Defense contracts valued at $7 million and above

AIR FORCE

Deloitte Consulting LLP, Arlington, Virginia (FA701422D0007); Leidos Inc., doing business as SAIC, Reston, Virginia (FA701422D0008); Tyto Government Solutions Inc., Herndon, Virginia (FA701422D0009); International Information Associates, Oak Ridge, Tennessee (FA701422D0010); Novetta Inc., McLean, Virginia (FA701422D0011); Octo Consulting Group LLC, Reston, Virginia (FA701422D0012); and Credence Management Solutions, Vienna, Virginia (FA701422D0013), have been awarded a $762,000,000 ceiling, indefinite-delivery/indefinite-quantity, multiple award contract for the Visible Accessible Understandable Linked Trusted subject matter expert acquisition. These contracts provide awardees the opportunity to compete for subject matter expert support to advise on and/or perform data preparation and architecture, development of agile algorithmic solutions, evaluate and/or execute data governance and data maturity models; and conduct data analytics using state of the art mathematical, machine learning and artificial intelligence techniques and other data analytic lines of research and efforts aligned with Air Force enterprise guidance and governance. The locations of performance are to be determined at the contract task order level and are expected to be complete by July 31, 2028. These awards are the result of full and open competition with 27 offers received. Fiscal 2022 operations and maintenance funds in the amount of $500 for each of the seven awards are being obligated at time of award. Air Force District of Washington, Joint Base Andrews, Maryland, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, has been awarded an $18,179,249 contract modification, (P00020) to previously awarded (FA8682-21-C-0001) to convert 40 AGM-158B missiles to Joint Air-to-Surface Standoff Missile-Extended Range AGM-158B-2 missiles in Lot 19 and provide additional tooling and equipment. Work will be performed in Orlando, Florida, and is expected to be complete by Jan. 30, 2025. The award is the result of sole source acquisition. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8682-21-C-0001).

Raytheon Co., Dulles, Virginia, has been awarded a $10,839,613 firm-fixed-price contract for enterprise video service to ingest, process, disseminate, archive and retrieve a large number of simultaneous sensors and full motion video feeds. Ninth Air Force required improvements to its operations centers to incorporate presentation, application, network, server, hardware, and storage of virtualization technologies. The Mission Video Distribution System (MVDS) program employs the MVDS sensor data management product. Work will be performed at Shaw Air Force Base, South Carolina; and Al Udeid Air Base, Qatar, and is expected to be completed July 31, 2027. Fiscal 2022 operations and maintenance funds in the amount of $10,839,613 are obligated at the time of award. Total cumulative face value of this contract is $59,450,177. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity (FA4890-22-C-0018).

NAVY

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $697,894,932 cost-plus-incentive-fee modification to previously awarded contract N00024-20-C-4312 for the maintenance, repair, and modernization efforts to execute the engineered overhaul of USS Hartford (SSN 768). Work will be performed in Groton, Connecticut, and is expected to be completed by October 2026. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $649,806,585 (96%); and fiscal 2022 other procurement (Navy) funds in the amount of $26,279,977 (4%) funding will be obligated at the time of award, and funds in the amount of $649,806,585 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Amentum Services Inc., Germantown, Maryland, is awarded a $49,721,547 firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide spectrum management support services including planning, retention, protection and effective use of electromagnetic spectrum resources in support of the Navy and Marine Corps Spectrum Center and Naval Information Warfare Developmental Center. The contract will include a five-year base ordering period with an additional six-month ordering period option pursuant of Defense Federal Acquisition Regulation 52.217-8 — option to extend services, which if exercised, will bring the total estimated value to $54,982,153. The base ordering period is anticipated to begin August 2022, and is expected to be completed by August 2027 — if the option is exercised, the ordering period will be completed by February 2028. Work will be performed in Germantown, Maryland (30%); Fort Meade, Maryland (12%); Norfolk, Virginia (12%); Suffolk, Virginia (11%); Oak Harbor, Washington (11%); Silverdale, Washington (3%); Camp H.M. Smith, Hawaii (3%); Jacksonville, Florida (3%); San Diego, California (3%); Naples, Italy (3%); Yokosuka, Japan (3%); Manama, Bahrain (3%); and Guam (3%). 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 competitively procured with the solicitation posted on beta.sam.gov and Navy Electronic Commerce Online, with two offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-22-D-Z032).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $35,630,377 cost-plus-fixed-fee modification (P00001) to an order (N0001921F0849) against a previously issued basic ordering agreement (N0001919G0008). This modification adds scope to provide continued support for migrating program management from the Waterfall process to the Agile process for software development in support of the Next Generation Mission Planning software development process to follow the Agile methodology. Work will be performed in Fort Worth, Texas (90%); and Eglin, Florida (10%), and is expected to be completed in April 2025. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $11,750,000; fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $11,750,000; and non-U.S. Department of Defense participant funds in the amount of $4,315,349 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

