INSIDE THE

NEWS + ADVICE

DoD Contracts: CAE USA Inc., GDIT, Northrop Grumman, Lockheed Martin, Week of 5-1-23 to 5-5-23

Posted by Ashley Jones
aircraft

5/1

AIR FORCE

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $217,615,343 undefinitized contract action for Taiwan MQ-9B SkyGuardian procurement. This contract provides for four MQ-9B unmanned air vehicles, two Certifiable Ground Control Stations, spares and support equipment. Work will be performed in Poway, and is expected to be completed May 5, 2025. This contract involves Foreign Military Sales to Taiwan and is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $107,426,104 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8689-23-C-2018).

Calspan Corp., Buffalo, New York, has been awarded a $50,643,267 firm-fixed-price, cost-reimbursement, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to support the Variable Stability In-Flight Simulator and Test Aircraft Support for the U.S. Air Force Test Pilot School. Work will be performed in Buffalo and is expected to be completed April 30, 2028. This award is the result of a sole-source acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $1,548,860 are being obligated at the time of award. The Air Force Test Center, Edwards Air Force Base, California, is the contracting activity (FA9304-23-D-5000).

MilSup LLC, Las Vegas, Nevada, has been awarded a $10,690,931 firm-fixed-price modification (P00011) to previously awarded contract FA489021C0001 for RC/OC/WC-135 and E-4B Contract Aircrew Training and Courseware Development. The contract modification is for exercising Option Year Two. The total cumulative face value of the contract is $53,577,387. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by April 30, 2024. Fiscal 2023 operations and maintenance funds will be incrementally obligated in the amount of $10,179,269. The contracting activity is Air Combat Command Acquisition Management & Integration Center, Langley AFB, Virginia.

ARMY

Advanced Technology Construction,* Tacoma, Washington (W912EF-23-D-0008); Central Environmental Inc.,* Anchorage, Alaska (W912EF-23-D-0009); Los Alamos Technology Associates,* Albuquerque, New Mexico (W912EF-23-D-0010); Macnak Construction Inc.,* Lakewood, Washington (W912EF-23-D-0011); Northbank Civil and Marine Inc.,* Vancouver, Washington (W912EF-23-D-0012); and Advanced American Construction, Inc.,* Portland, Oregon, (W912EF-23-D-0022), will compete for each order of the $99,900,000 firm-fixed-price contract for design, construction, and repair of real property. Bids were solicited via the internet with 18 received. Work locations and funding will be determined with each order, with an estimated completion date of April 30, 2028. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity. 

CAE USA Inc., Arlington, Texas, was awarded a $27,300,000 firm-fixed-price contract for operational flight trainers, instructor pilot, and contractor logistics support services. Bids were solicited via the internet with one received. Work will be performed in Saudi Arabia with an estimated completion date of Sept. 30, 2026. Fiscal 2022 Foreign Military Sales (Saudi Arabia) funds in the amount of $27,300,000 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0008).

Maloney-Odin JV,* Novato, California, was awarded a $26,963,537 firm-fixed-price contract for Folsom Dam dike construction. Bids were solicited via the internet with five received. Work will be performed in Folsom, California, with an estimated completion date of May 5, 2025. Fiscal 2018 civil work funds in the amount of $26,963,537 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0015).

DEFENSE LOGISTICS AGENCY

NuStar Terminals Operations Partnership L.P., San Antonio, Texas, has been awarded a maximum $75,060,000 firm‐fixed‐price contract for fuel storage and services to receive, store, protect, and ship two grades of government-owned aviation turbine fuel (Jet A and Jet AA). This was a competitive acquisition with one response received. This is a four‐year base contract with one five‐year option period. Location of performance is Washington, with a July 11, 2027, performance completion date. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603‐23‐C‐5007).

Gil Sewing Corp.,* Chicago, Illinois, has been awarded a maximum $15,463,800 modification (P00009) exercising the first one-year option period of a one-year base contract (SPE1C1-21-D-1467) with four one-year option periods for men’s uniform dress coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 6, 2024. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Fechheimer Brothers Co., Cincinnati, Ohio, has been awarded a maximum $9,247,500 modification (P00008) exercising the first one-year option period of a one-year base contract (SPE1C1-21-D-1468) with four one-year option periods for men’s uniform dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Kentucky and Tennessee, with a May 4, 2024, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Signature Flight Support, Orlando, Florida (SPE607-23-D-0069, $23,324,479), has been added as an awardee to the multiple award contract for fuel support at Nashville International Airport, Tennessee, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

