Concordia United Companies wins $3 billion DHA contract for TRICARE dental program

DEFENSE CONTRACTS WORTH $7.5 MILLION FREE

DEFENSE HEALTH AGENCY

United Concordia Companies Inc., Camp Hill, Pennsylvania, has been awarded a $3,028,216,101 firm-fixed-unit and cost-reimbursable line item indefinite-delivery/quantity contract (HT940224D0001) to support TRICARE program delivery of Department of Defense benefit, codified at 10 US Code, Chapter 55 1076a. The contract serves to integrate affordable dental health services for Military Health System (MHS) beneficiaries, from private sector contractors, and is driven by greater integration of dental business processes across the MHS. The Defense Health Agency supports MHS in its mission to provide dental health services through TRICARE dental care coverage to all eligible family members of active duty uniformed service personnel, members of the Selected Reserve and Ready Reserve. Individuals and their qualified family members. The performance period is from December 1, 2023 through November 30, 2029. The TRICARE dental program geographic coverage area for the continental US includes the 50 United States; Washington DC; Puerto Rico; Guam; and the Virgin Islands. Outside the continental US, the service area includes all other countries, island masses and territorial waters. Fiscal 2024 operations and maintenance funding will be obligated at the time of award. The Defense Health Agency, Division of Managed Care Contracting, Aurora, Colorado, is the contracting activity.

tamarind

Raytheon Co., Largo, Florida, has been awarded a $96,333,349 cost-plus-fixed-fee, cost-plus-incentive-fee modification to previously awarded contract N00024-19-C-5200 for design agent and engineering support, and to exercised options for other direct costs for the Collaborative Engagement Capability program. Work will be performed in St. Petersburg, Florida (70%); and Largo, Florida (30%), and is expected to be completed by May 2024. Fiscal 2024 research, development, test, and evaluation funds (Navy) in the amount of $8,701,117 (39%); fiscal 2023 research, development, test, and evaluation funds (Navy) in the amount of $5,111,228 (23%); Foreign Military Sales (FMS) Funds (Australia) in the amount of $3,205,000 (15%); FMS (Japan) funds in the amount of $1,360,000 (6%); other fiscal 2023 procurement funds (Navy) in the amount of $1,097,068 (5%); FMS Funds (Canada) in the amount of $800,000 (4%); fiscal 2023 (Marine Corps) research, development, test, and evaluation funds in the amount of $800,000 (4%); other fiscal 2024 procurement funds (Navy) in the amount of $500,000 (2%); fiscal 2023 research, development, test, and evaluation funds (Department of Defense) in the amount of $336,081 (1%); and fiscal 2024 (Navy) operations and maintenance funds in the amount of $50,000 (1%), will be obligated at the time of award, of which $6,297,309 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, DC, is the contracting activity.

Huntington Ingalls Industries Unmanned Systems, Pocasset, Massachusetts, has been awarded a $16,311,757 firm-fixed-price modification to previously awarded contract N00024-23-C-6308 to exercise options for small unmanned vehicle testing at Lionfish. Work will be performed in Pocasset, Massachusetts (99%); and Hampton, Virginia (1%), and is expected to be completed by September 2024. Other fiscal 2024 procurement funds (Navy) in the amount of $16,311,757 will be obligated at the time of award and will not expire at the end of the current fiscal year period. Naval Sea Systems Command, Washington, DC, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $12,289,747 cost plus incentive fee modification to previously awarded contract N00024-23-C-5123 for the development and fielding of capability packages, integration and system deployment, and to – Maintain service in support of current AEGIS combat system configurations. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2023. Research, development, test, and evaluation fiscal 2024, Navy Funds in the amount of $11,833,145 (98%); and fiscal 2024 maintenance operation, Navy funds in the amount of $300,000 (2%), were obligated at the time of award, and funds in the amount of $300,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, DC, is the contracting activity. (Given on October 18, 2023)

DEFENSE LOGISTICS AGENCY

BP Products North America Inc., Chicago, Illinois, has been awarded a $23,342,245 maximum fixed price economic price adjustment contract for AN8, JP5 and MUM aviation fuel. This was a competitive purchase with five responses received. This is a two-month contract with a 30-day carryover period. The performance location is McMurdo Station, Antarctica, with a performance completion date of January 31, 2024. The client use is the National Science Foundation. The type of allocation is defense working capital funds fiscal year 2024. The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-24-D-0540).

CORRECTION: The contract announced on September 28, 2023, for RMI Titanium Co. LLC, Niles, Ohio (SP8000-23-C-0012) for $54,964,162 was advertised with an incorrect award date, contract number, performance completion date and financing information. The exact award date is October 18, 2023, the exact contract number is SP8000-24-C-0004, the exact performance completion date is October 18, 2025, and the exact funding is fiscal 2024 working capital funds.

military

Sierra Nevada Corp., Sparks, Nevada, has been awarded a $15,000,000 cost-plus-fixed-fee contract for the mission systems flying testbed. Bids were solicited online with eight accepted. Work location and funding will be determined with each order, with an estimated completion date of October 20, 2028. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W911W6-24-D-0001).

*Small business

Leave a Reply

Your email address will not be published. Required fields are marked *