INSIDE THE

NEWS + ADVICE

DoD Contracts: KPMG, Amentum Services, SAIC, Northrop Grumman, Lockheed Martin, Week of 1-30-23 to 2-3-23

Posted by Ashley Jones
aircraft

1/30

ARMY

Northrop Grumman Systems Corp., Radford, Virginia (W519TC-23-F-0090); and Global Military Products Inc.,* Tampa, Florida (W52P1J-23-F-0091), will compete for each order of the $522,279,434 firm-fixed-price contract for the procurement and delivery of 155 mm 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 Jan. 30, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

SourceAmerica, Vienna, Virginia, was awarded a $26,489,074 firm-fixed-price contract for total facility maintenance at Fort Knox. 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 Jan. 31, 2024. U.S. Army Field Directorate Office, Fort Knox, Kentucky, is the contracting activity (W9124D-23-D-0008).

Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $9,916,270 firm-fixed-price contract to overhaul/repair fuel engine controls for the CH-47 Chinook. Bids were solicited via the internet with one received. Work will be performed in West Hartford, Connecticut, with an estimated completion date of April 30, 2024. Fiscal 2023 Army Working Capital funds in the amount of $9,916,270 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-F-0179).

NAVY

AECOM Technical Services, Inc., Los Angeles, California, is awarded a $239,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for architect-engineer services for environmental restoration projects, including technical and engineering services, field investigation services, laboratory testing and related services for all stages of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) process. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of responsibility, and may also include locations within NAVFAC Southwest, NAVFAC Northwest, or anywhere outside the NAVFAC Pacific area of responsibility, as required by the government. Work is expected to be completed by January 2028. Immediately following award, a task order will be issued in the amount of the minimum guarantee of $5,000 using fiscal 2023 environmental restoration (Navy) funds, which will expire at the end of the current fiscal year. This contract was competitively procured under full and open competition via the System for Award Management website, with one offer received. The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity (N62742-23-D-1802).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $34,045,729 firm-fixed-price modification (P00003) to an order (N0001922F2312) against a previously issued basic ordering agreement (N0001919G0029). This modification exercises an option to provide validation and test tooling in support of achieving a production quantity at full rate of up to 24 CH-53K aircraft per year. Work will be performed in Salt Lake City, Utah (86%); and Stratford, Connecticut (14%), and is expected to be completed in December 2024. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $34,045,729 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.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $7,527,084 firm-fixed-price modification (P00073) to a previously awarded cost-plus-fixed-fee, fixed-price-incentive-firm-target contract (N0001916C0048). This modification exercises an option to provide validation and test tooling in support of CH-53K Lots 4 and 5 production aircraft. Work will be performed in Stratford, Connecticut, and is expected to be completed in December 2024. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $7,527,084 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. 

AIR FORCE

Intelligent Waves LLC, Reston Virginia, was awarded a $99,900,000 indefinite-delivery/indefinite-quantity contract for crowd sourced flight data support services. This contract provides the 59th Test and Evaluation Squadron with support services, including flight test mission instrumentation modifications, improvements, and operations for the 53rd Wing and other operational flight-testing locations. Work will be performed at Nellis Air Force Base, Nevada, and potentially other locations such as Yuma, Arizona; Patuxent River, Maryland; Norfolk, Virginia; Wright Patterson AFB, Ohio; and Hill AFB, Utah, and is expected to be complete by Jan. 31, 2025. This contract was a sole source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $1,000,000 are being obligated at the time of award.  The 99th Contracting Squadron, Nellis AFB, Nevada, is the contracting activity (FA486123D0002).

InDyne Inc., Lexington Park, Maryland, was awarded a $62,968,088 hybrid firm-fixed-price and cost-reimbursement contract for the operations and maintenance support of the Perimeter Acquisition Radar Attack Characterization System (PARCS) mission system. This contract provides the services necessary to support Space Force operations and maintenance of the PARCS system. Work will be performed at Cavalier Space Force Station, North Dakota, and is expected to be completed by Aug. 31, 2029.  This contract was a competitive acquisition, and five offers were received. Fiscal 2023 operations and maintenance funds in the amount of $8,717,550 are being obligated at the time of this award. U.S. Space Force, Space Operations Command, Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity (FA2518-23-C-0002).

Texas Work Force Commission, Austin, Texas, was awarded a $38, 319,367 requirements type contract for the operation of dining facilities. This contract provides for performing full food service operations at 13 dining hall locations. Work will be performed at Joint Base San Antonio-Lackland, Texas, and is expected to be completed by Dec. 31, 2023. This contract was a sole source acquisition, and one offer was received. Fiscal 2023 operations and maintenance funds in the amount of $ 38,319,367 are being obligated at time of award. The 502d Contracting Squadron, JBSA-Lackland, Texas, is the contracting activity (FA3016-23-D-0004).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $31,456,050 contract modification (P00160) to previously awarded contract FA8823-20-C-0004 for Maintenance of Space Situational Awareness Integrated Capabilities (MOSSAIC) sustainment services. The modification brings the total cumulative face value of the contract to $681,564,012. Work will be performed in Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2024. Fiscal 2023 operations and maintenance funds in the amount of $25,164,839 are being obligated at the time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity.

