INSIDE THE

NEWS + ADVICE

DoD Contracts: Noblis, Battelle Memorial Institute, CACI, Leidos, SAIC, Week of 9-12-22 to 9-16-22

Posted by Ashley Jones

9/12

NAVY

L3 Technologies Inc., Camden, New Jersey, is awarded a $32,006,539 firm-fixed-price modification to previously-award contract N00024-22-C-5218 to exercise options for Cooperative Engagement Capability system spares and signal data processors. Work will be performed in Lititz, Pennsylvania (55%); Salt Lake City, Utah (16%); Largo, Florida (15%); and Lancaster, Pennsylvania (14%), and is expected to be completed by April 2023. Fiscal 2022 working capital (Navy) funds in the amount of $23,029,216 (71%); fiscal 2022 other procurement (Navy) funds in the amount of $5,661,729 (18%), Foreign Military Sales (Canada) funds in the amount of $1,213,305 (4%), Foreign Military Sales (Japan) funds in the amount of $1,213,305 (4%); and fiscal 2022 operations and maintenance (Navy) funds in the amount of $888,984 (3%) will be obligated at time of award, of which funds in the amount of $888,984 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BME & Sons Inc.,* Mangilao, Guam, is awarded a $14,732,505 firm-fixed-price task order (N4019222F4335) under a multiple award construction contract for repair and replacement of the existing water distribution lines at Andersen Air Force Base, Guam. The work to be performed provides for repair and replacement of the existing water distribution lines with new 12-inch waterline pipe along the east side of the airfield from the South and North Ramps. Work will be performed in Yigo, Guam, and is expected to be completed by January 2025. Fiscal 2022 operation and maintenance (Air Force) funds in the amount of $14,732,505 will be obligated at time of award and will expire at the end of the current fiscal year. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command, Marianas, Guam, is the contracting activity (N40192-22-D-2703).

Jacobs/B&V JV, Honolulu, Hawaii, is awarded a $10,161,593 firm-fixed-price modification to previously awarded task order N6247822F4066 placed against basic contract N62478-20-D-5036. This modification provides for the preparation of a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate, and other services for the Water Reclamation Facility at Marine Corps Base Hawaii, Hawaii. This award brings the total cumulative face value of the contract to $11,147,425. Work will be performed in Oahu, Hawaii, and is expected to be completed by December 2025. Fiscal 2022 military construction (Navy); and fiscal 2022 military construction (Marine Corps) funds in the amount of $10,161,593 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Champion Aerospace LLC, Liberty, South Carolina, is awarded a $9,027,776 firm-fixed-price contract to procure 252 175 ampere (amp) Transformer Rectifier Unit (TRU) retrofit kits (240 for the F/A-18E/F fleet and EA-18G squadrons, and 12 for the EA-18G Growler capability modification operational test in support of upgrading the current 150 amp TRU to a 175 amp TRU). Work will be performed in Liberty, South Carolina, and is expected to be completed in December 2023. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $9,027,776 will be obligated at the time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0019).  

Biscayne Contractors Inc.,* Alexandria, Virginia, is awarded an $8,868,149 firm-fixed-price task order (N4008022F4780) under a multiple award construction contract for renovations to the first and second floors of Building 2855 at Naval Air Station Patuxent River, Maryland. The work to be performed provides for, but is not limited to, demolition and proper disposal of cove base, carpet squares, suspended acoustical ceiling system, drywall, doors, door jambs, insulation, metal studs, fluorescent light, light switch, outlets, electrical device covers plates, conduit as specified in the specifications, electrical/communication wire, electrical/communication boxes, motion detectors, heating, ventilation and air conditioning (HVAC) duct work, louvers and insulation. Removal, save and re-installation of fire alarm heads, annunciators, pull stations and light emitting diode (LED) exit lights. Fabricate, paint and install HVAC return air using plenum screens; install floor to ceiling metal stud walls: install and finish drywall with foil backing; install duct work security screen, duct work insulation, Z-duct, ductwork, duct work inspection door, door jambs, doors, door hardware, door closer, panic hardware, suspended acoustical ceiling system, conduit, wire, electrical boxes, dimmable light switches, LED dimmable lights, outlets, cover plates, pull rope, combination locks, and office and modular cubicle furniture. Work will be performed at Patuxent River, Maryland, and is expected to be completed by September 2023. Fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $8,868,149 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Public Works Department, Patuxent River, Maryland, is the contracting activity (N40080-21-D-0023).

ARMY

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $26,042,843 firm-fixed-price contract to repair, sustain and modernize a general administrative building. Bids were solicited via the internet with seven received. Work will be performed at Fort George G. Meade, Maryland, with an estimated completion date of Sept. 14, 2024. Fiscal 2022 operation and maintenance, defense-wide funds in the amount of $26,042,843 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0038).

Halff Associates Inc., Richardson, Texas, was awarded a $10,432,269 firm-fixed-price contract to conduct Phase I Remedial Investigation at Tinker Air Force Base and Altus Air Force Base for the Air Force Civil Engineer Center. Bids were solicited via the internet with one received. Work will be performed in Oklahoma City, Oklahoma and Altus, Oklahoma, with an estimated completion date of Sept. 11, 2025. Fiscal 2022 environmental restoration, defense funds in the amount of $10,432,269 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-F-0111).

Lockheed Martin Corp., Grand Prairie, Texas, awarded a $10,307,000 modification (P00001) to contract W31P4Q-22-F-0068 to support the Poland system integration, assessment and testing. Work will be performed in Wisla, Poland, with an estimated completion date of Dec. 31, 2024. Fiscal 2022 Foreign Military Sales (Poland) funds in the amount of $10,307,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Battelle Memorial Institute, Columbus, Ohio, was awarded an $8,000,000 firm-fixed-price contract for chemical sampling and testing of dredged material. 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. 12, 2027. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-D-0003).

*Small business

9/13

ARMY

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $311,171,700 modification (P00074) to contract W31P4Q-19-C-0076 for full-rate production of Javelins. Work will be performed in Tucson, Arizona, with an estimated completion date of Nov. 30, 2026. Fiscal 2022 Foreign Military Sales (Jordan and Lithuania) funds and Army procurement appropriations funds in the amount of $311,171,700 were obligated at the time of the award. U.S. Army Contracting Command, Red Stone Arsenal, Alabama, is the contracting activity. 

DCS Corp., Alexandria, Virginia, was awarded a $12,728,868 modification (P00001) to contract W56HZV-22-C-0069 for technical and engineering support services. Work will be performed in Warren, Michigan, with an estimated completion date of June 30, 2023. Fiscal 2010 research, development, test and evaluation, defense-wide funds in the amount of $12,728,868 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity. 

Lockheed Martin, Grand Prairie, Texas, was awarded a $9,881,011 modification (000163) to contract W31P4Q-17-G-0001 for developmental activities regarding the Terminal High Altitude Area Defense. Work will be performed in Grand Prairie, Texas, with an estimated completion date of June 12, 2023. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $4,338,599 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

Huckstep Holdings LLC, Colorado Springs, Colorado, was awarded a $9,020,627 modification (P00003) to contract W911SG-20-D-0002 for air traffic controller services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2022. U.S. Army 418th Contracting Support Brigade, Fort Bliss, Texas, is the contracting activity. (Awarded Sept. 1, 2022)

NAVY

Northrop Grumman Systems Corp., San Diego, California, is awarded a $75,560,904 firm-fixed-price and cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the purchase of software maintenance and software technical and development support for the Command and Control Personal Computer and the Tactical Service Oriented Architecture systems. This contract contains an initial one-year ordering period with four one-year optional ordering periods with a maximum contract ceiling of $75,560,904. Work will be performed in San Diego, California, with an expected completion date of September 2027 if all ordering periods are executed. The maximum dollar value for all five ordering periods is $75,560,904. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $4,924,224.44 will be obligated at the time of award and contract funds will expire at the end of the current fiscal year.  Fiscal 2022 research, development, test, and evaluation funds in the amount of $51,204.25 will be obligated at the time of award. This contract was competitively procured via the System for Award Management website, with one offer received. The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-22-D-2076).

