INSIDE THE

NEWS + ADVICE

DoD Contracts: ManTech Advanced Systems International, Vectrus Systems Corp., CACI, SAIC, Week of 9-19-22 to 9-23-22

Posted by Ashley Jones

9/19

AIR FORCE

Ideas, Commitment, Results Inc., Aurora, Colorado, has been awarded a $532,000,000 indefinite-delivery/indefinite-quantity contract to support accelerated special programs for emergent needs. This contract provides unique solutions in the areas of data analytics, data science, machine learning, and visualization techniques. Work will be performed in Aurora, Colorado, and is expected to be completed in September 2032. This award is a sole source Small Business Innovation Research (SBIR) Phase III contract. Fiscal 2022 research, development, technology and evaluation funds in the amount of $500,000 are being obligated on the initial delivery order at the time of the contract award. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8726-22-D-B001). 

PKL Services Inc., Poway, California, has been awarded a $110,768,243 contract for Republic of Singapore Air Force (RSAF) flight operations and maintenance support training. This contract provides for F-15SG maintenance and operations training for the RSAF. Work will be performed at Mountain Home Air Force Base, Idaho, and is expected to be completed by Sept. 30, 2027. This contract involves Foreign Military Sales to the Republic of Singapore. This contract was a competitive acquisition and four offers were received. Foreign Military Sales funds in the amount of $19,683,053 are being obligated at time of award. The 366th Financial Acquisition Squadron, Mountain Home AFB, Idaho, is the contracting activity (FA489722C0015).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $26,448,240 firm-fixed-price modification (P00072) to previously awarded contract FA8615-17-C-6047 for Active Electronically Scanned Array radars of Air Force F-16 aircraft. This modification is for the exercise of an option to include 13 production radars. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed July 31, 2025. The total cumulative face value of the contract is $1,244,428,218. Fiscal 2022 aircraft procurement funds in the amount of $26,448,240 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Mississippi Department of Rehabilitation Services, Madison, Mississippi, has been awarded an $8,138,737 modification (P00032) to exercise an option on previously awarded contract FA301018C0007 for full food services. Work will be performed at Keesler Air Force Base, Mississippi, and is expected to be completed by Sept. 30, 2023. Fiscal 2023 operations and maintenance funds in the amount of $8,138,737 will be obligated when available. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

General Dynamics Land Systems Inc., Sterling Heights, Michigan, has been awarded a maximum $414,770,340 modification (P00005) to a five-year base contract (SPE7LX-21-D-0110) with one four-year option period for multiple items used in the Abrams Main Battle Tank, Stryker Family of Vehicles, Light Armored Vehicle Family of Vehicles, Cougar, Buffalo and RG-31. This is a firm-fixed-price, indefinite-delivery/definite-quantity contract. The delivery order end date is Sept. 28, 2029. Using military service is Army. Type of appropriation is fiscal 2022 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio.

American Apparel Inc.,* Selma, Alabama, has been awarded a maximum $22,938,585 modification (P00008) exercising the first one-year option period of a one-year base contract (SPE1C1-21-D-1481) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 28, 2023, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

MetroStar Systems Inc., Reston, Virginia, is awarded a $155,000,000 single-award, indefinite-delivery/indefinite-quantity contract (M95494-22-D-0013) with a five-year ordering period in order to provide the Marine Corps Technology Services Organization with Business Information Systems support services. This contract includes a five-year ordering period with a maximum value of $155,000,000. Work will be performed in Indianapolis, Indiana (99%); and various places below one percent (1%). Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $5,925,411 will be obligated at the time of award. Subsequent funding will be provided on a task order basis with an estimated ordering period expiration date of September 2027. This contract was competitively solicited on the System for Award Management website, with three proposals received. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity.

ManTech Advanced Systems International Inc., Herndon, Virginia, is awarded a $99,341,433 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for ongoing engineering and technical services, to include research, development, integration, analysis, acquisition, and technical training support, as well as configuration management, technical and programmatic documentation development, program management, and project planning in support of the Naval Air Systems Command Weaponeering Integration, Naval Air Training and Operating Procedures Standardization, Naval Aviation Technical Information Product Team. Work will be performed in Oceana, Virginia (26%); Herndon, Virginia (18%); Patuxent River, Maryland (17%); LeMoore, California (17%); Whidbey, Washington (17%); and Fallon, Nevada (5%), and is expected to be completed in September 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Aviation Division, Patuxent River, Maryland, is the contracting activity (N0042122D0101).

The Boeing Co., St. Louis, Missouri, is awarded a $51,700,000 firm-fixed-price contract to procure the final 51 Advanced Capabilities Mission Computers retrofit kits (49 kits for EA-18G aircraft and two kits for software integration labs) in support of meeting the Navy’s mission requirements for the EA-18G aircraft. Work will be performed in Bloomington, Minnesota (68.3%); St. Louis, Missouri (21.8%); and Linthicum Heights, Maryland (9.9%), and is expected to be completed in September 2025. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $11,150,980; fiscal 2021 aircraft procurement (Navy) funds in the amount of $17,233,333; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $23,315,686 will be obligated at the time of award, $23,315,686 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1(a)(2)(ii)(B). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0013).  

Gibbs & Cox Inc., Arlington, Virginia (N6449822D4008); HII Fleet Support Group LLC, Virginia Beach, Virginia (N64498-22-D-4009); NDI Engineering Co.,* Thorofare, New Jersey (N64498-22-D-4010); Noblis Mission Solutions for Defense LLC, Philadelphia, Pennsylvania (N64498-22-D-4011); and VISTA Technology Services Inc., Arlington, Virginia (N64498-22-D-4012), are awarded a combined $47,458,616 firm-fixed-price and cost-plus-fixed fee, indefinite-delivery/indefinite-quantity contract for the procurement of engineering and technical services for the design of small to large-scale test sites at the Naval Surface Warfare Center Philadelphia Division (NSWCPD). The procurement includes design planning for hull, mechanical, and electrical systems and equipment, the DDG-51 land-based engineering site, and current and future test sites at NSWCPD and the required design support may range in scope from design of small test stands to full scale land based test and engineering sites, replicating actual shipboard systems and ancillary equipment to be installed at NSWCPD. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. Work will be performed primarily off-site at the contractor’s facilities, in either New Jersey, Pennsylvania, or Virginia (83%). The remaining work will be performed at the government site in Philadelphia, Pennsylvania (15%); and other government sites (2%) including Washington, D.C.; Newport News, Virginia; Pascagoula, Mississippi; Bath, Maine; Bremerton, Washington; Marinette, Wisconsin; and other sites as directed. Work will be assigned according to the selected awardee for individual task orders and is expected to be completed by September 2028. Fiscal 2022 research, development, test, and evaluation appropriation account funds in the amount of $500.00 will be obligated at time of award. This contract was competitively procured via the Federal Business Opportunities website, with five offers received. The Naval Surface Warfare Center Philadelphia Division (NSWCPD), Philadelphia, Pennsylvania, is the contracting activity.  

Johnson Controls Building Automation Systems Inc., Rockville, Maryland, is awarded a $28,599,980 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for maintenance and installation services for intrusion detection, fire dialer communication, card access, and closed-circuit television systems for approximately 300 buildings at Naval Air Station Patuxent River, Webster Field Annex, and Naval Recreation Center Solomons Annex, Maryland. Work will be performed in Patuxent River, Maryland (70%); St. Inigoes, Maryland (28%); and Solomons, Maryland (2%), and is expected to be completed in August 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Aviation Division, Patuxent River, Maryland, is the contracting activity (N0042122D0099).

Frontier Technology Inc.,* Beavercreek, Ohio, is awarded a $17,834,767 cost-plus-fixed-fee modification to previously awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0006 to add Option Year 3 and Option Year 4, and exercise Option Year 3 for continued support for affordability and readiness assessment decision support. The work will be performed in Beavercreek, Ohio, and is expected to be completed by September 2023. Fiscal 2022 research and development funding of $50,000 dollars will be obligated on the first task order at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity.

Walga Ross Group 3 JV,* Joplin, Missouri, is awarded a $14,080,570 firm-fixed-price task order (N6945022F0395) under a multiple award construction contract (N69450-22-D-0008) to provide renovations to Building 928, Applied Instruction Survival and Training Facility, at Naval Air Station Jacksonville, Florida. The work to be performed provides for interior renovations/reconfiguration of office and classroom spaces, and locker room, exterior concrete foundation wall repair, cleaning and painting of exterior concrete foundation wall and precast panels, removal of rooftop solar water heating system, replacement of roofing/insulation system, extension of existing fire protection system, installation of a mass notification system, replacement of mechanical equipment, replacement of lighting fixtures, installation/extension of communication system, renovation of an interior training pool, and installation of dehumidification unit. The contract also contains one unexercised option, which if exercised, would increase the cumulative contract value to $14,367,575. Work will be performed in Jacksonville, Florida, and is expected to be completed by November 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $14,080,570 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

General Atomics, San Diego, California, is awarded an $11,543,664 firm-fixed-price modification (P00080) to a previously awarded contract (N0001914C0037). This modification adds scope to procure aircraft carrier USS John F. Kennedy (CVN-79) advanced arresting gear (AAG) and Electromagnetic Aircraft Launch System (EMALS) installation and checkout (INCO) spares plus up and AAG INCO spares plus-up deliveries. Additionally, this modification procures eight braking choppers, provides blast and repaint for two Launch Motor Subsystem (LMS) trough covers full length and one LMS trough cover half-length in support of upgrades to EMALS items to the latest approved configuration. Also included in this modification are changes to cost and schedule impacts associated with CVN-79 EMALS and AAG line replaceable units and position sensor blocks as directed. Work will be performed in San Diego, California (67.9%); Tupelo, Mississippi (26.2%); and Lakehurst, New Jersey (5.9%), and is expected to be completed in July 2025. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $11,543,664 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Kunj Construction Corp.,* Northvale, New Jersey, is awarded an $11,484,248 firm-fixed-price task order (N4008522F6390) under a multiple award construction contract (N40085-21-D-0054) for a design-bid-build, Building 4A, at Naval Support Activity Philadelphia, Pennsylvania. The work to be performed provides for renovation of the Defense Contract Management Agency office to provide modernized staff workspaces. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2024. The maximum dollar value including the base period and options is $14,603,468. Fiscal 2022 operation and maintenance (DoD) funds in the amount of $11,484,248 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity. 