PPI Technical Services Inc., Auburn, Washington, has been awarded a $13,373,411 firm-fixed-price and cost-no-fee contract for technical and support services, including equipment procurement, facility modification, technical training, and management assistance for the country of Indonesia. Work will be performed at Husein Sastranegara Air Force Base, Bandung, Indonesia, and is expected to be completed by Jan. 30, 2028. This contract involves Foreign Military Sales (FMS) to Indonesia. FMS funds in the amount of $8,612,398 are being obligated at time of award. The Air Force Metrology and Calibration Program Office, Heath, Ohio, is the contracting activity (FA226323C0001).

DEFENSE LOGISTICS AGENCY

SOPAKCO Inc., Mullins, South Carolina, has been awarded a maximum $39,979,333 fixed-price, indefinite-delivery/indefinite-quantity contract for cold weather rations. This was a competitive acquisition with two offers received. This is a three-year contract with no option periods. The ordering period end date is Jan. 28, 2026. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-23-D-Z155). 

Point Blank Enterprises Inc., Pompano Beach, Florida, has been awarded a maximum $20,937,840 fixed-price, fixed-quantity contract for the Modular Lightweight Load-carrying Equipment 4000 rucksack set. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a 20-month contract with no option periods. Location of performance is Puerto Rico, with an Aug. 30, 2024, performance completion date. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-C-0010).

*Small business

1/31

AIR FORCE

BAE Systems Technology Solutions & Services, Rockville, Maryland, has been awarded a $651,593,380 fixed-price level of effort contract modification (P00655) to previously awarded contract FA8214-13-C-0001 for sustaining engineering services.  This contract provides for services support for both the Minuteman III and Sentinel Systems Directorates to ensure the integration of current and future hardware, software, testing, and modifications with the Intercontinental Ballistic Missile Weapon Systems.  Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by Jan. 31, 2025. Fiscal 2023 operation and maintenance funds; research and development funds; and production funds will be obligated with the associated modification. The Air Force Nuclear Weapon Center, Hill AFB, Utah, is the contracting activity.

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a maximum $11,586,778 undefinitized contract action for logistics support activities including depot repair, engineering services, field team support and software maintenance services for the Italian Air Force MQ-9 Block 5 aircraft. Work will be performed in Poway, California, and is expected to be complete by Jan. 31, 2024. This contract involves Foreign Military Sales (FMS) to Italy and FMS funds in the amount of $5,329,918 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8689-23-C-2013).

Telecote Research Inc., Goleta, California, has been awarded an $8,448,636 firm-fixed-price contract modification (P00024) to previously awarded contract FA8806-20-F-0001 for software development. The contract modification provides for additional cloud infrastructure and platform support. The modification brings the total cumulative face value of the contract to $51,088,741. Work will be performed in El Segundo, California, and is expected to be complete by April 30, 2025. Fiscal 2023 research, development, test and evaluation funds in the amount of $2,491,350 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

ARMY

General Dynamics Mission Systems Inc., Scottsdale, Arizona, was awarded a $481,578,860 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for sustainment of Prophet Enhanced detecting systems. 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 Jan. 31, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-23-D-0001).

SRCTec LLC, Syracuse, New York, was awarded a $99,202,786 firm-fixed-price contract for AN/TPQ-50 Radar Systems and Engineering Change EC1 upgrade kits. 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 Jan. 30, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-23-D-0002).

Cape-Weston JV1 LLC,* Norcross, Georgia, was awarded a $95,000,000 cost-plus-fixed-fee contract for rapid/immediate response environmental remediation services. 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 Jan. 30, 2030. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-D-0020).

The Boeing Co., Ridley Park, Pennsylvania, was awarded a $24,350,211 cost-plus-fixed-fee contract to remanufacture/recapitalize selected CH-47F components to the CH-47F Block II configuration, and to remanufacture CH-47F aircraft to the CH-47F configuration for Ordering Periods I and II to satisfy the congressional 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 Jan. 30, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-23-F-0006).

Science Applications International Corp., Reston, Virginia, was awarded a $22,004,729 modification (P00032) to contract W91QVN-20-F-0157 for cybersecurity, network operations and maintenance of information technology support. Work will be performed in South Korea, with an estimated completion date of Jan. 31, 2024. Fiscal 2022 and 2023 other procurement, Army funds; and 2023 operation and maintenance, Army funds in the amount of $12,068,179 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Camp Humphreys, South Korea, is the contracting activity.

Parsons Government Services Inc., Centreville, Virginia, was awarded a $16,589,847 cost-no-fee, firm-fixed-price contract for the collection, processing, exploitation and dissemination of high-fidelity signature data. 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 Feb. 5, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W50NH9-23-D-0001).

