INSIDE THE

NEWS + ADVICE

DoD Contracts: Amentum Services, SAIC, CACI, Lockheed Martin, Northrop Grumman, Week of 9-26-22 to 9-30-22

Posted by Ashley Jones

9/26

NAVY

AlphaNav Tech PE, Odessa, Ukraine (N68171-22-D-H009); Ben Line Agencies (S) Pte. Ltd., Southpoint, Singapore (N68171-22-D- H010); Centerra Group LLC, Herndon, Virginia (N68171-22-D-H011); Insignia Shipping Services Ltd., London, United Kingdom (N68171-22-D-H012); International Maritime & Air Services SL, Cadiz, Spain (N68171-22-D-H013); JT Square Pte. Ltd., Singapore (N68171-22-D-H014); KVG LLC, Gettysburg, Pennsylvania (N68171-22-D-H015); Meridian Global Consulting LLC, Mobile, Alabama (N68171-22-D-H016); Macro Vantage Levant DMCC, Dubai, United Arab Emirates (N68171-22-D-H017); Relyant Global LLC, Maryville, Tennessee (N68171-22-D-H018); and TranLogistics LLC, Miami, Florida (N68171-22-D-H019), are awarded an estimated $1,061,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity multiple award contract under previously awarded request for proposal N68171-20-R-0005 adding new husbanding service provider contractors to an existing 2020 global multiple award contract (GMAC) for the remaining three years within the initial GMAC. The existing GMAC included a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. The GMAC is to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications, and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include Navy ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, NATO, and other foreign vessels participating in U.S. military or NATO exercises and missions. If the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The ordering period of the contract is expected to be completed by October 2025; if all options are exercised, the ordering period will be completed by October 2030. The contracts will run concurrently, and work will be performed in 30 geographic regions: United Arab Emirates (14%); Philippines (10%); Djibouti (7%); Eastern U.S. and U.S. territories (6%); Southeastern Asia 2 (5%); Indian Ocean (5%); South Korea (5%); South America (5%); Singapore (4%); Western U.S. California (4%); Southeastern Asia 1 (3%); Bahrain (3%); Oman (3%); Oceania (2%); China and Russia (2%); United Kingdom/Western Europe (North Sea) (2%); Italy (2%); Eastern Europe/Black Sea (2%); Western Europe (Mediterranean) (2%); Northern Atlantic (2%); Panama (2%); North America (2%); Japan (1%); Greece (1%); Africa (1%); Middle East (1%); Central America (1%); Caribbean and Bermuda (1%); Eastern U.S. territories (1%); and Western U.S. territories (1%). Due to the fact that the specific requirements for husbanding support cannot be predicted at this time, more specific information about where the work will be performed cannot be currently provided. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $33,000 will be obligated ($3,000 on each of the 11 contracts to fund the contracts’ minimum amounts), and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Typical funding issued by each of the customers include operation and maintenance (Navy) funds and working capital (Navy) funds. The requirement was competitively procured for the award of multiple contracts with the solicitation posted on the System for Award Management website with 30 offers received. Naval Supply Systems Command Fleet Logistics Center Sigonella, Naples Detachment, Italy, is the contracting activity.

Boeing Co., St. Louis, Missouri, is awarded a $191,772,000 ceiling-priced, delivery order (N00383-22-F-YY16) under previously awarded basic ordering agreement (N00383-22-G-YY01) for the repair of multiple flight control surfaces used on the F/A-18E/F and E/A-18G aircrafts. The delivery order does not include an option period. Work will be performed in Jacksonville, Florida (76%); various other locations within the continental U.S. that cannot be determined at this time (15%); and St. Louis, Missouri (9%), and work is expected to be completed by July 2025. Annual working capital (Navy) funds in the amount of $93,968,280 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source 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.

Boeing Co., St. Louis, Missouri, is awarded a $168,827,000 ceiling-priced, delivery order (N00383-22-F-YY14) under previously awarded basic ordering agreement N00383-22-G-YY01 for the repair of two flight control surfaces used on the F/A-18E/F and E/A-18G aircrafts. The delivery order does not include an option period. Work will be performed in Jacksonville, Florida (70%); various other locations within the continental U.S. that cannot be determined at this time (18%); and St. Louis, Missouri (12%), and is expected to be completed by September 2024. Annual working capital (Navy) funds in the amount of $82,725,230 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source 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.

Vigor Marine LLC, Portland, Oregon, is awarded a $131,151,747 firm-fixed-price contract action to accomplish the USS John Paul Jones (DDG 53) 2C1 dry-docking selected restricted availability (DSRA). This contract includes options which, if exercised, would bring the cumulative value of this contract to $131,826,808. Work will be performed in Seattle, Washington (77%); and Everett, Washington (23%), and is expected to be completed by February 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $126,832,707 (97%); fiscal 2021 other procurement (Navy) funds in the amount of $3,021,507 (2%); fiscal 2023 working capital (Navy) funds in the amount of $857,944 (less than 1%); fiscal 2024 working capital (Navy) funds in the amount of $47,238 (less than 1%); and fiscal 2022 operation and maintenance (Navy) funds in the amount of  $392,349 (less than 1%), will be obligated at the time of award and $392,349 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(3). Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity (N4523A-22-C-0552). 

Raytheon Co., Largo, Florida, is awarded a $45,342,228 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost modification to previously awarded contract N00024-19-C-5200 to exercise options for design agent and engineering support for the Cooperative Engagement Capability program. This contract combines purchases for the U.S. government (76%); the government of Australia (13%); the government of Japan (7%); and the government of Canada (4%) under the Foreign Military Sales programs. Work will be performed in St. Petersburg, Florida (60%); Largo, Florida (30%); and San Diego, California (10%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) in the amount of $13,931,007 (56%); Foreign Military Sales (Australia) in the amount of $3,242,326 (13%); fiscal 2022 operation and maintenance (Navy) in the amount of $2,332,250 (9%); Foreign Military Sales (Japan) funds in the amount of $1,673,730 (7%); fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,218,155 (5%); Foreign Military Sales (Canada) in the amount of $1,032,450 (4%); fiscal 2022 other procurement (Navy) in the amount of $834,630 (3%); fiscal 2021 procurement (Marine Corps) in the amount of $200,000 (1%); fiscal 2020 other procurement (Navy) in the amount of $116,252 (1%); and fiscal 2022 research, development, test and evaluation (Marine Corps) in the amount of $50,000 (1%), will be obligated at time of award, of which $3,666,657 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.  

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $43,037,033 cost-plus-fixed-fee contract modification to previously awarded contract N00024-20-C-2120 for lead yard support and development studies and design efforts related to Virginia-class submarines. Work will be performed in Annapolis, Maryland, and is expected to be completed by August 2025. Fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $4,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $30,601,333 cost-plus-fixed-fee order (N6833522F0470) against a previously issued basic ordering agreement (N0001921G0006). This order provides for the design, development, and production of operational test program sets and special test equipment in support of AN/ASG-34A (V)1 Infrared Search and Track System unit testing. Work will be performed in St. Louis, Missouri, and is expected to be completed in September 2025. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $20,677,508; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $9,923,825 will be obligated at the time of award, $9,923,825 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

RQ Construction, Carlsbad, California, is awarded a $22,518,882 firm-fixed-price task order (N4008522F6568) under a multiple award construction contract to replace substations A through L, Building NH-95, Naval Support Activity Hampton Roads, Virginia. The work to be performed provides for replacing 12 substations, bushings for the secondary side of the transformers, transformers, switchgear and underground duct banks. The task order also contains one unexercised option, which if exercised, would increase cumulative task order value to $32,600,882. Work will be performed in Norfolk, Virginia, and is expected to be completed by October 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $22,518,882 are obligated on this award and will expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0081). 

Raytheon Co., El Segundo, California, is awarded a $19,353,359 firm-fixed-price delivery order (N00383-22-F-UX08) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of 129 items in support of the APG-79 Active Electronically Scanned Array radar system installed on the F/A-18 aircraft. All work will be performed in Forest, Mississippi. This contract contains no options and work is expected to begin October 2022 and be completed by March 2025. Annual working capital (Navy) funds in the full amount of $19,353,359 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

Kato Engineering Inc., North Mankato, Minnesota, is awarded an $18,429,216 indefinite-delivery/indefinite-quantity, fixed-firm-price contract to supply up to 20 Ship Service Brushless Generators over a five-year period. These items shall serve as a replacement of an existing generator end of a steam turbine-based application as specified in the mechanical interface specification reference specified in the contract award. Work will be performed in North Mankato, Minnesota, and is expected to be completed September 2027. Fiscal 2022 other procurement (Navy) funding in the amount of $7,498,460 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with two offers were received. The Naval Surface Warfare Center Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N6449822D4015).

Tactical Air Support Inc., Jacksonville, Florida, is awarded a $13,824,000 cost-plus-fixed-fee modification (P00002) to a previously awarded firm-fixed-price, cost reimbursable, indefinite-delivery/indefinite-quantity contract (N0042122D0095). This modification adds scope and increases the ceiling for the procurement of spare kits, components, consumables, as well as provides software sustainment support for F-5N and F-5F Tiger II aircraft in the F-5N+/F+ block upgrade configuration. Work will be performed in Jacksonville, Florida (32%); Emen, Switzerland (16%); Carlsbad, California (8%); Clarksburg, Maryland (7%); Grand Rapids, Michigan (6%); Olathe, Kansas (5%); Woodland Hills, California (5%); Stead, Nevada (5%); Salt Lake City, Utah (3%); Waco, Texas (2%); Minneapolis, Minnesota (2%); Nashville, Tennessee (1%); Franklin, North Carolina (1%); Warner Robbins, Georgia (1%); Camarillo, California (1%); Jupiter, Florida (1%); Avenel, New Jersey (1%); Fairborn, Ohio (1%); Deerfield, Illinois (1%); and Auburn, Alabama (1%), and is expected to be completed in June 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare aviation Division, Patuxent River, Maryland, is the contracting activity.

Allied Pacific Builders Inc.,* Kapolei, Hawaii, is awarded a $13,484,910 firm-fixed-price task order (N6247822F4459) under a previously-awarded contract to replace the electrical distribution systems at Building 475, Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed includes replacement of the existing underground feeders, exterior mounted engine generator, fuel tanks, lighting, and upgrade of selected service entrance electrical equipment including transformers, switchboards, automatic transfer switch, panels, inside substations K7 and K17. Work will be performed at Oahu, Hawaii, and is expected to be completed by February 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $13,484,910 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with three offers received.  The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-20-D-4033).

Teledyne FLIR Detection Inc., Stillwater, Oklahoma, is awarded a $12,111,861 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the procurement, equipment logistics and support for all IdentiFINDER components of the AN/PDX-2 RADIAC (Radar Detection, Indication and Computation) set. The services under this contract cover the procurement of the R400 and R425 IdentiFINDER and accessories for all IdentiFINDER components as well as maintenance, calibration and repair support of the IdentiFINDER R400, R425, and other series IdentiFINDERS. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $53,959,216. The location of the work will be determined by individual task order and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2027. Fiscal 2022 operations and maintenance (Navy) funding in the amount of $279,800 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-22-D-0027).

Lockheed Martin Corp., Fort Worth, Texas, is awarded an $11,203,168 modification (P00002) to a cost-plus-fixed-fee order (N0001920F0377) against a previously issued basic ordering agreement (N0001919G0008). This modification increases the contract ceiling to provide for a cost overrun in support of development and testing of next generation Electro-Optical Distributed Aperture System sensors. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2023. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $4,604,278; fiscal 2021 aircraft procurement (Navy) in the amount of $4,604,278; and non-U.S. Department of Defense funds in the amount of $1,994,612 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

RLF and Sherlock Smith and Adams JV, Orlando, Florida, is awarded a $10,993,764 firm-fixed-price task order (N4008422F4713) under a previously awarded indefinite-delivery/indefinite-quantity contract for architectural design and engineering services for medical projects located throughout the Naval Facilities Engineering Systems Command (NAVFAC) worldwide area of operations. The work to be performed provides for architecture and engineering services to develop a full design-bid-build document to perform alterations of multiple facilities at U.S. Naval Hospital Yokosuka, Japan. Work will be performed in Kanagawa, Japan, and is expected to be completed by April 2024. Fiscal 2022 operation and maintenance (Defense Health Agency-facilities enterprise) funds in the amount of $10,993,764 will be obligated at time of award, and will expire at the end of the current fiscal year. NAVFAC Far East, Yokosuka, Japan, is the contracting activity (N62470-19-D-5015).

ProSecure LLC JV,* Titusville, Florida, is awarded a $10,029,706 indefinite-delivery/ indefinite-quantity modification to a previously awarded contract (N44255-20-D-5018). This modification provides for exercise of Option Year Two for regional security services at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations. After award of this option, the total cumulative contract value will be $55,736,048. Work will be performed in Washington (96%) and Idaho (4%). This option period is from October 2022 to September 2023. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $10,029,706 will obligated on an individual task order during the option period. The contract was awarded as a competitive Small Business Set-Aside. The Naval Facilities Engineering Systems Command, Northwest, Bremerton, Washington, is the contracting activity.

Moog Inc., Elma, New York, is awarded an $8,611,797 firm-fixed-price contract for the spare of the Planetary Blade Fol used on the V-22 aircraft. The contract has with no options. All work will be performed in Torrance, California, and is expected to be completed by March 2026. Working capital (Navy) funds in the full amount of $8,611,797 will be obligated at time of award and funds will not expire at the end of the current fiscal year. Two companies were solicited for this limited-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-F-SF00).

Verizon Business Network Services Inc., Ashburn, Virginia, is awarded an $8,591,829 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide Naval Computer and Telecommunications Area Master Station Atlantic with integrated voice and data services via central office based facilities to defense activities at Naval Station Norfolk, Virginia, to include the Naval Support Activity Hampton Roads; Lafayette River Annex; and Joint Expeditionary Base Little Creek/Fort Story, Norfolk/Virginia Beach. The contract will include a three-year base with no options. The base ordering period is anticipated to begin October 2022, and is expected to be completed by October 2025. Work will be performed in Norfolk, Virginia (72%); and Virginia Beach, Virginia (28%). Fiscal 2023 operation and maintenance (Navy) funds in the amount of $3,000 will be obligated to fund the contract’s minimum amount 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. One company was solicited for this sole-source requirement in accordance with Defense Federal Acquisition Regulation 6.302-1 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-22-D-0025).

GCR-MDI LLC,* Pinehurst, North Carolina, is awarded an $8,431,931 firm-fixed-price modification to previously awarded contract N69450-19-D-1725. This modification provides for the exercise of Option Year Three for multi-function support services to include custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and other related services at Naval Submarine Base Kings Bay, Georgia, and outlying areas. This award brings the total cumulative face value of the contract to $34,342,103. Work will be performed at Kings Bay, Georgia (99%); and outlying areas (1%). This option period is from Oct. 1, 2022, to Sept. 30, 2023. No funds will be obligated at time of award.  Fiscal 2023 operation and maintenance (Navy); fiscal 2023 Defense Health Program; and fiscal 2023 family housing operation and maintenance (Navy) funds in the amount of $7,942,964 for recurring work will be obligated on an individual task order issued during the option period. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity. 

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $7,826,859 firm-fixed-price modification to previously awarded contract N00024-14-C-5114 for Search Protect, Yellow Low Noise Amplifier long lead material. Work will be performed in Moorestown, New Jersey, and is expected to be completed by October 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $3,913,430 (50%); and fiscal 2021 Defense-wide procurement funds in the amount of $3,913,429 (50%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AeroVironment Inc.,* Simi Valley, California, is awarded a $7,594,455 cost-plus-fixed-fee order (N6833522F0246) against a previously issued basic ordering agreement (N6833519G0059). This order provides for continued research, development, test, and evaluation of advanced image and video analytics capabilities, persistent observation, target recognition framework, and to support the operation and maintenance of products containing these software based technologies already deployed in operational systems in support of Small Business Innovation Research Phase III topic N08-077 titled “Automated Entity Classification in Video Using Soft Biometrics”. These efforts include applied research and development of image and video analytics technologies, creation of application-specific computer vision and active perception capabilities, verification and validation of technology in demonstrations, operational system development, user manual writing, and acquisition of any requisite certifications required for deployment. Work will be performed in Simi Valley, California (50%); Manassas, Virginia (45%); and Minneapolis, Minnesota (5%), and is expected to be completed in September 2024. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $3,597,303 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

ARMY

Science Applications International Corp., Reston, Virginia, was awarded a $757,406,851 firm-fixed-price contract to support a software platform and management system requirements. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2032. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-D-0040). 

Atlantic Commtech Corp., Norfolk, Virginia (W912DY-22-D-0073); BCF Solutions Inc., Chantilly, Virginia (W912DY-22-D-0074); Convergint Technologies LLC, Schaumburg, Illinois (W912DY-22-D-0075); Evigilant.com LLC, Manassas, Virginia (W912DY-22-D-0076); KBR Wyle Services LLC, Lexington Park, Maryland (W912DY-22-D-0077); M.C. Dean Inc., Tysons, Virginia (W912DY-22-D-0078); PTSI Managed Services Inc., Pasadena, California (W912DY-22-D-0088); Siemens Government Technologies Inc., Reston, Virginia (W912DY-22-D-0089); Xator Corporation, Reston, Virginia (W912DY-22-D-0090); Alamo-Evergreen JV LLC,* San Antonio, Texas (W912DY-22-D-0091); Chenega Security International LLC,* Chantilly, Virginia (W912DY-22-D-0092); GCS Versar JV,* Tacoma, Washington (W912DY-22-D-0093); Infotec Systems Corp.,* Summerville, South Carolina (W912DY-22-D-0094); Integrated Security Solutions Inc.,* Kalispell, Montana (W912DY-22-D-0095); Locurrent Systems LLC,* Cooperstown, New York (W912DY-22-D-0096); Low Voltage Wiring,* Colorado Springs, Colorado (W912DY-22-D-0097); Phoenix Integrated Technologies LTD,* Gambrills, Maryland (W912DY-22-D-0098); Red Peak Technical Services LLC,* Anchorage, Alaska (W912DY-22-D-0099); Sei Group Inc.,* Huntsville, Alabama (W912DY-22-D-0100); Security and Energy Technologies Corp.,* Chantilly, Virginia (W912DY-22-D-0101); Johnson Controls Building Automation Systems LLC, Huntsville, Alabama (W912DY-22-D-0103); and Indyne Inc., Lexington Park, Maryland (W912DY-22-D-0104), will compete for each order of the $675,000,000 contract to provide all personnel, equipment, tools, materials, supervision, non-personal services, and other necessary items for electronic security systems. Bids were solicited via the internet with 34 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2029. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

M1 Support Services LP, Denton, Texas, was awarded a $86,804,684 modification (P00118) to contract W9124G-17-C-0104 for collective bargaining agreement wage adjustment. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Jan. 15, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $21,726,067 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $77,420,000 modification (P00019) to contract W 31P4Q-21-C-0042 for procurement of 54 missiles for the Precision Strike Missile. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 aircraft procurement, Army funds in the amount of $77,420,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Archer Western Construction LLC, Irving, Texas, was awarded a $55,250,465 firm-fixed-price contract for floodgate replacement. Bids were solicited via the internet with three received. Work will be performed in St. Mary, Louisiana, with an estimated completion date of Dec. 9, 2024. Fiscal 2010 civil construction funds in the amount of $55,250,465 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0062).

Parsons Government Services Inc., Pasadena, California (W912PP-22-D-0014); FPM-AECOM JV1,* Oneida, New York (W912PP-22-D-0015); Weston Solutions Inc., West Chester, Pennsylvania (W912PP-22-D-0016); Arcadis U.S. Inc., Highlands Ranch, Colorado (W912PP-22-D-0017); Tetra Tech Inc., Oakland, California (W912PP-22-D-0018); EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (W912PP-22-D-0019); and Sundance-CTI Affiliates LLC,* Pocatello, Idaho (W912PP-22-D-0020), will compete for each order of the $50,000,000 firm-fixed-price contract for environmental remediation services in support of the U.S. Army Corps of Engineers South Pacific Division. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2027. U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity. 

Inland Dredging Company LLC, Dyersburg, Tennessee (W912EE-22-D-0003); Crosby Dredging LLC, Galliano, Louisiana (W912EE-22-D-0004); Great Lakes Dredge & Dock Co. LLC, Houston, Texas (W912EE-22-D-0005); and Weeks Marine Inc., Covington, Louisiana (W912EE-22-D-0006), will compete for each order of the $49,500,000 firm-fixed-price contract for dredging. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 25, 2027. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity.

Coastal Design & Construction Inc.,* Gloucester, Virginia, was awarded a $43,197,022 firm-fixed-price contract for mid Chesapeake Bay ecosystem restoration. Bids were solicited via the internet with three received. Work will be performed in Fishing Creek, Maryland, with an estimated completion date of Oct. 11, 2024. Fiscal 2022 civil construction funds in the amount of $43,197,022 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0041).

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $40,616,000 firm-fixed-price contract for National Defense University, Building 59 renovations. Bids were solicited via the internet with seven received. Work will be performed in Washington, D.C., with an estimated completion date of March 19, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $40,616,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0051).

W.A. Ellis Construction Co.,* Independence, Missouri, was awarded a $36,507,000 firm-fixed-price contract for a bank stabilization navigation project with construction services along the Missouri River. Bids were solicited via the internet with three received. Work will be performed in Kansas City, Missouri, with an estimated completion date of Nov. 14, 2025. Fiscal 2022 bipartisan infrastructure law funds in the amount of $36,507,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1035). 

NH1 JV,* Highland, Utah, was awarded a $21,736,639 firm-fixed-price contract to replace existing boilers with new dual-fuel boilers. Bids were solicited via the internet with three received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of March 24, 2025. Fiscal 2022 operation and maintenance, Air Force funds in the amount of $21,736,639 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0023).  

SGS LLC,* Yukon, Oklahoma, was awarded a $19,250,000 firm-fixed-price contract for construction of an air traffic control tower. Bids were solicited via the internet with four received. Work will be performed in Joint Base San Antonio Lackland Air Force Base, Texas, with an estimated completion date of March 10, 2025. Fiscal 2018 military construction Air Force funds in the amount of $19,250,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-22-C-0028).

The Boeing Co., Mesa, Arizona, was awarded a $16,376,436 modification (P00097) to Foreign Military Sales (Saudi Arabia and United Kingdom) to contract W58RGZ-16-C-0023 for improved drive system-enhancement on the Apache attack helicopter, production line and for the Apache Longbow crew trainers. Work will be performed in Mesa, Arizona, with an estimated completion date of Aug. 30, 2024. Fiscal 2020 and 2021 aircraft procurement, Army funds in the amount of $16,376,436 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Qualcomm Intelligent Solutions Inc., San Diego, California, was awarded a $11,682,569 firm-fixed-price contract for research that develops a system design driven by the Advanced Graphic Intelligence Logical Computing Environment applications. Bids were solicited via the internet with six received. Work will be performed in San Diego, California, with an estimated completion date of Sept. 25, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $11,682,569 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-C-0079).