American Petroleum Tankers LLC (APT), Blue Bell, Pennsylvania (N3220520C4105), is awarded a $27,740,000 option (P00008) for the fixed-price portion of a previously awarded, firm-fixed-price contract with reimbursable elements to exercise a one-year option period to support the Defense Logistics Agency (DLA) and provide ocean going transportation to meet the Department of Defense’s (DOD) bulk fuel movement requirements. The M/T Empire State will provide worldwide support to assist DOD and DLA in meeting its requirements for global transportation of petroleum products. This contract includes a one-year-firm period of the performance, three one-year options periods and one 11-month option period which, if exercised, would bring the cumulative value of this contract to $136,560,500. Work will be performed worldwide and is expected to be completed, if all options are exercised, by July 23, 2025.  Fiscal 2022 working capital (Transportation) funds are obligated in the amount of $27,740,000, and will not expire at the end of the fiscal year. This procurement was released under full and open competition, with an unlimited number of companies solicited via the beta.sam.gov website and two offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Sauer Inc., Jacksonville, Florida, is awarded a $27,175,205 firm-fixed-price modification to previously awarded contract N40085-21-C-0028. This modification provides for the design-bid-build of Navy Munitions Command ordnance facilities recapitalization and construction of Magazines 7-10 at Naval Weapons Station Yorktown. Work will be performed in Yorktown, Virginia, and is expected to be completed by July 2024. This award brings the total cumulative face value of the contract to $79,366,945. Fiscal 2022 military construction (Navy) funds in the amount of $27,175,205 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, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., San Diego, California, is awarded a $21,600,000 modification (P00031) to a previously awarded, fixed-price incentive (firm-target) contract (N0001918C1028). This modification provides additional labor and material to inline modify MQ-4C Triton unmanned aircraft system production assets (B16, B17, B18) to an integrated functional capability 4.0 multiple intelligence configuration by the incorporation of production engineering change proposals for the Navy. Work will be performed in San Diego, California (52.5%); Palmdale, California (38.3%); Salt Lake City, Utah (3.1%); Medford, New York (2.5%); and various locations within the continental U.S. (3.6%), and is expected to be completed in December 2023. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $21,600,000 will be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rolls-Royce Marine North America Inc., Walpole, Massachusetts, is awarded a $19,799,198 firm-fixed-price, basic ordering agreement order for the procurement of one MT30 Marine Gas Turbine Engine and associated parts. Work will be performed in Walpole, Massachusetts, and is expected to be completed by May 2024. Fiscal 2022 other procurement (Navy) funds in the total amount of $19,799,198 will be obligated at time of award, and will not expire at the end of the current fiscal year. This order was not procured competitively via the beta.sam.gov website in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-22-F-4205).

Baldi Bros. Inc.,* Beaumont, California, is awarded a $19,552,132 firm-fixed-price task order (N6247322F4708) for the repair of the Combat Aircraft Loading Area (CALA) at Naval Weapons Station China Lake, California. The work to be performed provides for repair of the CALA at the Armitage Airfield to include installing full electrical grounding with grid system, extending servicing utilities, installing lighting meeting United Facilities Code requirements for coverage and clearances, repairing CALA Parking Apron 3, and extending Taxiway Alpha to the CALA, providing a vehicle access road to the CALA and providing a cement soil stabilized area for vehicle parking near the CALA. Work will be performed at Ridgecrest, California, and is expected to be completed by July 2023. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $19,552,132 are obligated on this award and will expire at the end of the current fiscal year. This contract was not competitively procured via the beta.sam.gov website, in accordance with Defense Federal Acquisition Regulation 16.505. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2438).