Pegasus Support Services LLC, Woodstock, Georgia, was awarded an $8,523,919 modification (P00002) to contract W9124M-23-F-0012 for operations and maintenance at Fort Stewart and Hunter Army Airfield. Work will be performed at Fort Stewart, Georgia, with an estimated completion date of Feb. 28, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,523,919 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity.

Inland Dredging Company LLC, Dyersburg, Tennessee, was awarded a $7,996,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with six received. Work will be performed in Matagorda, Texas, with an estimated completion date of Dec. 6, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $7,996,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0003).

NAVY

Lockheed Martin Corp., Orlando, Florida, is awarded a $133,623,631 firm-fixed-price modification (P00001) to an order (N0001922F2503) against a previously issued basic ordering agreement (N0001919G0029). This modification adds scope to procure low rate initial production VII systems to include 39 Infrared Receivers (35 for the Navy; 4 for the Air National Guard); 34 Processors (30 for the Navy; 4 for the Air National Guard); and 12 Inertial Measurement Units for the Navy in support of the F/A-18 Infrared Search and Track System Block II upgrade. Work will be performed in Orlando, Florida (73.3%); Santa Barbara, California (18.4%); and Ocala, Florida (8.3%), and is expected to be completed in October 2026. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $111,790,917; fiscal 2022 National Guard and Reserve Equipment (Defense) in the amount of $13,769,860; fiscal 2022 aircraft procurement (Navy) funds in the amount of $905,888; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $7,156,966 will be obligated at the time of award, $7,156,966 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

MBDA Inc., Arlington, Virginia, is awarded a $118,673,894 not-to-exceed, firm-fixed-price, cost-plus-fixed-fee, undefinitized contract action for the production of the Common Anti-Air Module Missile (CAMM) for Multi-Mission Surface Combatants (MMSC) ships. This contract includes options which, if exercised, would bring the cumulative not-to-exceed value of this contract to $145,552,474. This contract involves Foreign Military Sales to the Kingdom of Saudi Arabia. Work will be performed in Stevenage, England (70%); Indian Head, Maryland (18%); Huntsville, Alabama (9%); Arlington, Virginia (2%); and Mayport, Florida (1%), and is expected to be completed by January 2027. Foreign Military Sales funds for the Kingdom of Saudi Arabia in the amount of $65,786,821 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. Code 2304(c)(4) (the terms of an international agreement of treaty between the U.S. and foreign government or international organization, or the written directions of a foreign government reimbursing the agency for the cost of the procurement of the property or services for such government, have the effect of requiring the use of procedures other than competitive procedures). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-2301).

PAE Aviation and Technical Services LLC, Arlington, Virginia, is awarded a $99,986,778 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract procures organizational, selected intermediate, and limited depot level maintenance, as well as logistics support in support of the F-5 aircraft. Work will be performed in Yuma, Arizona (32%); Key West, Florida (31%); New Orleans, Louisiana (28%); Fallon, Nevada (6%); and Beaufort, South Carolina (3%), and is expected to be completed in March 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 Federal Acquisition Regulation 6.302-1.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0042123D0002).

Kratos Unmanned Aerial Systems Inc., Sacramento, California, is awarded a $49,568,200 firm-fixed-price contract for the production and delivery of 55 full rate production Lot 4 BQM-177A Surface Launched Aerial Targets, to include associated 55 Rocket-Assisted Takeoff Attachment kits, 277 mission kits, as well as associated technical and administrative data for the Navy, and the governments of Canada and Australia. Work will be performed in Sacramento, California (50%); Dallas, Texas (20%); Fort Walton Beach, Florida (5%); Blacksburg, Virginia (4%); Santa Ana, California (2%); Newton, Kansas (2%); Concord, California (2%); Milwaukie, Oregon (2%); Chatsworth, California (2%); and various locations within the continental U.S. (11%), and is expected to be completed in April 2024. Fiscal 2023 weapons procurement (Navy) funds in the amount of $48,753,523; and fiscal 2021 weapons procurement (Navy) funds in the amount of $814,677 will be obligated at the time of award, $814,677 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0021).

General Dynamics Ordnance and Tactical Systems, Williston, Vermont, is awarded a $32,533,827 firm-fixed-price delivery order under previously awarded indefinite-delivery/indefinite-quantity contract N00024-20-D-5109 for the production and shipping of Guided Missile MK 82 directors and MK 200 director controls. Work will be performed in Williston, Vermont (50%); and Saco, Maine (50%), and is expected to be completed by September 2024. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $22,672,911 (70%); and fiscal 2023 Defense-wide procurement funding in the amount of $9,860,916 (30%) will be obligated at time of award and will not expire at the end of the current fiscal year. The contract was competitively procured via the Federal Business Opportunities website with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423F5304).

