INSIDE THE

NEWS + ADVICE

DoD Contracts: Peraton, SAIC, Vectrus System Corp., Raytheon Co., Leidos, Week of 9-6-22 to 9-9-22

Posted by Ashley Jones

9/6

ARMY

Collins Aerospace (Rockwell Collins), Cedar Rapids, Iowa, was awarded a $68,576,036 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for the procurement of Mounted Assured Positioning, Navigation, and Timing Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order with an estimated completion date of Sept. 5, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-22-D-0004).

Weeks Marine Inc., Covington, Louisiana, was awarded a $22,765,001 firm-fixed-price contract for removal and disposal of material within the limits of the Hopper Dredge Disposal Area Borrow Site restoration area. Bids were solicited via the internet with three received. Work will be performed in Venice, Louisiana, with an estimated completion date of April 7, 2023. Fiscal 2022 civil construction funds in the amount of $22,765,001 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0051). 

EC Electric, Renton, Washington, was awarded a $10,495,846 firm-fixed-price contract for lower monumental navigation lock power and controls upgrades, to include new upstream and downstream medium and low-voltage switchgear and new motor control pumps. Bids were solicited via the internet with three received. Work will be performed in Kahlotus, Washington, with an estimated completion date of May 31, 2024. Fiscal 2016, 2018, 2019, 2020, 2021 and 2022 civil operation and maintenance funds; and fiscal 2022 Bipartisan Infrastructure Law funds in the amount of $10,495,846 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-22-C-0009). 

Massman Construction Co., Leawood, Kansas, was awarded a $10,115,316 firm-fixed-price contract for lockwall concrete demolition and installation for three floating mooring bitt recess, line hooks and kevel locations. Bids were solicited via the internet with three received. Work will be performed in Winfield, Missouri, with an estimated completion date of Nov. 10, 2023. Fiscal 2022 civil construction funds in the amount of $10,115,316 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-C-0015).

DEFENSE HEALTH AGENCY

Lost Creek Holdings LLC, McLean, Virginia, was awarded a firm-fixed-price level of effort contract (HT9408-22-C-0002) with a value of $67,637,146. The contract supports enterprise tele-behavioral health clinical services. The contract supports active duty service members worldwide. This contract was a direct 8(a) Alaskan Native Corporation acquisition with direct award procedures. The period of performance is from Sept. 1, 2022, to June 25, 2023, with four 12-month option periods. The place of duty for administrative staff is the Virtual Medical Center-San Antonio, San Antonio, Texas, with a June 25, 2027 performance completion date. The base year is funded with fiscal 2022 operations and maintenance funds in the amount of $9,868,637. The Defense Health Agency Contracting Activity, Southern Markets Contracting Division, San Antonio, Texas, is the contracting activity. 

NAVY

L3Harris Corp., Millersville, Maryland, is awarded a $45,837,976 fixed-priced-incentive-fee, cost-plus-fixed-fee, and cost-only modification to previously awarded contract N00024-16-C-6251 to establish and exercise an option for navy equipment, components, engineering services, and other direct costs. This modification includes additional options which, if exercised, would bring the cumulative value of this contract action to $104,468,052. Work will be performed in Millersville, Maryland (57%); Liverpool, New York, (40%); and Ashaway, Rhode Island (3%), and is expected to be completed by July 2025. If all options are exercised, work will continue through September 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $36,468,124.00 (80%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $6,246,568 (13%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $3,123,284 (7%) 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.

Southeast GeoSpatial JV, Jacksonville, Florida, is awarded a $45,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for architect-engineer services for geographic information systems (GIS) and professional surveying and mapping within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast (SE) area of operations (AO). The work to be performed provides for, but is not limited to, primarily GIS, which may include geospatial data collection and development, geospatial systems and applications development and implementation, and development of documentation and training material. The maximum dollar value for a five-year period is $45,000,000. Work will be performed at various locations within the NAVFAC SE AO, with an expected completion date of September 2027. No funds will be obligated at time of award.  Funds will be obligated on individual task orders using operation and maintenance (Navy) funds as they are issued. This contract was a competitive acquisition via the System for Award Management and 10 offers were received. NAVFAC SE, Jacksonville, Florida, is the contracting activity (N69450-22-D-0053).  

RQ Construction LLC, Carlsbad, California, is awarded a $31,345,000 firm-fixed-price task order (N6945022F0885) under a multiple award construction contract for construction of a new fitness training facility at Naval Air Station Pensacola, Florida. The work provides for the construction of a fitness training facility consisting of individual and group fitness areas, a gymnasium for team events, and a military obstacle course for Naval Air Technical Training Center students. This project replaces two facilities damaged by Hurricane Sally, and consolidates mission requirements into a single, new facility. The contract also contains two unexercised options, which if exercised would increase the cumulative contract value to $32,106,744. Work will be performed in Pensacola, Florida, and is expected to be completed by June 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $31,345,000 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, Southeast, Jacksonville, Florida, is the contracting activity (N69450-21-D-0060).