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $19,443,365 firm-fixed-price task order (N6247821F4079) modification (A00003) under previously awarded multiple award construction contract N62478-20-D-4003. This modification provides for additional design effort for customer requested changes based on the concept design and procure long lead electrical and mechanical equipment. Work will be performed in Oahu, Hawaii, and is expected to be completed by February 2023. Award of this modification brings the total cumulative contract value to $130,527,294. Fiscal 2022 working capital (Navy) funds in the amount of $19,443,365 will be obligated at time of award, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Lockheed Martin Corp., Syracuse, New York, is awarded a $17,356,948 cost-plus-incentive-fee delivery order (N00024-22-F-6210) to previously awarded, indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the procurement of submarine modernization kits, equipment and installation. Work will be performed in Syracuse, New York, and is expected to be completed by August 2024. Fiscal 2022 other procurement (Navy) funds in the amount of $17,356,948 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.

Alpha Marine Services LLC, Cut Off, Louisiana, is awarded a $12,656,010 firm-fixed-price option (P00005) with reimbursable elements contract N3220521C4030 for the long-term charter of one U.S.-flagged Jones Act offshore supply vessel, MV Gary Chouest, to support Navy fleet requirements for towing, diving and salvage operations, submarine rescue, and training exercises. This contract includes a 12-month base period with two 12-month option periods, which, if exercised, would bring the cumulative value of this contract to $38,008,507. Work will be performed primarily in the Atlantic Ocean and is expected to be completed, if all options are exercised, by July 29, 2024. Fiscal 2022 working capital (Navy) funds in the amount of $12,656,010 are obligated for the option period and will not expire. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and two offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521C4030).

Northrop Grumman Systems Corp., San Diego, California, is awarded an $11,001,069 modification (P00061) to a previously awarded fixed-price incentive (firm-target) contract (N00019-15-C-0002). This modification provides additional labor and material to incorporate production engineering change proposals that modify MQ-4C Triton unmanned aircraft system production asset (B12) to an integrated functional capability 4.0 multiple intelligence configuration for the Navy. Work will be performed in San Diego, California (54.6%); Palmdale, California (40.5%); Medford, New York (2.1%); and various locations within the continental U.S. (2.8%), and is expected to be completed in June 2023.  Fiscal 2017 aircraft procurement (Navy) funds in the amount of $11,001,069 will be obligated at the time of award. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Vectrus Systems Corp., Colorado Springs, Colorado, is awarded an $8,049,491 indefinite-delivery/indefinite-quantity modification to previously awarded contract N62470-20-D-0004. This modification provides for the exercise of Option 2 for base operating support services at U.S. Naval Support Facility, Deveselu, Romania. Work will be performed in Deveselu, Romania, and this option period is from August 2022 to July 2023. After award of this option, the total cumulative contract value will be $27,682,315. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $5,901,674 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Europe, Africa Central, is the contracting activity.

UPDATE: R.E. Staite Engineering Inc., San Diego, California, is being awarded a credit modification in the amount of -$7,876,104 due to a reduction in the scope of work for task order N6247320F4350 for construction of maintenance dredging piers 1-3, 7-8, 10 -13, and Chollas Creek at Naval Base San Diego, awarded Feb. 27, 2020.

DEFENSE LOGISTICS AGENCY

BP Products North America Inc., Chicago, Illinois, has been awarded an estimated $93,676,587 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-22-R-0702 for F76 marine gas oil. This was a competitive acquisition with 21 responses received. This is a one-year contract with a 30-day carryover. Other contracts are expected to be awarded under this solicitation. Locations of performance are Texas, Alaska, Arizona, California, Hawaii, Nevada, Oregon and Washington, with an Oct. 30, 2023, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-22-D-0490).

Chef Minute Meals, Piney Flats, Tennessee, has been awarded a maximum $18,144,000 fixed-price, indefinite-delivery/indefinite-quantity contract for shelf-stable tortillas. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. The ordering period end date is July 29, 2027. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE3S1-22-D-Z252).

