Defense contracts valued at $7 million and above

ARMY

Atlantic Diving Supply Inc.,* Virginia Beach, Virginia (W56HZV-22-D-0095); Clogic LLC,* Ponte Vedra Beach, Florida (W56HZV-22-D-0096); General Dynamics Land Systems Inc., Sterling Heights, Michigan (W56HZV-22-D-0097); LOC Performance Products LLC, Plymouth, Michigan (W56HZV-22-D-0098); Bigelow Family Holdings LLC, Sterling Heights, Michigan (W56HZV-22-D-0099); Oshkosh Defense LLC, Oshkosh, Wisconsin (W56HZV-22-D-0100); Strata-G Solutions LLC,* Huntsville, Alabama (W56HZV-22-D-0101); Tevet LLC,* Greeneville, Tennessee (W56HZV-22-D-0102); W.S. Darley & Co.,* Itasca, Illinois (W56HZV-22-D-0103); and Yulista Integrated Solutions LLC,* Huntsville, Alabama (W56HZV-22-D-0104), will compete for each order of the $1,609,581,465 firm-fixed-price contract for vehicle production requirements of the Program Executive Office Ground Combat Systems. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 22, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

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

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

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

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

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

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

Sheffield,* Lawton, Oklahoma (W912BV-22-D-0023); NNAC,* Coeur d’Alene, Idaho (W912BV-22-D-0022); Diversified,* Edmond, Oklahoma (W912BV-22-D-0021); and Gideon,* San Antonio, Texas (W912BV-22-D-0020), will compete for each order of the $49,000,000 firm-fixed-price contract for construction projects for dams and recreation areas at military installations. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 21, 2027. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

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

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

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

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

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

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

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

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

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

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

AIR FORCE

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

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

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

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

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

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

NAVY

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

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

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

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

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

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

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

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

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

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

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

L3Harris Technologies Inc., Northampton, Massachusetts, is awarded an $8,917,200 firm-fixed-price modification to previously awarded contract N00024-21-C-5322 to exercise options for the procurement of MK 20 electro-optical sensor systems, radar cross section kits, installation and checkout and on board repair parts kits, and depot spares. This contract combines purchases for the U.S. government (75%); and the government of Australia (15%) under the Foreign Military Sales (FMS) program. Work will be performed in Northampton, Massachusetts, and is expected to be completed by March 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $4,944,863 (55%); fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,467,619 (28%); FMS (Australia) funds in the amount of $1,358,344 (15%); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $146,374 (2%) will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

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

MISSILE DEFENSE AGENCY

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

DEPARTMENT OF DEFENSE EDUCATION ACTIVITY

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

U.S. TRANSPORTATION COMMAND

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

*Small business

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! 🇺🇸