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded a $17,297,440 firm-fixed-price modification to previously-awarded contract N00024-22-C-2253 for the detail, design, and construction of one additional Yard, Repair, Berthing, and Messing craft. Work will be performed in Amelia, Louisiana, and is expected to be completed by September 2024. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $17,297,440 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.

Vectrus System Corp., Colorado Springs, Colorado, is awarded a $15,776,902 firm-fixed-price task order (N6274222F2023) for continued operation of the 5-million-gallon per-day (5MGD) granular activated carbon (GAC) filtration system at the Red Hill Bulk Fuel Storage Facility, Hawaii. The work to be performed provides for, but is not limited to, supporting the remediation of the Red Hill Aquifer by continuing to operate the 5MGD, GAC filtration system.  The maximum dollar value is $15,776,902. Work will be performed in O’ahu, Hawaii, and is expected to be completed by September 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $15,776,902 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured, and will be awarded on a new task under the current contract. 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3552).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,183,124 modification (P00072) to a previously awarded cost-plus-incentive-fee contract (N0001912C0070). This modification adds scope to provide engineering tool studies; weapons load trainer support, wind tunnel test and analysis support, weapons certification and data release, and engineering project office support for the government of Israel’s F-35 program. Work will be performed in Fort Worth, Texas (72%); Nevatim, Israel (20%); Tel Nof, Israel (4%); Feltham, United Kingdom (3%); and Tel Aviv, Israel (1%), and is expected to be completed in September 2024. Foreign Military Sales customer funds in the amount of $8,183,124 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

Stellant Systems Inc., Torrance, California, has been awarded an $36,940,00 indefinite-delivery/indefinite-quantity, firm‐fixed-price contract for the F-16 Traveling Wave Tube repair services. Work will be performed in Torrance, California, and is expected to be completed by Jan. 30, 2029. This award is the result of a competitive acquisition. Fiscal 2022 working capital funds in the amount of $457,290 are being obligated at the time of award. Air Force Sustainment Center Supply Chain Management Division, Hill Air Force Base, Utah, is the contracting activity (FA8251-22-D-0006).

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

D7 LLC, doing business as Dawson, Colorado Springs, Colorado, was awarded firm-fixed-price task order HU000121F0047. Option Year One in support of the Chief of Information Office at the Uniformed Services University of the Health Sciences is being exercised with a value of $11,048,424.  Work will be performed at Bethesda, Maryland, from Sept. 24, 2022, to Sept. 23, 2023. Operations and maintenance funds are being used to fund the task order. There are no known congressional interest in this requirement. Uniformed Services University of the Health Sciences, Bethesda, Maryland, is the contracting activity.

*Small business

9/7

ARMY

Pfizer Inc., New York, New York, was awarded a $4,852,867,500 modification (P00004) to contract W58P05-22-C-0001 for the oral therapeutic PAXLOVID. Work will be performed in New York, New York, with an estimated completion date of March 31, 2023. Fiscal 2022 American Rescue Plan Act funds; Coronavirus Aid, Relief, and Economic Security Act funds; Coronavirus Preparedness Response and Relief Supplemental Appropriations Act funds; and Coronavirus Response and Relief Supplemental Appropriations Act funds in the amount of $4,852,867,500 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

NH1 JV,* Highland, Utah, was awarded a $33,433,913 firm-fixed-price contract for design-bid-build construction services. Bids were solicited via the internet with two received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Feb. 29, 2024. Fiscal 2018 military construction, Army; and 2022 operation and maintenance, Navy funds in the amount of $33,433,913 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0017). 

Southern Dredging Co. Inc., Charleston, South Carolina, was awarded a $7,590,560 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with two received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of Jan. 31, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $4,550,560 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0015).

NAVY

Utah State University Space Dynamics Laboratory, North Logan, Utah, is awarded a $75,000,000 indefinite-delivery/indefinite-quantity contract (N00173-22-D-2005) and a cost-plus-fixed-fee task order (N00173-22-F-2026) for research and development in advanced sensor processing, exploitation, and network technologies. The contract includes options, which if exercised, would bring the cumulative value of this contract to $150,000,000. Work on the task order will be performed in North Logan, Utah (90%); and the U.S. Naval Research Laboratory in Washington, D.C. (10%), and is expected to be completed by September 2024. Fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $100,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The U.S. Naval Research Laboratory, Washington, D.C., is the contracting activity.