U.S. SPECIAL OPERATIONS COMMAND

Raytheon Co., McKinney, Texas, is being awarded a $48,000,000, firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (H92241-23-D-0006) to provide life-cycle contractor support for the AN/ZSQ-2 Forward Looking Infrared and Electro-Optical Sensor System for the U.S. Special Operations Command (USSOCOM), Technology Applications Program Office. This is a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1. The majority of the work will be performed in Fort Campbell, Kentucky, and is expected to be completed by April 30, 2028. Fiscal 2023 operations and maintenance funding in the amount of $5,962,095 is being obligated on the first task order. USSOCOM, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE COMMISSARY AGENCY

Military Produce Group LLC, Norfolk, Virginia, has been awarded a $33,275,705 firm-fixed-price requirements type contract to provide fresh fruits and vegetable products for 29 commissaries located in the Defense Commissary Agency’s East Area (Maryland, District of Columbia, Pennsylvania, Virginia, New York, Massachusetts, New Jersey, Connecticut, Rhode Island and Maine).  The award is for a 24-month base performance period beginning July 3, 2023.  The award includes three one-year option periods.  If all option periods are exercised, the contract will be completed July 9, 2028.  Offerors were solicited on SAM.Gov and available to companies within the North American Industry Classification System (NAICS) Code 311991 holders.  Four proposals were received.  The Defense Commissary Agency, Resale Contracting Division, Fort Lee, Virginia, is the contracting activity (HDEC0222D0005).

DNO Inc., Columbus, Ohio, has been awarded an $11,177,190 firm-fixed-price requirements type contract to provide fresh fruits and vegetable products for 13 commissaries located in the Defense Commissary Agency’s Central Area (Indiana, Kentucky, Illinois, Wisconsin, Michigan, Ohio and Missouri). The award is for a 24-month base performance period beginning July 3, 2023. The award includes three one-year option periods. If all option periods are exercised, the contract will be completed July 9, 2028. Offerors were solicited on SAM.Gov, and available to companies within the North American Industry Classification System (NAICS) Code 311991 holders. Four proposals were received. The Defense Commissary Agency, Resale Contracting Division, Fort Lee, Virginia, is the contracting activity (HDEC0222D0006).

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded a $16,555,982 cost-plus-fixed-fee order (N0001923F0436) against a previously issued basic ordering agreement (N0001920G0005). This order provides for non-recurring engineering in support of the redesign of the MQ-4C Triton aircraft Broad Area Maritime Surveillance Airborne Recorder (BAR), the BAR ground station, and the test aircraft radar BAR due to diminishing manufacturing sources for the Navy. Work will be performed in San Diego, California (53%); San Francisco, California (40%); Patuxent River, Maryland (5%); and Chantilly, Virginia (2%), and is expected to be completed in April 2027. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $16,555,982 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.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $9,948,433 cost-plus-fixed-fee and cost-only contract for engineering and waterfront support for the MK 45 gun mount. The contract includes options which, if exercised, would bring the cumulative value of this contract to $53,234,366. Work will be performed in Norfolk, Virginia (25%); San Diego, California (25%); Louisville, Kentucky (15%); Minneapolis, Minnesota (15%); Mayport, Florida (10%); Bremerton, Washington (5%); and Yokosuka, Japan (5%); and is expected to be completed by April 2024. If all options are exercised, work will continue through April 2028. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $687,934 (78%); and fiscal 2023 weapons procurement (Navy) funds in the amount of $188,799 (22%) will be obligated at time of award and will not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1) (only one responsible source and no other supplies or services will satisfy agency requirements). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5300).

*Small business

5/2

NAVY

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a cost-plus-incentive-fee, cost-plus-fixed-fee not-to-exceed $1,439,135,764 undefinitized contract. This contract provides for the continued development of critical F-35 warfighting capabilities, to include Electronic Warfare Band 2/5 Radar Warning Receiver, Modernized Countermeasure Controller, Multi-ship Infrared Search and Track Increment 2, and Beyond Line of Sight communications, as well as supports required training and combat data systems development for Lots 16 and 17 production aircraft for the Air Force, Navy, Marine Corps, Foreign Military Sales (FMS) customers, and non-Department of Defense (DOD) participants. Work will be performed in Fort Worth, Texas (60%); Nashua, New Hampshire (16%); Baltimore, Maryland (9%); Orlando, Florida (5.5%); Torrance, California (2%); San Diego, California (2%); El Segundo, California (2%); Northridge, California (1%); Clearwater, Florida (1%); Buffalo, New York (1%); and Tucson, Arizona (0.5%), and is expected to be completed in March 2028. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $57,335,825; fiscal 2023 research, development, test, and evaluation Air Force) funds in the amount of $54,900,755; FMS customer funds in the amount of $565,817; and non-DOD participants funds in the amount of $30,558,644 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. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0009). 