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc., Falls Church, Virginia, will be awarded a $72,000,000 task order (HQ003418D0016P00010) under an indefinite-delivery/indefinite-quantity contract (HQ0034-18-D-0016) awarded on Aug. 3, 2018. No funds are being obligated at the time of the task order award. The cumulative total of this contract is $360,000,000 in regular operations and maintenance; research, testing, development, and evaluation; and procurement funding. The total amount if all options are exercised is $360,000,000. The contractor shall provide non-personal services to support the Office of the Department of Defense Chief Information Officer to include, but not be limited to, expertise, personnel, equipment, software development capabilities and tools, and materials in all matters associated with the Cybersecurity; Information Technology; Information Enterprise; Command, Control, Communications, and Computers and Information Infrastructure Capabilities; IT Management Analytics and Data Analytics Support Services. The work will be performed in the National Capital Region. The estimated completion date is Aug. 2, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Booz Allen Hamilton Inc., McLean, Virginia, will be awarded a $72,000,000 task order (HQ003418D0017P00009) under an indefinite-delivery/indefinite-quantity contract (HQ0034-18-D-0017) awarded on Aug. 3, 2018. No funds are being obligated at the time of the task order award. The cumulative total of this contract is $360,000,000 in regular operations and maintenance; research, testing, development, and evaluation; and procurement funding. The total amount if all options are exercised is $360,000,000. The contractor shall provide non-personal services to support the Office of the Department of Defense Chief Information Officer to include, but not be limited to, expertise, personnel, equipment, software development capabilities and tools, and materials in all matters associated with the Cybersecurity; Information Technology; Information Enterprise; Command, Control, Communications, and Computers and Information Infrastructure Capabilities; IT Management Analytics and Data Analytics Support Services. The work will be performed in the National Capital Region. The estimated completion date is Aug. 2, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

CACI NSS LLC, McLean, Virginia, will be awarded a $72,000,000 task order (HQ003418D0018P00010) under an indefinite-delivery/indefinite-quantity contract (HQ0034-18-D-0018) awarded on Aug. 3, 2018. No funds are being obligated at the time of the task order award. The cumulative total of this contract is $360,000,000 in regular operations and maintenance; research, testing, development, and evaluation; and procurement funding. The total amount if all options are exercised is $360,000,000. The contractor shall provide non-personal services to support the Office of the Department of Defense Chief Information Officer to include, but not be limited to, expertise, personnel, equipment, software development capabilities and tools, and materials in all matters associated with the Cybersecurity; Information Technology; Information Enterprise; Command, Control, Communications, and Computers and Information Infrastructure Capabilities; IT Management Analytics and Data Analytics Support Services. The work will be performed in the National Capital Region. The estimated completion date is Aug. 2, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Leidos Inc., Gaithersburg, Maryland, will be awarded a $72,000,000 task order (HQ003418D0019P00009) under an indefinite-delivery/indefinite-quantity contract (HQ0034-18-D-0019) awarded on Aug. 3, 2018. No funds are being obligated at the time of the task order award. The cumulative total of this contract is $360,000,000 in regular operations and maintenance; research, testing, development, and evaluation; and procurement funding. The total amount if all options are exercised is $360,000,000. The contractor shall provide non-personal services to support the Office of the Department of Defense Chief Information Officer to include, but not be limited to, expertise, personnel, equipment, software development capabilities and tools, and materials in all matters associated with the Cybersecurity; Information Technology; Information Enterprise; Command, Control, Communications, and Computers and Information Infrastructure Capabilities; IT Management Analytics and Data Analytics Support Services. The work will be performed in the National Capital Region. The estimated completion date is Aug. 2, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Science Applications International Corp., Reston, Virginia, will be awarded a $72,000,000 task order (HQ003418D0020P00009) under an indefinite-delivery/indefinite-quantity contract (HQ0034-18-D-0020) awarded on Aug. 3, 2018. No funds are being obligated at the time of the task order award. The cumulative total of this contract is $360,000,000 in regular operations and maintenance; research, testing, development, and evaluation; and procurement funding. The total amount if all options are exercised is $360,000,000. The contractor shall provide non-personal services to support the Office of the Department of Defense Chief Information Officer to include, but not be limited to, expertise, personnel, equipment, software development capabilities and tools, and materials in all matters associated with the Cybersecurity; Information Technology; Information Enterprise; Command, Control, Communications, and Computers and Information Infrastructure Capabilities; IT Management Analytics and Data Analytics Support Services. The work will be performed in the National Capital Region. The estimated completion date is Aug. 2, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