Design Partners Inc., Honolulu, Hawaii, is awarded a $49,000,000 indefinite-delivery/indefinite-quantity, architect-engineer (A-E) contract for A-E services for housing and other lodging-type projects at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations (AO). The work to be performed provides for multi-discipline A-E services, but are not limited to, the execution and delivery of military construction project documentation; functional analysis concept development/design charrettes; final design construction documents; technical surveys and reports including site engineering investigation, topographic survey, geotechnical investigation, and hazardous material survey; munitions of explosive concern survey, cost and schedule risk analysis, and others; construction cost estimates; comprehensive interior design including structural interior design and furniture, fixtures, and equipment; collateral equipment buy packages; and post construction award services. Work will be performed within the NAVFAC Pacific AO, to include, but not limited to, Guam/Marianas (70%); Hawaii (20%); and Australia (10%). The term of the contract is not to exceed 60 months, with an expected completion date of September 2027.  Fiscal 2022 military construction design funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with four proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-0004).

Sauer Construction, Jacksonville, Florida, is awarded a $20,677,000 firm-fixed-price contract for construction of a vehicle maintenance and storage facility at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for construction of a single-story, vehicle maintenance and storage facility, with shipping/receiving office and storage spaces. The contract also contains three unexercised planned modifications, which if exercised, would increase cumulative contract value to $22,366,283. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by June 2024. Fiscal 2018 and 2022 military construction (Navy) funds in the amount of $20,677,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with four non-price proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-C-0037).

Elbit America Inc., Fort Worth, Texas is awarded a $12,622,704 delivery order (N00383-22-F-WY0U) under previously awarded basic ordering agreement N00383-20-G-WY01 for the procurement of large-area display in support of the F-18 aircraft. The delivery order does not include an option period. All work will be performed in Haifa, Israel, and is expected to be completed by September 2023. Aircraft procurement (Navy) funds in the full amount of $12,622,704 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

The University of Delaware, Newark, Delaware, is awarded a $9,821,100 cost-type contract for the Tailored Universal Feedstock for Forming (TuFF) thermoplastic composites for Navy Platforms: Phase 2. The contract provides for Phase 2 of an ongoing collaborative effort with Arkema and ATC Manufacturing to develop TuFF technologies specifically for IM7/PEKK (PolyEtherEtherKetone). TuFF is a short fiber composites technology that is more affordable and more amenable to process into complex parts. The material forms generated in Phase 2 efforts will be characterized to determine manufacturing process parameters for forming process design. In addition, the Phase 2 effort will focus on establishing program requirements for TuFF materials, performance and part geometries of interest to the Navy, the development and demonstration process, tooling methods, and the repeatability of the manufacturing process, mechanical properties and process scale-up. Work will be performed in Newark, Delaware (48%); King of Prussia, Pennsylvania (42%); Post Falls, Idaho (5%); and St. Louis, Missouri (5%). Work is expected to be completed by Sept. 14, 2025. The maximum dollar value of this contract is $9,821,100. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $9,821,100 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under N00014-22-S-B001 long range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology dated Oct. 1, 2021. Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-22-C-1072).

Swan Contracting,* Peterborough, New Hampshire, is awarded a $9,428,740 firm-fixed-price task order (N4008522F5879) under a multiple award construction contract (N40085-22-D-0026) for repairs to Pier 35 and demolition of Building 35 at Gould Island Naval Undersea Warfare Center, Rhode Island. The work to be performed provides for repairs to Pier 35 to restore capacity in order to safely demolish Building 35. Pier repairs include repairing the corrosion spalling on the underdeck and pile caps, jacketing of the steel pipe piles, and the addition of either two or four anodes on the steel piles. Building 35 demolition includes the contents of Building 35 and both the port and starboard elevators above their concrete encasement. Building 35 contents will be safely removed and the actual building will be deconstructed, and completely removed from Gould Island and disposed of at an appropriate facility. Work will be performed in Newport, Rhode Island, and is expected to be completed by 2024. Fiscal 2022 working capital (Department of Defense) funds in the amount of $9,428,740 are obligated on this award, and will not 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, Norfolk, Virginia, is the contracting activity. 

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $37,351,500 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-21-D-N152) with three one-year option periods for GEN III fleece cold weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept.16, 2023. 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. 

R&M Government Services Inc.,*** Las Cruces, New Mexico, has been awarded a maximum $34,981,407 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for A-10 nacelle doors. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 12, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2022 through 2027 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-22-D-0003).

R&M Government Services Inc.,*** Las Cruces, New Mexico, has been awarded a maximum $33,235,467 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for A-10 nacelle doors. This was a competitive acquisition with four responses received. This is a five-year contract with no option periods. Location of performance is Florida, with a Sept. 12, 2027, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2022 through 2027 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Hill Air Force Base, Utah (SPRHA4-22-D-0004).

AIR FORCE

PC Krause and Associates Inc., West Lafayette, Indiana, has been awarded a $19,952,469 cost-plus-fixed-fee contract for research and development for the Aircraft Modeling, Simulation & Analysis and Digital Engineering (AAMSADE) program. This will include integrated subsystem performance and the impact on the overall vehicle optimization and modeling performance improvements applied to power, thermal, actuation, propulsion and control/autonomy subsystems. Work will be performed at Wright-Patterson Air Force Base, Ohio, and is expected to be completed by Dec. 14, 2027. This award is a Small Business Innovation Research (SBIR) III contract as a result of a continuing effort from a SBIR II and SBIR III. Fiscal 2021 research, development, technology and evaluation funds (RDT&E) in the amount of $56,523; and fiscal 2022 RDT&E funds in the amount of $630,000 will be obligated at the time of award. The Air Force Research Lab, Wright-Patterson AFB, Ohio, is the contracting activity (FA8650-22-C-260).

DEFENSE HEALTH AGENCY

General Dynamics Information Technology Inc., Falls Church, Virginia, was awarded a cost-plus-fixed-fee contract (HT001422C0016) in the amount of $15,445,423 to provide scientific leadership, traumatic brain injury (TBI) subject matter experts and high-performing subject matter support, including personal and non-personal services staff, to advance the mission of the Defense Health Agency Traumatic Brain Injury Center of Excellence (TBICoE). The contractor will provide expert staff to conduct pilot and large-scale evaluation studies with human subjects to inform the state of science and ensure translation of key findings into clinical decision-making tools to support improved patient care; provide senior technical development of TBI clinical practice management and clinical recommendation tools; and dissemination, implementation, and training of TBI related clinical tools and clinical recommendations. The contractor will continue current and future Department of Defense (DOD)/Defense Health Agency database evaluation and development of past, current, and future studies to facilitate TBI data analysis; and development and execution of TBI outcome metrics within available data sources, unless otherwise directed. The contractor will support TBICoE’s mission services to include advising on and being responsive to dynamic TBI and brain health focused congressionally-directed mandates and DOD assigned missions, such as the congressionally-directed 15-Year Longitudinal Studies of TBI; current and future programs or strategies as outlined in National Defense Authorization Act for fiscal 2018, Section 734; the 2018 Deputy Secretary of Defense memorandum, “Comprehensive Strategy and Action Plan for Warfighter Brain Health”; and the subsequent 2019 memoranda specifying lines of efforts and their leads, and any future projects, queries or reviews to be named. Fiscal 2022 operations and maintenance funds were obligated at the time of the award. The place of performance is Silver Spring, Maryland. The period of performance is Sept. 7, 2022, to May 6, 2023. The Defense Health Agency, Northeastern Markets Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Sept. 7, 2022)

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

9/14

NAVY

Insitu Inc., Bingen, Washington, is awarded a $191,835,973 firm-fixed-price modification (P00002) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001922D0038). This modification adds scope to procure 13 RQ-21A Blackjack air vehicles, 25 ScanEagle air vehicles, 48 RQ-21A and ScanEagle payloads and turrets, support equipment, spares and sustainment spares and tools in support of RQ-21A Blackjack and ScanEagle unmanned aircraft platforms for the Navy, Marine Corps, and Foreign Military Sales customers.  Work will be performed in Bingen, Washington (88%); and various locations outside the continental U.S. (12%), and is expected to be completed in June 2026. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued.  The Naval Air System Command, Patuxent River, Maryland, is the contracting activity.