Lockheed Martin Space, Titusville, Florida, is awarded a $29,745,730 cost-plus-fixed-fee modification (P00004) to exercise options under a previously awarded contract (N0003022C0100) for Trident II (D5) missile production and deployed systems support. Work will be performed in Washington, D.C. (39.2%); San Francisco, California (15.4%); Valley Forge, Pennsylvania (11.9%); Cambridge, United Kingdom (5%); Santa Barbara, California (4.6%); Seattle, Washington (4%); Albuquerque, New Mexico (3.9%); Orlando, Florida (2.7%); Kings Bay, Georgia (2.6%); Sunnyvale, California (2.6%); Petaluma, California (2.6%); Myersville, Maryland (1.8%); Salt Lake City, Utah (1.8%); Grand Canyon, Arizona (1.2%); and locations less than 1% each (0.70% total). Work is expected to be completed by Sept. 30, 2027.  This action is not fully funded. Fiscal 2022 weapons procurement (Navy) funds in the amount of $5,672,091; fiscal 2023 weapons procurement (Navy) funds in the amount of $9,072,119; and fiscal 2023 research and development technology evaluation (Navy) funds in the amount of $6,440,000 will be obligated. No funds will expire at the end of the current fiscal year. This contract is being awarded on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunities website, with one proposal received. Strategic Systems Programs, Washington, D.C., is the contracting activity.

ATAP Inc.,* Eastaboga, Alabama, is awarded a $19,531,210 five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract on a Small Business Set Aside basis to provide Reconfigurable Test Shapes. Work will be performed at various contractor sites and is expected to be complete in January 2028, with the latest possible delivery taking place 16 months thereafter. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $1,070,424 (45%); and fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $1,267,852 (55%) will be obligated at award, and will not expire at the end of the fiscal year. This contract was competitively procured via the government-wide point of entry (SAM.gov), with only one offer received. The Naval Undersea Warfare Center Division Newport, Newport, Rhode Island, is the contracting activity (N6660423DC300).

Progeny Systems Corp.,* Manassas, Virginia, is awarded a $16,439,703 cost-plus-fixed fee modification to previously awarded contract N00024-19-C-6204 to exercise options for engineering and technical services for Navy submarines and aircraft carriers. Work will be performed in Manassas, Virginia (30%); Groton, Connecticut (25%); Bremerton, Washington (15%); Las Vegas, Nevada (10%); Cleveland, Ohio (10%); Chesapeake, Virginia (4%); Pearl Harbor, Hawaii (2%); San Diego, California (2%); and Kings Bay, Georgia (2%), and is expected to be completed by January 2024.  Fiscal 2023 National Sea-Based Deterrence Fund (Navy) funds in the amount of $1,049,000 (62%); fiscal 2023 other procurement (Navy) funds in the amount of $500,000 (29%); and fiscal 2022 other procurement funds in the amount of $154,800 (9%) will be obligated at the 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 Treadwell Corp.,* Thomaston, Connecticut, is awarded an $8,052,851 cost-only, indefinite-delivery/indefinite-quantity contract for services in support of Model 6L16 Electrolytic Oxygen Generator, Automated Electrolytic Oxygen Generator, Low Pressure Electrolyzer, and their respective simulators used to support training installed aboard various classes of submarine and training facilities. Work will be performed in Bangor, Washington (25%); Pearl Harbor, Hawaii (17%); San Diego, California (10%); Portsmouth, New Hampshire (8%); Groton, Connecticut (8%); Norfolk, Virginia (8%); Kings Bay, Georgia (8%); Diego Garcia (8%); and Guam (8%). Work is expected to be completed for this requirement by January 2027. Fiscal 2023 working capital fund (Navy) in the amount of $500 will be obligated at time of and will not expire at the end of the current fiscal year. This contract was not competitively procured via SAM.gov. In accordance with 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, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-4000).

DEFENSE HEALTH AGENCY

AIMS-U.S. Got People JV LLC, Aldie, Virginia, will be awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HT940823D0001) with a total contract value not to exceed $45,000,000. The contract supports Advanced (clinical specialized and other specialized) Medical Administrative Technician support services. This contract was competed as a 100% Set Aside for 8(a) Small Businesses, and has a total ordering period not to exceed five years. The period of performance is April 1, 2023, through March 31, 2028. The government will fund all efforts at the task order level. The place of performance is Joint Base San Antonio, San Antonio, Texas. The first task order will be issued and will be funded with fiscal 2023 operations and maintenance funds in the amount of $1,484,448. The Defense Health Agency, Southern Markets Contracting Division, San Antonio, Texas, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

NorcaTec LLC,* Garden City, New York, has been awarded a maximum $12,961,476 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for arm assembly pivot units. This was a competitive acquisition with six responses received. This is a five-year contract with no option periods. The ordering period end date is Jan. 31, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0011). 

DEFENSE THREAT REDUCTION AGENCY

L3 Applied Technologies Inc., San Leandro, California, is being awarded an $8,468,429 (inclusive of options) combination fixed price – economic price adjustment and cost-plus-fixed-fee contract for the Nuclear Weapons Effect West Coast Facility Simulator Program for the Defense Threat Reduction Agency (DTRA) in support of the Research and Development Department. Work will be performed at the contractor’s location in San Leandro, California. The period of performance is anticipated to be from Feb. 1, 2023, to Jan. 31, 2031. The award is a result of a sole-source acquisition. Fiscal 2022 and 2023 research, development, test and evaluation funds in the amount of $2,106,500 will be obligated at the time of award. DTRA, Fort Belvoir, Virginia, is the contracting activity (HDTRA1-23-C-0011).