The American National Red Cross, Washington, D.C., has been awarded a $25,000,000 grant (HQ00342210009). This is a congressionally mandated direct award to the American Red Cross as directed by Section 8053 of the Consolidated Appropriations Act for fiscal 2022. The grant will be fully funded at the time of award in the amount of $25,000,000. Fiscal 2022 operations and maintenance funds are being obligated at the time of award. The American Red Cross provides critical assistance and resources to support U.S. military members, veterans, and their families wherever they are located around the world. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

United Service Organizations (USO), Arlington, Virginia, has been awarded a $24,000,000 cost-type grant (HQ00342210010). This is a congressionally mandated direct award to USO as directed by Section 8053 of the Consolidated Appropriations Act for fiscal 2022. The grant will be fully funded at the time of award in the amount of $24,000,000. Fiscal 2022 operations and maintenance funds are being obligated at the time of award. The USO provides programs and services designed to strengthen America’s military service members by keeping them connected to family, home, and country, throughout their service to the nation. Traditional support programs include Wi-Fi access, Care Packages, USO2GO, Program in a Box, Bob Hope Legacy Reading Program, entertainment tours, program delivery through mobile vehicles and support for families. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

ARMY

Walsh Federal LLC, Chicago, Illinois, was awarded a $55,423,000 firm-fixed-price contract for construction of the Consolidated Maintenance Operations Hangar at Langley Air Force Base. Bids were solicited via the internet with four received. Work will be performed in Hampton, Virginia, with an estimated completion date of July 8, 2024. Fiscal 2019 and 2020 military construction, Air Force funds in the amount of $55,423,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-22-C-2003).

Gast Construction Co. Inc., Fargo, North Dakota (W901UZ-22-D-0001); MDM Construction LLC, West Fargo, North Dakota (W901UZ-22-D-0002); SMITHCO Inc., Fargo, North Dakota (W901UZ-22-D-0003); and T.F. Powers Construction Co., Fargo, North Dakota (W901UZ-22-D-0004), will compete for each order of the $20,000,000 firm-fixed-price contract for maintenance, repair and construction in support of National Guard activities in North Dakota. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of July 28, 2027. U.S. Army Field Directorate Office, Bismarck, North Dakota, is the contracting activity.

American Ordnance LLC, Middletown, Iowa, was awarded a $13,069,482 modification (P00006) to contract W52P1J-20-C-0035 for procurement and storage of TNT explosive. Work will be performed in Middletown, Iowa, with an estimated completion date of Dec. 31, 2026. Fiscal 2021 and 2022 procurement of ammunition, Army funds in the amount of $13,069,482 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Amentum Services Inc., Germantown, Maryland, was awarded a $13,000,000 modification (P00033) to contract W9124G-17-C-0005 to provide initial entry flight training for helicopter pilots. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of Jan. 9, 2027. Fiscal 2022 operation and maintenance, Army funds in the amount of $13,000,000 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $10,523,248 modification (P00004) to contract W56HZV-22-C-0005 to support the production of M1A2T tanks. Work will be performed in Lima, Ohio, with an estimated completion date of Sept. 30, 2025. Fiscal 2010 Foreign Military Sales (Taiwan) funds in the amount of $10,523,248 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

H&L Contracting LLC, Bay Shore, New York, was awarded an $8,716,000 firm-fixed-price contract for dredging in the Newburyport Harbor Federal Navigation Channel. Bids were solicited via the internet with two received. Work will be performed in Newburyport, Massachusetts, with an estimated completion date of March 15, 2023. Fiscal 2022 Federal Work Plan funds and Federal Infrastructure Investment and Jobs funds in the amount of $8,716,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-22-C-0012).

*Small business

Related News

Katie Helbling is a marketing fanatic that enjoys anything digital, communications, promotions & events. She has 10+ years in the DoD supporting multiple contractors with recruitment strategy, staffing augmentation, marketing, & communications. Favorite type of beer: IPA. Fave hike: the Grouse Grind, Vancouver, BC. Fave social platform: ClearanceJobs! 🇺🇸