ARMY

Conti Federal, Orlando, Florida, was awarded a $140,907,850 firm-fixed-price contract for construction of a new aircraft complex. Bids were solicited via the internet with six received. Work will be performed in Cheyenne, Wyoming, with an estimated completion date of April 7, 2025. Fiscal 2018 military construction, Air Force, funds in the amount of $140,907,850 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0029). (Awarded Sept. 16, 2022)

C.T.L. Forest Management Inc.,* Diamond Springs, California (W91238-22-D-0021); Landology Inc.,* Roseville, California (W91238-22-D-0022); HGS LLC,* Warrenton, Virginia (W91238-22-D-0023); and Forgen LLC, Rocklin, California (W91238-22-D-0024), will compete for each order of the $49,900,000 firm-fixed-price contract for tree mitigation and vegetation clearing. 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 Sept. 18, 2027. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Acuity International LLC, Reston, Virginia, was awarded a $21,621,150 firm-fixed-price contract for medical examination 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 Sept. 19, 2027. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K04-22-D-0016).

Columbia Helicopters Inc., Aurora, Oregon, was awarded a $14,400,000 firm-fixed-price contract for aft rotary wing heads. 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 June 30, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-F-0477).

G&G Steel Inc.,* Russellville, Alabama, was awarded an $11,707,681 modification (P00002) to contract W912ES-22-C-0002 for the fabrication of miter gate assemblies to be used in two upper Mississippi River locks and dams. Work will be performed in Russellville, Alabama, with an estimated completion date of Sept. 30, 2026. Fiscal 2022 civil operation and maintenance funds in the amount of $11,707,681 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota, is the contracting activity. (Awarded Sept. 16, 2022)

H.B. Construction Inc., Platte City, Missouri, was awarded a $14,178,505 firm-fixed-price contract for a levee raise, the construction of seepage berms, stability berms, modifications of ditches and repair of gatewell structures and pipes. Bids were solicited via the internet with five received. Work will be performed in Napoleon, Missouri, with an estimated completion date of March 28, 2024. Fiscal 2022 civil construction funds in the amount of $14,178,505 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1027). (Awarded Sept. 16, 2022)

Manson Construction Co., Seattle, Washington, was awarded a $9,925,000 firm-fixed-price contract for the removal and satisfactory disposal of all material excavated from the Baptiste Collette Bar Channel. Bids were solicited via the interest with five received. Work will be performed in Plaquemines, Louisiana, with an estimated completion date of March 3, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $9,925,000 were obligated at the time of the awards. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity. (W912P8-22-C-0052). (Awarded Sept. 16, 2022)

Columbia Helicopters Inc., Aurora, Oregon, was awarded a $9,790,000 firm-fixed-price contract for Chinook forward rotary wing heads. 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 June 30, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-F-0473).

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Carahsoft Technology Corp., Reston, Virginia, has been awarded a hybrid firm-fixed-price/labor hour call order in the amount of $138,077,939 under Carahsoft’s Department of Defense Enterprise Software Initiative blanket purchase agreement N6600119A0120 for the Defense Counterintelligence and Security Agency (DCSA). The call order, HS0021-21-F-0073, provides DCSA ServiceNow licenses, learning credits, and implementation and tailoring services. One quotation was received for this call order. Work will be performed in Reston, Virginia, with an estimated completion of Sept. 16, 2027 (with options). Fiscal 2022 DCSA defense working capital funds in the amount of $19,392,903; and operation and maintenance funds in the amount of $5,878,162 were obligated at the time of award. The cumulative face value of the contract to date is $138,077,939. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Strategic Analysis Inc., McLean, Virginia, has been awarded a $14,446,314 modification (P00025) to previously awarded contract HR0011-19-F-0101 for engineering, artificial intelligence / machine learning, social science, chemistry, physics, mathematics, materials and front office technical and administrative support services. The modification brings the total cumulative face value of the contract to $43,956,836 from $29,510,522. Work will be performed in Arlington, Virginia, with an expected completion date of September 2023. Fiscal 2022 funds are being obligated in the amount of $5,456,445. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

Chimes District of Columbia Inc., Baltimore, Maryland, is awarded a $7,826,887 modification to exercise an option year on a firm-fixed-price contract (HQ003422C0009) to provide custodial services to the Pentagon’s third and fourth floors. The total amount of this action if all options are exercised is $96,137,612, with an estimated completion date of Nov. 30, 2031. Fiscal 2022 Pentagon Reservation Maintenance Revolving Funds in the amount of $7,826,887 are being obligated at the time of the award. Work will be performed at the Pentagon. Chimes District of Columbia Inc. is an AbilityOne contractor. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

*Small business

9/20

DEFENSE LOGISTICS AGENCY

Noble Supply and Logistics,* Boston, Massachusetts (SPE8E3-19-D0011/P00007); SupplyCore Inc.,* Rockford, Illinois (SPE8E3-19-D0012/P00007); and Vizocom ICT LLC,* El Cajon, California (SPE8E3-19-D0013/P00007), have each been awarded a maximum $500,000,000 modification exercising the first one-year option period of a three-year base contract with two one-year option periods under solicitation SPE8E3-18-R-0010 for facilities maintenance, repair and operations support in the Central Command Area of Responsibility. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Bahrain, Egypt, Iran, Iraq, Jordan, Kuwait, Lebanon, Oman, Qatar, Saudi Arabia, Syria, the United Arab Emirates, Yemen, Afghanistan, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, and Uzbekistan, with an Oct. 1, 2023, ordering period end date. 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. 

American Water Military Services LLC, Camden, New Jersey, has been awarded a $269,130,600 modification (P00022) to a 50-year contract (SP0600-20-C-8330) with no option periods for the ownership, operation and maintenance of additional water and wastewater utility systems at Joint Base Lewis-McChord, Washington. This is a fixed-price with economic-price-adjustment contract. Location of performance is Washington, with a Sept. 30, 2071, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $19,380,500 modification (P00004) exercising the third one-year option period of a one-year base contract (SPE2D1-19-D-0035) with four one-year option periods for dual-aeromedical certified defibrillators and accessories. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 19, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2022 through 2023 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $9,655,057 modification (P00018) exercising the fourth one-year option period of a one-year base contract (SPE1C1-18-D-1093) with four one-year option periods for men’s short sleeve, khaki, athletic and classic shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New York, with a Sept. 27, 2023, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: DiSorb Systems Inc.,* Philadelphia, Pennsylvania (SPE2DH-22-D-0018, $45,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R0002 and awarded Feb. 10, 2022.

NAVY

FLIR Systems Inc., North Billerica, Massachusetts, is awarded a $48,728,953 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Maritime Forward Looking Infrared (MARFLIR) II and SeaFLIR 280HD Electro-Optic Sensor System configurations. Work will be performed in North Billerica, Massachusetts, and is expected to be completed by March 2027. Working capital (Department of Defense) funds will be obligated at time of award in amount of $2,906,968 and will not expire at the end of the current fiscal year. This contract action was not competitively procured pursuant to 10 U.S. Code 2304(c) (1) — only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016422DJQ06). 

BAE Systems Inc., San Diego, California, is awarded a $30,292,592 firm-fixed-price delivery order under existing indefinite-definite/indefinite-quantity contract (N00024-17-D-2321) for execution efforts in support of DDG 1001 post shakedown availability, under contract line item number 0003 — industrial efforts and material for 68 work items. Work will be performed in San Diego, California, and is expected to be completed by May 2023. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $30,209,592 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding Bath, Detachment San Diego, San Diego, California, is the contracting activity.

Chae & Nam Universe Inc., National City, California (N55236-22-D-0008); Delphinus Engineering, Eddystone, Pennsylvania (N55236-22-D-0009); Epsilon Systems Solutions Inc., San Diego, California (N55236-22-D-0010); and Q.E.D Systems Inc., Virginia Beach, Virginia (N55236-22-D-0011), are awarded a $20,324,743 firm-fixed-price, multiple award, indefinite-delivery/indefinite-quantity contract with a five-year ordering period to provide support to submarines homeported or docked in San Diego, California. The contract will provide non-nuclear and non-Submarine Safety Program submarine support for planned maintenance availabilities and unplanned emergent work. These four companies will have an opportunity to compete for individual delivery orders. The contract ordering period begins Sept. 29, 2022, and ends on Sept. 28, 2027. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $40,000 ($10,000 for minimum guarantee per contract) will be obligated under each contract’s initial delivery order and expires at the end of the current fiscal year. These contracts were competitively procured via the System for Award Management website, with five offers were received. The Southwest Regional Maintenance Center, San Diego, California, is the contracting activity (N55236-22-D-(0008-0011).

Kinetic Protection LLC,* Stillwater, Minnesota, is awarded a $16,273,005 firm-fixed-price contract for advanced ballistic shields. This contract will procure lateral and center panel assemblies to provide advanced ballistic shielding for crew manned weapon stations on nuclear aircraft carriers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $22,977,537. Work will be performed in Bloomington, Minnesota, and is expected to be completed by September 2024. Fiscal 2021 weapons procurement (Navy) funds in the amount of $16,273,005 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)(5) — authorized by statue. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5350).

Raytheon Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $14,688,835 modification (P00040) to a previously awarded cost-plus-fixed-fee contract (N0001918C1021). This modification adds scope to provide tooling equipment to assist the production of Lot 14 F-135 Propulsion Systems for the Air Force, Navy, Marine Corps and non-U.S. Department of Defense (DOD) participants. Work will be performed in LaPorte, Indiana (18%); Syracuse, New York (17%); Oxford, Alabama (11%); El Cajon, California (7%); Granby Connecticut (6%); Cleveland, Ohio (5%); Manchester, Connecticut (4%); Millersburg, Oregon (4%); Whitehall, Michigan (4%); Knittlingen, Germany (3%); Ronkonkoma, New York (2%); Grand Rapids, Michigan (2%); Winslow, Maine (2%); Newington, Connecticut (1%); Portland, Oregon (1%); Midway, Georgia (1%); Avilla, Iowa (1%); Dover, New Jersey (1%); various locations within the continental U.S. (CONUS) (8%); and various locations outside the CONUS (2%), and is expected to be completed in October 2023. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,036,818; fiscal 2020 aircraft procurement (Air Force) funds in the amount of $6,036,817; and non-U.S. DOD participant funds in the amount of $2,615,200 will be obligated at the time of award, $12,073,635 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Bristol Design Build Services LLC,* Anchorage, Alaska, is awarded a $12,926,273 firm-fixed-price task order (N4425522F4392) under a multiple award construction contract (N44255-17-D-4033) to install fire protection and egress design at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Washington. Work to be performed provides for fire protection upgrade and repair, and building egress compliance for Building 107. Work will be performed in Bremerton, Washington, and is expected to be completed October 2024. Fiscal 2022 operation and maintenance (Navy) funds in the $12,926,273 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured with two proposals received. The Naval Facilities Engineering Systems Command, Northwest, Silverdale, Washington, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded a $10,129,673 modification (P00010) to a firm-price-incentive-fee order (N0001919F2410) against a previously issued basic ordering agreement (N0001916G0001). This modification adds scope to procure special tooling and special test equipment to include one Infrared Receiver (IR) Sensor Char, one IR Receiver Advanced Test Platform (ATP), one IR Receiver Ambient, one Processor Ambient/ATP, and one IR Receiver Full Mechanical in support of the F/A-18 Infrared Search and Track Program. Work will be performed in Orlando, Florida (82%); and St. Louis, Missouri (18%), and is expected to be completed in December 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $10,129,673 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Hydronalix Inc.,* Green Valley, Arizona, is awarded a $9,114,086 cost-plus-fixed-fee order (N6833522F0152) against a previously issued basic ordering agreement (N6833522G0002). This order provides advanced concept unmanned vehicle hardware integration with sensor payloads, control software and communication systems to expand the capabilities of a series of micro-unmanned surface and aerial vessels to meet or exceed current Marine Corps Littoral Explosive Ordinance Neutralization Program Office requirements in support of Small Business Innovation Research (SBIR) Phase III requirement under the following multiple SBIR topics: N102-182 titled “Compact, lightweight Autonomous Underwater Vehicle (AUV) with robust navigation and range for riverine reconnaissance”; N171-010 titled “Additive Manufacturing Technology for Sonobuoy Applications”; N201-X01 titled “ADAPT – Advanced, Agile Manufacturing of Limited-Production Swarming Unmanned Systems (UxS) to Support Humanitarian Assistance and Disaster Relief (HADR) Operations”; N20A-T006 titled “High Efficiency Propeller for Small Unmanned X Systems (UxS)”; DARPA HR001119S0035-09 titled “Expeditionary Maritime Mine Countermeasures”; NOAA 9.4.01 titled “Unmanned Aircraft System: Rapid Response for Natural Disasters”; and DOE18b titled “SEARCHER – Sea Remote Controlled Hydrographic Explorer and Recorder”. Work will be performed in Green Valley, Arizona, and is expected to be completed in September 2026. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $120,000; and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,500,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