*Small business

2/1

AIR FORCE

The Boeing Co., Hill Air Force Base, Utah, was awarded a $1,615,000,000 indefinite-delivery/indefinite-quantity contract for guidance subsystem support. This contract provides for Minuteman III Intercontinental Ballistic Missile guidance subsystem support. Work will be performed at Hill AFB, Utah, and is expected to be completed by Feb. 1, 2039. This contract was a sole source acquisition. Fiscal 2023 operation and maintenance funds in the amount of $8,345,086 are being obligated at the time of award. The Air Force Nuclear Weapons Center, Hill AFB, Utah, is the contracting activity (FA8214-23-D-0001).

L3 Harris Technologies Inc., Colorado Springs, Colorado, was awarded a maximum $10,500,000 cost-plus-incentive-fee undefinitized contract action for sustainment support. This contract provides for Combat Mission Systems Support contract sustainment of the Space Systems Command portfolio of ground-based electronic warfare. Work will be performed in Colorado Springs, Colorado; and Palm Bay, Florida, and is expected to be completed on May 1, 2023. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $7,875,000 will be obligated at time of award. The Space Systems Command, El Segundo, California, is the contracting activity (FA8819-19-C-0002).

NAVY

Sierra Nevada Corp., Sparks, Nevada, is awarded a $716,764,615 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract procures various Multi-Intelligence Sensor Development Sensor Suite system production unit components, as well as associated engineering support in support of fielding the system in various manned and unmanned aircraft for the Navy, Foreign Cooperative Partners and Foreign Military Sales customers. Work will be performed in Sparks, Nevada (85%); and Englewood, Colorado (15%), and is expected to be completed in January 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923D0012).

The Boeing Co., Seattle, Washington, is awarded a $36,609,688 cost-plus-fixed-fee modification (P00007) to an order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification adds scope to procure three P-8A increment 3 retrofit A-kits, to include associated special tooling, in support of anti-submarine warfare capabilities upgrades for the Navy. Additionally, this modification procures 12 P-8A Nose Radome retrofit kits for the government of Australia. Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in August 2025. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $33,113,507; and foreign cooperative project funds in the amount of $3,496,181 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.

Military & Federal Construction Company Inc.,* Jacksonville, North Carolina, is awarded a $17,830,641 firm-fixed-price task order (N4008523F4536) under multiple award construction contract N40085-21-D-0102 for renovation of Bachelor Enlisted Quarters Building HP512 at Marine Corps Base, Camp Lejeune. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by November 2024. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $17,830,641 are obligated on this award and will expire at the end of the current fiscal year. Nine proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

Military and Federal Construction Company Inc.,* Jacksonville, North Carolina, is awarded a $13,252,348 firm-fixed-price task order (N4008523F4576) under multiple award construction contract N40085-21-D-0102 for renovation of Bachelor Enlisted Quarters Building FC530 at Marine Corps Base Camp Lejeune. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by July 2024. Fiscal 2023 operation and maintenance (Marine Corps) contract funds in the amount of $13,252,348 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.

ARMY

Architectural Consulting Group of Chicago Inc.,* Waukegan, Illinois (W912P4-23-D-0001); Geo. Gradel Co.,* Toledo, Ohio (W912P4-23-D-0002); Great Lakes Dock and Materials LLC,* Muskegon, Michigan (W912P4-23-D-0003); J.F. Brennan Company Inc., La Crosse, Wisconsin (W912P4-23-D-0004); Kokosing Industrial Inc., Westerville, Ohio (W912P4-23-D-0005); Roen Salvage Co.,* Sturgeon Bay, Wisconsin (W912P4-23-D-0006); and Morrish-Wallace Construction Inc.,* Cheboygan, Michigan (W912P4-23-D-0007), will compete for each order of the $260,000,000 firm-fixed-price contract for marine construction projects. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2028. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity.

Dyncorp International LLC, Fort Worth, Texas, was awarded a $12,500,000 modification (P00259) to contract W58RGZ-19-C-0025 for aviation maintenance services. Work will be performed in Kuwait, with an estimated completion date of Nov. 28, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $12,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

U.S. TRANSPORTATION COMMAND

Delaware River Stevedores Inc., Philadelphia, Pennsylvania (HTC711-23-D-R004), has been awarded a $95,331,627 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide stevedoring and related terminal services at the Military Ocean Terminal Sunny Point, North Carolina. The period of performance is from March 1, 2023, to Feb. 29, 2028. Transportation working capital funds were obligated at award. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity. 

