U.S. Department of Defense

10/25/2024 | Press release | Distributed by Public on 10/25/2024 15:14

Contracts for Oct. 25, 2024Readout of 35th U.S.-Egypt Military Cooperation CommitteeDeputy Pentagon Press Secretary Sabrina Singh Holds a Press Briefing

MISSILE DEFENSE AGENCY

Raytheon Co., Woburn, Massachusetts is being awarded an estimated $900,000,000 contract modification P00027 for a non-competitive two-year extension of an indefinite-delivery/indefinite-quantity contract that will increase the contract ceiling from $1,700,000,000 to $2,600,000,000. The current contract was the result of a sole-source acquisition. Under this contract extension, Raytheon will continue operations and sustainment support of the Sea-based, X-band Radar and the 13 Army-Navy Transportable Radar Surveillance and Control Model 2 radar systems utilizing a combination of cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price contract line items. Associated task order extensions reflecting the increase are also being awarded. The work will be performed in Woburn, Massachusetts, and at multiple radar sites inside and outside of the continental U.S. The contract modification will extend the current ordering period an additional two years from Oct. 31, 2024, to Oct. 31, 2026, resulting in an overall contract ordering period of nine years. Fiscal 2025 and 2026 operations and maintenance, and research, development, test and evaluation funds will be obligated for this effort via task order modifications. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0147-18-D-0001).

Victory Solutions Inc.,* Huntsville, Alabama, is being awarded a competitive cost-plus-fixed-fee contract for Sea-based X-band (SBX) radar mission integration. The total value of this contract is $75,156,963. Under this competitive follow-on contract, the contractor will provide communication operations and integration support for the entire SBX vessel. The work will be performed in Huntsville, Alabama; and Honolulu, Hawaii, with an estimated completion date of Oct. 25, 2029. This contract was competitively procured via publication on the government-wide point of entry SAM.gov website with three proposals received. Fiscal 2025 research, development, test and evaluation funds in the amount of $6,000,000 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0862-25-C-0001).

NAVY

Vigor Marine LLC, Portland, Oregon, is awarded a $277,010,546 firm-fixed-price, undefinitized contract action (N00024-25-C-4402) for the repair, maintenance, and modernization of the USS Kidd (DDG 100), a Chief of Naval Operations (CNO) Fiscal Year 2025 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 DMP. This contract includes options which, if exercised, would bring the cumulative value of this contract to $294,449,707. Work will be performed in Seattle, Washington, and is expected to be completed by June 2026. Fiscal 2024 other procurement (Navy) funds in the amount of $73,709,737 (54%); fiscal 2025 other procurement (Navy) funds in the amount of $49,287,485 (36%); and fiscal 2025 operations and maintenance (Navy) funds in the amount of $12,737,915 (10%), will be obligated at the time of award, of which $12,737,915 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(3) (industrial mobilization). Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-25-C-4402).

General Electric Aviation, Grand Rapids, Michigan, is being awarded a $77,493,864 firm-fixed-price, performance-based logistics requirements contract for repair; and 220 spare components for the stores management system, stores management upgrade, and converter signal control components for the F/A-18, AV-8B, and H1 aircrafts. This contract includes a five-year base with no options. All work will be performed in Clearwater, Florida, and work is expected to be completed by October 2029. Working capital (Navy) funds in the amount of $17,154,804 will initially be issued for delivery order (N00383-25-F-0N80) that will be awarded concurrently with the contract. Funds will not expire at the end of the fiscal year. Individual delivery orders will be subsequently funded with appropriate appropriations at the time of their issuance. One company was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. (N00383-25-D-N801)

ExxonMobil Marine Ltd. (ExxonMobil), Leatherhead, Surrey, United Kingdom, is awarded a $40,257,070 fixed-price with economic-price-adjustment contract (N3220525D4141) for the Worldwide Lubrication Program, which will provide continuous lubricant products and services on a worldwide basis within specific time constraints defined by the contract. The contractor will provide products and services for Military Sealift Command (MSC) and USS Naval ships, and any other government owned or government chartered vessels designated by MSC. Services under the scope of this contract include engineering support services (e.g., shipboard, technical, and training service calls). The contract contains a six-month base period and a six-month option period. The contract will be performed on a worldwide basis beginning Oct. 27, 2024, and will conclude on Oct. 26, 2025, if option is exercised. This contract was a sole source bridge with a proposal solicited via SAM.gov website, with one timely offer received. MSC, Norfolk, Virginia, is the contracting activity.

Resource Management Concepts Inc., Lexington Park, Maryland, is awarded a $36,478,845 modification (P00013) to a previously awarded cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0042119D0065). This modification increases the contract ceiling to provide continued research development, test and evaluation (RDT&E) network engineering, infrastructure design, installation, and operations, as well as system administration across the entire RDT&E environment, and to the Naval Air Systems Command RDT&E networking and computing infrastructure. This includes the Air Interoperability Center and High-Performance Computing and Cyber Range test and evaluation assets. Work will be performed in Patuxent River, Maryland (85%); St. Inigoes, Maryland (9%); Cherry Point, North Carolina (2%); Jacksonville, Florida (2%); and San Diego, California (2%), and is expected to be completed in November 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract being modified was competed, on a full and open basis with two offers received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

VSolvit LLC,* Ventura, California, is awarded a $21,194,945 cost-plus-fixed-fee contract. This contract is a Small Business Technology Transfer (STTR) Phase III for the procurement of navy sustainment decision support system services in support of Naval Surface Warfare Center (NSWC), Corona Division's mission to oversee the maritime information systems equipment and ensure uninterrupted service. This contract includes options which, if exercised, would bring the cumulative value of this contract to $90,723,691. Work will be performed in Norco, California, and is expected to be completed by October 2025. If all options are exercised, work will continue through October 2028. Fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $6,600 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 15 U.S. Code 638(r)(4), as it is a STTR Phase III for additional work to be performed after the STTR Phase II period. The NSWC, Corona Division, Corona, California is the contracting activity (N6426725C0352).

Management Services Group Inc.*, Virginia Beach, Virginia, is awarded a $15,028,222 firm-fixed-price and cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-5608 to procure Network, Processing, and Storage Technical Insertion 16, Modification One production equipment, spares, other direct costs, and engineering support. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2025. Fiscal 2024 ship construction (Navy) funds in the amount of $14,957,360 (95%); fiscal 2024 procurement, defense wide funds in the amount of $41,516 (1%); fiscal 2021 ship construction (Navy) funds in the amount of $30,379 (1%); fiscal 2019 ship construction (Navy) funds in the amount of $1,580 (1%); fiscal 2020 ship construction (Navy) funds in the amount of $737 (1%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $352 (1%), 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.

DEFENSE LOGISTICS AGENCY

Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $37,089,281 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for coats and trousers. This is a one-year contract with no option periods. The ordering period end date is Oct. 24, 2025. Using military services are Army and Air Force. Type of appropriation is fiscal 2025 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-25-D-N001).

Lockheed Martin Corp., Liverpool, New York, has been awarded a maximum $11,796,300 firm-fixed-price, definite-quantity contract for ship antenna spare parts. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1 (a)(2). This is a three-year contract with no option periods. The performance completion date is Dec. 16, 2027. Using military service is the Navy. Type of appropriation is fiscal 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A5-25-F-0315).

*Small business
**Mandatory source