DRS Laurel Technologies, Johnstown, Pennsylvania, is awarded an $8,671,299 firm-fixed-price modification to previously awarded contract N00024-18-C-5395 to exercise options for production of the AN/SPQ-9B radar systems and associated equipment. Work will be performed in Largo, Florida, and is expected to be completed by May 2025. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $4,335,818 (50%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $4,335,481 (50%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Nova Photonics Inc., Princeton, New Jersey, is awarded an $8,657,330 cost-plus fixed fee, firm-fixed-price contract with options. This effort is for the continued development of the optical filter technology under Naval Information Warfare Systems Command Small Business Innovation Research (SBIR) Topic N06-095. The primary products of this SBIR Phase III contract is to update and deliver four active filters with options for government integration and demonstration support; production of 12 active filters; development of additional wavelengths; and production of 12 wavelengths for active filters. Work will be performed in Princeton, New Jersey, with an expected completion date of December 2029. This contract includes four options which, if exercised, would bring the cumulative value of this contract to an estimated $8,657,330. If all options are exercised, work could continue until December 2029. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $757,000 will be obligated at the time of award. Contract funds will not expire at the end of the current fiscal year. This contract is awarded as a sole source under the under the authority of 10 U.S. Code 2304(c)(5) — authorized or required by statute. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-22-C-0014). 

AECOM Technical Services Inc., Los Angeles, California, is awarded an $8,512,943 cost-plus-award-fee modification to a previously awarded task order (N6274222F0212) for comprehensive long-term environmental action at various sites within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. This modification provides for environmental technical services to address petroleum contamination near the Red Hill Pumping Station at Joint Base Pearl Harbor-Hickam, Hawaii. This award brings the total cumulative face value of the contract to $8,532,674. Work will be performed in Oahu, Hawaii, and is expected to be completed by December 2025. Fiscal 2022 commander, Navy Installation Command funds in the amount of $8,512,943 will be obligated at time of award, and will not expire at the end of the current fiscal year. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity (N62742-17-D-1800). 

Raytheon Co., Tucson, Arizona, is awarded an $8,370,720 cost-plus-fixed-fee modification to previously awarded contract N0002418C5407 to exercise options and incrementally fund existing contract line items for Standard Missile depot and intermediate level repair and maintenance. Work will be performed in Tucson, Arizona, and is expected to be completed by January 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $7,140,550 (84%); Foreign Military Sales (FMS) Spain funds in the amount of $811,000 (10%); FMS Japan funds in the amount of $188,408 (2%); FMS Korea funds in the amount of $133,662 (2%); FMS Germany funds in the amount of $56,100 (1%); and FMS Taiwan funds in the amount of $41,000 (1%) will be obligated at time of award, of which, funding in the amount of $7,140,550 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Resource Management Associates Inc.,* Davis, California, was awarded a $36,772,273 firm-fixed-price contract for support for two U.S. Army Corps of Engineers Automated Information Systems, the Water Management Enterprise System and the Corps Water Management System. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 19, 2027. U.S. Army Corps of Engineers, Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the contracting activity (W912HQ-22-D-0012).

Sikorsky, Stratford, Connecticut, was awarded a $32,833,949 modification (P00004) to contract W58RGZ-22-C-0010 to exercise an option for two UH-60M aircraft for Foreign Military Sales. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2010 Foreign Military Sales (Jordan) funds in the amount of $32,833,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Ahtna SWCP JV, Irving, California, was awarded a $24,919,590 firm-fixed-price contract for construction services of a retardant pit and taxiway renovations. Bids were solicited via the internet with one received. Work will be performed in Redding, California, with an estimated completion date of May 12, 2023. Fiscal 2019 military construction, Army, funds in the amount of $24,919,590 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0028).

Manson Construction Co., Seattle, Washington, was awarded a $17,215,800 firm-fixed-price contract for maintenance dredging portions of the Jacksonville Harbor channel. Bids were solicited via the internet with six received. Work will be performed in Jacksonville, Florida, with an estimated completion date of May 8, 2023. Fiscal 2022 civil construction funds in the amount of $17,215,800 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-22-C-0015).

Walga Ross Group 3 JV,* Joplin, Missouri, was awarded a $15,858,910 firm-fixed-price contract for construction of the Immigrations and Customs Enforcement Dormitory. Five bids were solicited via the internet with three received. Work will be performed in El Paso, Texas, with an estimated completion date of Oct. 19, 2024. Fiscal 2010 Department of Homeland Security, immigrants and customs funds in the amount of $15,858,910 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W518EA-22-F-0019).

UVSheltron Inc., Pontiac, Michigan, was awarded an $8,976,780 firm-fixed-price contract for the procurement and installation delivery of electric vehicle charging facilities. Bids were solicited via the internet with nine received. Work will be performed in Anniston, Alabama; Toole, Utah; New Boston, Texas; Richmond, Kentucky; McAlester, Oklahoma; Middletown, Iowa; White Hall, Arkansas; Herlong, California; Coolbaugh Township, Pennsylvania; Chambersburg, Pennsylvania; Pueblo, Colorado; Concord, California; Hawthorne, Nevada; Watervliet, New York; Corpus Christi, Texas; Radford, Virginia; Crane, Indiana; Kingsport, Tennessee; Independence, Missouri; Scranton, Pennsylvania; and Southport North, Carolina, with an estimated completion date of Dec. 30, 2022. Fiscal 2022 operation and maintenance, Army funds in the amount of $8,976,780 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0036).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded an $8,978,791 cost-plus-fixed-fee contract for system technical support and system sustainment technical support for the Mine Resistant Ambush Protected All-Terrain Vehicle. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0116).

AIR FORCE

XL Scientific LLC, Albuquerque, New Mexico, has been awarded a $19,492,949 cost-reimbursement contract for high powered electromagnetics (HPEM) technology development, acquisition, transformation and support. This contract will collect and analyze empirical effects data against a broad range of electronics, to capture HPEM effects at the device, circuit, and system levels. Work will primarily be performed in Albuquerque, New Mexico, and is expected to be completed by September 2027. This award is the result of a competitive acquisition with two offers received. Fiscal 2022 research, development, test and evaluation funds of $2,939,000 will be obligated at the time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9451-22-C-A011).  

BAE Systems Information and Electronic Systems Integration Inc., Nashua, New Hampshire, has been awarded a $8,349,794 cost-plus-fixed-fee competitive contract to demonstrate machine-generated strategies capable of competing with humans in the planning of real warfare developed under the Defense Advanced Research Projects Agency’s Strategic Chaos Engine for Planning, Tactics, Experimentation and Resiliency program. Work will be performed in Nashua, New Hampshire, and is expected to be complete by May 21, 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $500,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-7216).

Textron Aviation Defense LLC, Wichita, Kansas, has been awarded $7,694,439 modification (P00001) to remove work, incorporate additional work and exercise an option to a previously awarded contract FA8617-22-C-6238 for Building Partner Capacity T-6C Program – Tranche 1. This descope and add work contract modification provides for the configuration change of the T-6C aircraft being produced under the basic contract. This modification also provides for the exercise of an option for an additional quantity of six personal life support equipment being produced under the basic contract via option exercise. Work will be performed in Wichita, Kansas, and is expected to be complete by Sept. 30, 2024. This contract involves pseudo-Foreign Military Sales. This award is the result of a sole source acquisition. Fiscal 2021 and 2022 Building Partnership Capacity funds in the amount of $7,694,439 are being obligated at the time of award. Total cumulative face value of the contract is $45,836,457. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Infoscitex Corp., Dayton, Ohio, has been awarded a $7,500,000 indefinite-delivery/indefinite-quantity contract for the support of the Life Support Systems Scientific Test, Analysis and Qualification Lab (LSS STAQ). This contract provides for a variety of tests and evaluations needed for the pilots, aircrew and airmen that pilot, utilize and work with the various aircraft platforms within the Air Force. Work will be performed in Dayton, Ohio, and is expected to be complete by Sept. 20, 2027. This award is the result of a sole source acquisition. Fiscal 2022 funds in the amount of $677,997 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8606-D-0001 and FA8606-22-F-0002).

CORRECTION: The Sept. 19, 2022, announcement of a contract award to PKL Services Inc., Poway, California (FA489722C0015), for Republic of Singapore Air Force flight operations and maintenance support training, included an incorrect value of award and obligated amount at time of award. PKL Services Inc. was actually awarded a $105,781,956 contract, with $16,358,862 being obligated at time of award. 

*Small business

9/21

NAVY

Raytheon Co., Tewksbury, Massachusetts, is awarded a $160,171,318 firm-fixed-price, cost-plus-fixed-fee, and cost-only contract for Dual Band Radar (DBR) design agent and technical engineering efforts. Engineering efforts and supplies are required to support the DBR systems installed aboard CVN-78 and DDG-1000 class ships. This contract includes options which, if exercised, would bring the cumulative value of this contract to $440,640,174. Work will be performed in Tewksbury, Massachusetts (40%); Marlborough, Massachusetts (20%); San Diego, California (15%); Norfolk, Virginia (10%); Andover, Massachusetts (5%); Portsmouth, Rhode Island (5%); and Chesapeake, Virginia (5%), and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2027. Fiscal 2022 other procurement (Navy) funds in the amount of $6,897,084 (96%); fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $175,000 (2%); and fiscal 2022 operation and maintenance (Navy) funds in the amount of $135,397 (2%) will be obligated at time of award, of which $135,397 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(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 (N00024-22-C-5501).