Sauer Construction LLC, Jacksonville, Florida, is awarded a $38,807,000 firm-fixed-price task order (N6945022F0843) under a multiple award construction contract (N69450-21-D-0061) to provide demolition, construction, and repair work associated with damage at Naval Air Station Pensacola, Florida. The work to be performed provides for replacing 13 damaged substations, repairing or replacing existing power poles, replacing manholes, hand holes, and underground circuits; replacing an existing direct-buried cable, portions of overhead power with underground circuits, and providing a new reinforced concrete duct back between two substations. The contract also contains three unexercised options, which if exercised, would increase the cumulative contract value to $85,041,000. 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 $38,807,000 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.

Etolin Strait Partners LLC,* Norfolk, Virginia, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to exercise Option Year Three for general construction services within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations. The total cumulative contract amount after exercise of this option will increase from $90,000,000 to $120,000,000. Work will be performed in, but is not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option period of performance is from September 2022 to September 2023. No task orders are being issued at this time. Task orders will be primarily funded by fiscal 2023 military construction (Navy), and fiscal 2023 operation and maintenance (Navy) funds. NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-19-D-0007). 

Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $27,465,700 firm-fixed-price task order (N6247822F4420) under a previously awarded contract (N62478-20-D-4004) to repair roads and erosion control at the Red Hill Bulk Fuel Storage Facility (RHBFSF), Hawaii.  The work to be performed provides for repairing roads along the north face of RHBFSF and installing an erosion control rock fall protection system near the entry control point along Lower Access Road. Work will be performed at Oahu, Hawaii, and is expected to be completed by June 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $27,465,700 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with six offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

ARMY

Brice Turnagain JV LLC, Anchorage, Alaska, was awarded a $176,701,106 firm-fixed-price contract for long-term repairs at the Eareckson Air Station fuel pier. Bids were solicited via the internet with three received. Work will be performed in Shemya, Alaska, with an estimated completion date of Sept. 24, 2026. Fiscal 2022 Defense Logistics Agency funds and operation and maintenance, Air Force funds in the amount of $176,701,106 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-22-C-0021).

Total Technology Inc.,* Cherry Hill, New Jersey (W15QKN-22-D-0034); Pioneering Decisive Solutions Inc.,* California, Maryland (W15QKN-22-D-0035); Logisys Technical Services Inc.,* Huntsville, Alabama (W15QKN-22-D-0036); and Tevet LLC,* Greeneville, Tennessee (W15QKN-22-D-0037), will compete for each order of the $46,963,010 firm-fixed-price contract to provide spare parts to support the Next Generation Automated Test System. 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. 13, 2027. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Fordice Construction Co.,* Vicksburg, Mississippi, was awarded a $33,750,000 firm-fixed-price contract to cast articulated concrete mattress. Bids were solicited via the internet with two received. Work will be performed in Saint Francisville, Louisiana, with an estimated completion date of Dec. 31, 2023. Fiscal 2019 and 2022 Mississippi River and Tributaries funds in the amount of $33,750,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0055).

Cottrell Contracting Co.,* Chesapeake, Virginia, was awarded a $30,000,000 firm-fixed-price contract for James River maintenance dredging. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 11, 2025. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-22-D-5011).

UDC USA Inc.,* Tampa, Florida, was awarded a $27,071,586 firm-fixed-price contract for the production, testing, inspection, packaging and delivery of the M81 fuse igniter. 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. 14, 2027. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-22-D-0028).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $21,576,184 modification (P00018) to contract W56HZV-22-C-0012 for additional hours of Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 22, 2023. Fiscal 2021 other procurement, Army funds; and fiscal 2022 operation and maintenance, Army funds in the amount of $21,576,184 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Raytheon/Lockheed Martin Javelin JV, Tucson, Arizona, was awarded a $12,465,875 modification (P00077) to contract W31P4Q-19-C-0076 for Javelins. Work will be performed in Tucson, Arizona, with an estimated completion date of Nov. 30, 2026. Fiscal 2022 Foreign Military Sales (Albania, Latvia, Norway and Thailand); and missile procurement, Army funds in the amount of $12,465,875 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Canvas Inc., Huntsville, Alabama, was awarded a $7,501,949 modification (P00027) to contract W31P4Q-20-F-D003 for program service support for the Aviation Mission Systems and Architecture Program Office. Work will be performed in Huntsville, Alabama, with an estimated completion date of Sept. 16, 2023. Fiscal 2021 Foreign Military Sales (Australia, Croatia, Jordan, Latvia, Morocco, Netherlands and United Kingdom) funds; and fiscal 2022 aircraft procurement, Army funds in the amount of $7,501,949 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

AIR FORCE

Indyne Inc., Lexington Park, Maryland, has been awarded a $31,115,280 firm-fixed-price modification (P00012) to previously awarded contract FA2518-22-C-0001 for Long Range Discrimination Radar (LRDR) operations and maintenance (O&M). The contract modification extends the period of performance of the LRDR O&M contract line items to align with the Solid State Phase Array Radar System contract FA2518-22-C-0001 period of performance.  Work will be performed at Clear Space Force Station, Alaska, and is expected to be completed by Oct. 31, 2026. No funds are being obligated at the time of award. The total cumulative face value of the contract is $316,887,440. Space Operations Command, Peterson Space Force Base, Colorado, is the contracting activity.

Language Associates LLC, Arlington, Virginia, has been awarded a $10,589,561 indefinite-delivery/indefinite-quantity contract for English language training in support of the Air Force Security Assistance Training Squadron. Work will be performed in the United Arab Emirates and is expected to be completed by Sept. 20, 2025.  This contract involves 100% Foreign Military Sales (FMS) to the United Arab Emirates. This award is the result of a country-directed sole-source acquisition. FMS funds in the amount of $2,913,009 are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-22-D-0014). 

DEFENSE LOGISTICS AGENCY

Mount Rogers Community Services, Atkins, Virginia, has been awarded a maximum $15,435,123 modification (P00011) exercising the second one-year option period of a one-year base contract (SPE1C1-20-D-N120) with two one-year option periods for unisex and female advanced combat shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Sept. 15, 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 agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $15,435,123 modification (P00014) exercising the second one-year option period of a one-year base contract (SPE1C1-20-D-B090) with two one-year option periods for unisex and female advanced combat shirts. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Texas, North Carolina and New York, with a Sept. 15, 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 agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

The Lighthouse for the Blind,** Seattle, Washington, has been awarded a $11,725,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for hydration bladders. This is a one-year contract with no option periods. The ordering period end date is Sept. 13, 2023. 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 (SPE1C1-22-D-B130).