Lockheed Martin Corp., Liverpool, New York, is awarded a $35,646,196 fixed-price incentive (firm target) modification to previously awarded contract N00024-19-C-6120 to exercise options for Navy equipment and engineering services. Work will be performed in Liverpool, New York (67%); and Millersville, Maryland (33%), and is expected to be completed by November 2025. Fiscal 2023 other procurement (Navy) funds in the amount of $24,995,803 (70%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $7,100,262 (20%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $3,550,131 (10%) 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.

Federated Maritime LLC, Boca Raton, Florida, is awarded a $33,476,761 firm-fixed-price portion of an already awarded contract (N3220523C4224), with reimbursable elements for time charter of one clean, approved upon delivery U.S. Flag, double hull tanker, CELSIUS RIGA, with an inert gas system and segregated ballast tanks that is capable of carrying a minimum of 310,000 barrels of clean petroleum products (intention JP8, JAA, or F76) within the vessel’s natural segregation in designated cargo tanks with double valve isolation. This contract includes a 12-month base period with three one-year option periods, and one 11-month option period, which if exercised, would bring the cumulative value of this contract to $97,674,640. The contract will be performed in Hawaii with expectation of additional worldwide possibilities, and it is expected to be completed, if all options are exercised, by April 2026. A working capital funds (Transportation) in the amount of $33,476,761 is obligated for fiscal 2023, and will expire at the end of the fiscal year. This contract was competitively procured with proposals solicited via the System Award Management website and six offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4224).

General Dynamics Electric Boat Co., Groton, Connecticut, was awarded $15,715,111 cost-plus-fixed-fee 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 the continental U.S. and is expected to be completed by June 2026. Fiscal 2023 research, development, test, and evaluation (Navy) funds in the amount of $15,715,111 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. The statutory authority for this sole source award is in accordance with 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 Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded April 28, 2023)

ARMY

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $72,766,538 cost-plus-fixed-fee contract to develop and demonstrate navigation and control, networking and payload technologies that enable precision fires at very long ranges for 155 mm projectiles. Bids were solicited via the internet with one received. Work will be performed in Minneapolis, Minnesota, with an estimated completion date of April 27, 2026. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $9,022,561 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QK-N-23-C0001). 

Enviremedial Services Inc.,* Oceanside, California, was awarded a $20,500,000 firm-fixed-price contract for facility services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 9, 2028. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-23-D-6038). 

General Dynamics Information Technology Inc., Orlando, Florida, was awarded a $14,562,958 hybrid (cost-no-fee, cost-plus-fixed-price, firm-fixed-price) contract for non-personal services to support mission training complexes. Work will be performed at Fort Bragg, North Carolina, with an estimated completion date of Sept. 26, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $12,844,275 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0015).

AIR FORCE

The MITRE Corp., Bedford, Massachusetts, has been awarded a $16,089,360 cost-reimbursement contract modification (P00016) to contract FA8702-23-C-0001 for support to the Air Force from MITRE as the administrator of the National Security Engineering Center Federally-Funded Research and Development Center. Work will be performed in Bedford, Massachusetts; McLean, Virginia; and various locations throughout the continental U.S. and outside the continental U.S., and is expected to be completed Sept. 30, 2023. This award is the result of a sole-source acquisition. Foreign Military Sales funds in the amount of $390,000.00 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Signature Flight Support, Orlando, Florida (SPE607-23-D-0061, $14,628,906), has been added as an awardee to the multiple award contract for fuel support at McGhee Tyson Airport, Tennessee, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

*Small business

5/3

ARMY

Granite Construction Co., Watsonville, California, was awarded a $172,948,401 firm-fixed-price contract for the Sacramento Weir Widening project. Bids were solicited via the internet with three received. Work will be performed in West Sacramento, California, with an estimated completion date of Oct. 15, 2026. Fiscal 2023 civil construction funds in the amount of $172,948,401 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0014).

Blair Remy Merrick MP JV LLC,* Oklahoma City, Oklahoma (W9126G-23-D-0014); Etegra – CEMS JV1 LLC,* Olivette, Missouri (W9126G-23-D-0015); Etegra Inc.,* St. Louis, Missouri (W9126G-23-D-0016); Merrick & Co., Greenwood Village, Colorado (W9126G-23-D-0017); exp Federal Inc., Chicago, Illinois (W9126G-23-D-0018); and Michael Baker International & Huitt-Zollars JV, Dallas, Texas (W9126G-23-D-0019), will compete for each order of the $48,000,000 firm-fixed-price contract for architect-engineering services. Bids were solicited via the internet with 24 received. Work locations and funding will be determined with each order, with an estimated completion date of May 2, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

Raytheon Co., Richardson, Texas, was awarded a $45,441,146 cost-plus-fixed-fee contract for project manager intelligence systems and analytics in support of the Cross-Domain Enterprise All-Source User Repository requirement. 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 9, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-23-D-0005).