DRS Systems Inc., Melbourne, Florida, is awarded a $69,235,545 indefinite-delivery/indefinite-quantity contract (N6523622D1010) with provisions for firm-fixed-price, cost-plus-fixed-fee, and cost orders. The contract will provide for the delivery of the Next Generation Integrated Voice Communication System (NG-IVCS) on board DDG-51 and CG-47 class ships, as well as other platforms. This contract will also provide for the delivery of a design information package, as well as incidental services for the NG-IVCS. The contract includes a five-year base ordering period with a potential value of $69,235,545 and a five-year option-ordering period which, if exercised, would bring the cumulative potential value of this contract to $171,167,769. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $164,893 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Melbourne, Florida (50%); Norfolk, Virginia (35%); and San Diego, California (15%). Work is expected to be completed by September 2027. If the option is exercised, work could continue until September 2032. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command – Electronic Commerce Central and System for Award Management websites, with two offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Lyon Shipyard Inc.,* Norfolk, Virginia (N42158-22-D-S003); Colonna’s Ship Yard Inc.,* Norfolk, Virginia (N42158-22-D-S004); Fairlead Boatworks Inc.,* Newport News, Virginia (N42158-22-D-S005); and QED Systems Inc., Virginia Beach, Virginia (N42158-22-D-S006), are awarded a combined $43,600,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide maintenance services to fender and camel systems as well as service craft under the custodianship of Norfolk Naval Shipyard. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at the time of award. The contracts have a base one-year ordering period with four optional one-year ordering periods which, if exercised, would bring the cumulative value to $43,600,000 over a five-year period to the four vendors combined. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2027. Fiscal 2022 operations and maintenance (Navy) funding in the amount of $4,000 ($1,000 minimum guarantee per contract) will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with seven offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

M.A. Mortenson Co., Minneapolis, Minnesota, is awarded a $24,257,556 firm-fixed-price modification to previously awarded contract (N69450-18-C-0905). This modification provides for the unforeseen steel repairs to Explosive Handling Wharf #1 at Naval Submarine Base Kings Bay, Georgia. This modification brings the total cumulative value of the contract to $128,817,353. Work will be performed in St. Marys, Georgia, and is expected to be completed by December 2023. Fiscal 2018 operation and maintenance (Navy); and fiscal 2019 operation and maintenance (Navy) funds in the amount of $24,257,556 will be obligated at time of award.  Previous year funds were received in support of this in-scope modification executed due to unforeseen conditions in accordance with Defense Federal Acquisition Regulation 52.236-2 on a sole source basis, with one offer received. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity. 

Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania, is awarded a $19,152,850 firm fixed-price task order (N3943022F4417) for inspection, maintenance, and repair of petroleum, oil and lubricants (POL) fuel storage tanks at the Defense Fuel Support Point, Naval Supply Systems Command, Fleet Logistics Center, Japan. The work to be performed provides for inspection and repair of POL Fuel Storage Tanks 101, 106, and 107. Work will be performed in Yokosuka, Japan, and is expected to be completed by December 2023. The maximum dollar value of this contract $19,152,850. Fiscal 2022 working capital (Defense Logistics Agency) funds in the amount of $19,152,850 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the global POL indefinite-delivery/indefinite-quantity, multiple award construction contract, with two offers received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, the contracting activity (N39430-20-D-2228).

Raytheon Co., El Segundo, California, is awarded a $15,303,566 cost-plus-fixed-fee order (N0001922F2543) against a previously issued basic ordering agreement (N0001920G0007).  This order provides for depot-level repair capability for the government of Kuwait’s inventory of AN/APG-79 Active Electronically Scanned Array radar weapon replaceable assemblies. Work will be performed in El Segundo, California (65%); and Forest, Mississippi (35%), and is expected to be completed in February 2023. Foreign Military Sales funds in the amount of $15,303,566 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded an $8,141,758 cost-plus-award-fee task order (N6247322F5083) for environmental remediation services within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations. The work to be performed provides for critical removal actions operations, monitoring and maintenance, and program support. Work will be performed in Coronado, California, and is expected to be completed by September 2025. The maximum dollar value is $8,141,758. Fiscal 2022 environmental restoration (Navy) funds in the amount of $8,141,758 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured under the authority of Defense Federal Acquisition Regulation subpart 16.5. NAVFAC Southwest, San Diego, California, is the contracting activity (N62742-16-D-1807).   

Eaton Aerospace LLC, Los Angeles, California, is awarded a $7,577,627 firm-fixed-price, requirements contract for the repair of nine items for the valve system used on the V-22 aircraft. This contract includes a three-year base with no options. All work will be performed in Los Angeles, California, and work is expected to be completed by September 2025. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital (Navy) funds at the time of their issuance, and funds will not expire at the end of the contract-ordering period. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1) and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-SL01).

AIR FORCE

CAE USA Inc., Arlington, Texas, has been awarded a $99,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research and development. This program provides operationally relevant, unobtrusive, integrated metrics, software, hardware, and devices to assess proficiency and readiness in real-time. It will enable just-in-time training of new and deficient skills for  both human and artificial intelligence agents in operational settings. Work will be performed at Wright-Patterson Air Force Base, Dayton, Ohio, and is expected to be completed by Dec. 21, 2029. 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 $673,000 will be obligated at the time of award. Air Force Research Laboratory, Wright-Patterson AFB, Dayton, Ohio, is the contracting activity (FA8650-22-D-6400).

DEFENSE LOGISTICS AGENCY

Leidos Inc., Reston, Virginia, has been awarded a maximum $45,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a fuel inventory management IT infrastructure. This was a competitive acquisition with four responses received. This is a three-year base contract with seven one-year option periods. Locations of performance are throughout the U.S., with a Sept. 30, 2025, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps, National Guard and Coast Guard. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio (SP4702-22-D-0004).

Capps Shoe Co.,* Lynchburg, Virginia, has been awarded a maximum $12,416,700 modification (P00010) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1202) with four one-year option periods for men’s and women’s leather Oxford dress shoes. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 26, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

BAE Systems Information & Electronic Systems Integration, Greenlawn, New York, has been awarded a maximum $7,978,864 firm-fixed-price delivery order (SPRPA1-22-F-DD00) against a five-year basic ordering agreement (SPRPA1-22-G-001R) for E-2 rotodome elect phase shifter spare parts that support the Identify Friend or Foe system. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year nine-month contract with no option periods. The performance completion date is June 2, 2028. Using customers are Japanese military. Type of appropriation is fiscal 2022 foreign military sales funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Bernard Cap LLC, Hialeah, Florida, has been awarded a maximum $7,812,107 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-21-D-1499) with four one-year option periods for women’s khaki service blouses. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 22, 2023. Using military service is Navy. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ARMY

Direct Steel LLC,* Crystal Lake, Illinois, was awarded a $22,361,882 firm-fixed-price contract for a small vehicle maintenance facility, organization vehicle parking, organization storage facility, petroleum oil lubricants and hazardous waste storage facilities, a vehicle wash facility, site development, utilities and connections, roadwork, drainage and landscaping. Bids were solicited via the internet with four received. Work will be performed in Joint Base San Antonio-Camp Bullis, Texas, with an estimated completion date of June 21, 2024. Fiscal 2022 military construction, Army funds in the amount of $22,361,882 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-22-C-0029).

Georgia Tech Research Corp., Atlanta, Georgia, was awarded a $15,847,862 cost-no-fee contract for the Agile program production. Bids were solicited via the internet with six received. Work will be performed in Atlanta, Georgia, with an estimated completion date of Sept. 21, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $15,847,862 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-C-0083).

CACI-ISS Inc.,* Chantilly, Virginia, was awarded a $14,288,109 modification (P00120) to contract W15QKN-15-C-0049 for a three-month extension of Integrated Personnel and Pay System – Army (IPPS-A) Increment II Program. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 31, 2022. Fiscal 2022 research, development, test and evaluation, Army; and other procurement, Army funds in the amount of $3,365,243 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Lockheed Martin Corp. Rotary and Mission Systems, Oswego, New York, was awarded a $13,021,827 modification (P00007) to contract W58RGZ-20-F-0414 for software upgrades, support and nonrecurring engineering redesign for the Apache modernized radar frequency interferometer sensors system. Work will be performed in Oswego, New York, with an estimated completion date of Oct. 31, 2023. Fiscal 2010 aircraft procurement, Army, funds in the amount of $13,021,827 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Southwest Shipyard LP,* Channelview, Texas, was awarded an $11,446,319 firm-fixed-price contract to construct and test a new deck barge. Bids were solicited via the internet with three received. Work will be performed in Houston, Texas, with an estimated completion date of Sept. 22, 2024. Fiscal 2022 Plant Replacement and Improvement Program funds in the amount of $11,446,319 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0043).  

NIC4 Inc., Tampa, Florida, was awarded an $11,390,647 modification (P00006) to contract W91CRB-19-D-5001 to increase the ceiling of the contract to add additional service, hardware, and new items. 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 June 30, 2024. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Vysnova Partners Inc., Landover, Maryland, was awarded a $9,870,130 firm-fixed-price contract for non-personal support services for project management and scientific support services for surveillance and collection support service in support of entomological projects in Southeast Asia. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2027. U.S. Army Medical Research Acquisition Activity, Fort Detrick, Maryland, is the contracting activity (W81XWH-22-D-0008).

DEFENSE HEALTH AGENCY

American Systems, Chantilly, Virginia, was awarded a third option period with a value of $11,154,552 to provide bridge enterprise operational management services (HT0038-20-C-0006). The period of performance will be Sept. 27, 2022, to March 26, 2023. The estimated completion date is March 26, 2023. Place of performance will be Chantilly, Virginia. This award will be funded by fiscal 2022 operation and maintenance funds. The Defense Health Agency, Defense Healthcare Management Systems Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

9/22

ARMY

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W56HZV-22-D-0095); Clogic LLC,* Ponte Vedra Beach, Florida (W56HZV-22-D-0096); General Dynamics Land Systems Inc., Sterling Heights, Michigan (W56HZV-22-D-0097); LOC Performance Products LLC, Plymouth, Michigan (W56HZV-22-D-0098); Bigelow Family Holdings LLC, Sterling Heights, Michigan (W56HZV-22-D-0099); Oshkosh Defense LLC, Oshkosh, Wisconsin (W56HZV-22-D-0100); Strata-G Solutions LLC,* Huntsville, Alabama (W56HZV-22-D-0101); Tevet LLC,* Greeneville, Tennessee (W56HZV-22-D-0102); W.S. Darley & Co.,* Itasca, Illinois (W56HZV-22-D-0103); and Yulista Integrated Solutions LLC,* Huntsville, Alabama (W56HZV-22-D-0104), will compete for each order of the $1,609,581,465 firm-fixed-price contract for vehicle production requirements of the Program Executive Office Ground Combat Systems. 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 Sept. 22, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $263,231,668 firm-fixed-price contract for the enhanced Heavy Equipment Transporter System trailer. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0092).

