (Hospital); T-AKE (Dry Cargo/Ammunition); T-AO (Fleet Replenishment Oiler); T-AOE (Fast Combat Support); T-ARC (Cable Repair); T-ARS (Rescue and Salvage); T-AS (Submarine Tender); T-ATS (Tug and Salvage); T-EPF (Expeditionary Fast Transport); and T-ESB (Expeditionary Sea Base). Work will be performed worldwide, with the period of performance ending Aug. 4, 2026. The statutory acquisition authority permitting other than full-and-open competition is 10 U.S. Code 3204(a)(1), as implemented by Federal Acquisition Regulation 6.302-1(a)(2), whereby this requirement can only be fulfilled by one or a limited number of sources. A five-year ordering period with a shared contract ceiling of $33,367,845 is currently on these contracts. With the execution of the proposed modifications, the shared contract ceiling would increase by $40,123,221 to a value of $73,491,065. No funding is being obligated via these modifications, as this is an indefinite-delivery/indefinite-quantity contract, where funding is obligated at the order level. Funding for the fiscal year in which orders are placed will be utilized at the time an order is executed. MSC, Norfolk, Virginia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $17,865,579 cost-plus-fixed-fee modification to a previously awarded contract (N00024-19-C-6400) for systems engineering and integration on Navy submarines. Work will be performed in Manassas, Virginia (68%); Waterford, Connecticut (10%); Groton, Connecticut (10%); Middletown, Rhode Island (7%); and Newport, Rhode Island (5%), and is expected to be completed by September 2024. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,088,545 (61%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,202,556 (22%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,631,339 (17%), 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. 

AIR FORCE

CACI Inc.-Federal, Chantilly, Virginia, was awarded a maximum $450,000,000 firm-fixed-price, firm-fixed-price-level-of-effort, fixed-price-incentive-fee, cost, indefinite-delivery/indefinite-quantity contract for Joint Navigation Warfare Center IV. This contract provides research and development support services for the Joint Navigation Warfare Center. Work will be performed in Albuquerque, New Mexico, and is expected to be completed by Feb. 15, 2034. This contract was a competitive acquisition, and five offers were received. Fiscal 2024 operation and maintenance funds in the amount of $14,262,214 are being obligated at time of award. The Space Acquisition Integration Office, Peterson Space Force Base, Colorado, is the contracting activity (FA2518-24-D-0002).

The Boeing Co., Oklahoma City, Oklahoma, was awarded an engineering assignment via task order under the terms and conditions of indefinite-delivery/indefinite-quantity contract for non-recurring engineering. This contract provides for upgrade and replacement of pre-existing communication systems on the C-40B/C aircraft. The location of performance is Oklahoma City, Oklahoma; Joint Base Andrews, Maryland; and Scott Air Force Base, Illinois, and is expected to be completed by Sep. 30, 2026.  This contract was a sole source acquisition. Fiscal 2023 and 2024 procurement funds in the amount of $10,673,909 are being obligated at time of award. The Air Force Life Cycle Management Center, Tinker AFB, Oklahoma, is the contracting activity (FA8106-17-D-0002).

NetCentric Technology LLC, Neptune, New Jersey, was awarded a task order on the General Services Administration OASIS contract with a $19,277,076 ceiling base year, four one-year options, and a six-month option to extend services, for the A-10 operational flight program (OFP). This contract provides engineering service support for A-10 OFP to augment the 309th Software Engineering Group with on-site contractor support to work with civilian and military personnel in a team environment on depot software development and maintenance activities at Hill Air Force Base, Utah. The location of performance is Hill AFB, Utah, and is expected to be completed by Dec. 24, 2030. This contract was a competitive acquisition, and four offers were received. The Air Force Sustainment Center, Aerospace Ground Equipment 2nd Generation, Hill AFB, Utah, is the contracting activity (FA8224-24-F-B001).

ARMY

Amentum Services Inc., Chantilly, Virginia, was awarded a $43,903,867 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract to establish and start up two new regional logistics hubs and to provide advise and assist services. Bids were solicited via the internet with one received. Work will be performed in Iraq, with an estimated completion date of Aug. 9, 2027. Fiscal 2024 Foreign Military Sales (Iraq) funds in the amount of $43,903,867 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-C-0015).

High Prairie Services, Omaha, Nebraska, was awarded a $23,998,057 modification (P00006) to contract W519TC-23-F-0085 to provide policy, oversite, compliance guidance, implementation, synchronization and execution services to the Office of the Chief Information Officer and Deputy Chief of Staff, G-6, mission requirements. Work locations and funding will be determined with each order, with an estimated completion date of Dec. 11, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

SourceAmerica, Vienna, Virginia, was awarded an $11,059,457 firm-fixed-price contract for cold weather canteen systems. Bids were solicited via the internet with one received. Work will be performed in Vienna, Virginia, with an estimated completion date of Jan. 31, 2026. Fiscal 2024 operation and maintenance, Army funds in the amount of $11,059,457 were obligated at the time of the award. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-24-C-0035). 

CORECTION: The $44,663,738 contract (W58RGZ-24-D-0050) announced on June 3, 2024, for LSI Inc.,* Jacksonville, Florida, to provide personnel, materiel, facilities, engineering and production services to complete production of training devices was actually awarded on June 7, 2024. 

U.S. SPECIAL OPERATIONS COMMAND

Merlin Labs Inc., Boston, Massachusetts, is being awarded an indefinite-delivery/indefinite-quantity contract (H9240824R0003) with a contract ceiling of $105,000,000. This contract is being awarded to design, integrate, and test an operationally relevant system that will demonstrate reduced aircrew capability to encompass testing, production, integration, demonstration, and sustainment, on various Special Operations Forces aircraft mission design series in support of U.S. Special Operations Command. Fiscal 2023 research, development, test and evaluation funds in the amount of $7,535.00 are being obligated at time of award on the initial task order. Future orders will be funded with the appropriate fiscal year research, development, test and evaluation funds. The work will be performed in Boston, Massachusetts; Centennial, Colorado; and Eglin Air Force Base, Florida, and is expected to be completed within the contract’s five-year ordering period, or by June 2029. This contract was awarded through Sole Source award under Small Business Innovation Research III policies. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity. (Awarded June 7, 2024)

DEFENSE LOGISTICS AGENCY

Sea Box Inc.,* Cinnaminson, New Jersey, has been awarded a maximum $9,014,019 firm-fixed-price contract for commercial shipping and storage containers. This was a competitive acquisition with seven responses received. This is a 270-day contract with no option periods. The ordering period end date is March 7, 2025. Using military service is Army. Type of appropriation is fiscal 2024 through 2025 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8ED-24-C-0007).

Blind Industries and Services of Maryland,*** Baltimore, Maryland, has been awarded a maximum $7,814,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for physical training gear jackets. This is a one-year base contract with four one-year option periods. Location of performance is North Carolina, with a June 9, 2025, ordering period end date. Using military services are Air Force and Space Force. 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-B018).

UPDATE: Integrated Medcraft,** East Hampton, Connecticut (SPE2DE-24-D-0017, $39,000,000) has been added as an awardee to the multiple award contract for medical/surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-18-R0001 and awarded May 1, 2019. 

*Small business
**Woman-owned small business  
***Mandatory source