Raytheon Co., Indianapolis, Indiana, is awarded a $37,670,520 ceiling-priced delivery order (N00383-22-F-N702) under previously awarded basic ordering agreement N00383-18-G-N701 for the repair of APG-65/73 radar systems in support of the F/A-18 aircraft. The delivery order does not include an option period. All work will be performed in Indianapolis, Indiana, and work is expected to be completed by October 2024. Working capital funds (Navy) in the amount of $28,252,890 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Peraton Inc., Herndon, Virginia, is awarded a $32,066,020 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide support services to manage, maintain, and enhance the Law Enforcement Information Exchange (LInX) and Department of Defense Law Enforcement Defense Data Exchange (D-DEx/LInX) systems for the Naval Criminal Investigative Service. The contract will include a 60-month ordering period. Work will be performed in Herndon, Virginia (96%); and various government facilities throughout the U.S. (4%) that cannot be determined at this time. The ordering period of the contract is expected to be completed by September 2027. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $10,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was posted as a full and open competitive solicitation to Navy Electronic Commerce Online and the System for Award Management website, with seven offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-22-D-Z036).

BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, is awarded a $25,700,000 firm-fixed-price modification to previously awarded contract N00024-20-C-5300 to procure three additional 57mm MK 110 Mod 0 gun mounts and associated hardware. Work will be performed in Karlskoga, Sweden (76%); and Louisville, Kentucky (24%), and is expected to be completed by May 2024. Fiscal 2022 weapons procurement (Navy) funds in the amount of $17,086,572 (66%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $8,613,428 (34%) 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.

Alloy Surfaces Co. Inc., Chester Township, Pennsylvania, is awarded a $15,233,640 firm-fixed-price contract modification (P00001) with a provision for an option quantity of up to 125%, under previously awarded contract N00104-22-C-K077 to exercise the option period to manufacture of MJU-64/B and MJU-66/B aircraft decoy flares. The contract included a base ordering period with an additional option ordering period. Exercising this option will bring the total estimated value of the contract to $28,260,735. All work will be performed in Chester Township, Pennsylvania, and ordering will be completed by late September 2022. This effort involves funding under the Foreign Military Sales program. Funding for MJU-64/B will combine funds from special defense acquisition funds (42%); United Kingdom (18%); Netherlands (11%); procurement of aircraft (Air Force) funds (10%); Poland (7.6%); Switzerland (7%); procurement of ammunition (Navy and Marine Corps) funds (2%); Morocco (1%); Italy (1%); and Denmark (0.4%), while funding for MJU-66/B will combine funds from Australia (79%); special defense acquisition funds (16%); Norway (4%); and Italy (1%). These combined funds in the full amount of $15,233,640 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. This was a fully competitive requirement, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity.

Alberici-Mortenson JV, St. Louis, Missouri, is awarded a $12,969,452 firm-fixed-price modification to previously awarded contract N69450-20-C-0016. This modification provides for the recapitalization of the dry dock at Naval Submarine Base Kings Bay, Georgia. Work will be performed in St. Marys, Georgia, and is expected to be completed by April 2023. This modification brings the total cumulative value of the contract to $625,470,806. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $12,969,452 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.

Raytheon Co., McKinney, Texas, is awarded an $11,163,301 firm-fixed-priced delivery order (N00383-22-F-VW07) under previously awarded basic ordering agreement N00383-20-G-VW01 for the repair of interconnecting box (roll drive units) and aircraft pod (pod electronic housing) components in support of the AN/ASQ-228 Advanced Targeting Forward-Looking Infrared. The delivery order does not include an option period. Work for the interconnecting box will be performed in Basildon, Essex, England (80%); and McKinney, Texas (20%). Work for the aircraft pod will be performed in Basildon, Essex, England (80%); Jacksonville, Florida (15%); and McKinney, Texas (5%). Work is expected to be completed by December 2025. Working capital funds (Navy) in the full amount $11,163,301 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

The Boeing Co., St. Louis, Missouri, is awarded an $8,047,842 firm-fixed-price modification (P00001) to an order (N6134022F7003) against a previously issued basic ordering agreement (N0001921G0006). This modification exercises an option to provide cyber security services to support the physical security of the P-8 aircrew trainers and facilities, including cyber scanning and remediation, cyber security updates, and scheduled and unscheduled maintenance for the Navy. Work will be performed in St. Louis, Missouri (50%); and Huntington Beach, California (50%), and is expected to be completed in September 2023. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $8,047,842 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.