DRS Sustainment Systems Inc., Bridgeton, Missouri, was awarded a $226,629,811 firm-fixed-price contract for Trophy B-Kit Line Replaceable Units spares. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0111).

Barnard Construction Company Inc., Bozeman, Montana, was awarded a $131,496,937 firm-fixed-price contract for the Pipestem Dam spillway modification. Bids were solicited via the internet with three received. Work will be performed in Jamestown, North Dakota, with an estimated completion date of Sept. 22, 2022. Fiscal 2022 civil construction funds in the amount of $131,496,937 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0034).

Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $56,322,429 firm-fixed-price contract for maintenance and overhaul of the Enhanced Digital Electronic Control Unit in support of Black Hawk helicopters. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-D-0061).

Voith Hydro Inc., York, Pennsylvania, was awarded a $49,628,210 firm-fixed-price contract for acquisition of Turbine Rehabilitation and Generator Rewind at Norfork Lake, Dam and Powerhouse. Bids were solicited via the internet with three received. Work will be performed in Salesville, Arkansas, with an estimated completion date of June 30, 2028. Fiscal 2022 Southwestern Power Administration funds in the amount of $49,628,210 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-22-C-0005). 

ASM Affiliates Inc.,* Carlsbad, California (W91238-22-D-0013); Espinoza Cultural Services LLC,* La Jara, Colorado (W91238-22-D-0014); Far Western Anthropological Research Group Inc.,* Davis, California (W91238-22-D-0015); EAF2JV LLC,* San Antonio, Texas (W91238-22-D-0016); Gulf South Research Corp.,* Baton Rouge, Louisiana (W91238-22-D-0017); Scout-Cardno JV LLC,* Encinitas, California (W91238-22-D-0018); Solv LLC,* McLean, Virginia (W91238-22-D-0019); and Vernadero Group Inc.,* Phoenix, Arizona (W91238-22-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for environmental and cultural resources services. Bids were solicited via the internet with 15 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2027. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

Sheffield,* Lawton, Oklahoma (W912BV-22-D-0023); NNAC,* Coeur d’Alene, Idaho (W912BV-22-D-0022); Diversified,* Edmond, Oklahoma (W912BV-22-D-0021); and Gideon,* San Antonio, Texas (W912BV-22-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for construction projects for dams and recreation areas at military installations. 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 Sept. 21, 2027. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

General Dynamics Lands Systems Inc., Sterling Heights, Michigan, was awarded a $48,319,342 modification (P00020) to contract W56HZV-22-C-0012 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of June 24, 2024. Fiscal year 2022 research development, test and evaluation, Army; fiscal year 2022 other procurement, Army; and fiscal year 2010 foreign military sales (Kuwait) funds in the amount of $48,319,342 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Ahtna-Great Lakes E & I JV,* West Sacramento, California, was awarded a $38,532,186 modification (P00002) to contract W91238-21-C-0034 for City Pump and Pumping Plant improvements. Work will be performed in Sacramento, California, with an estimated completion date of Dec. 16, 2024. Fiscal 2021 civil construction funds in the amount of $38,532,186 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity.

J.H. Findorff and Sons Inc., Madison, Wisconsin, was awarded a $27,640,569 firm-fixed-price contract for construction of a hangar facility. Bids were solicited via the internet with three received. Work will be performed in Madison, Wisconsin, with an estimated completion date of April 3, 2024. Fiscal 2022 military construction, Army funds in the amount of $27,640,569 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9F-22-C-0004).

LW Support Services,* Hazel Green, Alabama, was awarded a $21,303,400 firm-fixed-price contract for the procurement of the MK 93 MOD 2 machine gun mount. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0070). 

Georgia Tech Research Corp., Atlanta, Georgia, was awarded a $15,847,862 cost-no-fee contract for new computers. Bids were solicited via the internet with six received. Work will be performed in Atlanta, Georgia, with an estimated completion date of Sept. 22, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $5,144,724 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-C-0083).

Disc-O-Bed LP,* Lawrenceville, Georgia, was awarded a $14,378,060 firm-fixed-price contract for bunk beds with and without a footlocker. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0110).

Macro-Z-Technology Co., Santa Ana, California, was awarded a $13,684,000 firm-fixed-price contract to construct a facility to house a C-130J flight simulator. Bids were solicited via the internet with six received. Work will be performed in Port Hueneme, California, with an estimated completion date of Nov. 21, 2023. Fiscal 2019 and 2022 military construction, Air National Guard funds in the amount of $13,684,000 were obligated at the time of the award. U.S. Property and Fiscal Office, California, is the contracting activity (W50S75-22-C-0002).

R. J. Jurowski Construction Inc.,* Whitehall, Wisconsin, was awarded a $9,923,796 firm-fixed-price contract for the repair of a fitness center. Work will be performed at Fort McCoy, Wisconsin, with an estimated completion date of March 31, 2024. Bids were solicited via the internet with four received. Fiscal 2022 operation and maintenance, Army, funds in the amount of 9,923,796 were obligated at the time of the award. U.S. Army 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity (W9127S-22-C-0004).

Norfolk Dredging, Chesapeake, Virginia, was awarded a $9,269,720 firm-fixed-price contract for dredging. Bids were solicited via the internet with five received. Work will be performed in Norfolk, Virginia, with an estimated completion date of March 15, 2023. Fiscal 2021 and 2022 civil operation and maintenance funds in the amount of $9,269,720 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-22-C-5012).

ID Technologies LLC, Ashburn, Virginia, was awarded an $8,257,686 firm-fixed-price contract for desktop and laptop computers, peripherals switches, routers, video teleconferencing, voice over internet protocol and accessories. Bids were solicited via the internet with one received. Work will be performed in Vicksburg, Mississippi, with an estimated completion date of Feb. 23, 2023. Fiscal 2022 revolving funds in the amount of $8,257,686 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-F-0478).

AIR FORCE

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $985,348,124 cost-plus-fixed-fee, with performance incentives, task order for the Hypersonic Attack Cruise Missile (HACM). The task order provides for the HACM weapon system design, development and initial delivery through the performance of model-based critical design review, qualification, integration, manufacturing and testing. Work will be performed in Tucson, Arizona, and is expected to be completed by March 2027. This award is the result of a limited sources competition with three sources. Fiscal 2022 research and development funds in the amount of $100,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Armament Directorate, Eglin Air Force Base, Florida, is the contracting activity (FA8656-22-F-A071).

Agile Defense Inc., Reston, Virginia (FA8612-22-D-B035); Altagrove LLC, Herndon, Virginia (FA8612-22-D-B036); Autonodyne LLC, Boston, Massachusetts (FA8612-22-D-B037); BMC Software Federal LLC, Houston, Texas (FA8612-22-D-B038); Clear Creek Applied Technologies Inc., Fairborn, Ohio (FA8612-22-D-B039); Colossal Contracting LLC, Annapolis, Maryland (FA8612-22-D-B040); Confluent Inc., Mountain View, California (FA8612-22-D-B041); The Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts (FA8612-22-D-B042); EpiSys Science Inc., Poway, California (FA8612-22-D-B043); Epoch Concepts LLC, Littleton, Colorado (FA8612-22-D-B044); FGS LLC, La Plata, Maryland (FA8612-22-D-B045); ICR Inc., Aurora, Colorado (FA8612-22-D-B046); InfoSciTex Corp., Dayton, Ohio (FA8612-22-D-B047); Innoflight LLC, San Diego, California (FA8612-22-D-B048); Intrinsic Enterprises Inc., Bellevue, Washington (FA8612-22-D-B049); Jasper Solutions Inc., Huntington Station, New York (FA8612-22-D-B050); Memcomputing Inc., San Diego, California (FA8612-22-D-B051); Nteligen LLC, Columbia, Maryland (FA8612-22-D-B052); Oceus Networks LLC, Reston, Virginia (FA8612-22-D-B053); Orbital Insight Inc., Palo Alto, California (FA8612-22-D-B054); Patrocinium Systems Inc., Reston, VA (FA8612-22-D-B055); Radiance Technologies Inc., Huntsville, Alabama (FA8612-22-D-B056); RKF Engineering Solutions LLC, Bethesda, Maryland (FA8612-22-D-B057); RUAG Space USA Inc., Huntsville, Alabama (FA8612-22-D-B058); Siemens Government Technologies Inc., Reston, Virgnia (FA8612-22-D-B059); SRIInternational, Menlo Park, California (FA8612-22-D-B061); Sterling Computers Corp., North Sioux City, South Dakota (FA8612-22-D-B062); Sigma Defense Systems LLC, Perry, Georgia (FA8612-22-D-B065); Terbine, Las Vegas, Nevada (FA8612-22-D-B063); and Vannevar Labs Inc., Palo Alto, California (FA8612-22-D-B064), have been awarded $950,000,000 ceiling indefinite-delivery/indefinite-quantity contracts for the maturation, demonstration and proliferation of capabilities across platforms and domains, leveraging open systems design, modern software and algorithm development in order to enable Joint All Domain Command and Control (JADC2). These contracts provide awardees the opportunity to compete for efforts within seven different competitive pools that support the development and operation of systems as a unified force across all domains (air, land, sea, space, cyber, and electromagnetic spectrum) in an open architecture family of systems that enables capabilities via multiple integrated platforms.  Future work under this multiple-award contract will be competed via the Fair Opportunity process.  The locations of performance are to be determined at the contract direct order level and are expected to be complete by May 28, 2025. These awards are the result of fair and open competition. Air Force Life Cycle Management, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Rogue Industries, LLC, Fort Walton Beach, Florida (FA2823-22-D-0006); Reasor Building Group LLC, Pensacola, Florida (FA2823-22-D-0007); Justin J. Reeves LLC, Houma, Louisiana (FA2823-22-D-0008); Onopa Services LLC, Sanford, Florida (FA2823-22-D-0009); Civil Works Contracting LLC, Wilmington, North Carolina (FA2823-22-D-0010); OAC Action Construction Corp., Miami, Florida (FA2823-22-D-0011); CJW Contractors Inc., Herndon, Virginia (FA2823-22-D-0012); Sousa Construction Inc., Farmersville, California (FA2823-22-D-0013); Fiber Business Solutions Group Inc., Norristown, Pennsylvania (FA2823-22-D-0014); and CMC Building Inc., Bolton, North Carolina (FA2823-22-D-0015), have been awarded a $500,000,000 indefinite-delivery/indefinite-quantity contract for the Northwest Florida Air Force Multiple Award Construction Contract which will cover construction requirements for three Air Force installations. Work will be performed at Eglin Air Force Base, Florida; Tyndall AFB, Florida; and Hurlburt Field, Florida, and is expected to be completed by Sept. 19, 2027. These awards are the result of a competitive 100 percent Small Business Set Aside, and 73 offers were received. Fiscal 2022 operations and maintenance funds in the amount of $10,000 ($1,000 per awardee) are being obligated at the time of award. Air Force Test Center, Eglin AFB, Florida, is the contracting activity.