Delta Land Services LLC,* Port Allen, Louisiana, was awarded a $10,101,000 firm-fixed-price contract for bottomland hardwood mitigation credits. Bids were solicited via the internet with two received. Work will be performed in Ponchatoula, Louisiana, with an estimated completion date of May 2, 2024. Fiscal 2023 Bipartisan Budget Act 2018 (PL 115-123) Emergency Supplemental funds in the amount of $10,101,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0018).

NAVY

Northrop Grumman Systems Corp., Melbourne, Florida, is awarded a $60,000,000 cost reimbursable modification (P00067) to a previously awarded contract (N0001918C1037). This modification adds scope to procure long lead parts and associated support for two E-2D Advanced Hawkeye plus up aircraft for the Navy. Work will be performed in Syracuse, New York (25.06%); Rolling Meadows, Illinois (9.52%); Woodland Hill, California (5.87%); Menlo park, California (5.08%); Greenlawn, New York (3.33%); Aire-sur-l’Adour, France (2.02%); Owego, New York (1.79%); Edgewood, New York (1.41%); Melbourne, Florida (1.35%); and various locations within the continental U.S. (44.57%), and is expected to be completed in April 2028. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $60,000,000 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.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $25,296,081 cost-plus-fixed-fee, firm-fixed-price modification (P00005) to a previously awarded contract (N0001922C0032). This modification adds scope to provide for continued program management, logistics, sustainment, and system engineering support, in support of an undisclosed country’s integration as a Foreign Military Sales (FMS) customer into the F-35 Joint Strike Fighter program. Work will be performed in Fort Worth, Texas (85%); Orlando, Florida (10%); and various location outside the continental U.S. (5%), and is expected to be completed in April 2026. FMS customer funds in the amount of $25,296,081 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.

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded an $11,278,258 firm-fixed-price modification to previously awarded contract N00024-21-C-4106 for the manufacture and delivery of Virginia Class propulsor components and assembly. Work will be performed in Louisville, Kentucky (90%); and Minneapolis, Minnesota (10%), and is expected to be completed by February 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $11,278,258 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. 

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, is awarded a $7,904,175 cost-plus-fixed-fee contract for the development of digital threads for naval platforms. This contract provides for the development of engineering tools, with a focus on digital threads. The contractor will perform fundamental research on data science and naval engineering processes, pursue a digital thread motivated pilot study for autonomous systems, and assist the Office of Naval Research in integrating research into a new digital thread architecture and software tool prototype. Work will be performed in Middletown, Rhode Island (70%); Cambridge, Massachusetts (20%); and Arlington, Virginia (10%). Work is expected to be completed by May 2, 2028. The maximum dollar value, including a 60-month period of performance with no options, is $7,904,175. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $50,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-22-S-B001, Long Range Broad Agency Announcement (BAA) for Navy and Marine Corps Science and Technology. Since proposals will be received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-1003).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BAE Systems Inc., Merrimack, New Hampshire, has been awarded an $8,645,586 modification (P00010) to cost-plus-fixed-fee contract HR001121C0068 to exercise Phase 2B option of a Defense Advanced Research Projects Agency project. The modification brings the total cumulative face value of the contract to $26,498,101 from $17,852,515. Work will be performed in Merrimack, New Hampshire (53%); Cambridge, Massachusetts (30%); Marion, Illinois (8%); Atlanta, Georgia (6%); and Billerica, Massachusetts (3%), with an estimated completion date of April 2024. Fiscal 2023 research and development funds in the amount of $4,929,578 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

5/4

ARMY

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $1,024,355,817 cost-plus-fixed-fee, firm-fixed-price contract for the Javelin Weapon System and associated support equipment. 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 2, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-D-0014). (Awarded May 3, 2023)

A&M Engineering and Environmental Services Inc.,* Tulsa, Oklahoma (W912BV-23-D-0013); LRS-Hill JV LLC.,* Severna Park, Maryland (W912BV-23-D-0014): and MSMM Huitt-Zollars JV LLC,* New Orleans, Louisiana (W912BV-23-D-0015), will compete for each order of the $25,000,000 firm-fixed-price contract to provide the full spectrum of construction phase architect and engineering services. Bids were solicited via the internet with 11 received. Work locations and funding will be determined with each order, with an estimated completion date of May 3, 2028. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

Red Eagle JV,* Coweta, Oklahoma, was awarded a $24,732,540 firm-fixed-price contract for building conversion and renovation. Bids were solicited via the internet with three received. Work will be performed in Barksdale Air Force Base, Louisiana, with an estimated completion date of April 3, 2025. Fiscal 2023 operation and maintenance Defense funds in the amount of $24,732,540 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-23-C-0007).