Steward Machine Co. Inc.,* Birmingham, Alabama, was awarded a $11,309,000 firm-fixed-price contract for the fabrication, assembly, and delivery of one miter gate, and appurtenant items. Bids were solicited with three received. Work will be performed in Birmingham, Alabama, with an estimated completion date of Nov. 30, 2025. Fiscal 2021 operation and maintenance, Army funds in the amount of $11,309,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-22-F-0337). 

VRD Contracting Inc.,* Holbrook, New York, was awarded a $11,170,000 firm-fixed-price contract for renovation of an existing 37,000 square foot aircraft hangar. Bids were solicited via the internet with nine received. Work will be performed in Westhampton Beach, New York, with an estimated completion date of Nov. 20, 2023. Fiscal 2010 military construction, Army National Guard, funds in the amount of $11,170,000 were obligated at the time of the award. U.S. Property and Fiscal Office, New York, is the contracting activity (W50S8E-22-C-0004).

KAL Architects,* Irvine, California (W91238-22-D-0001); and Shadpour Consulting Engineers, Sand Diego, California (W91238-22-D-0002); and OES-Pond JV LLC,* Milwaukee, Wisconsin (W91238-22-D-0003), will compete for each order of the $9,900,000 firm-fixed-price contract for a wide spectrum of design disciplines on all or portions of Military Design and Interagency and International Services projects. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2027. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Southern Dredging Co. Inc.,* Charleston, South Carolina, was awarded an $8,598,720 firm-fixed-price contract for Atlantic Intracoastal Waterway maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Charleston, South Carolina, with an estimated completion date of June 30, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $8,598,720 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia is the contracting activity (W912HN-22-C-5006).

Advanced Micro Devices Inc., Santa Clara, California, was awarded an $8,379,615 firm-fixed-price contract for an advanced graphic intelligence logical computing environment program proposal. Bids were solicited via the internet with 16 received. Work will be performed in Santa Clara, California, with an estimated completion date of March 31, 2024. Fiscal 2022 operations and maintenance, Army funds in the amount of $6,981,485 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-C-0085).

Intel Federal LLC, Fairfax, Virginia, was awarded an $8,344,048 cost-plus-fixed-fee contract for an Advanced Graphic Intelligence Logical computing Environment program proposal. Bids were solicited via the internet with 16 received. Work will be performed in Fairfax, Virginia, with an estimated completion date of March 31, 2024. Fiscal 2022 operations and maintenance, Army, funds in the amount of $6,462,192 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-C-0081).

University of North Carolina at Chapel Hill, Chapel Hill, North Carolina, was awarded a $7,972,370 cost-plus-fixed-fee contract for a Traumatic Brain Injury and Psychological Health Research Program proposal. Bids were solicited via the internet with 102 received. Work will be performed in Chapel Hill, North Carolina, with an estimated completion date of Sept. 29, 2026. Fiscal 2021 Defense Health Program, Defense funds in the amount of $7,972,370 were obligated at the time of the award. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-22-C-0122).

LS Marine Inc., Inver Grove Heights, Minnesota, was awarded a $7,685,807 firm-fixed-price contract for construction of flood plain forests, mudflats, wetlands, duck habitat, and berms of various sizes. Bids were solicited via the internet with four received. Work will be performed in Village of Bay City, Wisconsin, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 civil construction funds in the amount of $7,685,807 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity (W912ES-22-C-0015). 

MISSILE DEFENSE AGENCY

Corvid Technologies LLC,* Mooresville, North Carolina, is being awarded an indefinite-delivery/indefinite-quantity hybrid contract (cost-plus-award-fee and cost reimbursement) with a maximum value of $385,000,000. Under this new contract, the contractor will operate and maintain multiple test instrumentation systems, provide mission execution services and ensure test instrumentation systems are mission ready to collect, record and distribute data. A task order in the amount of $1,161,393 is being issued immediately after award of the indefinite delivery/indefinite quantity contract. The work will be performed in Huntsville, Alabama. The ordering period including options is through September 2032. This contract was competitively procured via publication on the Government-wide Point of Entry website with three proposals received.  Fiscal 2022 research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of task order award. Future funding will be determined with each order. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ085522D0002).

DEFENSE LOGISTICS AGENCY

Coggins International Corp., Alexandria, Virginia, has been awarded a maximum $35,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a fuel asset visibility IT infrastructure. This was a competitive acquisition with two responses received. This is an 18-month base contract with one six-month option period and eight one-year option periods. Locations of performance are throughout the U.S., with a March 31, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-22-D-0005).

Diversified Metals and Alloys LLC, Grand Island, New York, has been awarded a maximum $13,337,951 firm-fixed-price supply contract for electrolytic manganese metal flakes. This was a competitive acquisition with five responses received. This is a two-year contract with no option periods. The delivery period end date is Sept. 21, 2024. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2022 revolving and management funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Fort Belvoir, Virginia (SP8000-22-C-0009). (Awarded Sept. 22, 2022)

AIR FORCE

Texstars LLC, Grand Prairie, Texas, doing business as PPG Aerospace, was awarded a $30,000,000 estimated ceiling, indefinite-delivery/indefinite-quantity contract for the acquisition of F-16 transparency canopies. This contract provides for the acquisition of six varieties of F-16 transparencies—C Model Solar and Clear (1560-01-462-2040W and 1560-01-462-4551WF); D Model Aft Solar and Clear (1560-01-497-5078WF and 1560-01-497-5959WF); and D Model Forward Clear and Solar (1560-01-497-6599WF and 1560-01-497-5956WF). Work will be performed in Grand Prairie, Texas, and is expected to be completed by Sept. 25, 2028. This contract allows for Foreign Military Sales to multiple countries. This award is the result of a sole source acquisition. Consolidated Sustainment Activity Group working capital funds and Foreign Military Sales funds totaling $15,441,509 are being obligated at time of award. Air Force Sustainment Center, Hill Air Force Base, Utah, is the contracting activity (FA8212-22-D-0001).  

AG Painting Services, Stockton, California, was awarded a $9,900,000 indefinite-delivery/indefinite-quantity contract for exterior/interior painting, service calls and maintenance/repair work. This contract provides for all personnel, labor, materials, and equipment necessary to plan, manage, and accomplish painting requirements in accordance with contract specifications. Work will be performed at Beale Air Force Base, California, and is expected to be completed by Sept. 25, 2030. This contract was a competitive acquisition and nine offers were received. Fiscal 2022 operations and maintenance funds in the amount of $2,000 are being obligated at time of award. Air Force Installation Contracting Center, Beale AFB, California, is the contracting activity (FA468622D0002).

CACI NSS Inc., Colorado Springs, Colorado, was awarded a $9,586,575 modification (P00254) to previously awarded contract FA8823-16-C-0004 for the Satellite Control Network (SCN). This contract modification provides for Phase 3 of the Air Force Satellite Control Network (AFSCN) Radio Frequency Interference (RFI) Monitoring System (ARMS) deploying to the U.S., U.S. territories, and outside the U.S. It replaces the existing Air Force Satellite Control Network Link Protection System, which is being decommissioned concurrently as the ARMS solution is deployed at each site. Work will be performed in the U.S., U.S. territories, and outside the U.S. The period of performance will be 16 months from contract award. Fiscal 2022 procurement funding in the amount of $1,124,459, Fiscal 2021 spectrum relocation funds (SRF) in the amount of $2,082,753; and fiscal 2022 SRF in the amount of $2,210,000 are being obligated at the time of modification award. The total cumulative face value of the contract is $565,309,687. Space Systems Command, Peterson Space Force Base, Colorado, is the contracting activity.

General Electric Co., Cincinnati, Ohio, was awarded an $8,757,093 cost-type contract for materials research and development. This contract provides for an aggressive research and development project that advances understanding and maturity of high temperature ceramic matrix composites (CMC) and ultra-high temperature CMC. It establishes baseline properties of current CMC materials for hypersonics application while investigating development of future material and process technologies. Work will be performed in Cincinnati, Ohio, and is expected to be completed by March 30, 2025. This contract was a competitive acquisition solicited through the Air Force Research Laboratory (AFRL) Structural Materials Open Two-Step Broad Agency Announcement (BAA FA8650-18-S-5010), therefore one letter request for proposal was mailed and one offer was received. Fiscal 2021 research and development funds in the amount of $8,757,093 are being obligated at time of award. AFRL, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-5291). 

U.S. TRANSPORTATION COMMAND

1st Coast Cargo Inc., Jacksonville, Florida, was awarded a modification (P00002) on firm-fixed-price, indefinite-delivery/indefinite-quantity contract HTC711-21-D-R039 in the amount of $28,703,257. This modification provides transportation services to move repairable parts within and between all 48 contiguous states, Hawaii, and Canada for the Naval Supply Systems Command (NAVSUP) Advanced Traceability and Control (ATAC) program. Work will be performed in all 48 contiguous states, Hawaii, and Canada. The option period of performance is from Sept. 29, 2022, to Sept. 28, 2023. Fiscal 2022 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract from $28,577,562 to $57,280,819. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

CORRECTION: The Sept. 22, 2022, announcement of an $8,662,667 contract modification (P00015) to Erickson Helicopters Inc., Portland, Oregon (HTC7111-8-D-R023), for continued dedicated fixed-wing and rotary-wing air services for the Department of Defense included an incorrect period of performance, which is actually from Sept. 28, 2022, to Dec. 27, 2022. All other information in the announcement is correct.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Kudu Dynamics LLC, * Chantilly, Virginia, was awarded a $17,246,538 change-order modification (P00022) to previously awarded, research and development, cost-plus-fixed-fee contract HR001118C0135 to extend the scope of work on a Defense Advanced Research Projects Agency project. Work will be performed in Chantilly, Virginia (69%); Sterling, Virginia (25%); Reston, Virginia (1%); and Falls Church, Virginia (5%), and is expected to be completed by May 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $10,003,804 were obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity. 

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

NCS Technologies Inc.,* Gainesville, Virginia, has been awarded an $11,340,530 modification (P00001) to delivery order HE1254-22-F-3022 for Department of Defense Education Activity (DoDEA) Computer Acquisition Program (DCAP) computer lifecycle management worldwide.  This contract provides for life-cycle replacement of laptop and desktop computers with storage carts to be delivered to multiple DoDEA schools and offices in the U.S., Europe, and Pacific areas.  Delivery is expected to be completed 60 days after exercise of the optional contract line item numbers.  Fiscal 2022 operations and maintenance funding in the amount of $11,340,530 are being obligated at the time of award. DoDeA – Information Technology Procurement Division, Washington, D.C., is the contracting activity.

*Small business

9/27

NAVY

ERAPSCO, Joint Venture of Sparton and USSI, Columbia City, Indiana, is awarded an $181,878,811 firm-fixed-price modification (P00027) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001919D0032). This modification adds scope and increases the contract ceiling for the production of an additional 100,000 AN/SSQ-53, 16,000 AN/SSQ-101, and 10,000 AN/SSQ-62 production sonobuoys in support of annual training, peacetime operations and testing expenditures, and maintaining sufficient inventory to support the execution of major combat operations determined by the Naval Munitions Requirements Process for the Navy and Foreign Military Sales customers. Work will be performed in De Leon Spring, Florida (54%); and Columbia City, Indiana (46%), and is expected to be completed in September 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, was awarded an $115,351,997 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides diminishing manufacturing sources parts for F-35 Lightning II program for the Air Force, Navy, Marine Corps, non-U.S. Department of Defense participants, and Foreign Military Sales customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in September 2023. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922D0043). (Awarded Sept. 16, 2022)

Phoenix International Holdings Inc., Largo, Maryland, is awarded a $112,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity contract for worldwide undersea deep ocean search and recovery operations that provide necessary engineering and technical support to man, manage, maintain, and operate the Director of Ocean Engineering, Supervisor of Salvage and Diving (SUPSALV) deep ocean search, survey, rescue, recovery, and salvage capabilities. Work will be performed worldwide and is expected to be completed in September 2027. No funding will be obligated at the time of contract award as funds will be obligated upon the issuance of individual task orders under this contract. This contract was competitively procured via the System for Award Management website, with three offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-D-4318).

The Boeing Co., Seattle, Washington, is awarded a $33,692,072 firm-fixed-price modification (P00237) to a previously awarded contract (N0001914C0067). This modification adds scope to procure 6 mechanisms, 16 A-kits and 16 aft turret deployment units in support of P-8A production aircraft. Work will be performed in Kent, Washington (92%); Mesa, Arizona (7%); and Winnipeg, Canada (1%), and is expected to be completed in July 2025. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $33,692,072 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin, Rotary and Missions Systems, Liverpool, New York, is awarded a $26,399,469 firm-fixed-price modification to previously awarded contract N00024-20-C-5503 to procure provisioned item order spare parts and exercise options to procure C(V)6 systems in support of Surface Electronic Warfare Improvement Program Block 2 full rate production. Work will be performed in Liverpool, New York, (78%); and Lansdale, Pennsylvania (22%), and is expected to be completed by May 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $26,399,469 (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Honeywell International Inc., Minneapolis, Minnesota, is awarded a $25,909,402 cost-plus-fixed-fee job order under basic ordering agreement N0016418GGM66 for Strategic Radiation-Hardened Microelectronics sustainment. Defense Production Act Title III funding in the amount of $500,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This effort will be completed in Minneapolis, Minnesota, and is expected to be completed by September 2024. This contract was not competitively procured. The Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016418GGM66_N0016422FG013).

Huntington-Ingalls Industries – Newport News Shipbuilding, Newport News, Virginia, is awarded a $23,589,802 cost-plus-fixed-fee modification to previously awarded contract N00024-15-C-2114 for the procurement of material and labor associated with contractor-furnished on board repair parts for the outfitting of CVN-79. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal 2022 shipbuilding and conversion (Navy) outfitting funding in the amount of $23,589,802 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding, Newport News, Virginia, is the contracting activity.  

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $15,640,004 firm-fixed-price delivery order (N00383-22-F-X91Y) under previously awarded basic ordering agreement N00383-20-G-X901 for the procurement of the damper assembly used on the H-53K aircraft. All work will be performed in Redmond, Washington. This contract contains no options and work is expected to be completed by December 2027. Annual working capital (Navy) funds in the full amount of $15,640,004 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $13,211,280 ceiling-priced order, undefinitized contract action for the procurement of the tail gearbox assembly used on the H-53K aircraft. All work will be performed in Stratford, Connecticut, and is expected to be completed by February 2026, with no option periods. Working capital (Navy) funds in the full amount of $13,211,280 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-F-X91W).

Hamilton Sundstrand, Windsor Locks, Connecticut, is awarded a $12,421,694 firm-fixed-price requirement, long-term contract with no options for the repair of the T-64 fuel control main turbine. All work will be performed in Maastricht, Limburg, Netherlands, and work is expected to be completed by January 2024. Annual working capital (Navy) funds in the full amount of $12,421,694 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(2), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-SR01).

Sealift Inc. of Delaware, Oyster Bay, New York (N3220521C4017), is awarded a $10,220,000 option (P00009) under a previously awarded firm-fixed-price contract to fund the second one-year option period. This modification exercises the second one-year option period of this contract for one U.S.-flagged, U.S. Army ammunition prepositioning vessel M/V SSG Edward A. Carter JR (T-AK 4544) for the transportation and prepositioning of cargo for military readiness. This contract includes a one 164-day firm period, four one-year options periods, and one 46-day-period, which if exercised would bring the cumulative value of this contract to $48,731,500. Work will be performed worldwide and is expected to be completed by November 15, 2025. Working capital (Transportation) funds in the amount of $10,220,000 for Option Two will be provided for fiscal 2023. This option is exercised subject to the availability of funds in accordance with Defense Federal Acquisition Regulation 52.232-18 — availability of funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C4017).

Tidewater Inc.,* Elkridge, Maryland, is awarded a $9,171,493 firm-fixed-price task order for Building 10 entrance modernization, Walter Reed National Military Medical Center, Maryland. The work to be performed provides for the reconstruction of the main vehicle drive and drop-off lanes, pedestrian walkways, and hospital entrance. The contract also contains one unexercised option, which if exercised, would increase cumulative contract value to $9,540,559. Work will be performed in Bethesda, Maryland, with an expected completion date of April 2024. Fiscal 2022 operation and maintenance (Defense Health Agency) funds in the amount of $9,171,493 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with seven offers received. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-21-D-0029).

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $9,090,376 ceiling-priced order, undefinitized contract action for the procurement of the hub assembly used on the H-53K aircraft. All work will be performed in Stratford, Connecticut, and work is expected to be completed by September 2026, with no option periods. Working capital (Navy) funds in the full amount of $9,090,376 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-F-X91S).

Northrop Grumman Marine Systems, Sunnyvale, California, is awarded a $7,612,324 firm-fixed-price contract action for maintenance, repair, and alteration for the Ship’s Service Turbine Generator No. 1 and No. 2 onboard a Virginia-class submarine. Work will be performed at Joint Base Pearl Harbor-Hickam, Hawaii, and is expected to be completed in August 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $7,612,324 will be obligated at time of award, of which $7,612,324 will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority of 10 U.S. Code 2304(c)(1). The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, JBPHH, Hawaii, is the contracting activity (N32253-22-C-0008).

ARMY

Koman Construction,* Anchorage, Alaska (W9126G-22-D-0046); CCI Mechanical LLC,* Crestview, Florida (W9126G-22-D-0047); Red Eagle JV,* Coweta, Oklahoma (W9126G-22-D-0048); Lemoine-Frazier JV LLC,* Lafayette, Louisiana (W9126G-22-D-0049); and Reasor-Asturian JV LLC,* Pensacola, Florida (W9126G-22-D-0050), will compete for each order of the $164,400,000 firm-fixed-price contract for design-build vertical construction. Bids were solicited via the internet with 26 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2027. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Aluet Flood Management LLC,* Oak Ridge, Tennessee (W91237-22-D-0027); Amherst Madison Inc., Charleston, West Virginia (W91237-22-D-0028); Brayman Construction Corp., Saxonburg, Pennsylvania (W91237-22-D-0029); and C.J. Mahan Construction Co. LLC, Grove City, Ohio (W91237-22-D-0030), will compete for each order of the $75,000,000 firm-fixed-price contract for design-bid-build marine-based construction projects. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2027. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity. 

Nan Inc., Honolulu, Hawaii, was awarded a $56,398,584 firm-fixed-price contract to renovate and repair Building 300 on Helemano Military Reservation. Bids were solicited via the internet with four received. Work will be performed at Helemano Military Reservation, Hawaii, with an estimated completion date of July 31, 2025. Fiscal 2022 operation and maintenance, Army funds in the amount of $56,398,584 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-22-C-0016).

Nan Inc., Honolulu, Hawaii, was awarded a $45,088,540 firm-fixed-price contract for construction services to repair the Zamperini Dining Facility. Bids were solicited via the internet with five received. Work will be performed at U.S. Army Garrison Kwajalein Atoll, Republic of Marshall Islands, with an estimated completion date of Sept. 7, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $45,088,540 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-22-C-0010).

DAX-GBAB JV3,* Sunrise Beach, Missouri (W912DQ-22-D-4000); Gideon Contracting LLC,* San Antonio, Texas (W912DQ-22-D-4001); Howard W. Pence,* Elizabethtown, Kentucky (W912DQ-22-D-4002); Medvolt,* Colorado Springs, Colorado (W912DQ-22-D-4003); Olgoonik Specialty Contractors LLC,* Saint Robert, Missouri (W912DQ-22-D-4004); and SES Construction and Fuel Services LLC,* Oak Ridge, Tennessee (W912DQ-22-D-4005), will compete for each order of the $45,000,000 firm-fixed-price contract for construction projects in the U.S. Army Corps of Engineers Kansas City District. Bids were solicited via the internet with 19 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Norfolk Dredging Company, Chesapeake, Virginia, was awarded a $33,302,500 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Philadelphia, Pennsylvania, with an estimated completion date of March 24, 2023. Fiscal 2022 civil construction funds in the amount of $33,302,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0040).

Science Applications International Corp, Reston, Virginia, was awarded a $30,777,951 modification (P00069) to contract W31P4Q-21-F-0033 for hardware-in-the-loop aviation systems engineering services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Dubuque Barge and Fleeting Service Company dba Newt Marine Service,* Dubuque, Iowa, was awarded a $24,000,000 firm-fixed-price contract for offshore breakwater structures. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2027. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-D-0021).

Coho Construction Management LLC, Anchorage, Alaska, was awarded a $23,498,670 firm-fixed-price contract for upgrades and replacements for outdated proprietary digital phone sets and old circuit-switched technology. Bids were solicited via the internet with one received. Work will be performed in Oceanside, California, with an estimated completion date of Sept. 29, 2025. Fiscal 2022 procurement, defense-wide funds in the amount of $23,498,699 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0027).  

Paraton Incorporated Inc., Herndon, Virginia, was awarded a $21,907,880. modification (P00043) to contract W15QKN-19-F-1334 for research and analytic support to the Army Analytics Group Research Facility Laboratory. Work will be performed in Monterey, California, with an estimated completion date of June 26, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $12,686,533 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Stanley Consultants Inc., Muscatine, Iowa, was awarded a $20,003,238 firm-fixed-price contract for the La Grange Lock and Dam. Bids were solicited via the internet with one received. Work will be performed in Versailles, Illinois, with an estimated completion date of Aug. 2, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $20,003,237 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-22-F-0088). 

Mike Hooks LLC, Westlake, Louisiana, was awarded a $16,739,800 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Lake Charles, Louisiana, with an estimated completion date of July 31, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $16,739,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0050).

Western Contracting Corp., Sioux City, Iowa, was awarded a $16,385,700 firm-fixed-price contract to rehabilitate damaged riverbank stabilization and navigation structures. Bids were solicited via the internet with one received. Work will be performed on the Missouri River in Nebraska and Missouri, with an estimated completion date of Oct. 17, 2025. Fiscal 2022 Infrastructure Investment and Jobs Act funds in the amount of $16,385,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0042).

Western Contracting Corporation, Sioux City, Iowa, was awarded a $15,345,966 firm-fixed-price contract for rehabilitation of damaged revetments, dikes, kickers, L-head dikes and vanes on the Missouri River. Bids were solicited via the internet with two received. Work will be performed in Iowa and Nebraska, with an estimated completion date of Oct. 17, 2025. Fiscal 2022 Infrastructure Investment and Jobs Act funds in the amount of $15,345,966 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0041). 