Sabre Systems Inc., Warminster, Pennsylvania, has been awarded a $73,500,000 maximum ordering amount, indefinite-delivery/indefinite-quantity contract, with cost-plus-fixed-fee and firm-fixed-price orders for advanced communications development software and hardware. This contract provides for the research, development, testing, and deployment of advanced radio frequency (RF) systems capable of legacy and advanced operations. These systems are intended to primarily support advances in RF communications but may include investigations supporting other RF functions such as radar, communications, electronic warfare, signals intelligence, and direction finding. Work will be performed at Warminster, Pennsylvania, and is expected to be completed by Sept. 22, 2027. Fiscal 2022 research, development, test and evaluation funds in the amount of $516,870 are being obligated on the first order under the contract. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-D-0500).

Northrop Grumman Corp., McLean, Virginia, has been awarded an $20,956,528 indefinite-delivery/indefinite-quantity order contract to procure the B-2 electronic control start unit. Work will be performed at multiple locations, and is expected to be completed by Aug. 25, 2024. This award is the result of a sole-sourced acquisition. Consolidated Sustainment Activity Group working capital funds in the amount of $20,956,528 will be obligated at time of award. Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8119-22-F-0027).

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded a $17,529,021 modification (A00033) exercising Option Year Four on an existing firm-fixed-price contract (FA3002-18-C-0003) for base maintenance contract (BMC) services. The contractor shall provide all labor, supplies, materials, parts, supervision, and other items or services necessary to perform the management and operation of the BMC services and civil engineering. Work will be performed at Sheppard Air Force Base, Texas; Frederick Airfield, Oklahoma; and Sheppard Annex at Lake Texoma, Texas, and is expected to be completed by Sept. 30, 2023. Fiscal 2023 operations and maintenance funds in the amount of $17,529,021 will be obligated on Oct. 1, 2022 if funds are available. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

NAVY

RQ Construction LLC, Carlsbad, California, is awarded a $110,688,000 firm-fixed-price task order (N6945022F0786) under a multiple award construction contract (N69450-21-D-0060) for repairs to Trident Refit Facility Buildings 4026, 4027 and 4028 at Naval Submarine Base King’s Bay, Georgia. The work provides for restoration repairs which include, but are not limited to, replacement of the brick veneer and metal panel exterior enclosure system, plumbing fixtures, heating, ventilation and air conditioning, fire protection and detection and electrical systems, select specialty equipment, furnishings, refurbishment of the hydraulic elevator, and overhead crane systems. The contract also contains two unexercised options, which, if exercised, would increase cumulative contract value to $111,422,580. Work will be performed in St. Mary’s, Georgia, and is expected to be completed by September 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $110,688,000 will be obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

IDSC Holdings LLC, doing business as Snap-On Industrial Corp., Kenosha, Wisconsin, is awarded a $38,023,816 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures 4,178 specifically designed F-35 toolboxes and their contents. The specific tools and their placement has been configured by the F-35 Tool Control Program to accomplish unique F-35 maintenance tasks. Work will be performed in Kenosha, Wisconsin, and is expected to be completed in September 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833522D0039).

Raytheon Co., El Segundo, California, is awarded a $36,466,911 firm-fixed-price delivery order (N00383-22-F-UX07) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of six Active Electronically Scanned Array radar system APG-79 weapon repairable assemblies (WRAs), for a total quantity of 60 WRAs, in support of the F/A-18 aircraft. All work will be performed in Forest, Mississippi. This contract contains no options and work is expected to begin October 2022 and be completed by May 2026. Annual working capital (Navy) funds in the full amount of $36,466,911 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

Llamas Plastics Inc., Sylmar, California (N00383-22-D-SJ01); and Sierracin Corp., Sylmar, California (N00383-22-D-SK01), are awarded a $35,611,200 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the repair and overhaul of four items for the windshield system on the V-22 aircraft. This contract includes a five-year base with no options. All work will be performed in Sylmar, California, and work is expected to be completed by September 2027. No funding will be obligated at time of award. Individual delivery orders will be funded with appropriate fiscal year working capital (Navy) funds at the time of their issuance, and funds will not expire at the end of the contract ordering period. Two companies were solicited for this competitive requirement under authority 10 U.S. Code 2304 (c)(1) in accordance with Defense Federal Acquisition Regulation 6.302-1, and two offers were received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Science Applications International Corp. (SAIC), Reston, Virginia, is awarded a $24,773,989 firm-fixed-price, cost-plus-fixed-fee, and cost only, indefinite-delivery/indefinite quantity contract for the procurement of overhaul, repair, and technical services for multiple radar systems. This contract does not include options. Work will be performed in Bedford, Indiana, and is expected to be completed by March 2028. Fiscal 2022 operation and maintenance (Navy) $803,866 will be obligated at time of award, of which $803,866 will expire at the end of the current fiscal year. This contract was competitively procured via System for Award Management, with two offers received. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016422DWP79). 

Insight Pacific LLC,* Brea, California, is awarded a $17,362,000 firm-fixed-price task order (N6247822F4442) under previously awarded contract N62478-22-D-4004 for replacement of Station K10, Facility S643, and modification of Building 641 electrical service at Joint Base Pearl Harbor-Hickam, Hawaii. The work to be performed provides for the replacement of Substation K10 electrical components located in Facility S643, and Building 641 air compressors and supporting infrastructure. Work will be performed at Oahu, Hawaii, and is expected to be completed by March 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $17,362,000 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured under the previously awarded design-build/design-bid-build, small business, multiple award construction contract, with three offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity. 

Huntington-Ingalls Industries, Pocasset, Massachusetts, is awarded a $17,294,036 modification to previously awarded, indefinite-delivery/indefinite-quantity contract N00174-19-D-0010 to exercise Option Year Three for engineering support and training services for the MK 18 Family of Systems (FOS) – Unmanned Underwater Vehicle (UUV) systems. The work will be performed in Pocasset, Massachusetts, and is expected to be completed by September 2024. No additional funds are being obligated under this action. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity.

MK Engineers Ltd.,* Mililani, Hawaii, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for electrical engineering and related projects at locations under the cognizance of the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for a design for replacement of underground electrical feed to Waiawa Pump Station, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The maximum dollar value, including the base period and four option years, is $15,000,000. Work will be performed in Hawaii, and is expected to be completed by September 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $188,335 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with four offers received. NAVFAC Hawaii, JBPHH, Hawaii, is the contracting activity (N62478-22-D-5039).

Areté Associates,* Northridge, California, was awarded a $14,081,626 cost-plus-fixed-fee delivery order for sustainment and hurricane destruction potential correction of deficiencies for the AN/DVS-1 Coastal Battlefield Reconnaissance and Analysis (COBRA) Block I System. This delivery order is for a twelve-month period. Work will be performed in Tucson, Arizona (50%); and Valparaiso, Florida (50%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test, and evaluation funds in the amount of $8,822,668 (62%); and fiscal 2022 operation and maintenance funds (Navy) in the amount of $2,535,228 (18%) will be obligated at time of award, of which, funds in the amount of $2,535,227 will expire at the end of the current fiscal year. This delivery order was not competitively procured in accordance with the basic contract (N61331-21-D-0006) and Defense Federal Acquisition Regulation 6.302-(5) — continuation of work performed under prior Phase III Small Business Innovative Research Program authorized under 15 U.S. Code § 638(r)(4) and 10 U.S. Code 2304(c)(5). The Naval Surface Warfare Center Panama City Division, Panama City, Florida is the contracting activity. (Awarded Sept. 21, 2022)

Weston Solutions Inc., West Chester, Pennsylvania, is awarded a $13,729,640 firm-fixed-price task order (N3943022F4441) for cleaning, inspection and repair of Tank A-12 at the Defense Fuel Service Point (DFSP) Akasaki, Japan, and Tank Y-4 at DFSP Yosoke, Japan. The maximum dollar value is $13,729,640. Work will be performed at Akasaki, Japan (52%); and Yosoke, Japan (48%), and is expected to be completed by November 2023. Fiscal 2022 working capital (Navy) funds in the amount of $13,729,640 will be obligated at time of award, and will not expire at the end of the current fiscal year. This task order was competitively procured via the multiple award construction contract with two offers received. The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-20-D-2227).

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $10,214,192 cost-plus-award-fee order (N6278622F0022) against the previously awarded basic ordering agreement N00024-16-G-2301 to provide planning, management and emergent availability support for an Arleigh Burke-class destroyer. Work will be performed in Pearl Harbor, Hawaii (70%); and Bath, Maine (30%), and is expected to be completed by December 2023. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $9,568,202 (94%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

L3Harris Technologies Inc., Northampton, Massachusetts, is awarded an $8,917,200 firm-fixed-price modification to previously awarded contract N00024-21-C-5322 to exercise options for the procurement of MK 20 electro-optical sensor systems, radar cross section kits, installation and checkout and on board repair parts kits, and depot spares. This contract combines purchases for the U.S. government (75%); and the government of Australia (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Northampton, Massachusetts, and is expected to be completed by March 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $4,944,863 (55%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,467,619 (28%); FMS (Australia) funds in the amount of $1,358,344 (15%); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $146,374 (2%) 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. 

Mitchell Brothers Inc.,* Seabrook, South Carolina, is awarded an $8,189,441 firm-fixed-price task order (N4008522F6540) under a multiple award construction contract for a design-bid-build repair and reconfigure at Marine Corps Recruit Depot – Parris Island, South Carolina. The work to be performed provides for the repairs and reconfiguration to the interior, exterior, and structure of Building 700, Weapons Headquarters Training Barracks. The maximum dollar value is $8,189,441. Work will be performed in Beaufort County, South Carolina, and is expected to be completed by June 2024. Fiscal 2022 operation and maintenance (Department of Defense) funds in the amount of $8,189,441 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the Historically Underutilized Business Zone program with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-8310).  

MISSILE DEFENSE AGENCY

Lockheed Martin Missiles and Fire Control, Dallas, Texas, is being awarded a $48,507,922 modification (P00012) to a previously awarded Phase II contract (HQ0853-21-C-0002) under a Foreign Military Sales (FMS) case to the Kingdom of Saudi Arabia (KSA).  The value of this contract is increased from $994,181,768 to $1,042,689,690. Under this modification, the contractor will provide the development, production, installation/uninstallation within the continental U.S. of the training devices: Terminal High Altitude Area Defense (THAAD) Software Operator Trainer (TSOT) and THAAD Radar Virtual Trainer (TRVT).  In addition, deliverables include courseware, software updates, operator manual updates, and logistics product updates.  The work will be performed in various locations to include primarily Dallas, Texas; and Sunnyvale, California.  The performance period is from Sept. 23, 2022, through Aug. 31, 2027. KSA FMS funds in an amount of $48,507,922 will be used to fund this effort.  The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0853-21-C-0002). 