WASHINGTON HEADQUARTERS SERVICES

University of Maryland, College Park, Maryland, is awarded an $80,000,000 modification (P00012) to increase the ceiling on an indefinite-delivery/indefinite-quantity contract (HQ003418D0005) to provide research and development support to the Office of the Under Secretary of Defense for Intelligence & Security. The University of Maryland will provide personnel trained in cultural and social systems, applied artificial intelligence, autonomy, augmentation, advanced computing, and emerging technologies. These personnel will support the cultivation of a government workforce proficient in the above areas; activities to support the integration and synthesis of varying perspectives on the above topics; and independent technical evaluation, verification, and guidance on practices or policies the above topics. The work will be performed at the University of Maryland in College Park, Maryland. The modification will raise the contract’s ceiling amount from $177,000,000 to $257,000,000. Fiscal 2023 research, development, test, and evaluation; and operations and maintenance funds in the amount of $80,000,000 are being obligated at the time of award. The estimated contract completion date is June 30, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Zimmer Biomet Spine Inc., doing business as ZimVie, Westminster, Colorado, has been awarded a maximum $48,895,527 fixed-price, indefinite-delivery/indefinite-quantity contract for spinal procedural packages and supplies. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(2), as stated in Federal Acquisition Regulation 6.302-2. This is a one-year base contract with four one-year option periods. The ordering period end date is Feb. 3, 2024. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-23-D-0015).

Fayetteville Public Works Commission, Fayetteville, North Carolina, has been awarded a maximum $9,882,562 modification (P00131) to a 40-year contract (SP0600-06-C-8253) with no option periods incorporating the change in water commodity charge rate for unregulated water services. This is a fixed-price, non-regulated tariff contract. The performance completion date is Sept. 25, 2046. Using military service is Army. Type of appropriation is fiscal 2023 through 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business

2/2

AIR FORCE

Amentum Services Inc., Germantown, Maryland, was awarded a $4,639,525,813 single-award, indefinite-delivery/indefinite-quantity contract for the Air Force Security Assistance and Cooperation Directorate, Parts and Repair Ordering System VI. This contract provides commercial buying services and is a performance-based service acquisition providing supply, maintenance and task order support services. This is a tri-service capable contract to support Air Force, Navy and Army Foreign Military Sales (FMS). Location of work performance will be determined at receipt of orders and is expected to be completed Feb. 28, 2038. This contract anticipates FMS to more than 105 foreign partner countries and is the result of a competitive acquisition with two offers received. FMS funds in the amount of $82,915 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8630-23-D-B001).

Cubic Defense Applications Inc., San Diego, California, was awarded an $8,855,317 cost-plus-fixed-fee contract for Halo-Enabled Resilient Mesh software and hardware prototype. This contract provides for the investigation, design, development, testing and demonstration of the capabilities of the Halo-Enabled Resilient Mesh (HERMes) system. This contract also includes the expansion of the technical capabilities of the high-capacity backbone communication system, including the development of the hardware used for this system, increases to the range of operating frequencies, optimization to the code and algorithms used in the system, and researching alternative capabilities to expand the type and number of operational platforms. Work will be performed in San Diego, California, and is expected to be complete by Feb. 3, 2025. This award is the result of a competitive acquisition and two offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $8,855,317 are being obligated at the time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-23-C-1501).

ARMY

Andritz Hydro Corp., Charlotte, North Carolina, was awarded an $81,623,642 firm-fixed-price contract to rehabilitate four turbine generators at the Old Hickory Hydro Power Plant. Bids were solicited via the internet with two received. Work will be performed in Hendersonville, Tennessee, with an estimated completion date of July 6, 2030. Fiscal 2023 civil construction funds in the amount of $81,623,642 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-23-C-0002). 

Keysight Technologies Inc., Colorado Springs, Colorado, was awarded a $28,616,166 firm-fixed-price contract for the CM-523/U battery-operated, handheld spectrum analyzer. 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 Jan. 29, 2028. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-D-0009).

Magruder Construction Co. Inc.,* Eolia, Missouri, was awarded a $25,000,000 firm-fixed-price contract for Upper Mississippi River restoration. 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 Feb. 1, 2026. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-23-D-0001).

Speegle Construction Inc.,* Niceville, Florida, was awarded an $18,750,753 firm-fixed-price contract for design/build construction for the Flightline Fire Station at Duke Field, Eglin Air Force Base. Bids were solicited via the internet with four received. Work will be performed at Eglin AFB, Florida, with an estimated completion date of July 26, 2024. Fiscal 2020 and 2022 military construction, Air Force funds in the amount of $18,750,753 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-23-C-0007).

Agile Defense Inc., Reston, Virginia, was awarded an $11,427,210 modification (P00004) to contract W9124P-22-F-0036 for technology support services. Work will be performed in Redstone Arsenal, Alabama, with an estimated completion date of Jan. 31, 2024. Fiscal 2021 aircraft procurement, Army funds in the amount of $11,427,210 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

NAVY

Computer Systems Center Inc.,* Springfield, Virginia, is awarded a $49,277,717 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract to provide systems engineering, systems architecture analysis, and data analysis for the advanced requirements characterization, engineering and representation process in support of mission planning systems for the F-35 Lightning II aircraft. Work will be performed in Springfield, Virginia, and is expected to be completed in February 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 via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893623D0018).