Luhr Bros. Inc., Columbia, Illinois, was awarded a $12,775,239 firm-fixed-price contract for dredging of shoals, including mobilization of the dredge and attendant plant, at points along the Ohio and Mississippi rivers and tributaries.  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 November 15, 2023. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0139).

United Ammunition Container Corp.,* Milan, Tennessee, was awarded a firm-fixed-price contract for PA-55 and PA-71/A fiber containers for 105mm artillery rounds. 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 April 28, 2025. U.S. Army Contracting Command, Rock Island, Illinois, is the contracting activity (W519TC-23-D-0008).

CCI Energy and Construction Services,* Garden Ridge, Texas, was awarded a $10,550,147 firm-fixed-price contract for repair, replacement and improvement of building systems, and repair of damage to interior elements, surfaces, and finishes. Bids were solicited via the internet with two received. Work will be performed in Sheppard Air Force Base, Texas, with an estimated completion date of July 22, 2025. Fiscal 2023 operation and maintenance, Army funds in the amount of $10,550,147 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-23-C-0005).

NAVY

Vectrus-J&J Facilities Support LLC, Colorado Springs, Colorado, is awarded a $25,723,825 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded contract N62470-20-D-0011 to exercise option two for base operating services at the U.S. Naval Academy complex. This award brings the total cumulative contract value to $75,095,723. Work will be performed in Annapolis, Maryland, and is expected to be completed by May 2024. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $17,363,138 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity.

G2 Software Systems Inc., San Diego, California, is awarded a $16,658,773 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-19-D-0059 for command and control (C2) technology and experimentation services. These services will provide technologies, capabilities, and C2 related capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, experimentation, implementation and support of C2 net-centric operations (tactical, operational, strategic and national interest), information processing, discovery, and presentation efforts as they relate to military operations dealing with joint, Navy, Marine Corps, Army, Air Force and/or their interface with civil and non-government components and capabilities. Place of performance will be determined at task order level, but is expected to be primarily in San Diego, California, and is expected to be complete by May 2025. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued and are anticipated to include research, development, test and evaluation, operations and maintenance, other procurement, and Navy Working Capital Funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Sev1Tech LLC, Woodbridge, Virginia, is awarded a $16,613,080 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-19-D-0060 for command and control (C2) technology and experimentation services. These services will provide technologies, capabilities, and C2 related capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, experimentation, implementation and support of C2 net-centric operations (tactical, operational, strategic and national interest), information processing, discovery, and presentation efforts as they relate to military operations dealing with joint, Navy, Marine Corps, Army, Air Force and/or their interface with civil and non-government components and capabilities. Place of performance will be determined at task order level, but is expected to be primarily in San Diego, California, and is expected to be complete by May 2025. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued and are anticipated to include research, development, test and evaluation, operations and maintenance, other procurement, and Navy Working Capital Funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

Forward Slope Inc., San Diego, California, is awarded a $15,857,112 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-19-D-0058 for command and control (C2) technology and experimentation services. These services will provide technologies, capabilities, and C2 related capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, experimentation, implementation and support of C2 net-centric operations (tactical, operational, strategic and national interest), information processing, discovery, and presentation efforts as they relate to military operations dealing with joint, Navy, Marine Corps, Army, Air Force and/or their interface with civil and non-government components and capabilities. Place of performance will be determined at task order level, but is expected to be primarily in San Diego, California, and is expected to be complete by May 2025. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued and are anticipated to include research, development, test and evaluation, operations and maintenance, other procurement, and Navy Working Capital Funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

Solute, San Diego, California, is awarded a $11,161,259 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-19-D-0061 for command and control (C2) technology and experimentation services. These services will provide technologies, capabilities, and C2 related capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, experimentation, implementation and support of C2 net-centric operations (tactical, operational, strategic and national interest), information processing, discovery, and presentation efforts as they relate to military operations dealing with joint, Navy, Marine Corps, Army, Air Force and/or their interface with civil and non-government components and capabilities. Place of performance will be determined at task order level, but is expected to be primarily in San Diego, California, and is expected to be complete by May 2025. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued and are anticipated to include research, development, test and evaluation, operations and maintenance, other procurement, and Navy Working Capital Funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

Elbit America Inc., Fort Worth, Texas, is awarded $10,527,580 purchase order contract with no options for the procurement of integrated avionics processors in support of the V-22 aircraft. Work will be performed in Haifa, Israel (69%); and Fort Worth, Texas (31%). Work is expected to be completed by December 2024. Annual working capital funds (Navy) in the full amount of $10,527,580 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 non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-23-C-TL09).