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

NCS Technologies Inc.,* Gainesville, Virginia, has been awarded a $12,922,796 firm-fixed- price delivery order for the Department of Defense Education Activity (DoDEA) Computer Acquisition Program (DCAP) computer lifecycle management worldwide.  This contract provides for life-cycle replacement of laptop and desktop computers with storage carts to be delivered to multiple DoDEA schools and offices in the U.S., Europe, and Pacific areas.  Delivery is expected to be completed 60 days after contract award.  This award is a result of a competitive set-aside and two offers were received.  Fiscal 2022 operations and maintenance funding in the amount of $12,922,796 are being obligated at the time of award.  The Department of Defense Education Activity – Information Technology Procurement Division, Washington, D.C., is the contracting activity (HE1254-22-F-3022).

U.S. TRANSPORTATION COMMAND

Erickson Helicopters Inc., Portland, Oregon, has been awarded a modification (P00015) on fixed-price contract HTC7111-8-D-R023 in the amount of $8,662,667. The modification provides continued dedicated fixed-wing and rotary-wing air services for the Department of Defense. The option period of performance is from Sept. 28, 2022, to Dec. 27, 2023. Work will be performed at Edwin Andrews Air Base, Philippines. Fiscal 2022 transportation working capital funds were obligated at award. This modification brings the total cumulative face value of the contract to $128,303,018 from $119,640,341. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business

9/23

AIR FORCE

Aerospace Corp., El Segundo, California, has been awarded a $1,198,735,079 modification (P00091) to previously awarded contract FA8802-19-C-0001 for systems engineering and integration support for the National Space Community. This modification provides for the exercise of Option Year Four for fiscal 2023 services being procured under the multiple year contract. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2023. The total cumulative face value of the contract is $5,692,086,730. Space Systems Command, El Segundo, California, is the contracting activity.

Raytheon BBN Technologies Corp., Cambridge, Massachusetts, has been awarded a $11,864,449 cost-plus-fixed-fee completion contract for Globally Linked Ising Machine Platform with Superconducting Electronics hardware and software prototype deliverables. This contract provides for the development, fabrication and integration of analog hardware, digital control hardware, development of an application programing interface and mapping algorithms for specific non-deterministic polynomial time hard problems to the hardware. Work will be performed at Cambridge, Massachusetts, and is expected to be completed by October 2027. This award is the result of a competitive acquisition and 16 offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,933,162 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-0537).

Dominion Energy Virginia, Richmond, Virginia, has been awarded an $11,545,787 delivery order against General Services Administration area-wide contract 47PA418D0072 for installation of an underground electrical connection service. This contract provides all labor, tools, equipment, transportation, materials, supervision, and other supplies required for the installation. Work will be performed in Hampton, Virginia, in the vicinity of Joint Base Langley-Eustis (JBLE), and is expected to be completed by Nov. 30, 2024. This was a sole-source acquisition. Fiscal 2022 operations and maintenance funds will be used. The 633d Contracting Squadron, JBLE, Virginia, is the contracting activity (FA480022F0242).

General Electric Aviation Systems, Grand Rapids, Michigan, has been awarded an $8,896,714 engineering services type contract for the development and qualification of a replacement system on the F-16 for the current data acquisition system consisting of a data acquisition unit and an enhanced crash survivable memory unit. Work will be performed at Grand Rapids, Michigan, and is expected to be completed by Sept. 23, 2025. This award is the result of a sole-source acquisition. Consolidated sustainment activity group working capital funds in the amount of $8,896,714 are being obligated at time of award. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8117-22-C-0006).

ARMY

L3 Technologies Inc. Communication Systems, West, Salt Lake City, Utah, was awarded an $886,533,675 cost-plus-fixed-fee contract for sustainment of the Common Data Link satellite communications program. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2032. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-22-D-0001).

AMTEC Corp.,* Janesville, Wisconsin, was awarded a $69,800,420 firm-fixed-price contract to production of 40mm systems family of ammunition configurations. Bids were solicited via the internet with one received. Work will be performed in Janesville, Wisconsin, with an estimated completion date of Sept. 30, 2026. Fiscal 2020, 2021 and 2022 procurement of ammunition, Army funds in the amount of $69,800,420 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-C-0049). 

J.E. McAmis, Chico, California, was awarded a $57,884,000 firm-fixed-price contract for Tillamook south jetty repairs. Bids were solicited via the internet with three received. Work will be performed in Tillamook, Oregon, with an estimated completion date of Dec. 31, 2025. Fiscal 2022 civil operation and maintenance, Recovery Act, funds in the amount of $57,884,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity (W9127N-22-C-0019).

CF2 Construction, Tulsa, Oklahoma, was awarded a $24,802,205 firm-fixed-price contract for construction of a facility within Building 9201. Work will be performed at Tinker Air Force Base, Oklahoma, with an estimated completion date of April 1, 2024. Bids were solicited via the internet with three received. Fiscal 2022 operation and maintenance, Air Force funds in the amount of $24,802,205 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W9128V-22-C-0025).

Great Lakes Dredge and Dock Co. LLC, Houston, Texas, was awarded a $24,498,050 firm-fixed-price contract for construction of the Fire Island Inlet to Montauk Point dredging Moriches and Shinnecock Inlets. Bids were solicited via the internet with one received. Work will be performed in Bay Shore, New York, with an estimated completion date of March 17, 2023. Fiscal 2010 Disaster Relief Appropriation Act of 2013 funds in the amount of $24,498,050 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-C-0021).

J.F. Brennan Co. Inc., La Crosse, Wisconsin, was awarded a $23,484,700 firm-fixed-price contract for Illinois River Basin, Brandon Road Lock and Dam, Miter Gate installation and machinery replacement. Work will be performed in Rockdale, Illinois, with an estimated completion date of Jan. 19, 2024. Bids were solicited via the internet with one received. Fiscal 2022 civil construction funds in the amount of $23,484,700 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island Arsenal, Illinois, is the contracting activity (W912EK-22-C-0034). 

4k Global-ACC JV LLC,* Augusta, Georgia, was awarded a $20,870,822 firm-fixed-price contract for the repair of Brant Hall. Bids were solicited via the internet with two received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of Sept. 29, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $20,870,822 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-3003).

Olin Winchester LLC, Oxford, Mississippi, was awarded a $14,285,600 (P00013) to contract W52P1J-21-C-0016 for the manufacture of 7.62 mm small caliber ammunition. Work will be performed in Oxford, Mississippi, with an estimated completion date of Sept. 30, 2024. Fiscal 2022 ammunition procurement, Army funds in the amount of $14,285,600 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Native American Services Corp., Kellogg, Idaho, was awarded a $10,159,966 firm-fixed-price contract for construction of a Continuing Authorities Program, Battalion Complex. Bids were solicited via the internet with four received. Work will be performed in Fort Hood, Texas, with an estimated completion date of Sept. 20, 2023. Fiscal 2021 military construction, Army funds in the amount of $10,159,966 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-22-C-0027).

Orbital Research Inc., Cleveland, Ohio, was awarded an $8,257,426 firm-fixed-price contract for 1,700 drop-glide munitions, and 24 unmanned aerial systems and weapon release systems. Bids was solicited via the internet with one received. Work will be performed in Benning, Georgia; Picatinny, New Jersey; and Twenty-Nine Palms, California, with an estimated completion date of Sept. 22, 2023. Fiscal 2022 procurement, Defense-Wide funds in the amount of $1,535,698 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-C-0073).

Oregon Department of Fish and Wildlife, Salem, Oregon, was awarded a $7,887,876 modification (P00004) to contract W9127N-20-C-0028 for electric power support. Work will be performed in Trail, Oregon, with an estimated completion date of Aug. 31, 2023. Fiscal 2022 other procurement, Army funds in the amount of $7,887,876 were obligated at the time of the award. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $769,866,520 firm-fixed-price, cost-plus-fixed-fee modification (P00006) to a previously awarded, indefinite-delivery/indefinite-quantity contract (N0001920D0013). This modification increases the contract ceiling to procure propulsion system spare parts, modules, support equipment/packaging handling shipping and transportation material, and depot lay-in material in support of the F-135 propulsion system requirements for the Air Force, Marine Corps, Navy, Foreign Military Sales customers and non-Department of Defense participants. Work will be performed in East Hartford, Connecticut (56%); North Berwick, Maine (13%); Indianapolis, Indiana (10%); Jupiter, Florida (7%); Windsor Locks, Connecticut (5%); Bristol, United Kingdom (4%); Rockford, Illinois (2%); Santa Isabel, Puerto Rico (2%); and Phoenix, Arizona (1%), and is expected to be completed in December 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Collins Aerospace, Cedar Rapids, Iowa, is awarded a $164,374,426 performance-based logistics requirements contract for supply chain management for 226 weapon replaceable assemblies/shop replaceable assemblies in support of the F/A-18 A-F and E/A-18 G heads up displays units as well as the tactical air navigation system common to the EA-6, KC-130, S-3B, MH-60, SH-60 and the V-22 and the control display unit, supporting the C-2A, E-2C, TE-2/C, P-3C, and the EP-3E aircraft. The contract will include a five-year base period with no options. Work will be performed in Cedar Rapids, Iowa (45%); Jacksonville, Florida (30%); and San Diego, California (25%). Work is expected to be completed by September 2027. Annual working capital (Navy) funds in the amount of $21,368,675 will be issued for delivery order (N00383-22-F-0SS0) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-SS01).

MEB General Contractors Inc., Chesapeake, Virginia, is awarded an $89,411,498 firm-fixed-price contract for the CVN-78 Dry Dock 8 saltwater system at Norfolk Naval Shipyard, Virginia. The work to be performed provides for two phases of construction. Phase 1 will construct site power distribution including underground duct banks, feeders, pad-mounted switches, substations and underground feeders to Pumpwell 8. Phase 2 will demolish two pump stations and their saltwater intake structures, Buildings 828 and 829, and construct two saltwater pump stations including saltwater intakes, back-up power, pile foundations including additional timber wharf piles. The contract also contains one unexercised option, which if exercised, would increase the cumulative contract value to $168,758,300. The work will be performed in Portsmouth, Virginia, and is expected to be completed by September 2026. Fiscal 2022 military construction (Navy) funds in the amount of $56,554,300 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with three proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-C-0047).