Gentex Corp., Simpson, Pennsylvania, has been awarded an estimated $7,714,932 modification (P00004) exercising the first one-year option period of a one year-base contract (SPE1C1-21-D-1496) with four one-year option periods for HGU-56/P aircrew integrated helmet systems and components. This is a firm-fixed-price requirements contract. The performance completion date is Sept. 21, 2023. Using military service is Army. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

*Small business
**Mandatory source 

9/15

ARMY

Certified Stainless Services Inc., doing business as West-Mark,* Ceres, California, was awarded a $264,494,846 hybrid (firm-fixed-price and firm-fixed-price with economic price adjustment) contract for the Bulk Fuel Distribution System, authorized stockage list kits, production qualification testing assets, initial spare parts, contract data requirements lists, ancillary services for test support and contractor-performed system care and storage. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order with an estimated completion date of Sept. 6, 2032. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0078).

Tiger Tech Solutions Inc.,* Miami, Florida, was awarded a $49,999,399 order-dependent contract to further develop the Wearable Warfighter Health Monitoring 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. 14, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911NF-22-D-0001).

Noblis Inc., Reston, Virginia, was awarded a $47,414,607 firm-fixed-price contract for program support services. 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 March 15, 2027. U.S. Army Corps of Engineers’ Humphreys Engineer Center Support Activity, Fort Belvoir, Virginia, is the contracting activity (W912HQ-22-D-009).

Cape Environmental Management Inc.,* Norcross, Georgia, was awarded a $40,000,000 cost-plus-fixed-fee contract for removal and disposal of contaminated soils at several solid waste management units. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 14, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-D-3028).

MVL USA Inc., Lansing, Michigan (W912GB-22-D-0025), was awarded a $20,000,000 firm-fixed-price contract for design-build and design-bid-build construction services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of March 14, 2028. U.S. Army Corps of Engineers, European District, is the contracting activity.

Great Lakes Dredge and Dock Co. LLC, Houston, Texas, was awarded a $16,358,330 firm-fixed-price contract for dredging. Bids were solicited via the internet with three received. Work will be performed in St. Marys, Georgia, with an estimated completion date of May 13, 2023. Fiscal 2022 operation and maintenance, defense-wide funds in the amount of $16,358,330 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-22-C-0013).

Skurka Aerospace Inc., Camarillo, California, was awarded a $14,165,320 firm-fixed-price contract to provide conversion and repair of the M242 drive motor. Bids were solicited via the internet with one received. Work will be performed in Camarillo, California, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 Army working capital funds in the amount of $14,165,320 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0086).

CACI-ISS Inc., Chantilly, Virginia, was awarded a $13,968,460 modification (P00119) to contract W15QKN-15-C-0049 for training, deployment and sustainment services in support of Go-Live. Work will be performed in Arlington, Virginia, with an estimated completion date of Dec. 31, 2022. Fiscal 2022 operation and maintenance, Army funds; and other procurement, Army funds in the amount of $1,200,000 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Bilbro Construction Company Inc.,* Escondido, California, was awarded an $11,888,000 firm-fixed-price contract to repair barracks at Fort Irwin. Bids were solicited via the internet with 12 received. Work will be performed at Fort Irwin, California, with an estimated completion date of Dec. 25, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $11,888,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-22-C-0026).

DRS Network & Imaging Systems LLC, Melbourne, Florida, was awarded a $9,592,417 firm-fixed-price contract for procurement of Integrated Vision Systems. Bids were solicited via the internet with one received. Work will be performed in Melbourne, Florida, with an estimated completion date of Nov. 29, 2024. Fiscal 2022 Foreign Military Sales (Australia) funds in the amount of $9,592,417 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-F-0488).

Manson Construction Co., Seattle, Washington, was awarded an $8,901,750 firm-fixed-price contract for dredging. Bids were solicited via the internet with three received. Work will be performed in Berwick, Louisiana, with an estimated completion date of Nov. 30, 2022. Fiscal 2022 civil operation and maintenance funds in the amount of $8,901,750 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0053).

NAVY

Cape Environmental Management Inc.,* Norcross, Georgia (N62742-22-D-1815); EA Engineering, Science, and Technology Inc.,* Hunt Valley, Maryland (N62742-22-D-1816); Environmental Chemical Corp.,* Burlingame, California (N62742-22-D-1817); Engineering/Remediation Resources Group Inc.,* Honolulu, Hawaii (N62742-22-D-1818); Insight-ESI LLC,*  Brea, California (N62742-22-D-1819); and Noreas Dawson Environmental Remediation JV,* Irvine, California (N62742-22-D-1820), are awarded a combined $120,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contract for environmental remedial action services for sites within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations (AO). Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. The maximum dollar value, including the base period and seven option years, is $120,000,000. Work will be performed at various sites within the NAVFAC Pacific AO to include, California (71%); Hawaii (15%); Guam (13%); and Nevada (1%), and is expected to be completed by September 2030. Work may also be performed outside of the NAVFAC Pacific AO, and include work for other Department of Defense or federal agencies, as required. Fiscal 2022 environmental restoration (Navy) funds in the amount of $30,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with seven offers received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity.

Center for Disease Detection LLC, San Antonio, Texas, is awarded a $55,806,150 indefinite-delivery/indefinite-quantity contract. Laboratory testing under this contract is broad in scope and encompasses a range of disciplines. It is Department of Defense (DOD) policy to deny eligibility for military service to persons with laboratory evidence of Human Immunodeficiency Virus (HIV), Hepatitis B, or Hepatitis C. As a result, all applicants for military service must be tested for the viruses prior to entry into military service. Additionally, it is DOD policy to periodically screen service members for HIV, Hepatitis B, and Hepatitis C. SECNAVINST 5300.30F outlines the management of these viruses within the Navy and Marine Corps and requires tracking of positive test results by the Navy Blood-borne Infection Management Center (NBIMC). NBIMC oversees the administration and aids in the development of policies concerning the HIV, Hepatitis B, and Hepatitis C screenings for the Department of the Navy (DON), as directed by the Navy Bureau of Medicine and Surgery (BUMED) for the Bureau of Personnel (BUPERS). To meet HIV, Hepatitis B, and Hepatitis C screening requirements, the Navy, Marine Corps, and Coast Guard require the testing of approximately 60,000 – 90,000 specimens per month from approximately 1,300 submitting activities worldwide, including remote facilities. Support for Coast Guard operations is provided through NBIMC and not directly from Naval Medical Readiness Logistics Command. DOD has incorporated the use of contractor personnel as part of its overall manpower strategy for healthcare related services. Policy decisions have reduced the overall size of the active duty medical force, and available pay grades limit the ability to attract and retain civil service personnel. The use of contract staff to supplement organic resources is a widespread private sector practice that is mirrored through this acquisition. One component of Naval Medical Logistics Command’s (NMLC) mission is to meet customers’ healthcare related service needs. NMLC has issued services contracts to acquire health care related services for more than 30 years and will use this approach to meet the needs of NBIMC. All work will be performed at submitting activities and is expected to be completed by Sept. 14, 2027. The base period of performance is awarded with fiscal 2022 operation and maintenance (Navy) funding in the amount of $11,161,230 obligated at time of award, and will expire at the end of the current fiscal year. The balance of the task order will be incrementally funded under four option periods with operation and maintenance (Navy) funds. This contract was competitively procured via the System for Award Management website with one offer received. The Naval Medical Readiness Logistics Command, Fort Detrick, Maryland, is the contracting activity (N6264522D5008).

Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N4523A22D0800); Neal Technical Innovations LLC,* Daphne, Alabama (N4523A22D0801); Orbis Sibro Inc.,* Charleston, South Carolina (N4523A22D0802); Platypus Marine Inc.,* Port Angeles, Washington (N4523A22D0803); QED Systems Inc.,* Virginia Beach, Virginia (N4523A22D0804); Standard Inspection Services,* San Diego, California (N4523A22D0805); Tecnico Corp.,* Chesapeake, Virginia (N4523A22D0806); and Transtecs Corp.,* Wichita, Kansas (N4523A22D0807), were awarded a combined $42,373,864 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for trade shop support involving repair, maintenance, and alteration requirements in support of waterborne vessels, surface ships and submarines homeported at or visiting the Puget Sound, Washington. Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award. Work includes but is not limited to welding, fire watch, marine pipefitting, ship fitting, lead work, blasting, painting, sheet metal forming, shaping, cutting and stamping, electrical/electronic repairs and modernization, electrical/electronic alteration, pump/motor and mechanical systems repair, tank cleaning, general maintenance, rigging, plastic fabricating, woodworking and temporary scaffolding removal/installation. Work will be performed at Bremerton, Washington; Everett, Washington; Keyport, Washington; and Silverdale, Washington, according to individual delivery orders as assigned and is expected to be completed by September 2027. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $8,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with eight offers received. In accordance with 10 U.S. Code 2304 (a) — this contract was a competitively procured Total Small Business Set Aside. The Puget Sound Naval Shipyard and Intermediate Maintenance Facility, Bremerton, Washington, is the contracting activity. Awarded September 14, 2022. 

The Boeing Co., St. Louis, Missouri, is awarded a $34,703,823 firm-fixed-price delivery order (N00383-22-F-YY0Y) under previously awarded basic ordering agreement N00383-22-G-YY01 for procurement of 57 each, processor, target lo, part of the Distributed Targeting Processor-Network system on the F/A-18E/F and E/A-18G aircrafts. The delivery order does not include an option period. All work will be performed in St. Louis, Missouri, and work is expected to be completed by December 2026. Fiscal 2022 working capital (Navy) funds in the full amount of $34,703,823 are allocated and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, is awarded a $26,137,728 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides engineering technical field services in support of various fleet activities to inform, instruct, and train Navy and Marine Corps military and civilian personnel in the installation, operation, and maintenance of the H-60 and H-53 series aircraft, to include technical guidance and advice to resolve unusually complex technical problems. Work will be performed in Okinawa, Japan (14%); North Hanover, New Jersey (13%); Atsugi, Japan (12%); Rota, Spain (12%); San Diego, California (12%); Apra Harbor, Guam (10%); Jacksonville, Florida (6%); Havelock, North Carolina (6%); Jacksonville, North Carolina (6%); Kaneohe Bay, Hawaii (6%); and Stratford, Connecticut (3%), 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 not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Commander, Fleet Readiness Centers, Patuxent River, Maryland, is the contracting activity (N6852022D0004).

Systems Engineering Associates Corp.,* Middletown, Rhode Island, is awarded a $24,522,689 cost-plus-fixed-fee contract for the Electromagnetic Maneuver Warfare Modular Suite (EMWMS). This contract provides for the development of EMWMS as a mobile, configurable experimental and operational unit geared towards specific EMW capabilities and missions. It will be suited for long-term use in a single location or for “roll-on/roll-off” deployable missions aboard manned and unmanned air, land and sea platforms. The EMWMS will be centered around a Container, Express (CONEX) box design focused on scalability, modularity, reliability, maintainability and security. The CONEX box infrastructure will also address space, weight and power requirements to support Intelligence, Surveillance and Reconnaissance (ISR)/Counter-ISR hotel service capabilities. Work will be performed in Middletown, Rhode Island (88.8%); Norfolk, Virginia (5.4%); McLean, Virginia (2.9%); Rochester, New York (1.6%); and Narragansett, Rhode Island (1.3%). Work is expected to be completed for the base period by May 18, 2023, and if all options are exercised, work will continue until Sept. 19, 2027. The contract also includes four 12-month option periods and one 4-month option period, which if exercised would increase cumulative contract value to $79,033,482. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $4,271,536 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under the Office of Naval Research Long Range Broad Agency Announcement (BAA) (N00014-21-S-B001). Since proposals are received throughout the year under the Long Range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-22-C-1070).

The Boeing Co., Seattle, Washington, is awarded a $20,677,792 cost-plus-fixed-fee order (N0001922F1138) against a previously issued basic ordering agreement (N0001921G0006). This order provides for logistics management, product support analysis and integration, maintenance planning, technical data, support equipment maintenance, and engineering services in support of the P-8A aircraft for the Navy and the governments of Australia, Norway, and the United Kingdom. Work will be performed in Jacksonville, Florida (25%); Whidbey Island, Washington (15%); Sigonella, Italy (10%); Sheik Isa Airbase, Bahrain (10%); Kadena, Japan (10%); Kaneohe Bay, Hawaii (7.5%); Patuxent River, Maryland (7.5%); Keflavik, Iceland (7.5%); and Misawa, Japan (7.5%), and is expected to be completed in September, 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $11,743,975; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $3,819,589 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Black Construction/Mace International JV, Harmon, Guam, is awarded an $18,028,631 firm-fixed-price task order (N4008422F4571) under previously-awarded design-build/design-bid-build, indefinite-delivery/indefinite-quantity, unrestricted multiple-award construction contract N40084-21-D-0079 for repairs to the synchro lift pier, Facility 458, at U.S. Navy Support Facility, Diego Garcia. The work to be performed provides for the demolition and replacement of deteriorated cleats, safety ladder, broken handrail, broken vessel lift timber carriage deck, deteriorated and missing timber fender pile remnants, and deteriorated or broken mooring dolphin chafing strips and mooring dolphin bollard. Work will be performed in Diego Garcia, British Indian Ocean Territory, and is expected to be completed by January 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $18,028,631 will be obligated at time of 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, Far East, Yokosuka, Japan, is the contracting activity.  

Safe Boats International LLC, Bremerton, Washington, is awarded a $14,562,238 firm-fixed-price modification to previously awarded contract N00024-21-C-2201 for the procurement and installation of four Gun Weapon Systems onto Mark VI boats with spares and training. This contract action includes options which, if exercised, would bring the cumulative value of this contract action to $92,320,737. Work will be performed in Tacoma, Washington, and is expected to be completed by January 2025. If all options are exercised, work will continue through September 2027. Foreign Military Sales (Ukraine) funds in the amount of $14,562,238 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.

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $13,442,656 cost-plus-fixed-fee order (N0001922F2038) against a previously issued basic ordering agreement (N0001922G0002). This order provides engineering, management, technical, and acquisition support for the implementation and sustainment of V-22 capability defect packages for V-22 avionics and flight controls systems. Work will be performed in Ridley Park, Pennsylvania (92%); Fort Worth, Texas (6%); and St. Louis, Missouri (2%), and is expected to be completed in September 2026. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,142,524; and fiscal 2022 operation and maintenance (Air Force) funds in the amount of $3,300,132 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