U.S. TRANSPORTATION COMMAND

ABX Air Inc., Wilmington, Ohio (HTC71119DC002); Air Transport International Inc., Wilmington, Ohio (HTC71119DC003); Alaska Airlines Inc., Seattle, Washington (HTC71119DC004); American Airlines, Fort Worth, Texas (HTC71119DC006); Amerijet International Inc., Fort Lauderdale, Florida (HTC71119DC007); Atlas Air Inc., Purchase, New York (HTC71119DC008;) Delta Air Lines Inc., Atlanta, Georgia (HTC71119DC009); Eastern Airlines, Wayne, Pennsylvania (HTC71121DC001); Federal Express Corp., Washington, D.C. (HTC71119DC010); Hawaiian Airlines, Honolulu, Hawaii (HTC71119DC011); Jet Blue, Long Island City, New York (HTC71119DC012); Kalitta Air LLC, Ypsilanti, Michigan (HTC71119DC013); Lynden Air Cargo LLC, Anchorage, Alaska (HTC71119DC014); Sun Country Airlines, Eagan, Minnesota (HTC71119DC016); National Air Cargo Group Inc., Orlando, Florida (HTC71119DC017); Northern Air Cargo Inc., Anchorage, Alaska (HTC71119DC018); Omni Air International LLC, Tulsa, Oklahoma (HTC71119DC019); Polar Air Cargo Worldwide Inc., Purchase, New York (HTC71119DC020); Southwest Airlines, Dallas, Texas (HTC71119DC021); Everts Air Cargo, Fairbanks, Alaska (HTC71119DC022); United Airlines Inc., Chicago, Illinois (HTC71119DC023); United Parcel Service Co. (UPS), Louisville, Kentucky (HTC71119DC024); and Western Global Airlines (WGA), Estero, Florida (HTC71119DC026), have been awarded a modification for the option to extend services on Global Heavyweight Service (GHS), indefinite-delivery/indefinite-quantity, fixed-price contracts with an estimated combined value of $63,492,569.  This contract provides heavyweight delivery services for domestic and international shipments.  Services shall be provided for the Department of Defense, other federal government agencies, and contractors who have a cost-reimbursable contract line-item number under another government contract which includes transportation of freight (cost-reimbursable contractors).  Services required include door-to-door, time-definite, pick-up and delivery, transportation, timely and accurate shipment tracking, government Third Party Payment System participation, customs clearance processing (if applicable) and shipment data reporting.  Work will be performed internationally and domestically. The option period of performance is from Oct. 1, 2022, to Dec. 31, 2022. Ordering is decentralized and funding is provided by multiple government agencies.  This modification brings the total cumulative face value of the contract to $348,423,690 from $284,932,121.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Norotos Inc.,* Santa Ana, California, has been awarded a maximum $49,950,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for night vision goggle helmet mount parts. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The performance completion date is Sept. 6, 2027. Using military service is Army. Type of appropriation is fiscal 2022 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-22-D-0013).

DEFENSE HEALTH AGENCY

D7 LLC, Colorado Springs, Colorado, will be awarded a $16,710,043 modification to their current firm-fixed-price commercial contract (HT0011-21-C-0024). This award, titled “Market Technology Integration Office (MTIO),” provides support for the Defense Health Agency (DHA) Information Operations Directorate – J-6 for the implementation, management, and sustainment of a joint, integrated, and protected premier health information enterprise supporting health care delivery to the patrons of the Military Health System. To uphold the stringent uptime and maintenance DHA medical facilities require of their information technology systems, this requirement provides program and technical support services, to include program management, enterprise financial management, performance management, change management, technical , administrative, and subject matter expert support. The modification is funded by fiscal 2022 operation and maintenance funds. The period of performance is from Sept. 29, 2022, to Sept. 28, 2023. The place of performance is Colorado Springs, Colorado. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. 

*Small business

9/8

DEFENSE INFORMATION SYSTEMS AGENCY

Inmarsat Government Inc., Reston, Virginia, was awarded a competitive, single award, indefinite-delivery/indefinite-quantity contract to supply a commercially managed global satellite capability with failover coverage under the Commercial Broadband Satellite Program Satellite Services Contract (CSSCII). The total amount of all orders placed against this contract shall not exceed $979,800,000. The guaranteed minimum amount is $25,000 and will be satisfied through a task order award using fiscal 2022 operations and maintenance funds. Performance will be identified at the task order level and may be worldwide. Proposals were solicited via sam.gov and two proposals were received. The period of performance, which consists of a three-year base period, three two-year option periods, and one one-year option period, is from Sept. 8, 2022, to Sept. 7, 2032. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-22-D-0008).

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $54,009,718 cost-plus-incentive-fee modification to previously awarded contract N00024-18-C-6258 to exercise options for engineering services and other direct costs in support of the Integrated Submarine Imaging System. Work will be performed in Manassas, Virginia (74%); Virginia Beach, Virginia (15%); Northampton, Massachusetts (5%); Fairfax, Virginia (3%); Arlington, Virginia (2%); and Waterford, Connecticut (1%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $3,201,969 (22%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $3,128,918 (22%); fiscal 2022 other procurement (Navy) funds in the amount of $2,151,482 (15%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $1,892,000 (14%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,751,472 (12%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $1,453,000 (10%); and fiscal 2017 shipbuilding and conversion (Navy) funds in the amount of $716,893 (5%) 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. 