Data Intelligence LLC, Marlton, New Jersey, is awarded a $9,618,853 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-19-D-0057 for command and control (C2) technology and experimentation services. These services will provide technologies, capabilities, and C2 related capabilities in the areas of innovative science and technology research, systems engineering, architecture, design, development, integration, testing, configuration management, quality assurance, experimentation, implementation and support of C2 net-centric operations (tactical, operational, strategic and national interest), information processing, discovery, and presentation efforts as they relate to military operations dealing with joint, Navy, Marine Corps, Army, Air Force and/or their interface with civil and non-government components and capabilities. Place of performance will be determined at task order level, but is expected to be primarily in San Diego, California, and is expected to be complete by May 2025. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued and are anticipated to include research, development, test and evaluation, operations and maintenance, other procurement, and Navy Working Capital Funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

AIR FORCE

Hypergiant Galactic Systems Inc., Blanco, Texas, has been awarded a $16,260,080 Small Business Innovation Research Phase III contract to provide user interface and user experience development services for cloud-based command and control. Work will be performed in Blanco and is expected to be completed May 4, 2026. Total cumulative face value of the contract is $61,473,360. Fiscal 2023 research, development, test and evaluation funds in the amount of $12,815,520 are being obligated at the time of award. Air Force Life Cycle Management, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8612-23-C-B007).

WASHINGTON HEADQUARTERS SERVICES

Ian, Evan, and Alexander Corp., Reston, Virginia, was awarded an option year (P00016) valued at $10,059,805 on firm-fixed-price, labor-hour, time-and-materials contract HQ003419F0506 to provide administrative and analytical support services to the Office of the Under Secretary of Defense for Intelligence and Security’s Director for Defense Intelligence, Collection & Special Programs. The contractor will provide specialized and sensitive administrative, policy, operational, and analytic support, including the development of strategy and policy, and the conduct of oversight, governance, and integration related to intelligence collection, sensitive activities, national programs, and other special programs. Fiscal 2023 operations and maintenance funds in the amount of $3,776,789 were obligated at the time of award. The cumulative total of the contract is $35,288,268. The total value of the contract if all options are exercised is $36,359,407. The work will be performed at the Pentagon in Arlington, Virginia. The estimated contract completion date is April 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded April 27, 2023)

DEFENSE LOGISTICS AGENCY

UPDATE: Meridian Airport Authority, doing business as Meridian Aviation, Meridian, Mississippi (SPE607-23-D-0071, $52,204,072), has been added as an awardee to the multiple award contract for fuel support at Meridian Regional Key Field Airport, Mississippi, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

CORRECTION: The contract announced on March 28, 2022, for Ontic Engineering and Manufacturing, Inc., Chatsworth, California (SPE4A5-22-D-0002) for $17,624,558 was announced with an incorrect dollar amount. The correct dollar amount is $132,184,182.

*Small business

5/5

NAVY

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $482,300,000 fixed-price incentive (firm-target) undefinitized modification (P00064) to a previously awarded contract (N0001917C0015). This modification adds scope for the production and delivery of four CMV-22B (Lot 27) aircraft for the Navy. Work will be performed in Fort Worth, Texas (30.08%); Ridley Park, Pennsylvania (15.22%); Amarillo, Texas (12.73%); Red Oak, Texas (3.33%); East Aurora, New York (2.55%); Park City, Utah (2.2%); McKinney, Texas (1.33%); Endicott, New York (1.15%); various locations within the continental U.S. (CONUS) (27.49%); and various locations outside the CONUS (3.92%), and is expected to be completed in June 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $213,770,836 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

American Electronics Warfare Associates Inc.,* California, Maryland, is awarded a $248,228,343 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide technical support services for the research, design, development, and associated engineering in support of battlespace simulation and distributed simulation requirements for the Naval Air Warfare Center Aircraft Division’s Integrated Battlespace Simulation and Test Department. These efforts include research, development, and maintenance of battlespace simulation tools, application of battlespace simulation tools to specific customer requirements, research and development of warfare scenarios, development and integration of battlespace entity models and behaviors, and support for delivered battlespace products. Work will be performed in Patuxent River, Maryland, and is expected to be completed in May 2028. 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 Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0005).

L3Harris Telemetry & RF Products (L3 T&RF), San Diego, California (N0003923D4000), is awarded an indefinite-delivery/indefinite-quantity contract with maximum potential value of $84,950,000 for Small Form Factor Weapons Attritable Radio Multi-Mode (SWARMM) Family 1 (SF1) radio products and services. Fiscal 2023 research and development funds (Navy) in the amount of $1,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Under authority of 10 U.S. Code 3204(a)(1) and Federal Acquisition Regulation 6.302-1, Only One Responsible Source, this contract was not competitively procured via the System for Award Management (SAM) website. Work will be performed in San Diego, California. The ordering period for this contract is through May 2026. Naval Information Warfare System Command, San Diego, California, is the contracting authority.