KOAM Engineering Systems Inc.,* San Diego, California, is awarded a $12,000,000 modification to a previously awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-18-D-0075) to provide continuing program management and engineering support services for the Naval Information Warfare Center Pacific’s Network Integration Engineering Facility. Work will be performed in San Diego, California. The period of performance of the current option period is from April 16, 2021, to Sept. 26, 2023, and will not be extended by this modification. This modification increases the estimated value of the contract from $149,253,232 to $161,253,232. No funds will be obligated at the time of award. Funds to be obligated include research, development, test and evaluation (Department of Defense); ship construction (Navy); operations and maintenance (DOD); other procurement (Navy and DOD); and working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Compass Systems Inc.,* Lexington Park, Maryland, is awarded a $9,999,915 modification (P00003) to a cost-plus-fixed-fee order (N6833522F0145) against a previously issued basic ordering agreement (N6833522G0012). This modification exercises options to provide continued development, testing, and evaluation of command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance artificial intelligence/machine learning/augmented reality systems in support of Naval Air Warfare Center Aircraft Prototype System Division and continuation of the Small Business Innovation Research Phase III Topic N201-015 titled, “Autonomous and Intelligent Aircraft Maintenance Technologies”. Work will be performed in Lexington Park, Maryland, and is expected to be completed in September 2023. Fiscal 2022 operation and maintenance (Department of Defense) funds in the amount of $334,350; and fiscal 2022 working capital (Navy) funds in the amount of $45,825 will be obligated at the time of award, $334,350 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.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $9,715,554 firm-fixed-price order (N0001922F2052) against a previously issued basic ordering agreement (N0001921G0008) to provide Unmanned aircraft systems intelligence, surveillance, and reconnaissance services for the Department of Defense, other government agencies, and domestic and Overseas Contingency Operations. Work will be performed on an undisclosed Expeditionary Sea Base vessel (80%); and in Hunt Valley, Maryland (20%), and is expected to be completed in February 2028. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $9,715,554 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

University of Maine System, acting through the University of Maine, Orono, Maine, is awarded a $9,515,293 cost completion-type contract for composites for advanced maritime structures. This contract provides for building design and analysis tools to examine structural aspects of unmanned surface vehicles (USVs); examine the existing manufacturing equipment and define a path forward to support advanced manufacturing of USVs. The effort will also apply design tools to fabricate and test vessel structures; design, fabricate and test a scaled USV; design, fabricate and evaluate a large-scale USV using advanced manufacturing processes; and develop structures with hydrodynamic surfaces for tow tank model testing. Work will be performed in Orono, Maine and is expected to be completed by Sept. 14, 2025. The maximum dollar value, including a 36-month base period with no options, is $9,515,293. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $9,515,293 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under the Office of Naval Research long range broad agency announcement (BAA) for Navy and Marine Corps Science and Technology. Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-22-C-1086).

CAE USA Inc., Tampa, Florida, is awarded a $9,368,022 firm-fixed-price contract. This contract provides for the Block Two modification and upgrade of two Undergraduate Military Flight Officer Multi-Crew Simulator (MCS) 2B51 devices, to include the following upgrades: all computational systems software to the latest cybersecurity compliant operation system; all computational systems hardware to increase life-cycle supportability; all application software and drivers to the latest version; all servers to the latest windows servers to meet cybersecurity requirements; communications system functionality to enhance student training; current Image Generator System to the latest version available to meet cybersecurity requirements; Offline Development Station/Virtual Simulator to a fully functioning Stand-alone Offline Development Station; two interconnected/dependent MCS trainers to be two fully independent trainers; as well as correction of existing discrepancies in the system to increase fidelity; and development of technical documentation and training (instructor/operator and maintenance) to facilitate successful transitioning of the training devices to the post-delivery support phase.  Work will be performed in Pensacola, Florida (75%); and Tampa, Florida (25%), and is expected to be completed in November 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $9,368,022 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304 (c)(1). The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134022C0003).

Tuckman-Barbee Construction Co., Inc.,* Upper Marlboro, Maryland, is awarded a $9,159,650 firm-fixed-price construction task order (N4008022F4687) placed against contract number (N40080-21-D-0024) for design-build services at the U.S. Naval Academy, Annapolis, Maryland. The work to be performed provides for installation of a wave attenuator system and floating dock system at Santee Basin, deconstruction of the existing wave screen, and other incidental related work. Work will be performed in Annapolis, Maryland, and is expected to be completed by September 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $9,159,650 will be obligated at time of award and will expire at the end of the current fiscal year. This task order was competitively procured via the Naval Facilities Engineering Systems Command (NAVFAC) Washington Blue small business multiple award construction contract, with six offers received.  NAVFAC Washington, Public Works Department Annapolis, Annapolis, Maryland, is the contracting activity.

Electronic Warfare Associates (EWA) Government Systems Inc., Herndon, Virginia, is awarded an $8,369,074 firm-fixed-price, cost-plus-fixed-fee, and cost modification to previously awarded contract (N00024-19-C-5601) to exercise options for Electronic Warfare Training Systems and support requirements. Work will be performed in Fairmont, West Virginia, and is expected to be completed by February 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $935,004 (62%); fiscal 2021 research, development, test and evaluation funds in the amount of $505,282 (34%); fiscal 2022 research, development, test and evaluation funds in the amount of $43,717 (3%); and fiscal 2021 other procurement (Navy) funds in the amount of $14,837 (1%) will be obligated at time of award, and funds in the amount of $1,440,286 will expire at the end of the current fiscal year. The Naval Sea Systems Command (NAVSEA), Washington, D.C. is the contracting activity.

Federal Strategies LLC,* Fredericksburg, Virginia, is awarded an $8,077,276 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the Training and Education Command for Range and Training Area Management Branch military operations (MILOPS) data support. This contract provides for identifying and updating functionally obsolete, inadequate and unverified MILOPS Geographic Information System services data at nine bases/stations and five optional major installations listed below. Work will be performed at the following military operations mission areas for the bases/stations at Range Control, Marine Corps Air Ground Combat Center, Twentynine Palms, California (7.15%); Operations and Training Division, Marine Corps Base Hawaii, Hawaii (7.15%); Range Control, Marine Corps Camp Fuji, Japan (7.15%); Range Control, Marine Corps Mountain Warfare Training Center, Bridgeport, California (7.15%); Operations and Training Division, Marine Corps Air Station, Cherry Point, North Carolina (7.15%); Range Control, Townsend Bombing Range, Georgia (7.15%); Operations and Training Division, Marine Corps Air Station, Miramar, California (7.15%); Training Division, Marine Corps Logistics Base, Barstow, California (7.15%); Range Control, Marine Corps Camp Blaz, Guam (7.15%); and ancillary support to Range Operations Division, Marine Corps Base Camp Lejeune, Jacksonville, North Carolina (7.15%); Range Operations Division, Marine Corps Base Camp Pendleton, Oceanside, California (7.15%); Range Control, Marine Corps Base Quantico, Quantico, Virginia (7.15%); Range Operations Division, Marine Corps Base Camp Butler, Okinawa, Japan (7.1%); and Range Control, Marine Corps Air Station, Yuma, Arizona (7.1%), with an expected completion date of Sept. 14, 2027: The maximum dollar value, including the base period and five option periods, is $8,077,276. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $1,553,480 are obligated at time of award in the form of the first task order being placed against the contract. Contract funds in the amount of $1,553,480 will expire at the end of the current fiscal year. This contract was a competitive acquisition and while an unknown amount of offers were solicited, five offers were received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-22-D-7912).

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $7,710,426 firm-fixed-price order (N6134022F7006) against a previously issued basic ordering agreement (N0001922G0002). This order provides for V-22 Tactical System Software Suite 9.x software and hardware integration into 2F300 Flight Training Devices in support of compliance of training requirements and maintaining concurrency with fleet aircraft.  Work will be performed in Clovis, New Mexico, and is expected to be completed in November 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $7,710,426 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 Training Systems Division, Orlando, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded an estimated $62,138,271 firm-fixed-price, indefinite-quantity contract for various heavy truck weapon systems replacement parts. 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 three-year base contract with two one-year option periods. The performance completion date is Sept. 14, 2025. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-22-D-0149).