Jade Creek Construction LLC,* Herndon, Virginia, is awarded a not-to-exceed $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for various construction projects, multi-traded maintenance, repair, alteration, renovation, and minor construction to include heating, ventilation, and air conditioning, roof system, siding, window and door, and subfloor system repair or replacement, total interior renovations to include carpet, drywall, electric upgrades, plumbing and drop ceilings, utilities upgrade, repair or replacement, ground work, grading, clearing, and storm water management as required for the Naval Air Warfare Aviation Division. Work will be performed in Patuxent River, Maryland (80%); and St. Inigoes, Maryland (20%), and is expected to be completed in September 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-5(b)(4). The Naval Air Warfare Aviation Division, Patuxent River, Maryland, is the contracting activity (N0042122D0103).

CH2M Hill Constructors Inc., Greenwood Village, Colorado, is awarded a $29,721,066 firm-fixed-price task order (N3319122F4371) under previously awarded global contingency multiple award construction contract N62470-19-D-8024 for renovations to Joint Intelligence Center, Building 639, at Naval Air Station Sigonella, Italy. The work to be performed provides for reconfiguring and renovating both the ground and first floors to provide a modern, contiguous secure working area for Commander, Task Force 67 operations. Work will be performed at Sigonella, Italy, and is expected to be completed by August 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $29,721,066 will be obligated at time of award, and will expire at the end of the current fiscal year. One proposal was received. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy, is the contracting activity.

Raytheon Co., El Segundo, California, is awarded a $23,000,829 ceiling-priced delivery order (N00383-22-F-UX03) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of 46 items that are part of the active electronically scanned array AN/APG-79(V)4 radars installed in USMC F/A-18C/D aircraft. The delivery order does not include an option period. All work will be performed in El Segundo, California, and is expected to be completed by December 2024. Working capital (Navy) funds in the amount of $17,250,622 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded a $17,405,134 ceiling-priced delivery order (N00383-22-F-VW06) under previously awarded basic ordering agreement N00383-20-G-VW01 for the purchase of interconnecting box (roll drive units) and aircraft pod (pod electronic housing) in support of the AN/ASQ-228 advanced targeting forward-looking infrared. The delivery order does not include an option period. Work will be performed in Basildon, Essex, England (80%); and McKinney, Texas (20%). Work is expected to be completed by December 2025. Working capital (Navy) funds in the amount of $10,943,430 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Aktarius LLC, doing business as Dawson AKT,* Panama City, Florida, was awarded a $13,125,231 indefinite-delivery/indefinite-quantity contract for air conditioning equipment and direct digital control (DDC) systems maintenance and repairs at various locations in Oahu, Hawaii. The work to be performed provides for maintenance, repair, alteration, demolition and minor construction for building and structures; structural components; tanks; pipelines; building systems; chemical-free cooling towers; closed circuit coolers serving low pressure/high pressure air compressors; cooling towers and chillers; DDC systems; heating, ventilation and air conditioning (HVAC) systems, sub-systems, and sub-systems components; preventive maintenance program; and water analysis and treatment services for HVAC systems and cooling towers. The contract also contains four unexercised options which, if exercised, would increase cumulative contract value to $69,572,573. Work will be performed in Oahu, Hawaii, and is expected to be completed by October 2027.  No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy); fiscal 2023 operation and maintenance (Marine Corps); and fiscal 2023 working capital (Navy) funds in the amount of $8,474,231 for recurring work will be obligated on individual task orders during the base period and will expire at the end of fiscal 2023. This contract was competitively procured as an 8(a) set-aside via the System for Award Management website with two offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-22-D-2402). (Awarded Sept. 6, 2022)

Central Environmental Inc.,* Anchorage, Alaska, is awarded a $10,995,252 firm-fixed-price task order (N6247322F5047) to upgrade the filter gallery effluent system at Naval Air Station Lemoore, California. The work to be performed provides for making improvements that add a filter-to-waste piping system, a dedicated backwash system, and replacing all piping, valves, equipment, and instrumentation within the system. The maximum dollar value is $10,995,252. Work will be performed at Lemoore, California, and is expected to be completed by June 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,995,252 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with three offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-1207).