The Shearer Group Inc., Houston, Texas, was awarded a $15,000,000 firm-fixed-price contract to support barge vessels. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-D-0018).

Cottrell Contracting Corporation, Chesapeake, Virginia, was awarded a $13,541,449 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Deal Island, Maryland, with an estimated completion date of Sept. 27, 2024. Fiscal 2014, 2015 2016, 2017, 2018, 2019, 2020, 2021 and 2022 civil operation and maintenance funds in the amount of $13,541,449 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0040).

Luhr Crosby LLC, Columbia, Illinois, was awarded a $13,468,394 firm-fixed-price contract for stone berms and blankets, and dike maintenance. 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 25, 2023. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-F-0193).

Qualcomm Intelligent Solutions Inc., San Diego, California, was awarded an $11,682,569 firm-fixed-price contract for research to develop a system design driven by the Advanced Graphic Intelligence Logical Computing Environment applications. Bids were solicited via the internet with six received. Work will be performed in San Diego, California, with an estimated completion date of Sept. 25, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $11,682,569 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-C-0079).

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded an $11,152,495 modification (P00009) to contract W912BU-20-F-0094 for construction activities, including excavation and drilling services. Work will be performed in Deepwater, New Jersey, with an estimated completion date of June 24, 2023. Fiscal 2022 Formerly Utilized Sites Remedial Action Program funds in the amount of $11,152,495 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity.

Derivative LLC,* Arlington, Virginia, was awarded an $11,062,952 hybrid (firm-fixed-price and labor-hours) contract to support the workforce of the Corpus Christi Army Depot Aircraft and Aircraft Component Production organization. Bids were solicited via the internet with ten received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 Army working capital funds in the amount of $11,062,952 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W912NW-22-F-0085).

University of Alabama in Huntsville, Huntsville, Alabama, was awarded a $10,947,000 cost-no-fee contract for the Advanced Technology Test and Development Program. Bids were solicited via the internet with one received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 26, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $10,947,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-22-F-0514).

BCI Construction USA Inc., Pace, Florida, was awarded a $10,014,349 firm-fixed-price contract to rehabilitate tainter gates and sluice gates. Bids were solicited via the internet with four received. Work will be performed in Knoxville, Iowa, with an estimated completion date of Sept. 24, 2024. Fiscal 2022 civil operation and maintenance funds in the amount of $10,014,349 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-22-C-0039).

Heenan Construction LLC, Waynesville, Missouri, was awarded a $9,357,865 firm-fixed-price contract for roofing requirements at Fort Leonard Wood. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 26, 2023. U.S. Army Field Directorate Office, Fort Leanord Wood, Missouri, is the contracting activity (W911S7-22-D-1500).

Airbus U.S. Space & Defense Inc., Arlington, Virginia, was awarded an $8,393,765 modification (P00018) to contract W58RGZ-22-C-0022 for contractor logistics support services in support of Lakota aircraft. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 31, 2026. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,393,765 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Connected Alliance LLC, Atlanta, Georgia, has been awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract in support of operationalizing the Sustainment Strategy Framework to materially improve the sustainment of Air Force weapon systems.  The outputs from this contract will help refine policy, produce requirements documents, performance work statements, and concepts of operations that would form the basis of requirements for organic development or procurement solicitations. Work will primarily be performed in Atlanta, Georgia, and is expected to be completed Sept. 24, 2027. This award is the result of a competitive acquisition and one offer was received. Fiscal 2022 operations and maintenance funds in the amount of $1,400,000 are being obligated at the time of award. Air Force District of Washington Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity (FA7014-22-D-0003).

M1 Support Services LP, Denton, Texas, has been awarded an $88,045,705 firm-fixed-price modification (A00104) to the previously awarded contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the seventh option period of a seven-year, firm-fixed-price contract for T-6, T-38 Undergraduate Pilot Training, and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2023. Fiscal 2023 operations and maintenance funds in the amount of $22,088,126 are being obligated at time of award for the next option period. Total cumulative face value of the contract is $539,373,570. The 82d Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

Atlantic Diving Supply Inc., Virginia Beach, Virginia, has been awarded a $40,751,037 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for fire and emergency services and personal protective equipment. This contract provides structural coats, pants and suspenders for firefighters. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by Sept. 30, 2027. This award is the result of a competitive acquisition and two offers were received. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-22-D-0003).

The Boeing Co., St. Louis, Missouri, has been awarded a $7,507,713 firm-fixed-price, cost-plus-fixed-fee, fixed-price-incentive-fee partial definitization modification (P00040) to definitize requirements from the March 31, 2022, awarded undefinitized contract action (UCA) (P00032). These actions are performed under previously awarded FA8634-18-C-2698 for F-15 Advanced Display Core Processor (ADCP) II Full Rate Production 1. This contract action provides for full rate production of ADCP II systems to allow required integration of the ADCPII systems into the F-15 platform. Work will be performed in St. Louis, Missouri, as well as multiple other U.S. operating locations, and Royal Air Force Lakenheath, United Kingdom, and is expected to be completed by July 30, 2025. This award is the result of a sole source acquisition per a contract change proposal request issued Oct. 31, 2019. This modification hereby partially definitizes the referenced UCA and fully funds the associated UCA contract line item numbers at a total price of $38,207,213. Fiscal 2020 procurement funds in the amount of $18,675,750; and fiscal 2022 working capital funds in the amount of $4,488,708 are being obligated at the time of award. Air Force Life Cycle Management Center, Fighter/Advanced Aircraft Directorate, F-15 Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DEFENSE LOGISTICS AGENCY

BAE Systems Land and Armaments L.P., York, Pennsylvania, has been awarded a $19,684,507 firm-fixed-price contract for electronic components. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 37-month base contract with one one-year option period that was also executed at the time of award. The performance completion date is June 30, 2027. Using military service is Army. Type of appropriation is fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-22-C-0056).

Dallas Lighthouse For the Blind Inc.,** Dallas, Texas, has been awarded a maximum $13,771,868 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for combat uniform trousers. This is a two-year contract with no option periods. The ordering period end date is Sept. 26, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-B131).

BAE Systems Land and Armaments L.P., York, Pennsylvania, has been awarded a $12,058,437 firm-fixed-price contract for load electronic units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 32-month base contract with one one-year option period that was also executed at the time of award. The performance completion date is Aug. 31, 2026. Using military service is Army. Type of appropriation is fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-22-C-0057).

BAE Systems Land and Armaments L.P., York, Pennsylvania, has been awarded a $12,043,855 firm-fixed-price contract for electronic components. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 32-month base contract with one one-year option period that was also executed at the time of award. The performance completion date is Aug. 31, 2026. Using military service is Army. Type of appropriation is fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-22-C-0063).

Twigg Corp.,* doing business as Twigg, Martinsville, Indiana (SPE4A7-22-D-0269, $10,000,000); and TurboCombuster Technology,** doing business as Paradigm Precision, Stuart, Florida (SPE4A7-22-D-0271, $10,000,000), have each been awarded a firm-fixed-price, indefinite-quantity contract under solicitation SPE4A7-21-R-0286 for F-100 aircraft engine afterburner flameholders. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The performance completion date is Sept. 29, 2027. Using military service is Air Force. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Avkare LLC, Pulaski, Tennessee, has been awarded an estimated $8,628,888 fixed-price requirements contract for estradiol 10 microgram tablets. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. Location of performance is New York, with a Sept. 26, 2023, performance completion date. Using customers are Defense Department, Department of Veterans Affairs, Indian Health Services and Bureau of Prisons. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D2-22-D-0148).

UPDATE: Academy Medical Inc.,* West Palm Beach, Florida (SPE2DH-22-D-0019, $8,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-16-R0002 and awarded Oct. 6, 2016.

DRS Network & Imaging Systems, Melbourne, Florida, has been awarded a maximum $224,571,276 firm-fixed-price requirements delivery order (SPRRA2-22-F-0068) against a nine-year basic ordering agreement (SPRRA2-20-D-0012) under solicitation SPRRA2-21-R-0027 for the improved Bradley Acquisition System. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(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. 31, 2026. Using military service is Army. Type of appropriation is fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. (Awarded Sept. 24, 2022)

DRS Network & Imaging Systems, Melbourne, Florida, has been awarded a maximum $9,509,873 firm-fixed-price requirements delivery order (SPRRA2-22-F-0091) against a nine-year basic ordering agreement (SPRRA2-20-D-0012) under solicitation SPRRA2-22-R-0012 for the improved Bradley Acquisition System. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(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. 31, 2026. Using military service is Army. Type of appropriation is fiscal 2022 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama. (Awarded Sept. 24, 2022)

WASHINGTON HEADQUARTERS SERVICES

Lalini Enterprises LLC, Washington, D.C., is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0020) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised.. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Athena Construction Group Inc., Triangle, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0021) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Cedarville Engineering Group LLC, Pottstown, Pennsylvania, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0022) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Addon Services LLC, Alexandria, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0023) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

HDD JV, Leesburg, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0024) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Prestige Development Services Inc., Bronx, New York, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0025) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Empire Landscape LLC, Silver Spring, Maryland, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0026) in the amount of $19,010,000 to procure heavy and civil construction on the Pentagon Reservation for up to 10 years if all options are exercised. No funds are being obligated at the time of award. The total amount of this action if all options are exercised is $45,000,000. The estimated completion date is Sept. 26, 2032. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Metron Inc.,* Reston, Virginia, has been awarded an $11,001,743 cost-plus-fixed-fee contract, excluding unexercised options, for a Defense Advanced Research Projects Agency research project. Work will be performed in Reston, Virginia (25%); South Kingston, Rhode Island (25%); Arlington, Virginia (12.5%); Groton, Connecticut (12.5%); and Quincy, Massachusetts (25%), with an expected completion date of February 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $2,450,000 are being obligated at time of award. This contract stems from a competitive acquisition for which eight proposals were received in response to Broad Agency Announcement HR001122S0008. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001122C0131).

*Small business
**Mandatory source

9/28

AIR FORCE

AAR Government Services Inc., Wood Dale, Illinois (FA8609-22-D-B001); Aircraft Technical Development Inc., Van Nuys, California (FA8609-22-D-B002); Aviation Repair Technologies LLC, Blytheville, Arkansas (FA8609-22-D-B003); Rockwell Collins, Inc., Cedar Rapids, Iowa (FA8609-22-D-B004); Davenport Aviation Inc., Columbus, Ohio (FA8609-22-D-B005); Honeywell International Inc., Tempe, Arizona (FA8609-22-D-B006); S&K Logistics Services LLC, Saint Ignatius, Montana (FA8609-22-D-B007); SOI Aviation Inc., Calabasas, California (FA8609-22-D-B008); Source One Spares LLC, Houston, Texas (FA8609-22-D-B009); The Boeing Co., Seattle, Washington (FA8609-22-D-B010); VC Displays Inc., Brooksville, Florida (FA8609-22-D-B011); Velo Aviation LLC, San Diego, California (FA8609-22-D-B012) VSE Aviation Services Inc., Miramar, FL (FA8609-22-D-B013); and Silver Wings Aerospace Inc., Homestead, Florida (FA8609-22-D-B014) have been awarded a multiple award indefinite‐delivery/indefinite‐quantity contract with a ceiling of $1,894,000,000 in support of the KC‐46A Tanker. This contract provides for several initial spare parts to support the United State Air Force and Foreign Military Sales KC-46 fleets. Work will be performed in various locations, and is expected to be completed by October 2027. After the initial/minimum award delivery order, all vendors will compete within the process and procedures of FAR 16.505 for following Fair Opportunity Request for proposals. This award is the result of a competitive acquisition. Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $83,338,595 cost-plus-fixed-fee, undefinitized contract logistics support. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 19, 2025. This contract involves 100 percent foreign military sales and is the result of a sole-source acquisition. Foreign military sales funds in the amount of $35,659,176 are being obligated at time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-22-F-4894). 

L3 Harris Technologies Inc., Rochester, New York, has been awarded a $12,283,898 cost-plus-fixed-fee contract for cloud-based architecture software. This contract provides for the research, design, integrate, test and evaluate in support of improving and demonstrating the utility of modality-independent data standards, as well as the development of an integrated computing environment to aid in the processing, exploitation and dissemination of modality-independent data. Work will be performed in Rochester, New York, and is expected to be complete by Sept. 27, 2024. This award is the result of a competitive acquisition where offers were solicited electronically via an open Broad Agency Announcement and two offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $2,120,400 are being obligated at the time of award. Air Force Research Laboratory, Rome New York, is the contracting activity (FA8750-22-C-1521). 

Frontier Technology Inc., Beavercreek, Ohio, was awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for wargaming and strategic planning support. Work will be performed at WPAFB, Ohio, and is expected to be completed March 2028. This award is the result of a sole source acquisition. Fiscal 2022 research and development funds in the amount of $7,655,000 are being obligated on the first task order at time of award. Air Force Research Laboratory, WPAFB, Ohio, is the contracting activity (FA2396-22-D-0008). 

BAE Systems Information and Electronic Systems Integration, San Diego, California, has been awarded an $8,909,932 cost-plus-fixed-fee contract for artificial intelligence and machine learning analytics platform. This contract provides for the research, analysis, design, development, implementation, testing, deployment, and integration of artificial intelligence and machine learning techniques to demonstrate 3D modeling and training set development services. Work will be performed in San Diego, California, and is expected to be completed by Sept. 29, 2025. This award is the result of a competitive acquisition, offers were solicited electronically via an open Broad Agency Announcement and two offers were received.  Fiscal 2022 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-22-C-1524).

Blue Ridge Envisioneering, Inc.,* Chantilly, Virginia, was awarded a $7,584,864 cost-plus-fixed-fee contract for Radio Frequency Algorithms For Future Insertion of Electronic Intelligence (RAFIEL).  This contract provides for research on high value-added signal processing algorithms, frameworks, and systems as they apply to electronic intelligence and related signal processing of interest to Air Force Research Laboratory (AFRL) and other affiliated Air Force entities, such as audio and multi-intelligence processing, to enable the detection and prosecution of new and emerging signals, and to explore revolutionary new approaches to solving today’s most challenging signal processing problems that are enabled by revolutionary computing capabilities. Work will be performed in Chantilly, Virginia, and is expected to be completed by Sep. 28, 2026. Fiscal 2022 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1520). 

ARMY

Forgen-Odin JV, Rocklin, California, was awarded a $308,432,100 firm-fixed-price contract to prepare approximately 15.3 miles of foundation for a 17.3 mile-long embankment dam. Bids were solicited via the internet with three received. Work will be performed in Bella Glade, Florida, with an estimated completion date of May 5, 2028. Fiscal 2022 civil construction funds in the amount of $308,432,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-22-C-0017). 

Kinley Construction Company, Arlington, Texas (W9128F-22-D-0017); Reliable Contracting Group LLC, Louisville, Kentucky (W9128F-22-D-0018); S&B Infrastructure Ltd, Houston, Texas (W9128F-22-D-0019); APTIM Federal Services LLC, Baton Rouge, Louisiana (W9128F-22-D-0020); and Weston Solutions Inc., West Chester, Pennsylvania (W9128F-22-D-0021), will compete for each order of the $150,000,000 firm-fixed-price contract for design-build work for the Fuels Petroleum, Oil and Lubricants Mandatory Center of Expertise. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 26, 2026. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. 

American Bridge Company, Coraopolis, Pennsylvania, was awarded a $109,450,000 firm-fixed-price contract for fabrication and installation of ten spillway tainter gates and machinery lifting equipment at Wolf Creek Dam. Bids were solicited via the internet with two received. Work will be performed in Jamestown, Kentucky, with an estimated completion date of Nov. 12, 2029. Fiscal 2022 civil operation and maintenance funds in the amount of $109,450,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-22-C-0009). 

A-Vet Roofing & Construction LLC,* Warner Robins, Georgia (W9128F-22-D-0063); DKJR Roofing LLC,* Le Mars, Iowa (W9128F-22-D-0064); Quality Roofers & Gutters Inc.,* Jacksonville, North Carolina (W9128F-22-D-0065); Roofing Resources Inc.,* Kennett Square, Pennsylvania (W9128F-22-D-0066); and Stratton-Straub Joint Venture,* Scottsdale, Arizona (W9128F-22-D-0067), will compete for each order of the $49,000,000 firm-fixed-price contract for design-build and design-bid-build roofing construction. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.  

MVL USA Inc., Lansing, Michigan, was awarded a $49,000,000 firm-fixed-price contract for sustainment, restoration and modernization for design-build and general construction to support Department of Defense agencies in Georgia, North Carolina and South Carolina regions. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-4000).  

Boyer Commercial Construction Inc.,* Columbia, South Carolina, was awarded a $49,000,000 firm-fixed-price contract for sustainment, restoration and modernization for design-build and general construction to support Department of Defense agencies in Georgia, North Carolina and South Carolina regions. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-4001). 

Palantir USG Inc., Palo Alto, California, was awarded a $42,917,975 firm-fixed-price contract to conduct research and development services in the area of artificial intelligence and machine learning. Bids were solicited via the internet with 999 received. Work will be performed in Palo Alto, California, with an estimated completion date of Sept. 28, 2023. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $22,573,580 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-22-C-0031). 

Stanley Consultants Inc., Muscatine, Iowa, was awarded a $38,609,012 firm-fixed-price contract to conduct an engineering evaluation/cost analysis to support a future non-time-critical removal action for polyfluoroalkyl substances. Bids were solicited via the internet with one received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Sept. 28, 2022. Fiscal 2022 environmental restoration, defense funds in the amount of $38,609,012 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-F-0160). 

BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $34,138,318 cost-plus-fixed-fee contract for system technical support and sustainment system technical support to the M88 Family of Vehicles. 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 Sept. 27, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-C-0053). 

C&C Contractors LLC,* Notasulga, Alabama, was awarded a $30,000,000 firm-fixed-price contract for sustainment, restoration and modernization for design-build and general construction to support Department of Defense agencies in Georgia, North Carolina and South Carolina regions. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-4002). 

The Boeing Company, Ridley Park, Pennsylvania, was awarded a $29,000,000 firm-fixed-price contract for advanced procurement of long lead items for CH-47F Block 2. 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 Sept. 29, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-F-0407). 

GCI-SAC JV LLC,* Jacksonville, Florida, was awarded a $26,994,915 firm-fixed-price contract to repair/replace heating ventilation and air conditioning systems in Buildings 3045 and 3425 at Fort Benning. Bids were solicited via the internet with three received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Jan. 27, 2025. Fiscal 2022 operation and maintenance, Army funds in the amount of $26,994,915 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4005). 

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $21,531,000 firm-fixed-price contract for beach re-nourishment. Bids were solicited via the internet with three received. Work will be performed in Cape May, New Jersey, with an estimated completion date of Sept. 27, 2023. Fiscal 2022 civil construction funds in the amount of $21,531,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0042).

4KG ACC Construction JV LLC,* Augusta, Georgia, was awarded a $20,275,525 firm-fixed-price contract to repair Barracks H-445 at Fort Bragg. Bids were solicited via the internet with five received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of March 24, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $20,275,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4007). 

Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded an $18,729,621 firm-fixed-price contract to repair Building 785 to provide a Defense Health Agency/Medical Command-certified dental clinic. Bids were solicited via the internet with four received. Work will be performed in West Point, New York, with an estimated completion date of June 11, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $18,729,621 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-C-0020).  

Outside The Box LLC,* Richmond, Virginia, was awarded a $17,736,897 firm-fixed-price contract to convert a building into an information processing center. Bids were solicited via the internet with three received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of March 19, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $17,736,897 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4008). 

Bristol EDT JV LLC,* Anchorage, Alaska, was awarded a $17,705,648 firm-fixed-price contract to repair excessive moisture conditions and failing systems in Building 633 at Fort Stewart. Bids were solicited via the internet with four received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of Sept. 17, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $17,705,648 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4001). 

Nisou LGC JV II LLC,* Detroit, Michigan, was awarded a $15,976,421 firm-fixed-price contract to revitalize Barracks M-4520 at Fort Bragg. Bids were solicited via the internet with six received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of Dec. 30, 2023. Fiscal 2010 operation and maintenance, Army funds in the amount of $15,976,421 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4006). 

Amentum Services Inc., Germantown, Maryland, was awarded a $13,416,136 hybrid (firm-fixed-price and labor-hours) contract to provide contractor support to management and the supporting workforce for Corpus Christi Army Depot Aircraft and Aircraft Component Production. Bids were solicited via the internet with one received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 Army working capital funds in the amount of $13,416,136 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W912NW-22-F-0087). 

Talon Construction JV LLC,* Andalusia, Alabama, was awarded an $11,848,085 firm-fixed-price contract to repair and renovate Maxwell Elementary School. Bids were solicited via the internet with five received. Work will be performed at Maxwell Air Force Base, Alabama, with an estimated completion date of Nov. 23, 2023. Fiscal 2010 operation and maintenance, Army funds in the amount of $11,848,085 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4000).   

Seres-Arcadis SB JV2,* Charleston, South Carolina, was awarded a $10,000,000 firm-fixed-price contract for geo-environmental architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-D-0016).  

Linfield Hunter & Junius Inc.,* Metairie, Louisiana, was awarded a $9,216,117 firm-fixed-price contract for levee construction. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-F-0192). 

Magruder Construction Company Inc., Eolia, Missouri, was awarded a $7,518,200 firm-fixed-price contract to install two pump stations and two relief wells. Bids were solicited via the internet with one received. Work will be performed in Roxanna, Illinois, with an estimated completion date of Dec. 12, 2023. Fiscal 2022 civil construction funds in the amount of $7,518,200 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-C-0019). 