Fincantieri Marinette Marine, Marinette, Wisconsin, was awarded a $76,700,444 firm-fixed-fee modification to previously awarded contract N00024-20-C-2300 for procurement of long-lead time material for the land based engineering site for the Constellation-class frigate. Work will be performed in Marinette, Wisconsin, and is expected to be completed by October 2025. Fiscal 2022 shipbuilding and conversion (Navy) funding in the amount of $76,700,444 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity. (Awarded on Sept. 22, 2022)

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $31,803,907 firm-fixed-price modification to previously awarded contract N00024-20-C-5519 for provisioned item order spare parts in support of Surface Electronic Warfare Improvement Program Block 3 full rate production. Work will be performed in Baltimore, Maryland (46%); Andover, Massachusetts (6%); Sykesville, Maryland (4%); Windsor Mill, Maryland (4%); Chelmsford, Massachusetts (4%); Tampa, Florida (3%); Newport Beach, California (2%); Chatsworth, California (2%); Littleton, Colorado (2%); Chandler, Arizona (2%); Redondo Beach, California (2%); San Diego, California (2%); and 75 additional locations within the U.S. that are each less than 1% each and make up the remaining 21%. Work is expected to be completed by September 2025. Working capital (Navy) funds in the amount of $16,648,923 (52%); fiscal 2022 other procurement (Navy) funds in the amount of $8,064,301 (26%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $7,090,683 (22%) will be obligated at time of award, of which none will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, is awarded a $30,868,578 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2100 to exercise options for engineering, technical, design agent, and hull planning yard support for the Navy’s operational aircraft carrier fleet. Work will be performed in Newport News, Virginia, and is expected to be completed by September 2023. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $3,423,818 (77%); fiscal 2022 other procurement (Navy) funds in the amount of $771,000 (17%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $181,253 (4%); fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $40,000 (1%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $25,000 (1%) will be obligated at time of award, and $3,423,818 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded $27,501,602 for firm-fixed-price modification to task order N6247821F4079 under previously awarded multiple award construction contract N62478-20-D-4003. This modification provides for additional tunneling effort and government delay cost for repair of administrative spaces at Joint Base Pearl Harbor-Hickam, Hawaii. Award of this modification brings the total cumulative contract value to $246,062,650. Work will be performed in Honolulu, Hawaii, and is expected to be completed by March 2025. Fiscal 2022 working capital (Navy) funds in the amount of $27,501,602 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

The Korte Co., St. Louis, Missouri, is awarded a $26,220,322 firm-fixed-price task order (N6945022F0978) under a multiple award construction contract (N69450-19-D-0910) to provide storm damage repairs to Buildings 602, 625, 625B, 626, 3221, and 3260 at Naval Air Station Pensacola, Florida. The work to be performed provides for architectural column repair and replacement, window repair and replacement, roof repair and replacement, attic insulation replacement, asbestos, lead paint and mold abatement, interior finish repairs including walls and ceiling grid, fire alarm repairs, heating, ventilation and air conditioning repairs and replacement, structural steel repair and replacement, structural steel coating and concrete repair. The task order also contains four unexercised options, which, if exercised, would increase the cumulative task order value to $49,309,739. Work will be performed in Pensacola, Florida, and is expected to be completed by May 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $26,220,322 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Sauer Construction LLC, Jacksonville, Florida, is awarded $25,014,000 for a firm-fixed-price modification to a previously awarded task order N6945022F0843 placed against multiple award construction contract N69450-21-D-0061. The modification provides for demolition, construction, and repair work associated with storm damage at Naval Air Station Pensacola, Florida. This award brings the total cumulative face value of the contract is $63,821,000. Work will be performed in Pensacola, Florida, and is expected to be completed by March 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $25,014,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $15,551,870 cost-plus-fixed-fee, firm-fixed-price modification (P00007) to a previously awarded contract (N6134021C0017). This modification adds additional in-scope work to provide a virtual reality trade study, aircraft common equipment replacement/virtualization, aircraft flight management computer functional equivalent unit card development, and Beyond Line Of Sight (BLOS) chat software enhancements in support of the E-2D Hawkeye Integrated Training System devices, as well as provides associated technical data, computer software, and computer software documentation for BLOS chat software enhancement efforts. Additionally this modification exercises an option to procure coupled mode capability in support of E-2D Aircrew Procedures Trainer Device 2F211 S/N 4 and E-2D Distributed Readiness Trainer. Work will be performed in Sterling, Virginia (90%); and Orlando, Florida (10%), and is expected to be completed in February 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $8,921,921; fiscal 2022 aircraft procurement (Navy) funds in the amount of $3,793,583; and fiscal 2021 aircraft procurement (Navy) funds in the amount of $2,836,366 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

VHB LLC,* Boyds, Maryland, was awarded a $14,763,000 firm-fixed-price task order (N6945022F0956) under a multiple award construction contract (N69450-22-D-0007) to provide repairs to the sanitary sewer system southeast sector and replacement of water reservoir tank 2227 at Naval Air Station Pensacola, Florida. The work to be performed provides for replacing, repairing, cleaning, and abandoning manholes; cleaning, replacing, and repairing lining, or plugging cleanouts, laterals, and mains, installing and replacing manhole inserts. The work also provides the replacement of the existing 500,000-gallon reinforced concrete water reservoir, and a 150,000-gallon metal water tank water treatment plant at Corry Station, Florida. Work will be performed in Pensacola, Florida, and is expected to be completed by June 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $14,763,000 was obligated on this award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity. (Awarded Sept. 21, 2022)

Environet Inc., Kamuela, Hawaii, is awarded $14,243,118 firm-fixed-price task order to correct life safety and fire code deficiencies within Building 943, Naval Base Kitsap, Washington. The work to be performed provides for installation of four new 40-ton computer room air conditioning units, and removal and replacement of six existing chillers. Work will be performed in Bremerton, Washington, and is expected to be completed by June 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $14,243,118 will be obligated at time of award and will not expire at the end of the current fiscal year. This task order was competitively procured via the Procurement Integrated Enterprise Environment website, with six offers received. The Naval Facilities Engineering Systems Command, Northwest, Bremerton, Washington, is the contracting activity (N44255-21-D-2001).

Ocean Construction Services Inc.,* Virginia Beach, Virginia, is awarded a $12,251,279 firm-fixed-price task order (N4008522F6490) under a multiple award construction contract for replacement of medium voltage circuits and distribution equipment, Norfolk Naval Shipyard, Virginia. The work to be performed provides for the replacement of primary conductors, construction of new substation foundations, demolition of three existing substations, installation of five new electrical manholes, and installations of 12 new electrical duct-banks. Work will be performed in Portsmouth, Virginia, and is expected to be completed by October 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $12,251,279 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Public Works Department Portsmouth, Portsmouth, Virginia, is the contracting activity (N40085-18-D-1158).

Sauer Construction LLC, Jacksonville, Florida, is awarded a $7,909,000 firm-fixed-price task order (N6945022F0528) under a multiple award construction contract (N69450-21-D-0061) for the renovation of Building 2314 at the Nuclear Power Training Unit, Naval Weapons Station, Joint Base Charleston, South Carolina. The work to be performed provides for the relocation of interior walls and associated mechanical, electrical and existing fire protection and fire alarm systems in the Training Support Building. The contract also contains five unexercised options which, if exercised, would increase the cumulative contract value to $17,797,684. Work will be performed in Goose Creek, South Carolina, and is expected to be completed by January 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $7,909,000 will be obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

CORRECTION: The Sept. 22, 2022, announcement of a contract award to L3Harris Technologies Inc., Northampton, Massachusetts (N00024-21-C-5322), for the procurement of MK 20 electro-optical sensor systems, radar cross section kits, installation and checkout and on board repair parts kits, and depot spares, included an incorrect percentage of Foreign Military Sales. This contract combined purchases for the U.S. government (85%); and the government of Australia (15%) under the Foreign Military Sales program.

DEFENSE INFORMATION SYSTEMS AGENCY

ECS Federal LLC, Fairfax, Virginia, was awarded a competitive, firm-fixed-price contract with a face value of $429,509,210 for the U. S. Army Network Enterprise Technology Command, which is a managed solution that will drive innovation using current and future best of breed technologies in delivering capabilities to improve security and reduced risk across the Army’s endpoints. The base period of the award is being funded by fiscal 2022 operations and maintenance funds. Proposals were solicited via the General Services Administration Alliant II contract vehicle, and three proposals were received from the proposals solicited. The period of performance is Sept. 29, 2022, to March 28, 2023, with four 12-month option periods and two 3-month option periods. The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1084-22-C-0005).

WASHINGTON HEADQUARTERS SERVICES

M.C. Dean Inc., Tysons, Virginia, is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HQ003422D0018) in the amount of $67,893,846 if all options are exercised. This is a non-personal services contract to provide electrical preventive maintenance and replacement services for the Pentagon Reservation. Some of the equipment is at the end of its life cycle and needs to be replaced prior to failing. Fiscal 2022 Pentagon Reservation Maintenance Revolving Funds in the amount of $1,192,672 are being obligated at the time of the award; $1,096,183 of this amount is base funding for the contract. The estimated completion date is Feb. 22, 2028. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Essex Electro Engineers Inc., Schaumburg, Illinois, has been awarded a maximum $36,931,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for power controllers. This was a competitive acquisition with nine responses received. This is a five-year contract with no option periods. The performance completion date is Sept. 22, 2027. Using military service is Army. Type of appropriation is fiscal 2022 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-22-D-0061).

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $17,828,660 modification (P00005) exercising the third one-year option period of a one-year base contract (SPE2D1-19-D-0034) with four one-year option periods for airworthy suction apparatuses and accessories. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 24, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2022 through 2023 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

Dominion Privatization Texas LLC, Richmond, Virginia, has been awarded a maximum $11,994,983 modification (P00106) to a 50-year utility services contract (SP0600-16-C-8312) with no option periods for the electric and natural gas systems at Fort Hood, Texas. This is a fixed-price with economic-price-adjustment contract. Location of performance is Texas, with a June 30, 2067, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Applied Physical Sciences Corp., Groton, Connecticut, has been awarded a $10,339,401 modification (P00010) to cost-plus-fixed-fee contract HR001120C00100 for Phase 3C of a research project for undersea sensing systems. The modification brings the total cumulative face value of the contract to $55,768,333 from $45,428,932. Work will be performed in Groton, Connecticut (52%); Arlington, Virginia (18%); Pawcatuck, Connecticut (15%); Orange, California (11%); San Diego, California (1%); Honolulu, Hawaii (1%); Geneva, New York (1%); and Washington, D.C. (1%), with an expected completion date of April 2024. Fiscal 2022 operations and maintenance funds in the amount of $10,339,401, are being obligated at time of modification award. This contract was a competitive acquisition in accordance with original broad agency announcement HR001117S0034. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business
This entry was posted on Tuesday, September 27, 2022 11:15 am

Leave a Reply

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

Notify me of updates to this conversation