Raytheon Co., El Segundo, California, is awarded a $9,050,265 firm-fixed-price delivery order (N00383-22-F-UX05) under previously awarded basic ordering agreement N00383-19-G-UX01 for the procurement of nine active electronically scanned array radar system APG-79 weapon repairable assemblies 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 January 2024. Annual working capital (Navy) funds in the full amount of $9,050,265 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

ARMY

Anselmi & DeCicco Inc.,* Maplewood, New Jersey, was awarded a $21,313,650 firm-fixed-price contract for the Port Monmouth Hurricane and Storm Damage Reduction Project. Bids were solicited via the internet with 15 received. Work will be performed in Port Monmouth, New Jersey, with an estimated completion date of April 30, 2024. Fiscal 2010 civil construction funds in the amount of $21,313,650 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-0017).

System Studies & Simulation Inc., Huntsville, Alabama, was awarded a $16,700,817 modification (000453) to contract W31P4Q-09-A-0019 to provide system engineering improvements and technical assistance support. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 15, 2023. Fiscal 2010 and 2022 Foreign Military Sales (Finland); fiscal 2022 research, development, test and evaluation funds; fiscal 2022 operation and maintenance funds; and fiscal 2022 other procurement, Army funds in the amount of $16,700,817 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-09-A-0019).

Manson Construction Co., Seattle, Washington, was awarded a $15,984,000 modification (P00001) to contract W912P8-22-C-0039 for dredging the Mississippi River. Work will be performed in Venice, Louisiana, with an estimated completion date of Oct. 24, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $15,984,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $14,773,075 contract for dredging the Mississippi River. Bids were solicited via the internet with four received. Work will be performed in New Orleans, Louisiana, with an estimated completion date of May 19, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $14,773,075 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0047).

DEFENSE HEALTH AGENCY

Ernst & Young LLP, New York, New York (HT001121F0085), was awarded a task order modification in the amount of $19,760,602 to the current bridge contract to add two six-month option periods to continue the audit sustainment, audit response, remediation of notices of findings and recommendation, internal control oversight and management, financial reporting compilation and analysis, and continuous risk management and internal control training and program services of the previously awarded firm-fixed-price task order HT001116F0014. Work will be performed at Defense Health Headquarters, Falls Church, Virginia; Defense Health Agency – Contract Resource Management, Aurora, Colorado; U.S. Army Medical Command, San Antonio, Texas; the National Capital Region Market and the Uniformed Services University for the Health Sciences, Bethesda, Maryland. The total amount being added to the contract is $19,760,602, bringing the total value of the contract to $38,693,741. Fiscal 2022 operation and maintenance funds in the amount of $9,869,651 are obligated for Option Period One. The task order was not competitively procured and was prepared under the authority of the multiple award schedule program, 41 U.S. Code 152(3) and 40 U.S. Code 501, and regulatory authority, as implemented by Defense Federal Acquisition Regulation 8.405-6(a)(1)(i)(C). In the interests of economy and efficiency, the new work is a logical follow-on to a Federal Supply Schedule order, placed in accordance with Federal Supply Schedule ordering procedures and fully executed on Sept. 3, 2021, under Task Order HT001121F0085, with a period of performance of Sept., 8, 2021, to Sept. 7, 2022. The period of performance for Option Period One is from Sept. 8, 2022, through March 7, 2023; and March 8, 2023, through Sept. 7, 2023, for Option Period Two. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Vinyl Technology, Monrovia, California, has been awarded a maximum $12,990,030 modification (P00020) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1188) with three one-year option periods for advanced technology anti-gravity suits. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 15, 2023. Using military service is 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.

*Small business

9/9

ARMY

AM General LLC, South Bend, Indiana, was awarded a $527,400,979 firm-fixed-price contract for Contact Maintenance Trucks. 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 9, 2028. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0002). 

CAE USA Inc., Tampa, Florida, was awarded a $12,529,210 modification (P00014) to contract W9124G-20-C-0008 for advanced helicopter flight training. Work will be performed in Tampa, Florida, with an estimated completion date of Dec. 9, 2027. Fiscal 2022 operation and maintenance, Army funds in the amount of $7,378,257 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

AIR FORCE

Raytheon Intelligence & Space, El Segundo, California, has been awarded $183,969,508 for Advanced Synthetic Aperture Radar System (ASARS)-2B sensors. This contract provides for ASARS Sensors and supplemental equipment. Work will be performed in El Segundo, California, and is expected to be complete by Aug. 16, 2027.  This award is the result of a sole source acquisition. Fiscal 2021 and 2022 Air Force procurement funds in the amount of $63,599,846 are being obligated  at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity  (FA8691-22-C-101).