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a not-to-exceed $277,919,144 modification (P00007) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm-target undefinitized contract (N0001920C0011).  This modification adds scope for the production and delivery of F-35 spares, to include four Short Takeoff and Vertical Landing spare engines for the U.S. Marine Corps and 20 power modules for the U.S. Air Force. Work will be performed in East Hartford, Connecticut (17%); Indianapolis, Indiana (10%); Middletown, Connecticut (8%); Kent, Washington (7%); North Berwick, Maine (4%); El Cajon, California (3%); Cromwell, Connecticut (3%); Whitehall, Michigan (3%); Portland, Oregon (2%); San Diego, California (2%); South Bend, Indiana (2%); Columbus, Georgia (1%); Hampton, Virginia (1%); Manchester, Connecticut (1%); Cheshire, Connecticut (1%); Elmwood Park, New Jersey (1%); various locations within the Continental United States (27%), and various locations outside the Continental United States (7%), and is expected to be completed in October 2025. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $171,681,855 and fiscal 2022 aircraft procurement (Navy) funds in the amount of $106,237,289 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Delphinus Engineering Inc.,* Eddy Stone, Pennsylvania, (N4215822D0001); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, (N4215822D0002); and QED Systems Inc.,* Virginia Beach, Virginia (N4215822D0003) are awarded a $70,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of services required to perform a broad range of repairs and alterations, preservation, troubleshooting, maintenance, installation, and removal of hull, mechanical, and electrical equipment and systems aboard U.S. Navy vessels, including submarines. Delphinus Engineering, Inc. is awarded $15,000,000, and if all options are exercised the total value will be $70,000,000. Epsilon Systems Solutions Inc. is awarded $15,000,000, and if all options are exercised the total value will be $70,000,000. QED Systems Inc. is awarded $15,000,000, and if all options are exercised the total value will be $70,000,000. Work will be performed in Portsmouth, Virginia (60%); Norfolk, Virginia (20%); Virginia Beach, Virginia (10%); Charleston, South Carolina (5%), and Kings Bay, Georgia (5%). Work will be completed by September 2023, and if all options are exercised, work will continue until September 2027. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated for the minimum guarantee and will be equally divided among the three contractors, and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with eleven offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $55,933,414 cost-plus-fixed-fee order (N0001922F2073) against a previously issued basic ordering agreement (N0001919G0008).  This order procures and delivers additional databases, simulated entities, simulated weapons, updates to network standards, and point-to-point connections to improve and sustain F-35 training devices in support of Distributed Mission Training for the United States Navy, Air Force, Marine Corp and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,250,000; fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $1,250,000; fiscal 2022 aircraft procurement (Navy) funds in the amount of $7,598,538; fiscal 2022 operations and maintenance (Air Force) funds in the amount of $30,659,618; fiscal 2022 operations and maintenance (Navy) funds in the amount of $672,684;  fiscal 2022 operations and maintenance (Marine Corps) funds in the amount of $672,684 and non-U.S. DoD participant funds in the amount of $5,382,827 will be obligated at time of award, $33,254,986 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

The Boeing Co., St. Louis, Missouri, is awarded a $47,468,000 firm-fixed-price advance acquisition contract for the production and delivery of MQ-25 Stingray low-rate initial production lot 1 for the U.S. Navy. Work will be performed in Torrance, California (36%); McKinney, Texas (19%); St. Louis, Missouri (15%); Longueuil, Quebec, Canada (10%); Palm Bay, Florida (8%); Indianapolis, Indiana (4%); Ajax, Ontario, Canada (3%); Wayne, New Jersey (2%); Burbank, California (1%); Chatsworth, California (1%); and Farmingdale, New York (1%), and is expected to be completed in September 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $47,468,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0048).  

Armag Corp.,* Bardstown, Kentucky, is awarded a $47,250,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for deployable armories and magazines and associated accessories. Work will be performed in Bardstown, Kentucky, and is expected to be completed by September 2027. The first task order includes Foreign Military Sales to the Commonwealth of the Bahamas under the Foreign Military Sales program. Fiscal 2022 Foreign Military Sales (Bahamas) funds $3,586 will be obligated at time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-22-D-0031).

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $30,700,027 firm-fixed-price contract. This contract provides for the production, delivery, and installation of Airborne Electronic Attack Weapons Replacement Assemblies (WRA) 7s and 8s to include: 24 WRA-7 B-Kits, 24 WRA-8 B-Kits, 24 WRA-7 B-Kit Spares and 24 WRA-8 B-Kit Spares, as well as associated engineering, technical, and data support in support of EA-18G aircraft upgrades. Work will be performed in Linthicum, Maryland (92%) and Bethpage, New York (8%), and is expected to be completed in October 2025. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $15,350,013 and fiscal 2021 aircraft procurement (Navy) funds in the amount of $15,350,013 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0051).

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $22,130,679 firm-fixed-price modification to previously awarded contract (N00024-17-C-5353) to exercise options for Advanced Off-Board Electronic Warfare System Low Rate Initial Production units. Work will be performed in Syracuse, New York (88%); Lansdale, Pennsylvania (10%); Stratford, Connecticut (1%); and Orlando, Florida (1%), and is expected to be completed by May 2025. Fiscal 2022 other procurement (Navy) funding in the amount of $22,130,679 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. 

Nammo Defense Systems, Inc., Mesa, Arizona, is awarded a $22,000,000 five-year indefinite delivery/indefinite quantity, firm-fixed-priced contract for MK 21 MOD 0 Scalable Offensive Hand Grenades (SOHG), fuses, and testing. Inert and inert cutaway versions of the SOHG will also be procured for training purposes. The contract value is $22,000,000. Fiscal 2022 procurement of ammunition (Navy and Marine Corps) $9,158,672 (86%); Fiscal 2022 defense procurement $1,384,451 (13%), and Fiscal 2022 ammunition procurement (Army) $106,496 (1%) funding will be obligated at time of award and not expire at the end of the current fiscal year. Work will be performed in Vihtavuori, Finland (90%); Mesa, Arizona (10%), and is expected to be completed by October 2028. This contract action was not competitively procured via the System for Award Management website. This is a sole source action in accordance with Defense Federal Acquisition Regulation 6.302-1 — only one responsible source. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016422DJR85).

Grunley Construction Co., Inc.,,* Rockville, Maryland, is awarded a $21,734,000 firm-fixed-price contract for construction of the Joint Air Defense Operation Center, Joint Base Anacostia-Bolling, Washington, District of Columbia. The work to be performed provides for construction services to complete the Joint Air Defense Operations Center permanent facility. The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $22,874,309. Work will be performed in Washington, District of Columbia, and is expected to be completed by October 2023. Fiscal 2018 military construction (Air Force) and fiscal 2022 military construction (Air Force) funds in the amount of $21,734,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment with five proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-22-C-0019).

Argon ST Inc., Fairfax, Virginia, is awarded a $21,002,706 undefinitized contract action, ceiling-priced delivery order (N00383-22-F-ST00) under a previously awarded basic ordering agreement (N00383-22-D-ST01) for the procurement of nine amplifier chassis for the support of operations of the MQ-4C Triton with the first deployment of IFC 4-configured unmanned aircraft system. All work will be performed in Fairfax, Virginia, and is expected to be completed by March 2025. Aircraft procurement (Navy) funds in the full amount of $21,002,706 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S.C. 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

L3Harris Technologies Inc., Palm Bay, Florida, is awarded a $20,365,012 long-term, indefinite delivery/indefinite quantity, firm-fixed-priced contract for the repair and overhaul of six items in support of the Integrated Defensive Electronic Countermeasures system used on F/A-18 aircraft. The contract will include a three-year base ordering period with an additional two-year ordering period which if exercised, will bring the total estimated value to $35,583,872. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by September 2027. All work will be performed in Clifton, New Jersey. Funds in the amount of $6,873,384 will be issued for delivery order (N00383-22-F-SP00) that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. Individual delivery orders will be funded with appropriate fiscal year working capital (Navy) appropriations at the time of their issuance. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-SP01).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $17,252,050 cost-plus-fixed-fee order (N0001922F2439) against a previously issued basic ordering agreement (N0001919G0029). This order provides non-recurring engineering in support of incorporating a one-second or less Engine Fuel Firewall Shutoff Valve into the CH-53K aircraft. Work will be performed in Stratford, Connecticut (60%); Hampshire, England (30%); and Patuxent River, Maryland (10%), and is expected to be completed in April 2027. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $17,252,050 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

North Star Scientific Corp.,* Kapolei, Hawaii, is awarded a $13,390,680 cost-plus-fixed-fee, firm-fixed-price order (N6833522F0214) against a previously issued basic ordering agreement (N6833519G0037). This order is a continuation of providing advanced concept hardware and software products for High Gain Ultra High Frequency Electronically Scanned Antenna effort in support of Small Business Innovation Research Phase III, topic N06-125 entitled “L-Band Solid-State High Power Amplifier (HPA) for Airborne Platforms”. Specifically, this order provides production and delivery of hardware required to assemble the necessary components in preparation for mountain top testing of ultra-high frequency and L/S-band antennas for the E-2D aircraft at the Pacific Missile Range Facility. Work will be performed in Honolulu, Hawaii (52%); Oklahoma City, Oklahoma (33%); Stockton, California (11%); Newark, Delaware (2%); and Farmingdale, New York (2%), and is expected to be completed in September 2024. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $7,347,509 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity. 

Tyto Government Solutions, LLC of Herndon, Virginia, was awarded a $12,782,205 modification to previously awarded standard, firm fixed price contract (N66001-17-C-0295) for continued delivery and sustainment of cloud based enterprise 911 Routing and Management Services (911-RMS). This modification increases the estimated value of the contract from $38,470,590 to $51,252,795. The enterprise system is currently deployed at most Navy bases within Command Navy Region Southeast, Command Navy Region Southwest, Command Navy Region Northwest, Command Navy Region Mid-Atlantic, Naval District Washington, Command Joint Region Marianas Guam, and Command Navy Region Hawaii. The current period of performance end date is August 2022. The period of performance for this modification is from September 2022 to February 2024. Funds will be obligated at the time of award. The effort will be funded using operations and maintenance (Navy) funding. The Naval Information Warfare Center Pacific is the contracting activity. Awarded on August 31, 2022.

American Rheinmetall Munitions, Inc., Stafford, Virginia, is awarded a $12,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for the MK 24 Mod 0 6-Bang Diversionary Hand Grenade. Work will be performed in Trittau, Germany (92%); Stafford, Virginia (8%), and is expected to be completed by September 2027. Fiscal 2021 defense procurement $11,428 funding will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contract activity (N0016422DJR80). 

The Boeing Co., Huntington Beach, California, is awarded an $11,595,326 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) to exercise options for engineering support services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Work will be performed in Huntington Beach, California (55%), East Greenwich, Rhode Island (15%), Herndon, Virginia (15%), Cockeysville, Maryland (10%), and Joplin, Missouri (5%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) in the amount of $1,507,957 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Austal USA, Mobile, Alabama, is awarded an $11,581,420 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-17-C-2301) to exercise an option for littoral combat ship (LCS) industrial post-delivery availability support for USS Kingsville (LCS 36). Work will be performed in Mobile, Alabama (90%), and Pittsfield, Massachusetts (10%), and is expected to be completed by March 2024. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $2,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Rockwell Collins Inc., a part of Collins Aerospace, Cedar Rapids, Iowa, is awarded an $11,560,698 modification (P00002) to a cost-plus-fixed-fee order (N0001921F0213) against a previously issued basic ordering agreement (N0001919G0031). This modification adds scope to procure one modernized very low frequency high power transmit set production kit, spares, and production support assets in support of E-6B Take Charge And Move Out aircraft. Work will be performed in Richardson, Texas and is expected to be completed in December 2023. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $11,560,698 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

The SURVICE Engineering Co.,* Belcamp, Maryland, is awarded an $11,006,520 cost-plus-fixed-fee, firm-fixed-price indefinite-delivery, indefinite-quantity contract. This contract provides research, development, test and evaluation analysis in the areas of air weapons systems survivability, lethality, test and analysis support, Modeling and Simulation (M&S); and M&S verification, validation, and accreditation in support of the U.S Department of Defense. Work will be performed in Belcamp, Maryland and is expected to be completed in September 2027.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0030).

Northrop Grumman Marine Systems, Sunnyvale, California, is awarded a $10,771,968 firm-fixed-price contract for the procurement of materials for the Ship’s Service Turbine Generators onboard three Virginia-class submarines. Work will be performed at Sunnyvale, California and is expected to be completed in August 2024. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $10,771,968 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority of 10 U.S. Code 2304(c)(1). The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii, is the contracting activity (N32253-22-C-0011).

Valiant Government Services LLC, Hopkinsville Kentucky, is awarded a $9,764,322 indefinite-delivery/indefinite-quantity, fixed price modification to a previously award contract (N62470-17-D-4011). This modification provides for the exercise of option five for base operating support services at the U.S. Naval Support Activity Naples, Italy, and its outlying support sites. The award of this option brings the total cumulative contract value to $53,735,168. Work will be performed in the Province of Campania, Italy, to include Capodichino and Gricignano di Aversa municipalities, and the Lazio province, Gaeta. This option period is from October 1, 2022 to September 30, 2023. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $8,343,818 for recurring work will be obligated on individual task orders issued during this option period. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy is the contracting activity.

Sytronics, Inc.,* Dayton, Ohio, is awarded a $9,617,896 firm-fixed-price contract to provide for the overhaul and installation of two (#19 and #20) LM2500 Engine test cells, to include associated labor, materials, and software in support of depot level functional and performance testing of LM2500 gas generator assemblies and power turbine assemblies. Work will be performed in San Diego, California and is expected to be completed in October 2024. Fiscal 2022 working capital (Navy) funds in the amount of $4,826,000 and fiscal 2021 working capital (Navy) funds in the amount of $5,010,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via a small business set aside; one offer was received. Commander Fleet Readiness Center, Patuxent River, Maryland, is the contracting activity (N6852022C0015).

Gomez Research Associates, Inc.,* Huntsville, Alabama is awarded a $9,533,149 cost plus fixed fee modification to previously awarded contract (N00174-19-C-0021) to exercise option year three for continued support for counter improvised explosive devices and unmanned aerial system technology. Work will be performed in Huntsville, Alabama (60%), Kiev, Ukraine (5%), Belgrade, Serbia (15%), Sofia, Bulgaria (20%), and will continue through September 2024, if all options are exercised. Fiscal 2022 operation and maintenance (Army) in the amount of $6,943,312 (99%), and Fiscal 2022 research, development, test and evaluation (Army) in the amount of $83,000 (1%) will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) Indian Head, Maryland, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded an $8,720,791 cost-plus-fixed-fee, level of effort and cost contract (N65236-22-C-8019) for Submarine Command, Control, Communications, Computers, Combat, and Intelligence (C5I) Engineering, Testing and Engineering Tools Development. The contract is a Phase III Small Business Innovation Research award. The contract includes a base period of one year with four one-year option periods. The option periods, if exercised, would bring the cumulative value of this contract to an estimated $47,611,296. Fiscal 2015, 2017, 2018, and 2019 shipbuilding and conversion (Navy) funds in the amount of $1,050,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia (76%), Groton, Connecticut (14%), and Washington, District of Columbia (10%). Work is expected to be completed by September 2023. If options are exercised, work could continue until September 2027. This contract was procured using other than full and open competition in accordance with 10 U.S.C. 2304(c)(5) and Defense Federal Acquisition Regulation 6.302-5 — authorized or required by statute. Naval Information Warfare Center, Atlantic, Charleston, South Carolina is the contracting activity.

Rafael Advanced Defense Systems, Haifa, Israel, is awarded an $8,530,827 firm-fixed-price contract to procure Toplite electro-optic system upgrade kits. Work will be performed in Haifa, Israel, and is expected to be completed by August 2024. Fiscal 2022 weapons procurement, (Navy) funding in the amount of $8,530,827 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action was not competitively procured pursuant to 10 U.S. Code 2304(c) (1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana is the contracting activity (N0016422CJQ07).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois is awarded an $8,502,157 cost-plus-fixed-fee modification (P00015) to a previously awarded fixed-price-incentive-firm-target contract (N0001920C0054). This modification adds scope to provide non-recurring engineering for Chimera-X Circuit Card Assembly integration into the AN/APR-39 D(V)2 Radar Warning Receiver system in support of operational advances in assault aircraft survivability equipment for the U.S. Navy. Work will be performed in Rolling Meadows, Illinois and is expected to be completed in September 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $8,000,000 and fiscal 2021 aircraft procurement (Navy) funds in the amount of $502,157 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Metson Marine Services, Inc.,* Ventura, California, is awarded an $8,207,932 modification (P00046) to the previously awarded firm-fixed-price contract (N68836-19-C-0002) to exercise Defense Federal Acquisition Regulation 52.217-9 option period four, for port operations support services that include maintenance and repairs of government furnished boats, service craft, and waterfront equipment; oil spill response; industrial marine services; docking regular overhauls; ship movement and fleet liaison support services; berth day support; facility response team services; counter-terrorism support; barrier and gate services; and exclusion buoy inventory in support of Commander, Navy Region Southeast. The contract included a nine-month base period and four one-year option periods. Exercising this option will bring the estimated value of the contract to $38,712,384 and work is expected to be completed by September 2023. Work will be performed in Kings Bay, Georgia (30%); Woodbine, Georgia (28%); Mayport, Florida (18%); Pensacola, Florida (15%); Key West, Florida (4%); Port Canaveral, Florida (3%); Panama City, Florida (1%); and Jacksonville, Florida (1%). Fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,114,173 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The remaining amount of the contract modification will be funded with fiscal 2023 operations and maintenance (Navy) and (United States Coast Guard) funds. The contract modification is issued subject to Defense Federal Acquisition Regulation 52.232-18 – availability of funds, and Defense Federal Acquisition Regulation 252.232-7007 – limitation of government’s obligation, will be incorporated in the contract modification. This contract was competitively procured with the solicitation as a total small business set-aside requirement with five offers received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Apex-Petroleum, Corp.,* Largo, Maryland, (SPE605-22-D-4010, $164,648,923); Colonial Oil Industries, Inc., Savannah, Georgia, (SPE605-22-D-4009, $84,215,696); BRZ Investment & Consulting, LLC,* Boynton Beach, Florida, (SPE605-22-D-4008, $43,511,410); World Fuel Services, Inc., Miami, Florida, (SPE605-22-D-4007, $43,252,826); Petroleum Traders, Corp.,* Fort Wayne, Indiana, (SPE605-22-D-4006, $41,456,701); 21 Energy, Corp., Miami, Florida, (SPE605-22-D-4005, $18,491,258); Benchmark Biodiesel, Inc.,* Columbus, Ohio, (SPE605-22-D-4003, $15,308,117); Mansfield Oil Co. of Gainesville, Inc., Gainesville, Georgia, (SPE605-22-D-4002, $11,513,212); Fannon Petroleum Services, Inc.,* Gainesville, Virginia, (SPE605-22-D-4011, $9,068,586); Stonewin, LLC,* New York, New York, (SPE605-22-D-4012, $7,929,821) have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-22-R-0203 for various types of fuel. This was a competitive acquisition with 31 responses received. These are four-year 11-month base contracts with one six-month option period. Locations of performance are Washington, D.C., Delaware, Kentucky, Tennessee and West Virginia, with an Aug. 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Air Force National Guard, Army National Guard, Defense Logistics Agency, Defense Department and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Forest Products Distributors, Inc.,* Rapid City, South Dakota, (SPE8E6-22-D-0041); S&S Forest Products, LLC,* Boerne, Texas, (SPE8E6-22-D-0042); Sylvan Forest Products, Inc.,* Portland, Oregon, (SPE8E6-22-D-0043) and Middle Atlantic Wholesale Lumber, Inc.,* Baltimore, Maryland, (SPE8E6-22-D-0044); are sharing a maximum $43,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E6-21-R-0002 for all items under the classification of lumber, millwork and plywood. This was a competitive acquisition with seven responses received. These are two-year base contracts with three one-year option periods. The performance completion date is Sept. 27, 2024. Using customers are Army, Navy, Marine Corps, Air Force and Coast Guard. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $16,347,486 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dual-aeromedical certified ventilators and accessories. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The ordering period end date is Sept. 26, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2022 through 2023 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-22-D-0013).

DEFENSE HEALTH AGENCY

Niksoft Systems Corporation, Reston, Virginia, was awarded a $12,533,388 six-month extension to modify contract HT001121C0022 IAW FAR 52.217-8 Option to Extend Services to continue required system/component technical debt analyses to be conducted in support of the Defense Health Agency SDD Systems Engineering Plan. The analyses shall continue to be specific to the assessment areas of data architecture/modeling, business process analysis, solutions architecture, total systems ownership costs analysis, OpenText engineering/architecture, e-signature engineering/architecture, application interface program engineering, Software Applications & Products in Data Processing (SAP) Business Objects universe design, database technology alignment, extract/transfer/load engineering, DevOps engineering, microservices engineering, internet cloud provider engineering/architecture, and cybersecurity architecture. The period of performance of the extension will be Sept. 30, 2022 to March 31, 2023. The place of performance is Falls Church, Virginia. This modification is funded with fiscal year 2022 operation and maintenance funds. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. 

*Small business
**Mandatory source

9/29

NAVY

DPR-RQ Construction, LLC, Carlsbad, California (N62473-22-D-1403); Gilbane Federal JV, Concord, California (N62473-22-D-1404); Hensel Phelps Construction Co., Irvine, California (N62473-22-D-1406); Kiewit Building Group Inc., Springfield, Virginia (N62473-22-D-1406); The Robins & Morton Group, Birmingham, Alabama (N62473-22-D-1407); StructSure Projects, Inc., Kansas City, Missouri (N62473-22-D-1408); and Walsh Construction Group, LLC, Chicago, Illinois (N62473-22-D-1409) are awarded a combined $1,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for new construction and repair and renovation of medical treatment facility projects at various government installations located in California, Arizona, Nevada, Hawaii, Utah, Colorado, and New Mexico. The work to be performed provides for but is not limited to hospitals, ambulatory care centers, medical and dental clinics, and medical research laboratories. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. These contracts include options which, if exercised, would bring the cumulative value to $1,000,000,000 over an eight-year period to the seven vendors combined. Work will be performed in the states of California (87%), Arizona (5%), Nevada (3%), Hawaii (2%), Utah (1%), Colorado (1%), and New Mexico (1%), and is expected to be completed by September 2030. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $35,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with 14 offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a not-to-exceed $152,329,105 fixed-price-incentive-firm-target, cost-plus-fixed-fee undefinitized indefinite-delivery/indefinite-quantity contract. This contract provides for the production of the F-35 Logistics Information Systems to include Autonomic Logistics Information System and Operational Data Integrated Network (ODIN), and Mission Planning Environment (MPE) hardware, as well as associated contract management, planning and readiness reviews and non-recurring introduction to service activities necessary to field the F-35 ODIN, MPE, and components of any future ODIN and MPE retrofits for the F-35A, F-35B and F-35C aircraft. Work will be performed in Orlando, Florida (95%) and Fort Worth, Texas (5%), and is expected to be completed in December 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 USC 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922D0004).

Innovative Mechanical Contractors LLC, * Westminster, Maryland, is awarded a $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for general construction project tasks in support of Naval Research and Development Establishment (NRDE) commands in the National Capital Region. The work to be performed provides for new work, additions, alterations, maintenance, and repairs that will service NRDE commands. Work will be performed in Maryland (50%), Washington, District of Columbia (30%), and Virginia (20%), and is expected to be completed by July 2027. An initial task order is awarded at $2,000 to meet the minimum contract guarantee. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with 14 proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-22-D-1119).