DRS Advanced ISR LLC, Beavercreek, Ohio, has been awarded a maximum $29,815,751 firm-fixed-price, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract for hardware, repairs and repair services in support of the AN/URC-145A(V)1 Joint Tactical Terminal-Integrated Broadcast Service system. The procurement of hardware and test and inspection of repairs will be purchased on a firm-fixed-price basis. Repairs services will be procured using cost-plus-fixed-fee basis. This is 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 base contract with one two-year option period. The performance completion date is Sept. 14, 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, Aberdeen Proving Ground, Maryland (SPRBL1-22-D-0016).

AIR FORCE

Charles Stark Draper Laboratory Inc., Cambridge, Massachusetts, has been  awarded a $26,889,866 cost-plus-fixed-fee contract for the Ocelot Software/Hardware Prototype. This contract provides for a flight-testing  demonstration of an existing wide-field-of-view monocentric lens optical system and advances the design, development, and testing of a Celestial Object Sighting System. Work will be performed in Cambridge, Massachusetts, and is  expected to be completed by Sept. 15, 2025. Fiscal 2022 research, development,  test and evaluation funds in the amount of $1,150,000 are being obligated at  time of award. Air Force Research Laboratory, Rome, New York, is the  contracting activity (FA8750-22-C-1527).

Northrop Grumman Technical Services, Oklahoma City, Oklahoma, will be awarded  a $14,271,766 cost-plus-fixed-fee contract for B-2 pressurization control valve Phase III, obsolescence solution resolution testing. The contract will  fund development for seven prototype units with seven deliverables. Work will be performed in Oklahoma City, Oklahoma, and is expected to be completed by December 2025. Fiscal 2022 working capital funds are being obligated at time of award. Total cumulative face value of the contract is $14,271,766. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting  activity (FA8118-22-C-0004).

Navitas Advanced Solutions Group LLC, Ann Arbor, Michigan, has been awarded  an $8,903,376 cost-plus-fixed-fee contract for scientific and technical reports and a prototype Lithium-Sulphur battery. This contract provides for the research and development of lithium sulfur energy storage. Work will be performed in Ann Arbor, Michigan, and is expected to be completed by Sept. 15, 2026. Fiscal 2021 and 2022 Space Force research and development funds are being obligated at time of award. Air Force Research Laboratory, Kirtland Air Force Base, New Mexico, is the contracting activity (FA9453-22-C-0018). 

University of Dayton Research Institute, Dayton, Ohio, has been awarded an $8,844,258 cost-plus-fixed-fee contract for research and development. This contract provides for an opportunity to advance non-destructive evaluation (NDE) and machine learning to speed up NDE interpretation and automate manufacturing; promote advancement of materials used in carbon-carbon production and thermal protection; gather improved understanding of material/hypersonic environment interactions and material failure, and integrate hypersonic flow and material damage investigations for hypersonic materials and aerothermodynamics simulations to facilitate the prediction of materials performance at mission conditions. Work will be performed in Dayton, Ohio, and is expected to be completed by Jan. 1, 2026.  This contract was a competitive acquisition and one offer was received. Fiscal 2021 research, development, test and evaluation funds are being obligated at  time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-5293). (Awarded Sept. 12, 2022)

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Communications and Power Industries LLC, Palo Alto, California, was awarded an $8,973,683 modification (P0003) to previously awarded cost-plus-fixed-fee contract HR001121C0203 to exercise the Phase 2 option for a Defense Advanced Research Projects Agency research project. The modification brings the total cumulative face value of the contract to $10,757,168 from $1,783,485. Work will be performed in Bethesda, Maryland (19%); and Palo Alto, California (81%), with an estimated completion date of September 2026. Fiscal 2022 research, development, testing and evaluation funds in the amount of $669,061 are being obligated at the time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

U.S. TRANSPORTATION COMMAND

UPDATE: American Airlines Inc., Fort Worth, Texas (HTC7112-2-D-CC02); and Hillwood Airways LLC, Fort Worth, Texas (HTC7112-2-D-CC03), have been added as awardees to the multiple-award contract for Domestic Charter Airlift Services, issued against solicitation HTC7111-8-R-CC01 and awarded Sept. 30, 2018, with a $697,000,000 estimated program face value. The base period of performance for these additions is from Sept. 15, 2022, to Sept. 30, 2023. Work will be performed within the continental U.S., Hawaii, Alaska, all U.S. territories, Mexico, Canada, and the Caribbean Islands. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

*Small business

9/16

NAVY

Bell Textron Inc., Fort Worth, Texas, is awarded a $228,168,591 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides the H-1 Light/Attack helicopter with new and modified capabilities through System Configuration Sets, which is a combination of software and/or hardware configuration item changes integrated into a previously deployed baseline configuration. These efforts include work on the airframe, aircraft wiring interface terminals, flight controls, and weapon systems interfaces, as well as research alternatives, investigation, and documentation of new capabilities and anomalies related to flight controls, wiring harnesses, and weapons, and developing, integrating, verifying, validating, and testing these systems. Additionally, this contract provides for identification of maintenance activities required to support the systems; research, development, and support of studies and analysis related to configuration items, new subsystems, weapons integration, engineering, and logistics; and all efforts required to accomplish analysis of alternatives, system design, integration, testing, rapid response activities, and system capability improvements for Foreign Military Sales customers and fleet support. Work will be performed in Fort Worth, Texas (99%); and various locations within the continental U.S. (1%), 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 not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0039).

Leidos Inc., Reston, Virginia, was awarded an $83,352,986 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical services to meet fleet requirements for Synthetic Signature Generation-based training systems. Work will be performed in Bethesda, Maryland, and is expected to be completed by September 2028. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,324,201 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Surface Warfare Center, Carderock Division, West Bethesda, Maryland, is the contracting activity (N00167-22-D-0004). (Awarded Sept. 15, 2022)

Cianbro Corp., Pittsfield, Maine, is awarded a $37,528,700 firm-fixed-price construction contract to repair portions of the seawall at Farragut Field and Santee Basin at the U.S. Naval Academy (USNA), Maryland. The work to be performed provides for critical structural recapitalization of a segment of the USNA seawall/waterfront perimeter by repairing the sheet pile bulkheads along Farragut Field and the east side of Santee Basin. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $37,528,700 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 and the Procurement Integrated Enterprise Environment website, with four proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-22-C-0011). 

Design West Technologies Inc.,* Tustin, California, is awarded a $26,155,214 firm-fixed-price modification to previously awarded contract N6339421C0011 to exercise options for the manufacture, assembly, test, and delivery of MK 5 Mod 2 and MK 6 Mod 1 launch sequencers and associated kitted material. This modification combines purchases for the Navy (90.84%); and the governments of Germany (5.29%); Finland (3.15%); Republic of Korea (0.40%); and Spain (0.32%) under the Foreign Military Sales (FMS) program. Work will be performed in Tustin, California, and is expected to be completed by October 2023. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $23,761,323 (90.84%); FMS (Germany) funds in the amount of $1,384,176 (5.29%); FMS (Finland) funds in the amount of $822,642 (3.15%); FMS (Republic of Korea) funds in the amount of $103,332 (0.40%); and FMS (Spain) funds in the amount of $83,741 (0.32%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

City Construction LLC,* Washington, D.C., is awarded an $18,399,276 firm-fixed-price contract for construction of a military working dog (MWD) kennel at Joint Base Andrews, Maryland. The work to be performed provides for construction to include housing, administrative offices, conference and transient rooms, kitchen/break room, restrooms/showers, utility space, fire detection and alarm system, communications networks, utilities (electrical, water, sanitary sewer), storm water management, security perimeter fence, lighting, and parking, as well as demolition of the existing MWD kennel facilities. The contract also contains five unexercised options, which if exercised, would increase the cumulative contract value to $19,477,646. Work will be performed in Camp Springs, Maryland, and is expected to be completed by April 2024.  Fiscal 2019 military construction (Air Force); and fiscal 2022 military construction (Air Force) funds in the amount of $18,399,276 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment with two proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-22-C-0013).