The Boeing Co., St. Louis, Missouri, is awarded a $24,535,422 firm-fixed-price modification (P00053) to a previously awarded, firm-price incentive (firm-target), cost-plus-incentive-fee contract (N0001918C1012). This modification adds scope to provide non-recurring engineering in support of addressing product baseline obsolescence to support MQ-25 low rate initial production. Work will be performed in St. Louis, Missouri (38%); San Diego, California (15%); Endicott, New York (13%); Goleta, California (11%); Cedar Rapids, Iowa (10%); Palm Bay, Florida (9%); and Clearwater, Florida (4%), and is expected to be completed in July 2023. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $24,535,422 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.

MNDPI Pacific JV, Honolulu, Hawaii, was awarded a $16,960,148 firm-fixed-price task order (N6274223F0301) under previously-awarded contract N62742-20-D-0004 for architecture-engineering services for the construction of a new concrete fixed single deck submarine repair pier at Polaris Point Submarine Base, Guam. Work will be performed in Piti, Guam, and is expected to be completed by September 2024. Fiscal 2023 military construction (Navy) funds will be obligated at the time the option is exercised and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $13,488,380 firm-fixed-price contract modification (P00003) to an order (N0001921F0213) against a previously issued basic ordering agreement (N0001919G0031).  This modification exercises an option to procure two modernized Very Low Frequency High Power Transmit Set production kits, 63 spares, 10 production support assets, and technical data for the E-6B Mercury aircraft.  Work will be performed in Richardson, Texas, and is expected to be completed in December 2023.  Fiscal 2023 aircraft procurement (Navy) funds in the amount of $13,488,380 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.

L3 Harris Technologies Inc. – Interstate Electronics Corp., Anaheim, California, is being awarded a $7,535,296 cost-plus-fixed-fee modification (P00013) for options under previously awarded and announced contract N00003022C2001 to provide services and support for flight test instrumentation systems. Work will be performed in Anaheim, California (55%); Cape Canaveral, Florida (30%); Washington, D.C. (7%); Barrow-in-Furness, United Kingdom (3%); Bremerton, Washington (2%); Kings Bay, Georgia (2%); and Laurel, Maryland (1%). Work is expected to be completed Sept. 30, 2025. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,557,247; fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,448,505; and fiscal 2023 other procurement (Navy) funds in the amount of $2,952,234 will be obligated at the time of modification. No funds will expire at the end of the current fiscal year. The total obligated dollar value of the modification is $6,957,986 and the total cumulative face value of the options being exercised is $7,535,296. This contract modification is being awarded to the Contractor on a sole source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the System for Award Management online portal. This contract award also benefits a foreign military sale to the United Kingdom. Strategic Systems Programs, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Avon Protection Ceradyne LLC, Irvin, California, has been awarded a maximum $38,747,625 modification (P00011) exercising the first one-year option period of a one-year base contract (SPE1C1-22-D-1516) with four one-year option periods for second generation advanced combat helmets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New Hampshire, with a Feb. 6, 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.

*Small business

2/3

ARMY

Vectrus Systems Corp., Colorado Springs, Colorado, was awarded a $264,951,370 modification (P00020) to contract W52P1J-21-F-0035 for the Enhanced Army Global Logistic Enterprise. Work will be performed at Fort Benning, Georgia, with an estimated completion date of Dec. 10, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $16,304,162 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $84,953,107 modification (P00401) to contract W56HZV-20-C-0050 for the Joint Light Tactical Vehicle Family of Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 31, 2024. Fiscal 2022 and 2023 U.S. Air Force baseline procurement funds; and fiscal 2023 other procurement, Army funds in the amount of $84,953,107 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Pine Bluff Sand and Gravel Co., White Hall, Arizona, was awarded an $18,470,195 modification (P00010) to contract W912P8-20-C-0002 for maintenance dredging. Work will be performed in New Orleans and Black Hawk, Louisiana, with an estimated completion date of Nov. 5, 2023. Fiscal 2023 civil construction funds in the amount of $18,470,195 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

AIR FORCE

Polskie Zaklady Lotnicze Sp. z.o.o., Mielec, Poland, has been awarded an $30,373,834.85 firm-fixed-price contract for M28 Block 05 aircraft. This contract provides for two new, commercially produced M28 Block 05 aircraft, associated aircraft training, spares package, medical equipment, six months of field service representative services, and ferry flight service for the M28 Block 05 aircraft from Mielec, Poland, to Kathmandu, Nepal. Work will be performed in Mielec, Poland, and is expected to be complete by April 30, 2025. This contract involves foreign military financing to Nepal. This award is the result of a country-directed sole-source acquisition. Foreign Military Financing funds in the amount of $29,232,835 are being obligated at the time of the award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8625-23-C-B001).