Leidos, Reston, Virginia, has been awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for research, development, testing, and evaluation of joint and coalition requirements for tools and technologies that allow for joint and combined planning and data interchange with U.S. coalition partners in multiple theaters of operation to maximize interoperability and mission effectiveness when combatting chemical, biological, radiological and nuclear (CBRN) threats. Work will be performed in Reston, Virginia, and is expected to be complete by Aug. 31, 2027. This award is the result of a non-competitive acquisition. Fiscal 2022 research, development, test and evaluation funds in the amount of $218,380 on one task order are being obligated at the time of award. Air Force Research Laboratory Wright Site, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-F-6432).

MIG GOV, Virginia Beach, Virginia, has been awarded a $9,350,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for base-wide fencing. This requirement is to inspect, test, construct, install and maintain new and repair existing fencing systems and swing-arm barriers on real property on Joint Base Andrews and its mission partner sites. Work will primarily be performed at Joint Base Andrews, Maryland, and is expected to be completed by Sept. 15, 2027. Air Force District of Washington, 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity (FA286022D0002). 

MISSILE DEFENSE AGENCY

Science Applications International Corp. (SAIC), Reston, Virginia, is being awarded a noncompetitive, cost-plus-fixed-fee contract with a total value of $39,619,003. Under this follow-on contract, the contractor will work with the Missile Defense Agency (MDA) to evolve analysis capability to model the Missile Defense System’s (MDS) expected performance in support of the Director for Engineering’s Quick Reaction Team (QRT) support and analysis effort. This effort supports research, development and testing of the MDS. The analytical support for the QRT will create products used by the MDA director, the National Command Authority, the combatant commands, and Congress. Deliverables include technical reports, trade studies, predictive analysis, concept exploration and data inputs to presentations. The work will be performed in Amherst, New York; Orlando, Florida; and Arlington, Virginia. The performance period is from September 2022 through September 2027. One offer was solicited and one offer was received. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,892,000 are being obligated on this award. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0854-22-C-0003).

NAVY

Raytheon Missile and Defense, Tucson, Arizona, is awarded a $39,293,592 firm-fixed-price modification to previously awarded contract N00024-22-C-5400 for fiscal 2022/2023 Navy, government of Germany, and Foreign Military Sales (FMS) procurements for Rolling Airframe Missile (RAM) Block 2/2B Guided Missile Round Pack, spare replacement components and recertification. This contract combines purchases for the Navy (4%); and the government of Japan (96%) under the FMS program. Work will be performed in Ottobrunn, Germany (50%); Tucson, Arizona (32%); Glenrothes Fife, Scotland (8%); Keyser, West Virginia (5%); Bedford, New Hampshire (2%); and various other locations each under 1% (3%), and is expected to be completed by January 2026. FMS (Japan) funds in the amount of $37,709,452 (96%); fiscal 2022 operations and maintenance (Navy) funds in the amount of $1,236,630 (3%); and fiscal 2022 weapons procurement (Navy) funds in the amount of $347,510 (1%) will be obligated at the time of award, of which $1,236,630 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5400).

General Atomics, Aeronautical Systems Inc., Poway, California, is awarded a $35,895,000 firm-fixed-price order (N0001922F2395) against a previously issued basic ordering agreement (N0001922G0006). This order procures spares necessary for the successful operational capability of the Marine Air Ground Task Force Unmanned Aircraft System Expeditionary Medium Altitude Long Endurance MQ-9A Block 5 Reaper air vehicles, ground control stations and ancillary equipment for the Navy. Work will be performed in Poway, California (52%); San Diego, California (15%); Walpole, Massachusetts (5.1%); Carlsbad, California (5%); St. Charles, Missouri (2.7%); El Cajon, California (2.5%); Oxnard, California (1.5%); Farmingdale, New York (1.3%); Herndon, Virginia (1.3%); Aurora, Ohio (1.05%); Ontario, California (1%); Nevada City, California (1%); Tulare, California (1%); Huntsville, Arkansas (1%); Miami, Florida (1%); Newberry, South Carolina (1%); Toronto, Canada (0.75%); and various locations within the continental U.S. (5.8%), and is expected to be completed in December 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $35,895,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

L3Harris Technologies Inc., Clifton, New Jersey, is awarded a $31,714,640 firm-fixed-price modification to previously awarded contract N0002421C5525 to exercise an option for MK 234 Nulka Advanced Decoy Architecture Program series payloads. Work will be performed in Clifton, New Jersey, and is expected to be completed by June 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $15,857,320 (50%); and fiscal 2022 other customer funds in the amount of $15,857,320 (50%) 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.