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $49,046,788 firm-fixed-price modification to previously awarded contract (N00024-21-C-5406) for the procurement of four MK-15 Close-In Weapon Systems (CIWS) Block 0 to Block 1B Baseline 2 Upgrade and Conversion and related equipment for the Republic of Korea. Work will be performed in Louisville, Kentucky (19%); Williston, Vermont (14%); Tucson, Arizona (11%); Tempe, Arizona (8%); Andover, Massachusetts (4%); Mason, Ohio ( 4%); Melbourne, Florida (3%); Joplin, Missouri (2%); Hauppauge, New York (2%); Grand Rapids, Michigan (2%); Dayton, Ohio (1%); Anaheim, California (1%); Palo Alto, California (1%); Norcross, Georgia (1%); Phoenix, Arizona (1%), and various locations with less than 1% each (total 26%). Work is expected to be completed by May 2025. Foreign military sales (Korea) funding in the amount of $49,046,788 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Hornbeck Offshore Operators, LLC, of Covington, Louisiana, is awarded a $42,433,338 modification for the fixed-price portion of a previously awarded firm-fixed-price contract to exercise a one-year option period (P00103) for the operation and maintenance of four modified off-shore supply vessels USNS Arrowhead (T-AGSE 4), USNS Eagleview (T-AGSE 3), USNS Westwind (T-AGSE 2), and USNS Black Powder (T-AGSE 1) for continued service as support vessels in support of U.S. Navy operations. The contract includes a 215-day base period, nine one-year option periods and one, 150-day option period. Work for this option period will be performed at sea, worldwide, and is expected to be completed by September 30, 2023. This contract includes nine 12-month option periods and one 150-day option period, which, if exercised, would bring the cumulative value of this contract to $355,345,374. Working capital (Navy) funds in the amount of $42,433,338 are obligated for fiscal 2023, and will not expire at the end of the fiscal year. This contract was issued on a basis of other than full and open competition in support of the statute under provisions of 10 U.S.C 2304(c)(1), as implemented by Defense Federal Acquisition Regulation 6.302-1 — only one responsible source and no other supplies or services will satisfy agency requirements. The U. S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N6238715C2507).

TST Tactical Defense Solutions, Inc., doing business as Tidewater Development Services, * Virginia Beach, Virginia, is awarded a $39,771,508 firm-fixed price, indefinite-delivery/indefinite-quantity contract for roofing repair or replacement at various government sites in the Greater Hampton Roads area of operations. The work to be performed provides for, but is not limited to, locating and isolating roof leakage points and water infiltration, removal, repair and replacement of roofing systems. The maximum dollar value, including the base period and all option periods, is $39,771,508. Work will be performed in Norfolk, Portsmouth, Oceana, Little Creek, and Yorktown, Virginia. The term of the contract is not-to-exceed 60 months with an expected completion date of September 2027. A task order is awarded in the amount of $5,000 to fulfill the minimum guarantee. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the System for Award Management website, with three proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-D-0082).

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $35,991,238 firm-fixed-price modification to previously awarded contract (N00024-21-C-5408) for test and evaluation equipment in support of the fiscal year 2021-2023 Evolved Seasparrow Missile (ESSM) Block 2 full rate production requirements. Work will be performed in Toronto, Canada (23%); Colorado Springs, Colorado (19%); Tucson, Arizona (11%); San Diego, California (8%); Edinburgh, Australia (7%); Ottobrunn, Germany (5%); Grenaa, Denmark (5%); San Jose, California (5%); Hengelo Ov, Netherlands (5%); Eight Mile Plains, Brisbane, Australia (3%); Wallingford, Connecticut (2%); Gilbert, Arizona (2%); Phoenix, Arizona (2%); North Reading, Massachusetts (2%); and Clearwater, Florida (1%). Work is expected to be completed by March 2025. Fiscal 2022 weapons procurement (Navy) funds in the amount of $35,991,238 (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Global Pacific Design Builders, LLC, * Hagatna, Guam, is awarded a $33,184,524 firm-fixed-price contract for construction of the Guam Army National Guard Readiness Center, Guam. The work to be performed provides for the design and construction of a facility to support the training, administrative, and logistical requirements of the Guam Army National Guard. The contract also contains five unexercised options, which if exercised, would increase the cumulative contract value to $38,194,012. Work will be performed in Barrigada, Guam, and is expected to be completed by February 2025. Fiscal 2022 military construction (Army National Guard) funds in the amount of $33,184,524 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with one proposal received. The Naval Facilities Engineering Systems Command, Marianas, Asan, Guam, is the contracting activity (N40192-22-C-2012). 

Lockheed Martin Corp., Owego, New York, is awarded a $30,561,485 cost-plus-fixed-fee modification (P00024) to a previously awarded contract (N0001918C1066). This modification adds scope to provide for the design and development of the Advanced Digital Receiver/Processor (ADRP) upgrade to the existing E-2D AN/ALQ-217 Electronic Support Measures Receiver/Processor, as well as the integration of the ADRP equipment with the Mission Computer and Display system to provide for the form, fit, function replacement for the Advanced Hawkeye aircraft. Work will be performed in Owego, New York and is expected to be completed in September 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $30,561,485 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp. – Marine Systems of Sunnyvale, California is awarded a $30,159,374 cost-plus-incentive-fee contract modification (P00018) to a previously awarded and announced contract (N00030-21-C-1010) to provide fiscal 2023 ongoing support of the Trident II (D5) deployed Submersible Ship Ballistic Missile Nuclear and the Submarine Ship Guided Nuclear Underwater Launcher Systems. Northrop Grumman Systems Corp. – Marine Systems will provide technical engineering support and integration for Trident II (D5), and Submarine Ship Guided Nuclear Attack Weapon System. Work will be performed in Sunnyvale, California (52%); Bangor, Washington (18 %), Kings Bay, Georgia (14 %), Rocket Center, West Virginia (7%), Cape Canaveral, Florida (4%), St. Charles, Missouri (3%); and Camarillo, California (2%). Work is expected to be completed by September 30, 2023. Subject to availability of funding, fiscal 2023 operations and maintenance (Navy) funds in the amount of $30,159,374 will be obligated at time of award. Funds will expire at the end of the fiscal 2023. This contract was a sole-source acquisition in accordance with the authority of 10 U.S.C. 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $26,439,433 firm-fixed-price task order (N6945022F0906) under a multiple award construction contract (N69450-22-D-0013) for the construction of a fire crash rescue station at Naval Weapons Station, Joint Base Charleston, South Carolina. The contract contains two unexercised options, which, if exercised, would increase the cumulative task order value to $26,760,502. Work will be performed in Charleston, South Carolina, and is expected to be completed by March 2025. Fiscal 2022 military construction (Air Force) funds in the amount of $26,439,433 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Sauer Construction, LLC, Jacksonville, Florida, is awarded a $25,740,000 firm-fixed-price task order (N6945022F0899) under a multiple award construction contract (N69450-21-D-0061) to construct a flight line support facility at Naval Weapons Station, Joint Base Charleston, South Carolina. The work to be performed provides for the design and construction of a new logistical center for the assembly and maintenance of readiness spare packages. The contract also contains two unexercised options, which, if exercised, would increase the cumulative task order value to $27,075,000. Work will be performed in Charleston, South Carolina, and is expected to be completed by September 2024. Fiscal 2022 military construction (Air Force) funds in the amount of $25,740,000 are obligated on this award and will not expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Oceaneering International, Inc. Marine Services Division, Chesapeake, Virginia, is awarded a $24,116,495 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-18-C-6413) to establish and exercise options for U.S. Navy configuration changes, maintenance and repair. Work will be performed in Chesapeake, Virginia and is expected to be completed by September 2023. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $3,096,000 (37%); fiscal 2020 other procurement (Navy) funds in the amount of $2,059,491 (24%); fiscal 2022 procurement (Navy) funds in the amount of $2,000,000 (24%); fiscal 2021 other procurement (Navy) funds in the amount of $1,171,195 (14%); and fiscal 2022 research, development, and test and evaluation (Navy) funds in the amount of $100,000 (1%) will be obligated at time of award. Funds in the amount of $5,155,491 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Environmental Chemical Corp., Burlingame, California, is awarded a $24,096,210 firm-fixed-price task order (N6274222F4033) for runway repairs at Basa Air Base, Republic of the Philippines. The work to be performed provides for repair of the existing asphalt runway. The maximum dollar value is $24,096,210. Work will be performed in the Republic of the Philippines, and is expected to be completed by August 2023. Fiscal 2022 operation and maintenance (Air Force) funds in the amount of $24,096,210 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the global contingency construction multiple award contract with one proposal received. The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62470-19-D-8025).  

Oshkosh Defense LLC, of Oshkosh, Wisconsin, is awarded a $23,709,168 hybrid firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of Remotely Operated Ground Unit for Expeditionary Fires (ROGUE-Fires) carriers for use in the Navy/Marine Expeditionary Ship Interdiction System (NMESIS). NMESIS is a land-based missile launcher platform that provides the Marine Corps High Mobility Artillery Rocket System battalions and operating forces with anti-ship capabilities. NMESIS integrates a Naval Strike Missile (NSM) launcher unit, capable of launching two NSMs, onto a ROGUE-Fires carrier. Work will be performed in Alexandria, Virginia (18%); Gaithersburg, Maryland (15%); and Oshkosh, Wisconsin (67%). Work is expected to be completed in November 2023. Fiscal 2022 research, development, test and evaluation (Marine Corps) funds in the amount of $15,989,908 will be obligated and will not expire at the end of the current fiscal year. This action is a follow-on production contract in accordance with 10 U.S. Code § 4022(f). Marine Corps Systems Command, Program Manager Long Range Fires, Quantico, Virginia, is the contracting activity (M67854-22-D-1002).

Raytheon Co., Largo, Florida, is awarded a $22,167,152 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-only modification to previously awarded contract (N00024-19-C-5200) for design agent and engineering support for the Cooperative Engagement Capability program. Work will be performed in Saint Petersburg, Florida (60%), Largo, Florida (30%), and San Diego, California (10%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) in the amount of $6,770,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.  

Duke Energy Progress, Raleigh, North Carolina, is awarded a $22,053,189 firm-fixed-price task order (N4008522F9953) for the design and construction of the Camp Johnson microgrid and implementation of energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed includes the implementation of a microgrid that provides generation to support the full load of Camp Johnson and integration into the Camp Lejeune high voltage supervisory controls and data acquisition system, and implementation of cost-effective energy conservation measures. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by March 2025. Fiscal 2018 military construction (DoD) funds in the amount of $12,927,189 are obligated on this award and will expire at the end of the current fiscal year; and fiscal 2019 military construction (DoD) funds in the amount of $7,881,922 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-F-9953).

HDR Engineering, Inc., Honolulu, Hawaii, is awarded a $22,001,484 firm-fixed-price task order (N6247822F4464) under basic contract (N62478-18-D-5027) for architecture-engineering services at Red Hill Water Treatment Facility, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The work to be performed provides for preparation of a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate, and other services. Work will be performed at JBPHH, Hawaii, and is expected to be completed by June 2027. Fiscal 2022 military construction (Navy) and fiscal 2022 military construction (Marine Corps) funds in the amount of $22,001,484 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Hawaii, JBPHH, Hawaii, is the contracting activity (N62478-18-D-5027).

Rolls Royce Corp., Indianapolis, Indiana is awarded a $20,459,412 firm-fixed-priced delivery order (N00383-22-F-Z50J) under previously awarded basic ordering agreement (N00383-22-D-ST01) for the procurement of four spare AE 2100D3 engines used on the KC-130J aircraft. All work will be performed in Indianapolis, Indiana and work is expected to be completed by March 2024. Aircraft procurement (Navy) funds in the full amount of $20,459,412 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S.C. 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Peter Vander Werff Construction, Inc., * El Cajon, California, is awarded a $19,903,000 firm-fixed-price task order (N6247322F5121) under a multiple award construction contract for construction at Point Mugu, California. The work to be performed provides for the renovation and expansion of a research laboratory facility Building PM735. Work will be performed in Ventura County, California, and is expected to be completed by January 2025. The maximum dollar value is $19,903,000. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $19,903,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with four offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-1125).

Armtec Countermeasures Co., Coachella, California is awarded a $19,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture of six different chaff cartridges. This contract includes a one-year ordering period with no options. All work will be performed in Lillington, North Carolina and ordering is expected to be completed by September 2023. This effort involves foreign military sales: Qatar (49%); Turkey (5%); procurement of ammunition (Air Force) funds (36%); and procurement (DoD) funds (10%) in the amount $2,609,643 will be issued for delivery order (N00104-22-F-ZZ01) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. This was a fully competitive requirement, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-22-D-ZZ01).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $16,245,258 cost-plus-fixed fee and cost-only contract for Surface Electronic Warfare Improvement Program Block 3 Electronic Attack systems design agent engineering support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $83,485,496. Work will be performed in Baltimore, Maryland and is expected to be completed by August 2023. If all options are exercised, work will continue through August 2027. Fiscal 2021 other procurement (Navy) funds in the amount of $2,006,407 (52%), and fiscal 2022 operations and maintenance (Navy) funds in the amount of $1,859,552 (48%) will be obligated at time of award, of which $1,859,552will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) — only one responsible source and no other type of property or services will satisfy the needs of the agency. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-22-C-5520).

Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom, is awarded a $16,175,940 firm-fixed-price contract for the manufacture of 1,225 explosive cartridges kits and 1,786 each of different explosive cartridges used in the Martin-Baker US16E ejection seat in F-35 aircraft for the Joint Strike Fighter program. The contract does not contain a provision for an option quantity. All work will be performed in Uxbridge, United Kingdom, and work is expected to be completed by October 2025. The total value of $16,175,940 will be obligated at the time of award. This effort involves funding under the Foreign Military Sales program. Funding sources include fiscal 2022 operation and maintenance (Air Force) funds (29%); fiscal 2022 operation and maintenance (International Partner Funding) funds (21%); fiscal 2022 procurement (Air Force) funds (13%); fiscal 2022 operation and maintenance (Marine Corps) funds (13%); fiscal 2022 procurement (Marine Corps) funds (5%); fiscal 2022 procurement (Navy) funds (4%); and fiscal 2022 operation and maintenance (Navy) funds (4%); Japan (4%); Israel (3%); Korea (2%); Belgium (1%); and Poland (1%). Funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S.C. 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-22-C-K070).

Raytheon Co., Marlborough, Massachusetts, is awarded a $16,002,092 firm-fixed-price modification to previously awarded contract (N00024-22-C-5500) for sustainment material and support for the AN/SPY-6(V) family of radars. Work will be performed in San Diego, California (38%); Scottsdale, Arizona (38%); Andover, Massachusetts (19%); Chesapeake, Virginia (5%), and is expected to be completed by September 2023. Fiscal 2022 operations and maintenance (Navy) $12,841,916 (80%), fiscal 2016 shipbuilding and conversion (Navy) funds $3,008,257 (19%), fiscal 2017 shipbuilding and conversion (Navy) $151,919 (1%) funding will be obligated at the time of award, of which, $12,841,916 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Design West Technologies, Inc., * Tustin, California, is awarded a $15,949,902 firm-fixed-price contract for the manufacture, assembly, test and delivery of the Motor Control Panel and associated components in support of the MK-41 Vertical Launch System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $132,386,790. This contract combines purchases for the U.S. Navy (95.11%) and the governments of Australia (1.77%), Germany (0.83%), Spain (0.81%), Finland (0.76%) and Korea (0.72%) under the Foreign Military Sales (FMS) program. Work will be performed in Tustin, California, and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2027. Fiscal 2022 shipbuilding and conversion (Navy) $8,564,402 (53.70%); fiscal 2022 research, development, test and evaluation (Navy) $3,252,114 (20.39%); FMS Germany $1,101,193 (6.90%); FMS Spain $1,068,425 (6.70%); FMS Finland $1,010,731 (6.34%); and FMS Korea $953,037 (5.98%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339422C0008).

Tidewater, Inc., * Elkridge, Maryland, is awarded a $14,621,354 firm-fixed-price task order for construction at Building 210, Washington Navy Yard, District of Columbia. The work to be performed provides for construction services to renovate the first, second, and mezzanine floors of Building 210. The task order also contains three unexercised options, which if exercised, would increase the cumulative task order value to $15,665,334. Work will be performed in Washington, District of Columbia, and is expected to be completed by February 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $14,621,354 are obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-21-D-0029). 

TOTE Services, Inc., of Jacksonville, Florida (N3220518C3101) is awarded a $12,583,408 modification under a previously awarded firm fixed-price contract (N3220518C3101) to exercise a one-year option period (P00043) for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by September 30, 2023. This contract includes one 12-month base period, four 12-month option periods, and a six-month option under Defense Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $77,887,294. Working capital (Navy) funds in the amount of $12,583,408 are obligated for fiscal 2023, and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity.

BVI Corp., Seattle, Washington, is awarded a $12,400,000 firm-fixed-price contract (N00024-22-C-2214) for used vessel, Research Vessel (R/V) Petrel. The requirements under this contract cover the acquisition of the used vessel R/V Petrel and spares. Work is expected to be completed by September 2022. Fiscal 2022 other procurement (Navy) funds in the amount of $12,400,000 will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $10,371,224 modification (P00013) to a cost-plus-fixed-fee, level of effort order (N0001920F5008) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises options to provide aircrew, flight test engineering, instrumentation, aircraft technicians and test management personnel to support E-2 Integrated Test Team operations in executing advanced development experimentation flights and developmental testing in support of future Delta System/Software Configuration builds. Work will be performed in Patuxent River, Maryland (89%); Melbourne, Florida (5%); Liverpool, New York (5%); and Menlo Park, California (1%), and is expected to be completed in September 2023. Fiscal 2022 research, development, test and evaluation funds in the amount of $2,130,259 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York (N3220520C6173), is awarded a $10,220,000 option (P00020) under a previously awarded firm-fixed-price contract to fund the third, one-year option period. This modification exercises the second, one-year option period of this contract for one U.S. flagged, U.S. Army ammunition prepositioning vessel M/V LTC John U. D. Page (T-AK 4543) for the transportation and prepositioning of cargo for military readiness. The previously awarded contract includes a seven-month base period with four one-year option periods and one four-month option period, which if exercised, would bring the cumulative value of this contract to $53,103,000. Work will be performed worldwide and is expected to be completed by September 30, 2023. Working capital (Transportation) funds in the amount of $10,220,000 for option three will be provided for fiscal 2023. This option is exercised subject to the availability of funds in accordance with Defense Federal Acquisition Regulation 52.232-18 — availability of funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website with two offers received. The U.S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C6173).

Sauer Construction, LLC, Jacksonville, Florida, is awarded a $10,034,000 firm-fixed-price modification to a previously awarded task order (N6945022F0843) placed against multiple award construction contract (N69450-21-D-0061). The modification provides for the exercise of additional demolition, construction, and repair work associated with storm damage at Naval Air Station Pensacola, Florida. This award brings the total cumulative face value of the contract to $73,855,000. Work will be performed in Pensacola, Florida, and is expected to be completed by September 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,034,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

U.S. Marine Management, Inc. of Norfolk, Virginia (N3220517C3000) is awarded an $8,886,440 modification (P00188) for the fixed price portion of a previously awarded contract to fund the operation and maintenance of five USNS Bob Hope-class surge large, medium-speed roll-on/roll-off vessels. This modification awards the six-month option period. Contract 52.217-8 option is exercised in the amount of $8,886,440. This contract includes a 12-month base period, four 12-month option periods and a six-month option under Defense Federal Acquisition Regulation 52.217-8. The ships will continue to support Military Sealift Command’s worldwide prepositioning requirements. Work will be performed at sea worldwide with the base contract beginning on October 1, 2017. Work is expected to be completed, if all options are exercised, by March 31, 2023. Working capital (Navy) and (Transportation) funds in the amount of $1,162,402 (Navy) and $7,724,038 (Transportation) totaling $8,886,439.80 are obligated for fiscal 2023, covering the 6-month option period’s daily operating hire and will not expire at the end of the current fiscal year. The United States Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3000).

Northrop Grumman Systems Corp., San Diego, California, is awarded an $8,600,000 cost-plus-fixed-fee order (N0001922F0984) against a previously issued basic ordering agreement (N0001920G0005). This order provides for engineering data analysis and model correlation of MQ-4C test flight data in support of efforts to enable fleet flight clearance for the MQ-4C Triton to transition through icing conditions. Work will be performed in Rancho Bernardo, California (99.24%) and Indianapolis, Indiana (0.76%), and is expected to be completed in July 2024. Foreign cooperative project funds in the amount of $8,600,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland is the contracting activity.

JJLL, LLC, Austin Texas, is awarded a $7,817,547 cost-plus-incentive-fee contract for Philippines operations support service, Republic of the Philippines. The work to be performed provides for facilities and logistics support in management and administration, command and staff, public safety, airfield facilities/air terminal, ordnance, supply and material management services, morale, welfare and recreation support, galley, billeting management, facility support, utilities, base support vehicles and equipment, and environmental. The maximum dollar value is $7,817,547. Work will be performed in Manila and Zamboanga, Philippines and may include foreign locations within the South East Asia, North East Asia, and Oceania regions, and is expected to be completed by March 2023. Fiscal 2023 operation and maintenance (Special Forces) funds in the amount of $7,000,000 are being obligated at time of award and will expire at the end of fiscal 2023. This contract was issued as a sole source procurement under the authority of 10 United States Code 3204(b)(B) as implemented by Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) —  only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-22-C-3590).

AECOM Technical Services, Inc., Los Angeles, California, is awarded a $7,520,610 cost-plus-award-fee modification to a previously awarded task order (N6274222F0106) placed against contract (N62742-17-D-1800). This modification provides for additional groundwater modeling in support of environmental technical services to address petroleum contamination at the Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam, Hawaii. This award brings the total cumulative face value of the contract to $67,491,997. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2024. Fiscal 2022 Commander, Navy Installation Command funds in the amount of $7,520,610 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity. 

ARMY 

Lockheed Martin Corporation, Grand Prairie, Texas, was awarded a $272,984,000 modification (P00060) to contract W31P4Q-20-C-0023 for services, hardware, facilities, equipment, and all technical, planning, management, manufacturing, and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles. Work will be performed in Lake Mary, Florida; Huntsville, Alabama; Lincoln, Nebraska; Rocket Center, West Virginia; Foothill Ranch, California; Joplin, Missouri; Clearwater, Florida; Pinellas Park, Florida; Kirkland, Washington; Camden, Arkansas; Chelmsford, Massachusetts; Grand Prairie, Texas; Lufkin, Texas; and Ocala, Florida, with an estimated completion date of Dec. 31, 2027. Fiscal 2022 missile procurement, Army and fiscal 2022 Foreign Military Sales (Bahrain, Germany, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia and South Korea) funds in the amount of $133,762,160 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

American Bridge Company, Coraopolis, Pennsylvania, was awarded a $91,250,000 firm-fixed-price contract for fabrication and installation of eight spillway tainter gates and machinery lifting equipment at Center Hill Dam. Bids were solicited via the internet with two received. Work will be performed in Lancaster, Tennessee, with an estimated completion date of Nov. 13, 2028. Fiscal 2022 civil operation and maintenance funds in the amount of $91,250,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-22-C-0012).  
 