NAVY

Northrop Grumman Systems Corp., Rolling Meadows, Illinois, is awarded a $92,001,342 modification (P00004) to a previously awarded, fixed-price incentive (firm-target) contract (N0001922C0042). This contract procures weapon replaceable assemblies hardware to include: 297 advanced threat warning sensors, 64 control indicator unit replaceable replacements, 78 Department of the Navy (DoN) Large Aircraft Infrared Countermeasure (LAIRCM) processor units, 52 Guardian laser transmitter assemblies (GLTAs), 52 GLTA shipping containers, 150 high capacity cards, 79 large aircraft system processor replacement smart connector assemblies, 23 personal computer memory international association cards, and 97 battery kits, as well as associated systems engineering, technical support, analysis and studies in support of integration of the DoN LAIRCM system onto various aircraft for the Navy, Marine Corps, Army, and the Air Force Special Operations Command. Work will be performed in Rolling Meadows, Illinois (43%); Goleta, California (21%); Longmont, Colorado (9%); Apopka, Florida (8%); Blacksburg, Virginia (7%); Boulder Colorado (3%); Carlsbad, California (3%); Verona, Wisconsin (2%); Ashburn, Virginia (2%); Salt Lake City, Utah (1%); and Tripp City, Ohio (1%), and is expected to be completed in February 2025. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $60,328,269; fiscal 2023 aircraft procurement (Air Force) funds in the amount of $10,208,817; fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $525,505; fiscal 2022 aircraft procurement (Navy) funds in the amount of $18,034,148; fiscal 2022 aircraft procurement (Army) funds in the amount of $65,019; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $6,998,917; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $6,574,989 will be obligated at the time of award, $13,573,906 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

KPMG LLP, McLean, Virginia (N00189-23-D-Z003); ReefPoint Group LLC, Annapolis, Maryland (N00189-23-D-Z004); and Serco Inc., Herndon, Virginia (N00189-23-D-Z005), are being awarded an estimated $37,606,063 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple-award contract that will provide services and resources for performance and process improvement that focus on improving patient access, quality of care, and cost through improved efficiencies of “current state” resources in support to the Navy Bureau of Medicine and Surgery at its headquarters and medical treatment facility locations. Each contract will run concurrently and will include a 60-month base ordering period and an option for a six-month ordering period, which if exercised, will bring the total estimated value to $41,934,925. All work will be completed by January 2028; if the option is exercised, the ordering period will be completed by June 2028. Work will be performed in various contractor facilities identified at task order level that cannot be determined at this time (95%); and Falls Church, Virginia (5%). Fiscal 2023 operations and maintenance (Navy) funds in the amount of $100,000 will be obligated ($33,333 on each of the three contracts) to fund the contracts’ minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. The requirement was full and open competitive solicitation for the award of multiple contracts through SAM.gov with 15 offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

381 Constructors, Omaha, Nebraska, is awarded a $34,000,000 modification to previously awarded firm-fixed-price contract N40085-21-C-0077 for work at Multi-Mission Dry Dock 1 at the Portsmouth Naval Shipyard, Kittery, Maine. This award brings the total cumulative face value of the contract to $1,872,713,779. The contract modification is for removal of additional bedrock; removal of exfiltration measures; a change from secant to tangent pile construction, and project phasing changes to support post award delays and updated fleet schedules. Work will be performed in Kittery, Maine and is expected to be complete by June 2028. Fiscal 2022 military construction (Navy) funds in the amount of $3,700,000; and fiscal 2023 military construction (Navy) funds in the amount of $12,800,000 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 Atlantic, Officer in Charge of Construction, Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity (N40085-21-C-0077).

Environmental Chemical Corp.,* Burlingame, California, is awarded a $20,291,410 firm-fixed-price contract for taxiway and apron upgrades. This contract provides for the repair and upgrade of existing airfield pavement to support the P-8A mission at Naval Air Station Sigonella, Italy. Work will be performed at Sigonella, Italy, and will be completed by November 2025. Fiscal 2019 military construction funds in the amount of $20,291,410 will be obligated at time of award. Funds will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with four offers received. The Naval Facilities Engineering Systems Command Atlantic, Norfolk Virginia, is the contracting activity (N62470-23-C-0001).

Woodward Inc., Rockford, Illinois, is being awarded $17,161,040 for a firm-fixed-price requirements, long-term contract for the repair of hydro mechanical units which are interchangeable with the nomenclature main fuel controls used on the T700 401C engines. This contract includes a two-year period with no options. All work will be performed in Rockford, Illinois, and work is expected to be completed by February 2025. No funding will be obligated at the time of award. Working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. One firm 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 (N00383-23-D-DN01).

DEFENSE LOGISTICS AGENCY

Federal Prison Industries Inc.,** doing business as UNICOR, Washington, D.C., has been awarded a maximum $22,641,000 modification (P00013) exercising the third one-year option period of a one-year base contract (SPE1C1-20-D-F057) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas, Illinois and North Carolina, with a Feb. 5, 2024, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania is the contracting activity.

*Small business
**Mandatory source

Author

  • Ashley Jones

    Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

This entry was posted on Monday, February 06, 2023 8:30 am

Leave a Reply

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

Notify me of updates to this conversation