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a cost-plus-fixed-fee, not-to-exceed $37,000,207 undefinitized order to previously awarded contract N00024-23-C-2324 for the procurement of dry docking long lead time material for the DDG 1000/1001 build yard modernization period. Work will be performed in Pascagoula, Mississippi, and is expected to be completed by January 2024. Fiscal 2023 other procurement (Navy) funding in the amount of $30,103,153 will be obligated at the time of award and will not expire at the end of the current fiscal year. The statutory authority for this sole source award is in accordance with Federal Acquisition Regulation 6.302-1(a)(2)(iii) – only one responsible source and no other supplies or services will satisfy agency requirements. Supervisor of Shipbuilding Gulf Coast, Pascagoula, Mississippi, is the contracting activity (N00024-23-C-2324).

The Johnson-McAdams Firm P.A.,* Greenwood, Mississippi, is awarded a not-to-exceed $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer design and related services at various locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This contract provides for professional engineering services for the preparation of design-bid-build documents and design-build requests for proposals. Work will be performed at various locations within the NAVFAC Southeast area of responsibility and is expected to be completed by May 2028. No funds will be obligated at time of award; funds will be obligated on individual task orders as they are issued. This contract was competitively procured via contract opportunities on sam.gov, with 17 offers received. The Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity. (N69450-23-D-0013)

AIR FORCE

Solid State Scientific Corp., Hollis, New Hampshire, has been awarded a $186,909,765 cost-plus-fixed-fee contract for the Air Force Virtual Private Cloud. This contract provides for the creation, development, sustainment, and modernization of the Air Force Weather Virtual Private Cloud infrastructure utilizing Service Platform as a Service. Work will be performed in Hollis, New Hampshire, and is expected to be completed May 5, 2028. This award is the result of a sole-source Small Business Innovation Research Phase III acquisition. Fiscal 2023 operations and maintenance funds in the amount of $25,650,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-23-C-B015). 

General Dynamic Information Technology, Inc., Falls Church, Virginia, has been awarded a $137,861,955 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, firm-fixed-price contract for service required to develop and sustain the system-of-systems Special Warfare Assault Kit. This contract provides support for the special warfare acquisition growth and refresh, Guardian Angel and tactical air control party modernization programs. Work will be performed in Dayton, Ohio, and is expected to be completed June 15, 2033. This contract involves Foreign Military Sales to Australia, Bulgaria, India, Bahrain, Bosnia, Canada, Chile, Czech Republic, Montenegro, Pakistan, Saudi Arabia, Slovenia, Spain, Sweden, Turkiye, Estonia, Kenya, Lithuania, Netherlands, Poland, Portugal, and Latvia. This single-award contract the result of a competitive source-selection acquisition and five offers were received. Fiscal 2023 research, development, test and evaluation funds in the amount of $250,000 will be obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8629-23-D-5031). 

Siler SCF JV LLC, Clairfield, Tennessee (FA4418-23-D-0004); Outside The Box LLC, Richmond, Virginia (FA4418-23-D-0005); A-Plus K&K JV Inc., Newberry, Michigan (FA4418-23-D-0009); Hightower Construction Co., Inc., North Charleston, South Carolina (FA4418-23-D-0007); and Ashford Leebcor Enterprises V LLC, Williamsburg, Virginia (FA4418-23-D-0008), have been awarded a $96,000,000 multiple-award, not-to-exceed, indefinite-delivery/indefinite-quantity for all labor, equipment, materials, transportation, supervision and testing to accomplish a broad range of multi-disciplinary, maintenance, repair and minor construction projects. Work will primarily be performed at Joint Base Charleston – Air Base, South Carolina; Joint Base Charleston – Weapons Station, South Carolina; Defense Fuel Supply Point, South Carolina; and Short Stay Recreational Area, South Carolina; and is expected to be completed Nov. 14, 2028. This award is the result of a competitive acquisition, and 12 offers were received. Fiscal 2023 transportation working capital funds in the amount of $7,635,429 and fiscal 2023 decentralized facilities sustainment, restoration and modernization funds in the amount of $8,000 will be obligated at the time of award. The 628th Contracting Squadron, Joint Base Charleston, South Carolina, is the contracting activity. (Awarded May 4, 2023)

CORRECTION: The $8,794,652 contract announced April 14, 2023, to Honeywell International Inc., Phoenix, Arizona (FA8538-23-D-0002), for repair of the F-15 Air Data Processor, was not awarded.

