Defense contracts valued at $7 million and above

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

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! 🇺🇸