Grunley Construction Company Inc., Rockville, Maryland, was awarded an $82,602,169 firm-fixed-price contract to construct a Special Operations Forces operations building. Bids were solicited via the internet with four received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of April 29, 2025. Fiscal 2022 military construction, defense-wide funds in the amount of $82,602,169 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0066). 

BAE, Kingsport, Tennessee, was awarded a $79,223,094 modification (P00011) to contract W52P1J-19-D-0074 for the production and delivery of explosives and components at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Dec. 31, 2024. Fiscal 2022 procurement of ammunition, Army funds in the amount of $79,223,094 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.  

Palantir USG Inc., Palo Alto, California, was awarded a $59,104,092 firm-fixed-price contract for the Intel Apps acquisition program. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-22-D-0005). 

Dubuque Barge & Fleeting Service, * Dubuque, Iowa, was awarded a $44,904,925 firm-fixed-price contract for modifying and constructing dikes and revetments. Bids were solicited via the internet with four received. Work will be performed in Napolean, Missouri, with an estimated completion date of Sept. 28, 2022. Fiscal 2022 civil construction funds in the amount of $61,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1045). 

Cedarville Engineering Group LLC, * Pottstown, Pennsylvania (W91237-22-D-0039); Crawford environmental Services LLC, Roanoke, Virginia (W91237-22-D-0040); Global Environmental & Remediation LLC, * Kearneysville, West Virginia (W91237-22-D-0041); Alliant CORP, * Knoxville, Tennessee (W91237-22-D-0042); and Target Contractors LLC, * Ladson, South Carolina (W91237-22-D-0043), will compete for each order of the $40,000,000 firm-fixed-price contract for demolition and remediation services. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2027. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.

Nova Group Inc., Napa, California, was awarded a $35,159,500 firm-fixed-price contract for construction of a new hydrant fueling pumphouse at General Billy Mitchell Air National Guard Base. Bids were solicited via the internet with five received. Work will be performed in Milwaukee, Wisconsin, with an estimated completion date of Nov. 28, 2024. Fiscal 2019 and 2020 military construction, defense-wide funds in the amount of $35,159,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0030). 

Cox Construction Company, * Vista, California, was awarded a $32,879,000 firm-fixed-price contract for construction of a squadron operations and aircraft maintenance facility. Bids were solicited via the internet with three received. Work will be performed in Beale Air Force Base, California, with an estimated completion date of Sept. 28, 2024. Fiscal 2022 military construction, Air Force Reserve funds in the amount of $32,789,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0036).  

NH1 JV, * Highland, Utah, was awarded a $26,199,983 firm-fixed-price contract for design-build construction services in support of Hill Air Force Base. Bids were solicited via the internet with six received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of Oct. 28, 2024. Fiscal 2020 other procurement, Air Force funds and 2022 operation and maintenance, Air Force funds in the amount of $26,199,983 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0016). 

ESA South Inc., * Cantonment, Florida, was awarded a $22,123,756 firm-fixed-price contract for construction of a vehicle maintenance shop, storage buildings, an administrative building and military equipment parking at Camp Shelby. Bids were solicited via the internet with two received. Work will be performed in Hattiesburg, Mississippi, with an estimated completion date of Sept. 18, 2024. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $22,123,756 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-F-0318). 

SGS LLC, Yukon, Ohio, was awarded a $20,671,395 firm-fixed-price contract to construct a commercial vehicle inspection facility and a visitor control center. Bids were solicited via the internet with four received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Jan. 29, 2024. Fiscal 2022 Military Construction – Recovery Act, Army funds in the amount of $20,671,395 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-C-0024). 

John C. Grimberg Company Inc., Rockville, Maryland, was awarded a $19,147,000 firm-fixed-price contract for full facility restoration of PFC Cloyse E. Hall at the U.S. Army Reserve Center in Salem, Virginia. Bids were solicited via the internet with eight received. Work will be performed in Salem, Virginia, with an estimated completion date of Aug. 29, 2024. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $19,147,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0041). 

Crosby Dredging LLC, Galliano, Louisiana, was awarded a $17,901,800 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Berwick, Louisiana, with an estimated completion date of May 31, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $17,901,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0068). 

Ensign-Bickford Aerospace & Defense Company, Simsbury, Connecticut, was awarded a $17,285,972 firm-fixed-price contract for detonating cord. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-D-0038). 

Intercontinental Construction Contracting Inc., * Passaic, New Jersey, was awarded a $15,556,950 firm-fixed-price contract for full-facility restoration for training barracks Building 5502 at Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with seven received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Sept. 18, 2024. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $15,556,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0040).  

Intercontinental Construction Contracting Inc., Passaic, New Jersey, was awarded a $14,818,140 firm-fixed-price contract to renovate Building 20 at Watervliet Arsenal. Bids were solicited via the internet with five received. Work will be performed in Watervliet Arsenal, New York, with an estimated completion date of April 15, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $14,818,140 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-C-0022).   

Joseph J. Henderson and Son Inc., Gurnee, Illinois, was awarded a $13,244,193 firm-fixed-price contract for construction of a berm. Bids were solicited via the internet with one received. Work will be performed in Chicago, Illinois, with an estimated completion date of March 17, 2025. Fiscal 2022 civil construction funds in the amount of $13,244,193 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912P6-22-C-0006).

Great Lakes Dredge & Dock Company, Houston, Texas, was awarded a $12,195,000 firm-fixed-price contract for dredging. Bids were solicited via the internet with five received. Work will be performed in Irvington, Alabama, with an estimated completion date of Sept. 29, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $12,195,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0037).

SRCTec LLC, Syracuse, New York, was awarded a $12,096,538 modification (PZ0004) to contract W56KGY-22-C-0004 for UKR/TPQ-50 radar systems. Work will be performed in Syracuse, New York, with an estimated completion date of June 30, 2023. Fiscal 2022 Ukraine Security Assistance Initiative funds in the amount of $12,096,538 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE, Radford, Virginia, was awarded an $11,721,082 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to reconfigure process equipment and implement process improvements at Radford Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of May 30, 2025. Fiscal 2020 and 2022 procurement of ammunition, Army funds in the amount of $11,721,082 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-F-0124).  

Ameresco Inc., Framingham, Massachusetts, was awarded an $11,264,643 firm-fixed-price contract for design and construction of a microgrid. Bids were solicited via the internet with 14 received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Aug. 29, 2024. Fiscal 2019 military construction, Army funds in the amount of $11,264,643 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0042).  

Shinn Fu Company of America, * Kansas City, Missouri, was awarded an $11,123,832 firm-fixed-price contract for the procurement of four-ton and 10-ton jack dollies. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0122). 

KPH Construction Corp., * Milwaukee, Wisconsin, was awarded a $10,693,887 firm-fixed-price contract to construct a medical readiness facility at Truax Field. Bids were solicited via the internet with two received. Work will be performed in Madison, Wisconsin, with an estimated completion date of Jan. 25, 2024. Fiscal 2022 sustainment, restoration and modernization, National Guard Bureau funds in the amount of $10,693,887 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9F-22-C-0005). 

Creative Times Dayschool LLC, * Ogden, Utah, was awarded a $9,727,970 firm-fixed-price contract to renovate Buildings 51450 and 51451 at Fort Huachuca. Bids were solicited via the internet with five received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Nov. 3, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $9,727,970 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0005). 

Northrop Grumman Systems Corporation, McLean, Virginia, was awarded a $9,519,787 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for supplies and technical expertise capabilities for air defense. Bids were solicited via the internet with one received. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 28, 2023. Fiscal 2022 Foreign Military Sales (Estonia, Latvia and Lithuania) funds in the amount of $9,519,787 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-22-C-0063). 

N-Y Associates Inc., * Metairie, Louisiana, was awarded a $9,438,389 firm-fixed-price contract for construction projects in the Morganza to the Gulf of Mexico system. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-F-0202). 

Maven Engineering Corporation, * Rockville, Maryland, was awarded an $8,213,162 firm-fixed-price contract for the procurement of the Control Grip Assembly. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0127). 

Gideon Contracting LLC, * San Antonio, Texas, was awarded an $8,147,456 firm-fixed-price contract to upgrade infrastructure and surveillance systems at Fort Sill. Bids were solicited via the internet with four received. Work will be performed in Fort Sill, Oklahoma with an estimated completion date of Jan. 2, 2024. Fiscal 2022 military construction, Army funds in the amount of $8,147,456 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-F-0172).  

AIR FORCE 

Paradigm Manchester Inc., Manchester, Connecticut (FA8121-22-D-0017), Soldream Inc., Vernon, Connecticut (FA8121-22-D-0020); and Israel Aerospace Industries Ltd., Ben Gurion International Airport, Israel (FA8121-22-D-0021), have been awarded a $75,034,070 face-value contract to repair F100-PW-220 convergent nozzle seal segments. Work will be performed in multiple locations and is expected to be completed by Sept. 29, 2027. This contract involves foreign military sales to Israel. This contract was a competitive acquisition and three offers were received. Fiscal 2022 services funds in the amount of $453,400 are being obligated at time of award. Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity. 

Lockheed Martin Corp., Lockheed Martin Space, Littleton, Colorado, has been awarded a $62,774,585 cost-plus-fixed-fee completion contract for software and flight-qualified payload hardware. This contract provides for the research, design, development, demonstration, testing, integration and delivery of a flight-qualified vector. Work will be performed in Littleton, Colorado, and is expected to be completed by Sept. 29, 2025. This award is the result of a competitive acquisition, offers were solicited electronically via an open broad agency announcement and two offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1528).  

Herrick Technology Laboratories Inc., Manchester, New Hampshire, has been awarded a $24,304,340 cost-plus-fixed-fee modification (P00017) to previously awarded contract FA8750-19-C-0530 for SLEEK hardware and software. The contract modification is for the research, development, integration and demonstration of algorithms, signal processing, software and techniques necessary to discover, identify, characterize, copy, prosecute, exploit, interrogate, perturb and stimulate radio frequency signals of interest. Work will be performed in Manchester, New Hampshire, and is expected to be completed by Oct. 24, 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,000 are being obligated at time of award. Total cumulative face value of the contract is $65,016,506. Air Force Research Laboratory, Rome, New York, is the contracting activity. 

PsiQuatum Corp., Palo Alto, California has been awarded a $22,458,948 firm-fixed-price contract for the development of a low loss waveguide interconnector program with integrated detectors, which is a critical first step in establishing quantum computing for the Department of Defense. Work will be performed in Palo Alto, California, and is expected to be completed by March 28, 2024. This award is the result of a competitive acquisition, offers were solicited electronically via an open broad agency announcement and two offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $22,458,948 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1024).  

The Texas Workforce Commission, Austin, Texas, has been awarded a $17,054,957 firm-fixed-price modification (P00010) to previously awarded contract FA301618D0009 for full food services at Joint Base San Antonio-Fort Sam Houston, Texas. This modification exercises the fourth option period. Work will be performed at JSBSA – Fort Sam Houston and Camp Bullis, Texas, and is expected to be completed by Sept. 30, 2023. This modification brings the total cumulative face value of the contract to $86,391,530. Fiscal 2023 operations and maintenance funds in the amount of $1,541,275 are being obligated on Oct. 1, 2021. The 502d Contracting Squadron, JBSA-Randolph, Texas, is the contracting activity. 

Environmental Systems Research Institute, Redlands, California, has been awarded a $16,398,968 contract for enhancing the functionality, capability, capacity and resiliency of the Defense Intelligence Enterprise. This contract provides United States Strategic Command with the ability to increase high-impact improvements to the current Global Analytical Environment and Integrated Mission Management and Analysis Dashboard platforms. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by Dec. 30, 2027. This award is the result of a sole source acquisition. Fiscal 2022 operations and maintenance and research, development, test and evaluation funds in the amount of $2,110,040 are being obligated at the time of award. The 55th Contracting Squadron, Offutt AFB, Nebraska, is the contracting activity (FA4600-22-R-0009). 

IonQ Inc., College Park, Maryland, has been awarded a $13,414,043 firm-fixed-price contract for a contract deliverable of a Trapped Ion Quantum Computer. This contract provides for the delivery and installation of a quantum computer to be able to create quantum algorithms for applications in the Department of Defense. Work will be performed in College Park, Maryland, and is expected to be completed by Sept. 28, 2025. This award is the result of a competitive acquisition, offers were solicited electronically via an open broad agency announcement and two offers were received. Fiscal 2022 and research, development, test and evaluation funds in the amount of $11,829,455 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1022).  

The Boeing Co., Saint Louis, Missouri, has been awarded a $9,800,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to investigate advanced missile sub-system components to support the Compact Air-to-Air Missile and Extended Range Air-to-Air Missile Systems. Work will be performed in Saint Louis, Missouri, and is expected to be completed by Sept. 28, 2027.  This award is the result of a white paper from Broad Agency Announcement (FA8651-20-S-0001). Fiscal 2022 research, development, test and evaluation funds in the amount of $835,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-22-D-A009 and task order FA8651-22-F-A030).  

Paradigm Precision, Manchester, Connecticut, has been awarded a $7,524,299 firm-fixed-price contract for F100 engine models 220 and 229. This contract delivers divergent nozzle segment seal assembly parts to a serviceable condition. Work will be performed in Manchester, Connecticut, and is expected to be completed by Sept. 29, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2022 working capital funds in the amount of $7,524,299 are being obligated at time of award. Tinker Air Force Base, Oklahoma City, Oklahoma is the contracting activity (FA8121-22-D-0014).

WASHINGTON HEADQUARTERS SERVICE

Didlake, Inc., Manassas, Virginia has been awarded a $128,286,857.57 firm-fixed-price contract (HQ003422C0059), including exercised options. Fiscal Year 2022 Pentagon Reservation Maintenance Revolving Funds in the amount of $11,560,723.51 are being obligated at the time of the award. The purpose of this contract is to provide custodial services to the Pentagon Reservation. Services will be performed at the Pentagon’s basement, mezzanine, first floor, and fifth floor; the Pentagon Library Conference Center; the North Village Compound; and the Pentagon Athletic Center. The estimated completion date is December 31, 2031. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Hill Defense and Federal Solutions, Inc. Huntsville, Alabama, has been awarded a $58,000,000.00 firm-fixed-price contract (HQ003422D0028), including exercised options. The total amount of this action if all options are exercised is. Fiscal Year 2022 Operation and Maintenance Funds in the amount of $10,000.00 are being obligated at the time of the award. The Institute for Security Governance and The Defense Institute of International Legal Studies are both divisions of the International School for Education and Advising within the Defense Security Cooperation University, under the Defense Security Cooperation Agency. This requirement will provide educational training and support service to include seminars through programs and activities that focus on building the legal capabilities and capacities of foreign defense, military and security institutions and personnel. The programs and activities specifically include, but are not limited to, legal Institutional Capacity Building programs and activities. The estimated completion date is September 29, 2027. The work will be performed at the Naval Postgraduate School, Monterey, California. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

Mechatronics, Inc., * doing business as National Precision Bearing, Preston, Washington, (SPEA2-22-D-0027, $26,481,388) and Noble Logistics and Supply, LLC, * Rockland, Massachusetts, (SPE4A2-22-D-0028, $10,814,179) have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity long-term contract under solicitation SPE4A2-21-R-0002 for various bearings and bushing items. This was a competitive acquisition with five responses received. These are three-year base contracts with two option periods. The performance completion date is Sept. 30, 2025. Using customer is Defense Department. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Belleville Shoe Manufacturing, Co., * Belleville, Illinois, has been awarded a maximum $26,101,900 fixed-price, indefinite-delivery/indefinite-quantity contract for cold weather combat boots. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. Location of performance is Arkansas, with a Sept. 28, 2025, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-1570).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BlackHorse Solutions, Inc., a Parsons Company, Herndon, Virginia, has been awarded a $11,666,293 cost-plus-fixed-fee contract, excluding unexercised options, for a research project under the Signature Management using Operational Knowledge and Environments (SMOKE) program. The SMOKE program will develop data-driven tools to automate the planning and execution of threat-emulated cyber infrastructure needed for network security assessments. Work will be performed in Herndon, Virginia (45%); Cincinnati, Ohio (31%), Herriman, Utah (8%), Sykesville, Maryland (8%), and Denver, Colorado (8%), with an expected completion date of September 2025. Fiscal 2022 research, development, test, and engineering funds in the amount of $663,026 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001122S0006, and 26 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001122C0150).
Peraton Labs, Inc., Basking Ridge, New Jersey, has been awarded a $7,926,754 change order modification (P00014) to previously awarded, research and development, cost-plus-fixed-fee contract HR001118C0136 to extend the scope of work on a Defense Advanced Research Projects Agency project. Work will be performed in Basking Ridge, New Jersey, and is expected to be completed by October 2023. Fiscal 2022 research, development, test, and evaluation funds in the amount of $2,450,435 were obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business
**Mandatory source
***Small business in historically underutilized business zones

9/30

NAVY

Fluor Marine Propulsion LLC, Arlington, Virginia, is awarded a $1,329,680,003 cost-plus-fixed-fee modification to previously awarded contract (N00024-18-C-2130) to exercise the fiscal 2023 option for Naval Nuclear Propulsion work at the Naval Nuclear Laboratory. Work will be performed in Schenectady, New York (52%); Pittsburgh, Pennsylvania (40%), and Idaho Falls, Idaho (8%). Fiscal 2022 operations and maintenance (Navy) $2,750,000 (76%); fiscal 2020 other procurement (Navy) $776,929 (22%), fiscal 2021 shipbuilding and conversion (Navy) $55,843 (1%), fiscal 2021 research, development, test and evaluation $21,633 (1%) funding will be obligated at time of award, of which, $3,548,562 will expire at the end of the current fiscal year. This contract modification was not competitively procured. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

ARS Aleut Construction, LLC,* Port Allen, Louisiana (N40080-22-D-1114); Doyon Management Services LLC,* Lanham, Maryland (N40080-18-22-D-1117); Kunj Construction Corp.,* Mechanicsville, Maryland (N40080-22-D-1113); McKenzie Construction and Site Development, LLC,* Wesley Chapel, Florida (N40080-22-D-1116); XL Construction,* Laurel, Maryland (N40080-22-D-1115); Westerly HSU JV II LLC,* Gaithersburg, Maryland (N40080-22-D-1118) are awarded a combined $750,000,000 indefinite-delivery/indefinite-quantity, multiple award construction contract for construction projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The maximum dollar value including the base period and seven option years for all six contracts combined is $750,000,000. Kunj Construction Corp. is awarded the initial task order at $1,249,107 to renovate Building 57 Bathrooms 1F and 2F, Naval Research Laboratory, Washington, District of Columbia. Work for this task order is expected to be completed by October 2023. All work on this contract will be performed in Washington, District of Columbia (40%), Virginia (40%) and Maryland (20%). The term of the contract is not to exceed 96 months, with an expected completion date of September 2030. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy); operation and maintenance (Defense Logistics Agency); and working capital (Navy) funds. This contract was competitively procured via the Navy Electronic Commerce Online website with 41 proposals received. These six contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Washington, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Space of Littleton, Colorado is awarded a $350,400,000 cost-plus-incentive-fee and cost-plus-fixed-fee un-priced letter contract modification (PH0008) to a previously awarded and announced unpriced letter contract (N00030-22-C-1025) for program management, engineering development, systems integration, long lead material procurement, and special tooling and equipment procurement in support of missile production. This contract award contains option line items. Work will be performed in East Aurora, New York (26.2%); Simsbury, Connecticut (19.3%); Denver, Colorado (19.0%); Magna, Utah (13.8%); Orange, Virginia (4.2%); Sunnyvale, California (2.6%); Seattle, Washington (2.4%); Bristol, Pennsylvania (1.3%); Andover, Maryland (1.1%); Pittsfield, Massachusetts (1.1%); Boonton, New Jersey (1.0%); Downers Grove, Illinois (1.0%); North Tonawanda, New York (1.0%); and various other locations (less than 1.0% each, 6.0% total). Work is expected to be completed on November 9, 2026 once the contract is definitized. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $2,850,000 will be obligated on this award and will expire at the end of the current fiscal year. Fiscal 2022 research, development, test, and evaluation (Army) funds in the amount of $24,276,383 will be obligated on this award and will not expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S.C. 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Advanced Integrated Technologies, LLC,* Norfolk, Virginia (N00024-22-D-4427); Auxiliary Systems, Inc. LLC,* Norfolk, Virginia (N00024-22-D-4428); Bay Metals & Fabrication, LLC,* Chesapeake, Virginia (N00024-22-D-4429); Colonna’s Shipyard, Inc.,* Norfolk, Virginia (N00024-22-D-4430); Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania  (N00024-22-D-4431); East Coast Repair & Fabrication, LLC,* Chesapeake , Virginia (N00024-22-D-4432); Mission Readiness Group (EPSILON Systems Solutions, Inc.)*, Portsmouth, Virginia (N00024-22-D-4433); Fairlead Boatworks, Inc.,* Newport News, Virginia  (N00024-22-D-4434); Gulf Copper and Manufacturing,* Port Arthur, Texas  (N00024-22-D-4435); Lyon Shipyard,* Norfolk, Virginia (N00024-22-D-4436); Southcoast Welding & Manufacturing, LLC,* Chesapeake, Virginia (N00024-22-D-4437); Tecnico Corp.,* Chesapeake, Virginia (N00024-22-D-4438); Transtecs Corp.,* Arlington, Virginia (N00024-22-D-4439); Walashek Industrial & Marine Inc.,* Norfolk, Virginia (N00024-22-D-4441) (Lot IV) are awarded a combined $300,185,454 firm-fixed price indefinite-delivery/indefinite-quantity, multiple award contract for non-complex repair, maintenance and modernization requirements of non-nuclear U.S. Navy amphibious (LHA, LHD, LPD and LSD) class ships homeported in or visiting Norfolk, Virginia. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, continuous maintenance and emergent maintenance availabilities of amphibious class ships to be performed in Norfolk, Virginia. Accordingly, the place of performance is Norfolk, Virginia where the Mid-Atlantic Maintenance Center (MARMC) will administer the contract. Lot IV contracts will be funded from fiscal 2022 operations and maintenance (Navy) with a ceiling of $300,185,454, however, no funding will be obligated at contract award. Delivery orders will be competitively awarded under this contract, which are to be performed in Norfolk, Virginia. Each of the contracts has an estimated ordering period of four years, which is expected to end in January of 2027. Lot IV was a small business set aside with seventeen offers received via the System for Award Management website. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $265,590,400 modification (P00023) cost-plus-fixed-fee, firm-fixed-price order (N0001920F0571) against a previously issued basic ordering agreement (N0001919G0008). This modification exercises options and adds scope to increase Block 4 manufacturing capacity and procure material modification kits and special test/tooling equipment that remove life limits, correct deficiencies, and retrofit aircraft with Technical Refresh 3. These retrofit and modification efforts on F-35 aircraft will be across the U.S. Air Force, U.S. Marine Corps, U.S. Navy, non-U.S. Department of Defense (DoD) participants and Foreign Military Sales (FMS) customers.  Work will be performed in Fort Worth, Texas and is expected to be completed in September 2028. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $89,339,876, fiscal 2022 aircraft procurement (Navy) funds in the amount of $72,265,565, fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,188,171, fiscal 2021 aircraft procurement (Air Force) funds in the amount of $3,667,746, fiscal 2020 aircraft procurement (Air Force) funds in the amount of $33,046,071, FMS customer funds in the amount of $6,597,436, and non-U.S. DoD participant funds in the amount of $53,485,535 will be obligated at the time of award, $33,046,071 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $232,779,750 cost-plus-incentive-fee contract to procure material and support equipment for depot maintenance facilities and unit level support equipment, as well as to provide program administrative support for non-recurring sustainment activities and supplies, services, and planning for depot standup and expansion in support of the for the F-35 Lightning II Program. Work will be performed in East Hartford, Connecticut (40.7%); Jacksonville, Florida (12.7%); Oklahoma City, Oklahoma (10.5%); Misawa, Japan (6.5%); Windsor Locks, Connecticut (5%); Indianapolis, Indiana (5%); Leeuwarden, Netherlands (3.2%); Williamtown, Australia (2.5%); Orland, Norway (2%); Cherry Point, North Carolina (1.7%); Yuma, Arizona (1.3%); various locations within the Continental United States (6.1%); and various locations outside the Continental United States (2.8%), and is expected to be completed in September 2025. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $45,540,002, fiscal 2022 aircraft procurement (Air Force) funds in the amount of $17,700,821, fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $700,830, fiscal 2021 aircraft procurement (Air Force) funds in the amount of $47,698,510, fiscal 2021 aircraft procurement (Navy) funds in the amount of $21,826,309, fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $467,220, fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $467,220, foreign military sales funds in the amount of $24,717,940, and non-U.S. Department of Defense participants funds in the amount of $36,591,718 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(C)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0016).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to-exceed $228,680,862 cost-plus-award-fee and cost-plus-fixed fee undefinitized modification (P00074) to a previously awarded contract (N0001919C0010). This modification adds scope for the development of F-35 training systems and simulation block 4 capability development, to include Joint Strike missiles, weapons, integrated fire control, F-35 Lightning Integrated Training Environment, and additional training development required to meet a Lot 17 delivery.  Work will be performed in Orlando, Florida (70%) and Fort Worth, Texas (30%), and is expected to be completed in December 2025. Fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $11,114,668, fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $11,114,666, and non-U.S. Department of Defense partner funds in the amount of $5,662,710 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $225,638,545 cost-plus-fixed-fee contract for AIM-9X Block II and Block II+ System Improvement Program Increment IV to include hardware and software development to the AIM-9X system as well as test and integration of developed hardware and capabilities. More specifically the hardware development will include updates to the AIM-9X sensor, electronics unit, and guidance unit and the software efforts include the development of the operational flight software versions 10.5 and 11.5 and integrated flight software. Additionally, this contract provides program protection, cyber security, information assurance and training for the AIM-9X system. Work will be performed in Tucson, Arizona (80%); Goleta, California (9%); Newtown, Pennsylvania (5%); North Logan, Utah (1%); and various locations within the Continental United States (5%), and is expected to be completed in September 2027. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $1,750,000, fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $2,776,621, fiscal 2022 weapons procurement (Navy) funds in the amount of $700,000, and fiscal 2022 weapons procurement (Air Force) funds in the amount of $500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0067).