DEFENSE HEALTH AGENCY

Veteran Information Technologies LLC, Colorado Springs, Colorado, was awarded a firm-fixed-price delivery order (HT001523F0059) in the amount of $22,478,098. This is a new equipment purchase to support the Program Executive Office Defense Health Management System mission. The scope of work is the procurement of brand name peripheral support hardware devices for connection to Military Health System (MHS) GENESIS. This suite of commercial hardware items consists of items from various brand name manufacturers as well as some non-brand name hardware items. These specific items provide a unique function that are specific to the ACAT I, MHS GENESIS. The distinctive features in the software connections make the items explicitly compatible with MHS GENESIS. These items will be supplied to the following facilities: James A. Lovell Federal Health Care Center, Walter Reed National Military Medical Center, Fort Belvoir Community Hospital, Wright Patterson Medical Center, Blanchfield Army Community Hospital, Ireland Army Health Clinic, Portsmouth Naval Medical Center, and Guthrie Ambulatory Health Clinic. This contract provided a fair opportunity with five offers received. It has an estimated delivery date of 45 days after contract award. The contract will be funded with fiscal 2023 operations and maintenance funds. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

OptumHealth Care Solutions LLC, Eden Prairie, Minnesota, was awarded a one-year, firm-fixed-price bridge contract (HT001123C0072) in the amount of $15,000,000 for Global Nurse Advice Line support services. The Global Nurse Advice Line (NAL) is a service to Military Health System (MHS) eligible beneficiaries. The Global NAL will provide access to telehealth registered nurses for triage services, self-care advice, and general health inquiries 24 hours a day, 7 days a week. The NAL also offers customer service and care coordination services to include, provider locator support, specified military treatment facility appointing services, urgent care referral submissions, and customized military treatment facility transfers to support the military treatment facility’s capability for eligible MHS beneficiaries. The Global NAL requires access and interoperability with existing military applications and systems including the Defense Enrollment Eligibility Reporting System, Composite Health Care System, and the new electronic health record called MHS GENESIS. Access and interoperability will allow for eligibility verification of NAL callers, and the ability to book primary care appointments, submit urgent care referrals, book appointments for the Red Hill Clinic in Hawaii, and document the NAL encounters. Other capabilities include the ability to provide real-time information sharing, business intelligence, reporting, and archiving of documented call encounters at a corporate, regional, and local level. Fiscal 2023 operation and maintenance funds are obligated to establish and fully fund the first three months of the one-year bridge contract Line Items 0001-0008 from March 18, 2023, through June 17, 2023. The place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 18, 2023)

ARMY

Tidewater Inc.,* Elkridge, Maryland, was awarded a $20,500,000 firm-fixed-price contract for Army Reserve Command facility investment services. 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 Nov. 15, 2028. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-23-D-6041).

Anderson Contracting LLC,* Yazoo City, Mississippi, was awarded a $10,922,460 firm-fixed-price contract for flood control and channel improvement. Bids were solicited via the internet with four received. Work will be performed in Greenwood, Mississippi, with an estimated completion date of April 30, 2025. Fiscal 2023 civil construction funds in the amount of $10,922,460 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-23-C-0008).

Plateau Software Inc., Fairfax, Virginia, was awarded a $9,900,000 contract for planning and training support services for the U.S. Army Combat Readiness Center. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of May 8, 2028. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-23-D-0066).

DEFENSE LOGISTICS AGENCY

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $9,906,000 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-1472) with two one-year option periods for physical fitness uniform trunks. This is an indefinite-delivery contract. Locations of performance are New Jersey, Illinois, Minnesota and Colorado, with a May 18, 2024, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Exelan Pharmaceuticals Inc., Boca Raton, Florida, has been awarded a maximum $8,748,919 modification (P00008) exercising the fourth one-year option period of a one-year base contract (SPE2D2-19-D-0070) with four one-year option periods for finasteride tablets. This is a fixed- price requirements contract. Location of performance is New York, with a May 28, 2024, performance completion date. Using customers are Defense Department, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0076, $28,543,033), has been added as an awardee to the multiple award contract for fuel support at Golden Triangle Regional Airport, Mississippi, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

UPDATE: Signature Flight Support LLC, Orlando, Florida (SPE607-23-D-0075, $21,223,982), has been added as an awardee to the multiple award contract for fuel support at Midland International Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0073, $16,634,965), has been added as an awardee to the multiple award contract for fuel support at Roswell International Air Center, New Mexico, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023. 

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-23-D-0077, $8,817,117) has been added as an awardee to the multiple award contract for fuel support at Tupelo Regional Airport, Mississippi, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

*Small business
**Mandatory source
This entry was posted on Monday, May 08, 2023 6:40 pm

Leave a Reply

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

Notify me of updates to this conversation