Technology Trends Group LLC,* Arlington, Virginia, is awarded a $16,672,519 modification to previously awarded firm-fixed price contract M67854-20-C-4919 for the modernization efforts at Marine Corps Base Quantico, Virginia. The total cumulative face value of the contract is $40,759,789. The contract modification is for a design change to the Base Area Network Transport and Enterprise Unified Communications Voice solution for the modernization of the existing communication infrastructure at Marine Corps Base Quantico. Work will be performed in Quantico, Virginia, with an expected completion date of May 31, 2024. Fiscal 2022 procurement (Marine Corps) funds in the amount of $16,672,519.16 are obligated at time of award. Contract funds in the amount of $16,672,519.16 will expire at the end of the current fiscal year. This procurement is a direct 8(a) sole-source award to an Alaskan Native Corp. in accordance with Defense Federal Acquisition Regulation 6.302-5 — authorized or required by statute. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

CCI Group LLC,* Shalimar, Florida, is awarded a $16,174,815 firm-fixed-price modification to a previously awarded task order (N6945022F0834) placed against multiple award construction contract N69450-19-D-0917. This modification provides for storm damage repairs to Building 2268 at Naval Air Station Pensacola, Florida. This award brings the total cumulative face value of the contract to $27,808,930. Work will be performed in Pensacola, Florida, and is expected to be completed by September 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $16,174,815 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.

P&S Construction Inc.,* Chelmsford, Massachusetts, is awarded a $16,101,014 firm-fixed-price task order (N6945022F0926) under a multiple award construction contract (N69450-22-D-0005) to provide storm damage repairs and renovations to Building 1350, and demolition of Building 1351 at Naval Air Station Key West, Florida. The work to be performed provides for repair and renovation to Building 1350, to include replacement of existing cement plaster cladding system, removal of existing concrete floor overhangs and window roll up shutter enclosures, replacement of windows and doors, acoustical ceiling tiles, gypsum wallboard, porcelain floor tiles and grout, carpet, vinyl plank flooring, and bathroom fixtures. Work to Building 1351 provides for the complete building demolition, removal of the foundation, and regrading of the site. The contract also contains one unexercised option, which if exercised, would increase the cumulative contract value to $16,357,700. Work will be performed in Key West, Florida, and is expected to be completed by August 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $16,101,014 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 Dynamics Mission Systems Inc., Pittsfield, Massachusetts, is awarded a $15,951,489 cost-plus-fixed-fee term modification to previously awarded contract N6339421C0007 for design agent services in support of the Austal variant littoral combat ship, also known as the Independence variant. The Independence variant combat system consists of the Integrated Combat Management System, its interfaces, command, control, communications, computers, combat systems, and intelligence elements. Work will be performed in San Diego, California (83%); and Singapore (17%), and is expected to be completed by September 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $609,082 (76%); fiscal 2022 other procurement (Navy) funds in the amount of $120,000 (15%); FMS (Singapore) funds in the amount of $35,436 (4%); fiscal 2021 other procurement (Navy) funds in the amount of $24,000 (3%); and fiscal 2020 other procurement (Navy) funds in the amount of $16,987 (2%) will be obligated at time of award and funds in the amount of $626,069 will expire at the end of the current fiscal year. Naval Surface Warfare Center, Port Hueneme, California, is the contracting activity. 

Science Applications International Corp. (SAIC), Reston, Virginia, is awarded a $14,315,000 modification to a previously awarded, indefinite-delivery/indefinite quantity, cost-plus-fixed-fee contract (N66001-18-D-0023) to provide continuing sustainment support of integrated afloat and ashore tactical networks. Work will be performed in San Diego, California, and globally aboard Navy ships and Department of Defense installations. This modification increases the estimated value of the contract from $237,526,884 to $251,841,884. The period of performance of the current contract is from July 3, 2018, to July 2, 2023. No funds will be obligated at the time of award. Funds to be obligated include other procurement (Navy); ship construction (Navy); and operation and maintenance (Navy). The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Custom Manufacturing & Engineering Inc.,* Pinellas Park, Florida, is awarded a $9,054,378 firm-fixed-price modification to previously awarded contract N6339421C0006 for the manufacture, assembly, test, and delivery of Universal Canister Electronics Units (UCEU) and associated cables in support of the MK 57 Vertical Launch System. This modification exercises an option to acquire additional UCEU units and associated W2 and W3 cables. Work will be performed in Pinellas Park, Florida, and is expected to be completed by February 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $9,057,378 (100%) will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity.

ARMY

SRC Inc., North Syracuse, New York, was awarded a $49,990,149 firm-fixed-price contract for a precision fire-control radar. 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. 16, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-22-D-0005).

CAE USA Inc., Tampa, Florida, was awarded a $27,473,160 modification (P00052) to contract W911S0-15-C-0003 for fixed-wing aircraft training. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of March 9, 2024. Fiscal 2023 operations and maintenance, Army funds in the amount of $27,473,160 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

Science Applications International Corporation, Reston, Virginia, was awarded an $11,335,550 modification (P00037) to contract W31P4Q-21-F-0095 for modeling-and-simulation and development engineering services. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 15, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Northrop Grumman, Woodland Hills, California, has been awarded a maximum $17,686,868 firm-fixed-price, indefinite-delivery requirements contract for display control units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Sept. 15, 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 Aviation, Redstone Arsenal, Alabama (SPRRA1-22-D-0032). 

M&M Manufacturing LLC,** Lajas, Puerto Rico, has been awarded a maximum $9,231,250 modification (P00027) exercising the third one-year option period of an 18-month base contract (SPE1C1-19-D-1145) with three one-year option periods for various types of blouses and coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 19, 2023. Using military services are Army, Navy 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.

Tesla Industries Inc., New Castle, Delaware, has been awarded a maximum $7,739,781 firm-fixed-price, indefinite-quantity contract for battery power supplies. 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 three-year base contract with two one-year option periods. The performance completion date is Sept. 15, 2025. Using military services are Army and Navy. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7LX-22-D-0144).

UPDATE: 3M Oral Care, St. Paul, Minnesota (SPE2DE-22-D-0033, $12,500,000), has been added as an awardee to the multiple award contract for dental consumable items for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-20-R-0007 and awarded June 10, 2021.

AIR FORCE

North Point Defense Inc., Rome, New York, has been awarded a $15,962,643 cost-plus-fixed-fee contract for the research, analysis, design, development, implementation, testing, deployment, and integration of artificial intelligence and machine learning techniques. Work will be performed in Rome, New York, and is expected to be completed by Sept. 14, 2025. Fiscal 2022 research and development funds in the amount of $1,366,500 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1522).

CORRECTION: The Aug. 31, 2022, announcement of a not-to-exceed $927,492,124 undefinitized contract action to the Boeing Co., Defense, Space & Security, Seattle, Washington (FA8609-19-D-0007/FA8609-22-F-0001), for four KC-46A aircraft for Israel, incorrectly included the following: “This contract is also issued for the non-recurring engineering design and test for the Remote Vision System 2.0 and the Air Refueling Operator Station 2.0 mission equipment and installation, pre-delivery integrated logistics support, and technical publications.” The announcement should have read: “This contract is also issued for the non-recurring engineering design and test, RVS 2.0 and Air Refueling Operator Station 2.0 mission equipment and installation, pre-delivery integrated logistics support, and technical publications for KC-46A Israel.”

*Small business
**Woman-owned small business in historically underutilized business zones

Author

  • Ashley Jones

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

    View all posts
This entry was posted on Monday, September 19, 2022 8:15 am

Leave a Reply

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

Notify me of updates to this conversation