Advanced Integrated Technologies, LLC,* Norfolk, Virginia (N00024-22-D-4427); Auxiliary Systems, Inc. LLC,* Norfolk, Virginia (N00024-22-D-4428); Bay Metals & Fabrication, LLC,* Chesapeake, Virginia (N00024-22-D-4429); Colonna’s Shipyard, Inc.,* Norfolk, Virginia (N00024-22-D-4430); Continental Tide Defense Systems Inc.,* Wyomissing, Pennsylvania  (N00024-22-D-4431); East Coast Repair & Fabrication, LLC,* Chesapeake , Virginia (N00024-22-D-4432); Mission Readiness Group (EPSILON Systems Solutions, Inc.)*, Portsmouth, Virginia (N00024-22-D-4433); Fairlead Boatworks, Inc.,* Newport News, Virginia  (N00024-22-D-4434); Gulf Copper and Manufacturing,* Port Arthur, Texas  (N00024-22-D-4435); Lyon Shipyard,* Norfolk, Virginia (N00024-22-D-4436); Southcoast Welding & Manufacturing, LLC,* Chesapeake, Virginia (N00024-22-D-4437); Tecnico Corp.,* Chesapeake, Virginia (N00024-22-D-4438); Transtecs Corp.,* Arlington, Virginia (N00024-22-D-4439); Walashek Industrial & Marine Inc.,* Norfolk, Virginia (N00024-22-D-4441) (Lot III) are awarded a $177,076,408 firm-fixed-price indefinite-delivery/indefinite-quantity, multiple award contract (IDIQ MAC) for non-complex repair, maintenance and modernization requirements of non-nuclear U.S. Navy surface combatant (CG & DDG) class ships homeported in or visiting Norfolk, Virginia. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, Continuous Maintenance and Emergent Maintenance availabilities of surface combatant class ships to be performed in Norfolk, Virginia. Accordingly, the place of performance is the Norfolk, Virginia, where the Mid-Atlantic Maintenance Center will administer the contracts. Delivery orders will be competitively awarded under these contracts, which are to be performed in Norfolk, Virginia. Each of the contracts has an estimated ordering period of four years, which is expected to end in January 2027. Fiscal 2022 operations and maintenance (Navy) funding in the amount of $110,000 is being obligated across all awarded Norfolk multiple award contracts as each contractor’s initial delivery order ($10,000 – provided once to each awardee, regardless of IDIQ MACs awarded) which will expire at the end of the current fiscal year. Lot III was a small business set aside with 17 offers received via the System for Award Management website. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Saab, Inc., East Syracuse, New York, is awarded a $173,179,537 definitive contract (N66604-22-C-0663) containing firm-fixed-price, cost-plus-fixed-fee and cost reimbursement provisions. This contract is for the procurement of production, test and delivery of the MK-39 Mod 3 Expandable Mobile Anti-Submarine Warfare Training Target (EMATT) and engineering services. If all options are exercised, production will continue through September 2032. Work will be performed in East Syracuse, New York. Fiscal 2022 weapons procurement (Navy) funds in the amount of $5,772,688 will be obligated at time of award on the first article, none of which will expire at the end of the current fiscal year. This contract was competitively procured on the System for Award Management website with three offers received. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT), Newport, Rhode Island is the contracting activity.

Innovative Mechanical Contractors LLC,* Westminster, Maryland, is awarded a $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity general construction contract for new work, additions, alterations, maintenance, and repairs at the Naval Air Station Patuxent River, Naval Support Facility (NSF) Indian Head, Naval Support Activity Annapolis, Maryland, and NSF Dahlgren, Virginia. Work will be performed in Maryland (80%), and Virginia (20%), and is expected to be completed by September 2027. An initial task order is being awarded at $2,000 to meet the minimum contract guarantee. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with 10 proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-22-D-0018).

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded an $88,000,000 firm-fixed-price contract modification to previously awarded contract (N00024-20-C-6117) to exercise an option for production orders. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by May 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $2,087,861 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Baltimore, Maryland, is awarded an $81,613,093 cost-plus-fixed-fee, firm-fixed-price, and cost-only modification to previously awarded contract (N00024-18-C-2300) to exercise options for littoral combat ship class design support and integrated data and product model environment support. Work will be performed in Hampton, Virginia (31%); Moorestown, New Jersey (27%); Washington, District of Columbia (22%); and Marinette, Wisconsin (20%), and is expected to be completed by October 2023. Fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $4,700,000 (78%) and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $1,351,823 (22%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is awarded a $74,639,419 cost-plus-fixed-fee contract modification (P00012) to a previously awarded and announced contract (N00030-22-C-6001) to exercise fiscal 2023 options to provide support services for the United States Trident II D5 Strategic Weapon Systems program, Attack Weapon System program, and the Nuclear Weapon Security program. Work will be performed in Rockville, Maryland (59.9%); Washington, District of Columbia (23.8%); Saint Marys, Georgia (3.3%); Cape Canaveral, Florida (2.3%); Bremerton, Washington (1.3%); Portsmouth, Virginia (1.0%); and various other locations (less than 1% each, 8.4% total). Work is expected to be completed September 30, 2023. Subject to the availability of funding, fiscal 2023, operations and maintenance (Navy) contract funds in the amount of $74,639,419 will be obligated. Funds will expire at the end of fiscal 2023. This contract was awarded as a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Maritime Power & Energy Solutions, Inc., a subsidiary of L3 Harris Technologies, Inc., Anaheim, California, is awarded a $56,911,091 indefinite-delivery/indefinite-quantity contract to procure AEGIS Combat System support for the 400 Hz and 60 Hz Power System. Work will be performed in Anaheim, California (50%) and Port Hueneme, California (50%), and is expected to be completed by September 2027. No funds will be obligated at the time of award. Funding will be obligated on individual orders. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339422D0001).

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $55,472,695 firm-fixed-price modification to previously awarded contract (N00024-21-C-5408) for shipping containers and spare parts, including options for additional spare parts in fiscal 2023, in support of the fiscal 2021-2023 Evolved Seasparrow Missile (ESSM) Block 2 full rate production requirements. This contract combines purchases for the U.S. Navy and the governments of Canada, Australia, Greece, Germany, Norway, Turkey, Portugal, Belgium, the Netherlands, and Denmark under the NATO Seasparrow Consortium. The modification includes options valued at an additional $22,765,464. Work will be performed in Raufoss, Norway (38%), Tomago, Australia (15%), Tucson, Arizona (13%), San Jose, California (5%), Hengelo, Netherlands (4%), Mississauga, Canada (4%), Toronto, Canada (4%), New Market, Canada (3%), Ottobrunn, Germany (3%), Edinburgh, Australia (3%), Accident, Maryland (2%), Koropi Attica, Greece (2%), Nashua, New Hampshire (2%), and Ankara, Turkey (2%). Work is expected to be completed by March 2025. Fiscal 2021 other customer funds in the amount $21,382,271 (38%), fiscal 2022 other customer funds in the amount of $14,640,249 (26%), fiscal 2021 weapons procurement (Navy) funds in the amount of $10,490,221 (19%), fiscal 2022 weapons procurement (Navy) funds in the amount of $8,937,136 (16%), and fiscal 2020 weapons procurement (Navy) funds in the amount of $22,818 (1%) will be obligated at time of award and $22,818 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $43,512,163 firm-fixed-price order (N0001922F2016) against a previously issued basic ordering agreement (N0001921G0006). This order procures 19 Infrared Search and Track System (IRST) pods, 15 supply IRST pod spares, 34 fuel tank assemblies, 34 sensor assembly structures, as well as special tooling, non-recurring engineering, sustainment support, and data in support of the final IRST pod assemblies for the U.S. Navy. Work will be performed in St. Louis, Missouri and is expected to be completed in April 2026. Fiscal 2022 aircraft procurement  (Navy) funds in the amount of $35,708,094 and fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,804,069 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas is awarded a $35,834,613 firm-fixed-price modification (P00005) to an order (N0001921F0398) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope and increases the contract ceiling for F-35 Lightning II Lot 15-16 Batch 2 Ancillary Mission Equipment for the U.S. Navy, U.S. Marine Corps, U.S. Air Force, non-U.S. Department of Defense (DoD) partners, and Foreign Military Sales (FMS) customers. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2025. Fiscal 2022 appropriation (Air Force) funds in the amount of $49,860,712, fiscal 2022 appropriation (Navy) funds in the amount of 5,663,940, fiscal 2021 appropriation (Navy) funds in the amount of $3,496,750, FMS customer funds in the amount of $4,809,862; and non-U.S. DoD participant funds in the amount of $12,117,124 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Mercury Mission Systems, LLC, Torrance, California, is awarded a $35,711,354 firm-fixed-price contract to procure 104 1553 Data Transfer Units, 68 for retrofit on F/A-18C-F aircraft and 36 for EA-18G production aircraft and 144 High Definition Video Recorders for retrofit on F/A-18C-F aircraft in support of Small Business Innovation Research Phase III topic N102-0129 titled, “Automatic Real-Time, Reconfigurable Interface Generalization Hardware Multiprotocol Data Recorder.” Work will be performed in Torrance, California and is expected to be completed in July 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $4,256,987, fiscal 2021 aircraft procurement (Navy) funds in the amount of $15,847,125, foreign military sales funds $15,607,241, will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S.C. 2304(c)(5). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0038).

L3 Harris Technologies, Inc. – Interstate Electronics Corp. of Anaheim, California is awarded a $35,227,689 cost-plus-fixed-fee modification (P00009) (N00003022C2001) to provide services and support for Flight Test Instrumentation systems. Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (29%); Washington, District of Columbia (6%); Bremerton, Washington (3%); Kings Bay, Georgia (2%); Laurel, Maryland (1%); Silverdale, Washington (1%); and Barrow-in-Furness, United Kingdom (3%). Work is expected to be completed September 30, 2023. Subject to the availability of funding, fiscal 2023, operations and maintenance (Navy) funds in the amount of $32,262,064 will be obligated on this award. Funds will expire at the end of fiscal 2023. The total dollar value of the modification is $35,227,689 and the total cumulative face value of the contract is $88,366,683. This contract is awarded on a sole source basis under 10 U.S.C. 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

MIG GOV LLC,* Virginia Beach, Virginia, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity civil construction contract for new work, additions, alterations, maintenance, and repairs that will service Naval Air Station Patuxent River, Naval Support Facility (NSF) Indian Head, Naval Support Activity Annapolis, Maryland, and NSF Dahlgren, Virginia. The work to be performed provides for repair and replacement of various types of civil construction projects tasks in support of Naval Research and Development Establishment commands and other Naval Facilities Engineering Systems Command (NAVFAC) Washington National Capital Region sites. Work will be performed in Maryland (80%) and Virginia (20%), and is expected to be completed by September 2027. An initial task order is being awarded at $2,000 to meet the minimum contract guarantee. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with 10 proposals received. NAVFAC Washington, Washington, District of Columbia, is the contracting activity (N40080-22-D-0021). 

Systems Application and Technologies, Inc.,* Oxnard, California, is awarded a $29,931,365 modification (P00076) to a previously awarded cost-plus-fixed-fee, cost reimbursable contract (N6893618C0046). This modification exercises an option to provide operational and intermediate level maintenance for aerial and seaborne assets, to include subsonic and supersonic aerial targets, a combination of target and training support vessels, and air and sea vehicles and vessels used for manned and unmanned training and test events in support of the Pacific Target and Marine Operations Division, as part of the Threat/Target Systems Department. Work will be performed in Port Hueneme, California (57%); Point Mugu, California (35%); Ridgecrest, California (2%); Las Cruces, New Mexico (2%); Kauai, Hawaii (1%); Salt Lake City, Utah (1%); Lompoc, California (1%) and various locations outside the Continental United States (1%), and is expected to be completed in September 2023. Working capital (Navy) funds in the amount of $6,245,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $26,455,040 cost-plus-incentive fee, firm-fixed-priced, fixed-price incentive, and cost-only modification to previously awarded contract (N0002418C5218) to exercise an option and provide funding for engineering labor in support of continued AN/SQQ-89A(V)15 surface ship undersea warfare combat system development, integration, manufacture, production, and testing, and for procurement of Multi-Function Towed Array TB-37A modkit components. This contract combines purchases for the U.S. government (92%); and the government of Australia (8%) under the Foreign Military Sales programs. This modification also increases the option amounts for engineering labor and Technical Insertion-22 hardware and shore site systems. If exercised, the options would increase the cumulative value of the contract by $253,892,830. Work will be performed in Manassas, Virginia (79%), Lemont Furnace, Pennsylvania (14%), Syracuse, New York (6%), and Hauppauge, New York (1%) and is expected to be completed by March 2023. If all options are exercised, work will continue through March 2026. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $7,997,476 (79%); foreign military sales (Australia) funds in the amount of $800,000 (8%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $456,424 (4%); fiscal 2021 other procurement (Navy) funds in the amount of $260,856 (3%); fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $140,958 (1%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $140,079 (1%); fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $137,448 (1%); fiscal 2015 shipbuilding and conversion (Navy) funds in the amount of $80,282 (1%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $59,896 (1%); fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $10,798 (1%) will be obligated at time of award and funds in the amount of $10,798 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Co., Marlborough, Massachusetts, is awarded a $24,867,980 firm-fixed-price delivery order under the previously awarded basic ordering agreement (N00024-18-G-5501) for spares and test equipment to support DDG 1000. Work will be performed in Andover, Massachusetts (60%); Portsmouth, Rhode Island (25%); Tewksbury, Massachusetts (15%), and is expected to be completed by April 2027. Fiscal 2020 other procurement (Navy) funds in the amount of $24,867,980 will be obligated at the time of award and $24,867,980 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-22-F-5529).

BAE Systems Technology Solutions & Services, Inc., Rockville, Maryland, is awarded a $17,946,296, cost-plus-fixed-fee contract modification (P00040) to a previously awarded and announced contract (N00003019C0007) to exercise fiscal 2023 options to provide logistics engineering and integration support of the U.S. Ohio-class and United Kingdom Vanguard-class Strategic Weapon System platforms, including support of future concepts. Work will be performed in Saint Marys, Georgia (47.8%); Mechanicsburg, Pennsylvania (30.9%); Rockville, Maryland (11.70%); Silverdale, Washington (3.20%); Portsmouth, Virginia (1.07%); Mount Dora, Florida (1.07%); New Market, Maryland (1.07%); Carlisle, Pennsylvania (1.07%); Mooresboro, North Carolina (1.06%); and Mesa, Arizona (1.06%). Work is expected to be completed September 30, 2023. Subject to the availability of funding, fiscal 2023 operations and maintenance (Navy) funds in the amount of $17,445,390 will be obligated on this award. Funds will expire at the end of fiscal 2023. This contract was awarded as a sole source acquisition pursuant to 10 U.S.C. 2304(c)(1). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $15,634,052 firm-fixed-price modification (P00086) to a previously awarded contract (N0001917C0001). This modification adds scope to provide non-recurring engineering in support of the F-35 Joint Program Office complying with the Item Unique Identification clause, Defense Federal Acquisition Regulation Supplement 252.211-7003, for delivered items of which the government’s unit acquisition cost is $5,000 or more, barring exemptions. Work will be performed Samlesbury, United Kingdom and is expected to be completed in August 2024.  Fiscal 2020 aircraft procurement (Air Force) funds in the amount of $7,817,026 and fiscal 2020 aircraft procurement funds in the amount of $7,817,026 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Saab, Inc., Syracuse, New York, is awarded a $15,002,000 firm-fixed-price undefinitized contract for Multi-Mode Radar production for the United States Coast Guard Offshore Patrol Cutter. Work will be performed in Syracuse, New York (60%), and Gothenburg, Sweden (40%) and is expected to be completed by April 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $11,101,480 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C 2304(c)(1) — only one responsible source and no other supplies or services will satisfy the needs of the agency. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-22-C-5530).

AECOM Technical Services, Inc., Los Angeles, California, is awarded a $10,392,916 cost-plus-award-fee modification to task order (N6274219F4006) under an indefinite-delivery/indefinite-quantity, multiple award contract (N62742-16-D-3555) for the Shipyard Infrastructure Optimization Program Advanced Studies Part 3 at Norfolk Naval Shipyard (NNSY), Virginia. This modification provides for 13 advanced studies and project management at NNSY. Work will be performed in Portsmouth, Virginia, and is expected to be completed by March 31, 2024.  Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,392,916 will be obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Advanced Acoustic Concepts, LLC, Hauppauge, New York, is awarded a $9,987,324 cost-plus-fixed-fee and firm-fixed-price contract modification to previously awarded contract (N00024-19-C-6311) for littoral combat ship mission package computers, software and trainer components and engineering services. This contract modification includes options which, if exercised, would bring the cumulative value of this contract modification to $28,875,774. Work will be performed in Uniontown, Pennsylvania (65%), Hauppauge, New York (25%), and Columbia, Maryland (10%), and is expected to be completed by December 2023. If all options are exercised, work will continue through September 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $5,196,483 (96%) and fiscal 2022 operations and maintenance (Navy) funds in the amount of $243,289 (4%) will be obligated at time of award, of which $243,289 will expire at the end of the current fiscal year. 

Lockheed Martin Inc., Orlando, Florida is awarded a $9,900,000 firm-fixed-price modification (P00002) to an order (N0001922F0316) against a previously issued basic ordering agreement (N0001919G0029). This modification procures special test equipment and special tooling to support the production of the Infrared Search and Track (IRST) Infrared Receiver in support of the IRST pods for F/A-18E/F aircraft. Work will be performed in Orlando, Florida and is expected to be completed in September 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,900,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan is awarded a $9,837,129 firm-fixed-price modification to previously awarded contract (N00024-19-C-5388) to produce MK-46 Mod 2 Gun Weapon System turrets and spare parts. Work will be performed in Sterling Heights, Michigan, and is expected to be completed by November 2024. Fiscal 2022 shipbuilding and conversion (Navy) $8,407,628 (85%) and fiscal 2022 weapons procurement (Navy) $1,429,501 (15%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Sealift Inc. of Delaware, Oyster Bay, New York, is awarded a $9,650,600 option (P00022) under a previously awarded firm fixed-price contract to fund the fourth one-year option period to continue providing for the transportation and prepositioning of cargo to support U.S. Air Force’s global prepositioning requirements, via the U.S. flagged container ship M/V CAPT David I. Lyon (T-AK 5362). The previously awarded contract includes a three and a half-month base period with four one-year option periods and one seven and a half month, fifth option, which if exercised, would bring the cumulative value of this contract to $59,469,200. Work will be performed worldwide and is expected to be completed by September 30, 2023. Working capital (U.S. Air Force) funds in the amount of $9,650,600 for option four will be provided for fiscal 2023. This option is exercised subject to the availability of funds in accordance with Defense Federal Acquisition Regulation 52.232-18 — availability of funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and two offers were received. The U.S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220519C3512).