Oceaneering International Inc., Hanover, Maryland, is awarded a $27,357,473 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-4315 to exercise options for the continuation of the Navy’s domestic and international submarine rescue program, Submarine Rescue Operations Maintenance Contractor. Work will be performed in San Diego, California, and is expected to be completed in September 2023. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $9,658,009 (92%); fiscal 2022 other procurement (Navy) funds in the amount of $528,429 (5%); and fiscal 2021 other procurement (Navy) funds in the amount of $368,188 (3%) will be obligated at the time of award, of which, funds in the amount of $9,658,009 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Systems Planning and Analysis Inc., Alexandria, Virginia, is awarded a $16,835,956 cost-plus-fixed-fee contract action in support of engineering services for the Program Executive Office (PEO), Integrated Warfare Systems (IWS) 2.0 Above Water Sensors. Work will be performed at the Washington Navy Yard, Washington, D.C.; and Alexandria, Virginia. Work is expected to be completed on March 13, 2023. Fiscal 2022 other procurement (Navy); fiscal 2022 operations and maintenance (Navy); fiscal 2022 research, development, test and evaluation (Navy); and fiscal 2022 shipbuilding and conversion (Navy) in the amount of $7,421,806 will be obligated at time of award. This contract was not competitively procured and is in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane Division, Indiana, is the contracting activity (N00164-22-C-B006).

Northrop Grumman Systems Corp., Charlottesville, Virginia, is awarded a $13,112,512 cost-plus-fixed fee and cost-only modification to previously awarded contract N0002418C5216 for additional engineering hours in support of continued Navy Electronic Chart Display and Information System software support. Work will be performed in Charlottesville, Virginia, and is expected to be completed by September 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $2,885,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Tactical Engineering & Analysis Inc., San Diego, California, is awarded an $8,678,958 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded task order N00178-19-D-8638 / N66001-20-F-3503 for engineering services. These services will provide software support activity engineering services for the Command and Control Processor Mod system. Work will be performed in San Diego, California (100%), and is expected to be complete by September 2023. No funds will be obligated at the time of award. Funds will be obligated as incremental funding modifications are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity. 

DEFENSE HUMAN RESOURCES ACTIVITY

College Entrance Examination Board, Reston, Virginia (H9821022D0001), is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract in the amount of $38,491,800. This contract provides College Level Exam Program (CLEP) testing for military personnel and eligible civilian groups, including Reserve components, to support officer accession programs and to meet entrance requirements for postsecondary education. This is a sole-source requirement; funding will be provided at the task order level utilizing operations and maintenance funding for the year that the task order is issued. This contract has a five-year ordering period from Sept. 15, 2022, through May 14, 2027. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

TM3 Solutions, Alexandria, Virginia (HQ0034-19-C-0165), is awarded an option period (P00043) on a hybrid firm-fixed-price and cost reimbursable contract in the amount of $10,723,665. The total amount of this action if all options are exercised is $58,860,027. The Joint Service Provider (JSP) has a requirement to procure software asset management support services. This requirement will provide administrative, technical and professional services for the effective management and operation of JSP’s software maintenance licenses and renewals. The contractor shall manage software maintenance licenses and renewals to improve on-time software maintenance renewal, purchase software maintenance renewals and licenses on behalf of JSP, reduce maintenance costs through co-terming and synching products from the same manufacturer, and improve software asset management compliance by linking the JSP Supported Products List to a software license/maintenance management tool. The contractor shall provide all labor, supervision and quality control necessary to provide comprehensive administrative, technical and professional services in support of JSP. Fiscal 2022 operations and maintenance funds in the amount of $10,723,665 are being obligated at the time of the award. The estimated completion date is Sept. 28, 2024. The work will be performed at the Pentagon in Arlington, Virginia; the Mark Center in Alexandria, Virginia; the Raven Rock Mountain Complex; and other government sites within the National Capital Region as defined in 10 U.S. Code 2674. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Golden State Medical Supply Inc., Camarillo, California, has been awarded a maximum $10,306,354 modification (P00002) exercising the second one-year option period of a one-year base contract (SPE2D2-20-D-0098) with four one-year option periods for duloxetine delayed release Hydrochloride capsules. This is a fixed-price requirements contract. Location of performance is Spain, with a Sept. 16, 2023, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Department of Veterans Affairs, Indian Health Services and Federal Bureau of Prisons. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

UPDATE: Garsite Progress LLC,* Kansas City, Kansas (SPE8EC-22-D-0013, $150,000,000), has been added as an awardee to the multiple award contract for commercial sweeper and scrubber equipment, issued against solicitation SPE8EC-17-R-0003 and awarded Aug. 31, 2017.

UPDATE: Eastern Aviation Fuels, doing business as Titan Aviation Fuels, New Bern, North Carolina (SPE607-22-D-0107, $9,433,885), has been added as an awardee to the multiple award contract for fuel support at Charlotte County, Florida, issued against solicitation SPE607-22-R-0200 and awarded May 4, 2022.

*Small business

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 12, 2022 8:10 am

Leave a Reply

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

Notify me of updates to this conversation