L3Harris Technologies, Palm Bay, Florida, is awarded a $7,687,096 firm-fixed-priced contract for the repair of multiple items associated with the fiber channel network switch and the tactical aircraft moving map capability used on F/A-18E/F, EA-18G, and E-2D aircrafts. The contract is a five-year requirements type that has no options. All work will be performed in Palm Bay, Florida, and is expected to be completed by September 2027. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital (Navy) funds at the time of their issuance, and funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-SG01).

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Brunswick, Georgia, was awarded a modification (P00016) on Indefinite Delivery, Requirements-type, Fixed-Price contract with Economic Price Adjustment (HTC711-19-D-R001) with an estimated face value of $200,594,819. This modification provides continued complete transportation and storage services for Department of Defense (DOD) sponsored shipments of privately owned vehicles (POVs) belonging to military service members, and transportation of DOD-sponsored shipments of POVs for DOD civilian employees. Work will be performed at multiple locations inside and outside the continental U.S. The period of performance is from Oct. 1, 2022, to Sept. 30, 2023. Fiscal 2023 military personnel funds were obligated at award. This modification brings the estimated total cumulative face value of the contract from $585,753,155 to $786,347,974. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

AIR FORCE

Aery Aviation, LLC, Newport News, Virginia (FA3002-22-D-0007); Brunner  Aerospace, LLC, Georgetown, Texas (FA3002-22-D-0008); D2 Government Services, LLC, New Bern, North Carolina (FA3002-22-D-0015); Delmar Aerospace Corp., Las Vegas, Nevada (FA3002-22-D-0009); FOX3 International, LLC, Scottsdale, Arizona (FA3002-22-D-0010); Resicum International, LLC, Warrenton, Virginia  (FA3002-22-D-0011); SkyWarrior Flight Training, LLC, Pensacola, Florida (FA3002-22-D-0012); and Val-Kor, LLC, Huntsville, Alabama (FA3002-22-D-0013) have been awarded a combined maximum-value $194,500,000 indefinite-delivery/indefinite-quantity multiple-award commercial aircrew and maintenance training contract. These eight contractors may compete for firm-fixed-price task orders under the terms and conditions of the awarded contract. Work will be performed at multiple locations and is expected to be completed by Sept. 29, 2032. This contract provides Foreign Military Sales (FMS) students from multiple partner nations and United States Government (USG) students for aircrew and maintenance training located either in the continental U.S. or outside of the continental U.S. These awards are the result of a competitive acquisition and eight offers were received. Fiscal 2022 FMS administrative funds in the amount of $20,000 ($2,500 per awardee) is being obligated at time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity.

The Boeing Co., Saint Louis, Missouri, has been awarded an undefinitized contract action with a total not-to-exceed value of $188,025,020.  This contract modification for the F-15 Japan Super Interceptor Program provides for the Foreign Military Sales (FMS) requirement to add the Weapon System Trainer hardware and non-recurring engineering for the Japan Air Self Defense Force.  Work will be performed in Saint Louis, Missouri, and is expected to be completed by Dec. 31, 2028. This contract involves FMS to Japan. This award is the result of a sole source acquisition. FMS funds in the amount of $25,564,498 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8634-22-C-2705).

DCS Corp., Alexandria, Virginia, has been awarded a $99,500,000 firm-fixed price contract for Seek Eagle Modeling, Analysis, and Tools Support. This contract provides support to the Air Force aircraft-stores certification process by certifying stores on aircraft, developing specific scientific and engineering methodologies to meet the stores compatibility program, providing engineering analyses and management support to meet current and future needs, and developing tools necessary to ensure that stores are compatible with aircraft used in a multi-role to accommodate an array of store configurations. Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed by Sept. 30, 2027. This contract was a competitive acquisition and one offer was received. Fiscal 2023 research, development, test and evaluation funds in the amount of $17,000,000 are being obligated at time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity (FA2486-22-F-A019).

Textron Systems Corp., Hunt Valley, Maryland, has been awarded a $69,740,000 basic indefinite-delivery/indefinite-quantity contract (FA2487-22-D-A001) for Radio Frequency Threat Simulator (RFTS) Hardware and Sustainment Support Services (HSSS) and a $2,268,802 task order (FA2487-22-F-A0032) for the 36th Electronic Warfare Squadron RFTS HSSS. The contract provides for sustainment of RFTSs in support of the Air Force Test Center electronic warfare mission. Work will be performed in Hunt Valley, Maryland, and is expected to be completed by September 2032. This award is the result of a sole source acquisition. Fiscal 2022 operations and maintenance appropriations in the amount of $60,000 are being obligated at time of award. Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity.

Two Six Labs, LLC, Arlington, Virginia, will be awarded a $53,139,199 cost-plus-fixed-fee contract to provide capabilities required to achieve the technical and programmatic goals of Joint Cyber Command and Control (JCC2). This includes, but is not limited to, new development and sustainment of software coupled with the necessary elements to support operational command and control. Work will be performed in Virginia, Texas, Georgia, and Maryland, and is expected to be completed by Sept. 30, 2024.  This contract is the result of a sole source acquisition. Fiscal 2022 research and development funds in the amount of $3,383,000 are being obligated at time of award. Air Force Life Cycle Management Center, Joint Base San Antonio, Texas, is the contracting activity (FA8307-22-C-0022).

Lockheed Martin Corp., Orlando, Florida, has been awarded a $38,466,649 fixed-price contract for C-130J Weapons System Trainer. This contract provides for the procurement of engineering, manufacturing, and development, production, integration, testing and delivery of training devices for one foreign military sales partner New Zealand, as well as spare parts and support equipment. Work will be performed at Orlando, Florida, and is expected to be completed by Sept. 27, 2025. This award is a directed-source acquisition. FMS funds in the amount of $38,466,649 are being obligated at time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-22-F-0040 PZ0001).

Sierra Nevada Corp., Ft. Walton Beach, Florida, has been awarded an undefinitized contract action with a not-to-exceed price of $14,020,026 for the sustainment of the A-29 Fleet for the country of Lebanon. This contract will provide continued support of the six overseas based A-29 aircraft, training devices, mission planning/debrief systems, line replaceable units, alternate mission equipment, ground support equipment, test equipment, commercial technical publications, and associated spares to provide follow-on sustainment. Work will mainly be performed in Ft. Walton Beach, Florida, and is expected to be completed Sept. 30, 2024. This award is the result of a sole-source, Foreign Military Sales directed acquisition. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8637-22-F-1002).

Thomas Instrument, Inc., Brookshire, Texas, has been awarded a $13,590,419 requirements-type contract for depot-level overhaul services of the C-5 dual-powered winch, National Stock Number 1680-01-593-5680/Part Number 200413780-20. Work will be performed at Brookshire, Texas, and is expected to be completed by Sept. 29, 2027. This award is the result of a non-competitive acquisition. Fiscal 2022 defense working capital funds are being used. The Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8538-22-D-0009).

Raytheon Company, Woburn, Massachusetts, has been awarded a $9,034,161 firm-fixed-price contract for Range Extension under the Taiwan Surveillance Radar Program (SRP). No options are included in this contract. This contract provides modifications to the system to enhance the SRP sensor range. Work will be performed in Taiwan and is expected to be completed by Sept. 26, 2024. This contract involves Foreign Military Sales (FMS) to Taiwan. This contract was a sole source acquisition. Fiscal 2022, 2023, and 2024 building partner capacity and FMS funds in the amount of $9,034,161 are being obligated at time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-22-C-0061).

Conti Federal Services, Orlando, Florida, has been awarded a $8,445,000 firm-fixed-price contract for building renovation. This contract provides for the repair of Air Force Building #1643 to support the F-35 aircraft. Work will be performed at Naval Air Station Joint Reserve Base, Fort Worth, Texas, and is expected to be completed by Nov. 8, 2023. This award is the result of a competitive request for proposals through publication on the System for Award Management website and one offer was received. Fiscal 2022 operations and maintenance funds in the amount of $8,445,000 are being obligated at time of award. The 301st Contracting Flight, Naval Air Station JRB, Fort Worth, Texas is the contracting activity (FA6675-22-C-0007).

BAE Systems Information and Electronic Systems Integration I, Totowa, New Jersey, has been awarded a $7,058,377 order against indefinite-delivery/indefinite-quantity contract FA8523-18-D-0001. This contract order provides for the ALR-56C Radar Warning Receiver System Software Services for F-15 Tactical Electronic Warfare System Digital Upgrades. Work will be performed in Totowa, New Jersey, and is expected to be completed by March 29, 2024. This contract was a sole source acquisition. Fiscal 2022 operation and maintenance and research and development funds in the full amount are being obligated at time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8523-22-F-0056).

L3Harris Mustang Technology, L.P., Plano, Texas, has been awarded an estimated $7,000,000 indefinite-delivery/indefinite-quantity, firm-fixed-price, cost-plus-fixed-fee, and cost-reimbursable contract. This contract will investigate advanced missile sub-system components to support the Counter Air Science and Technology program. Work will be performed in Plano, Texas, and is expected to be completed by Sept. 30, 2027. This award is the result of a white paper from a Broad Agency Announcement. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,400,000 are being obligated at time of award.  Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-22-D-A002 and Task Order FA8651-22-F-A029).

ARMY

Orion Marine Construction Inc., Tampa, Florida, was awarded a $69,500,350 firm-fixed-price contract for pipeline dredging. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-22-D-0006). 

The Boeing Company, Ridley Park, Pennsylvania, was awarded a $63,033,787 fixed-price-incentive contract for CH-47F Block II aircraft. 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 Nov. 3, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-F-0496). 

BAE OSI Systems, Kingsport, Tennessee, was awarded a $56,635,604 modification (P00791) to contract DAAA09-98-E-0006 for a 12-month extension to the Holston Army Ammunition Plant Facility contract. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Dec. 31, 2024. Fiscal 2023 procurement of ammunition, Army funds were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. 

J.D. Eckman, Atglen, Pennsylvania, was awarded a $42,278,728 firm-fixed-price contract for deck replacement and bridge repairs. Bids were solicited via the internet with two received. Work will be performed in St. Georges, Delaware, with an estimated completion date of June 30, 2023. Fiscal 2022 civil construction funds in the amount of $42,278,728 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0048).  

Advanced American Construction,* Portland, Oregon, was awarded a $41,637,000 firm-fixed-price contract for dike repairs at the mouth of the Columbia River. Bids were solicited via the internet with two received. Work will be performed in Hammond, Oregon, with an estimated completion date of Dec. 31, 2026. Fiscal 2022 civil operation and maintenance funds in the amount of $41,637,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-22-C-0023). 

TechFlow Inc., San Diego, California, was awarded a $30,403,370 firm-fixed-price contract for the procurement and delivery of electric vehicle charging facilities. Bids were solicited via the internet with 12 received. Work will be performed in Fort Benning, Georgia; Fort Bragg, North Carolina; Fort Bliss, Texas; Waialua, Hawaii; Fort Meade, Maryland; Aberdeen Proving Ground, Maryland; Fort Rucker, Alabama; Fort Stewart, Georgia; Fort Jackson, South Carolina; Fort Campbell, Kentucky; Fort Carson, Colorado; Fort Drum, New York; Fort Huachuca, Arizona; Fort Belvoir, Virginia; Fort Riley, Kansas; Fort Polk, Louisiana; Fort Knox, Kentucky; Redstone Arsenal, Alabama; Fort Gordon, Georgia; Fort Hood, Texas; Fort Leonard, Missouri; West Point, New York; Jolon, California; Picatinny Arsenal, New Jersey; Fort Leavenworth, Kansas; White Sands Missile Range, New Mexico; Dugway, Utah; Fort McCoy, Wisconsin; Rock Island, Illinois; Fort Detrick, Maryland; Fort Myer, Virginia; and Fort Lee, Virginia, with an estimated completion date of Sept. 29, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $30,403,370 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0043).   

ReadyOne Industries, El Paso, Texas, was awarded a $30,217,924 firm-fixed-price contract to procure the Uniform Integrated Protection Ensemble Family of Systems Air Two Piece Undergarment. Bids were solicited via the internet with one received. Work will be performed in El Paso, Texas, with an estimated completion date of June 30, 2024. Fiscal 2022 procurement, defense-wide funds in the amount of $30,217,924 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-22-C-0044).  

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $26,611,350 firm-fixed-price contract for dredging. Bids were solicited via the internet with two received. Work will be performed in Savannah, Georgia; Brunswick, Georgia; Wilmington, North Carolina; Morehead City, North Carolina; and Charleston, South Carolina, with an estimated completion date of Aug. 31, 2023. Fiscal 2019, 2020, 2021 and 2022 civil operation and maintenance funds in the amount of $26,611,350 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0019). 

Cianbro Corporation, Pittsfield, Maine, was awarded a $26,498,000 firm-fixed-price contract to replace three existing piers. Bids were solicited via the internet with three received. Work will be performed in Newport News, Virginia, with an estimated completion date of March 23, 2024. Fiscal 2022 civil operation and maintenance funds in the amount of $26,498,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-22-C-2017). 

Iron Bow, Herndon, Virginia, was awarded a $25,942,484 firm-fixed-price contract to purchase laptop computers and tablets. Bids were solicited via the internet with eight received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of March 1, 2023. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $25,942,484 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity (W91247-22-F-AC84).

Royce Construction Services LLC,* Reston, Virginia, was awarded a $22,031,949 firm-fixed-price contract to renovate Buildings 652 and 654 at West Point. Bids were solicited via the internet with two received. Work will be performed in West Point, New York, with an estimated completion date of May 23, 2024. Fiscal 2010 operation and maintenance, Army funds in the amount of $22,031,949 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-F-0087). 

SGS LLC,* Yukon, Oklahoma, was awarded a $20,599,811 firm-fixed-price contract for the design/build renovation of a UH-60 aircraft maintenance hangar. Bids were solicited via the internet with one received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Jan. 11, 2024. Fiscal 2022 military construction, Army funds in the amount of $20,599,811 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-22-C-0037). 

Dell Federal Systems L.P., Round Rock, Texas, was awarded a $16,525,141 firm-fixed-price contract for laptop computers and docking stations. Bids were solicited via the internet with one received. Work will be performed at McConnell Air Force Base, Kansas, with an estimated completion date of Nov. 15, 2022. Fiscal 2022 operation and maintenance, Air National Guard funds in the amount of $16,525,141 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (W9133L-22-F-4024). 

Point Blank Enterprises Inc., Miami Lakes, Florida, was awarded a $13,554,787 modification (P00001) to contract W911W6-21-C-0044 to focus on system assembly, inspection and airworthiness qualifications of the Advanced Helicopter Seating System II effort. Work will be performed in Miami Lakes, Florida, with an estimated completion date of Dec. 4, 2025. Fiscal 2010 research, development, test, and evaluation, Army funds in the amount of $13,554,787 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.   

Curtin Maritime Corp.,* Long Beach, California, was awarded a $13,033,000 firm-fixed-price contract for hopper dredging of the Houston Ship Channel. Bids were solicited via the internet with three received. Work will be performed in Baytown, Texas, with an estimated completion date of Feb. 28, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $13,033,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-22-C-0014).   

JC Technology Incorporated,* Des Plaines, Illinois, was awarded a $12,725,355 firm-fixed-price contract for the purchase of ACE Vision XB560STM desktop computers. Bids were solicited via the internet with one received. Work will be performed at McConnell Air Force Base, Kansas, with an estimated completion date of Nov. 15, 2022. Fiscal 2022 operation and maintenance, Air National Guard funds in the amount of $12,725,355 were obligated at the time of the award. National Guard Bureau, Arlington, Virginia, is the contracting activity (9133L-22-F-423A). 

CAE USA Inc., Tampa, Florida, was awarded an $11,426,532 modification (P00016) to contract W9124G-20-C-0008 to increase the number of pilots and other qualified contract personnel for rotary-wing aircraft training. Work will be performed in Fort Rucker, Alabama, with an estimated completion date of Dec. 9, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $11,426,532 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. 

MillerKnoll, Zeeland, Michigan, was awarded an $11,021,366 firm-fixed-price contract to purchase and install office furniture and audio-visual equipment, and to provide incidental installation support at Hill Air Force Base. Bids were solicited via the internet with one received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Sept. 29, 2023. Fiscal 2022 operation and maintenance, defense-wide funds and research, development, test and evaluation, defense-wide funds in the amount of $11,021,366 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-F-0068). 

BAE Systems Information and Electronic Systems Integration Inc., Wayne, New Jersey, was awarded a $10,723,762 firm-fixed-price contract to acquire hardware spares and repair services for the Doppler Navigation System. 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 Sept. 29, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-22-D-0010).

NH1 JV,* Highland, Utah, was awarded a $10,157,681 firm-fixed-price contract to build earth-covered reinforced concrete modular storage magazines. Bids were solicited via the internet with five received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of Aug. 11, 2025. Fiscal 2020 other procurement, Air Force funds in the amount of $10,157,681 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0035). 

RBC Construction Corp.,* San Juan, Puerto Rico, was awarded a $10,086,885 firm-fixed-price contract for repair and renovation of the physical fitness center at Fort Buchanan. Bids were solicited via the internet with two received. Work will be performed in San Juan, Puerto Rico, with an estimated completion date of Dec. 26, 2023. Fiscal 2010 operation and maintenance, Army Reserve funds in the amount of $10,086,885 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0039). 

BJD Services LLC,* Las Vegas, Nevada, was awarded a $9,647,556 modification (P00023) to contract W912PL-20-D-0068 for maintenance services for the Los Angeles County Drainage Area and Santa Ana River Basin projects. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2025. U.S. Corps of Engineers, Los Angeles, California, is the contracting activity.   

Orion Marine Construction, Tampa, Florida, was awarded an $8,233,000 firm-fixed-price contract for pipeline dredging in the Gulf Intracoastal Waterway. Bids were solicited via the internet with three received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of May 15, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $8,233,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-22-C-0011). 

BCI Construction USA Inc., Pace, Florida, was awarded a $7,837,952 firm-fixed-price contract for mechanical and electrical rehabilitation of the spillway gates at Barkley Lock. Bids were solicited via the internet with two received. Work will be performed in Grand Rivers, Kentucky, with an estimated completion date of Sept. 30, 2024. Fiscal 2022 civil construction funds in the amount of $7,837,952 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-22-C-0013). 

Technica LLC, Charleston, South Carolina, was awarded a $7,783,240 modification (P00065) to contract W52P1J-20-F-0184 to support logistics support services, including maintenance, supply and transportation. Work will be performed in Fort Bliss, Texas, with an estimated completion date of July 3, 2023. Fiscal 2022 operation and maintenance, defense-wide funds in the amount of $7,783,240 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. (Awarded Sept. 29, 2022)

DEFENSE LOGISTICS AGENCY

AAR Supply Chain, Inc., Wood Dale, Illinois, has been awarded a $48,613,215 firm-fixed-price contract for gas turbine power units. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-time buy contract with no option periods. The performance completion date is Aug. 1, 2026. Using military service is Army. Type of appropriation is fiscal 2022 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-22-F-0207). 

American Water Enterprises LLC, Camden, New Jersey, has been awarded a $14,059,188 modification (P00283) to a 50-year contract (SP0600-03-C-8268) with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama. This is a fixed-price with prospective-price redetermination contract. Location of performance is Alabama, with an April 15, 2054, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2054 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

WASHINGTON HEADQUARTERS AGENCY

Nakupuna Consulting, LLC, Arlington has been awarded a VA hybrid Firm-Fixed-Price and Time and Materials, Indefinite Delivery, Indefinite Quantity contract (HQ003422D0027). No funds are being obligated at the time of award. The total amount if all options are exercised is $47,510,608.51. The purpose of this contract is to provide professional support and strategic communications support services to the Office of the Director of Administration and Management (ODA&M). The work will support the directorates within ODA&M by providing professional support to assist in identifying inefficiencies, streamlining processes, and improving strategic communication. The estimated completion date is March 31, 2027. The work will be performed at U.S. Government facilities in the National Capital Region. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Cynnovative, LLC,* Arlington, Virginia, has been awarded a $13,937,716 cost-plus-fixed-fee contract, excluding unexercised options, for a research project under the Signature Management using Operational Knowledge and Environments (SMOKE) program. The SMOKE program will develop data-driven tools to automate the planning and execution of threat-emulated cyber infrastructure needed for network security assessments. This work will be performed in Arlington, Virginia, with an expected completion date of September 2025. Fiscal 2022 research, development, test, and engineering funds in the amount of $798,918 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001122S0006, and 26 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001122C0151).

Boeing Research & Technology has been awarded a $12,788,478 cost-plus-fixed-fee contract, excluding unexercised options, for a Defense Advanced Research Projects Agency research project. Work will be performed in Huntington Beach, California (75%), and St. Charles, Missouri (25%), with an expected completion date of June 2023. Fiscal 2022 research, development, test, and engineering funds in the amount of $8,210,623 are being obligated at time of award. This contract stems from a competitive acquisition for which four proposals were received in response to Broad Agency Announcement HR001122S0001. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001122C0177).

Lockheed Martin Aeronautics Company, Fort Worth, Texas, has been awarded an $11,703,452 cost-plus-fixed-fee contract, excluding unexercised options, for the Air Combat Evolution Technical Area 4 Phases 2 and 3 program. This contract provides for developing full-scale aircraft experimentation platforms capable of implementing the ACE algorithms and technologies, including human-machine interfaces, generated by the ACE Technical Area 1 and Technical Area 2 performers. Work will be performed in Fort Worth, Texas (75%) and Tucson, Arizona (25%), with an expected completion date of December 2023. Fiscal year 2022 research, development, test, and engineering funds in the amount of $7,500,000 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001122S0015, and four proposals were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001122C0141).

DEFENSE HEALTH AGENCY

R&K Enterprise Solutions Inc., Newport News, Virginia, is being awarded a $8,434,686 twelve month extension of services option modification (HT0011-21-F-0086-P00004) for the firm-fixed price contract (HT0011-21-F-0086) to provide safe, effective, evidence-based health care to Military Health System beneficiaries. DHA will utilize R&K staff expertise to foster a culture of patient safety, reliability, collaborative teamwork, and process improvement. R&K staff will engage in proactive risk assessment, risk mitigation, and process improvement. Work will be performed at various locations in the continental United States and outside the continental United States. Fiscal year 2023 operation and maintenance funds will be obligated for modification HT0011-21-F-0086-P00004 to exercise and fully fund the extension of services option contract line items 3001-3005 for twelve months from Nov. 1, 2022 to Oct. 31, 2023. This modification is being issued subject to availability of fiscal year 2023 funds. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.  

*Small business
**Mandatory source
This entry was posted on Monday, October 03, 2022 12:20 pm

Leave a Reply

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

Notify me of updates to this conversation