DEPARTMENT OF DEFENSE CONTRACTS VALUED AT $7.5 MILLION AND ABOVE

AIR FORCE

Valiant Global Defense Services Inc., San Diego, California (FA564123D0001); Booz Allen Hamilton Inc., McLean, Virginia (FA564123D0002); Decypher Technologies Ltd., San Antonio, Texas (FA564123D0003); HII Defense and Federal Solutions Inc., Huntsville, Alabama (FA564123D0004); The Mission Essential Group LLC, New Albany, Ohio (FA564123D0005); ITility LLC, Chantilly, Virginia (FA564123D0006); Systems Planning and Analysis Inc., Alexandria, Virginia (FA564123D0007); SOS International LLC, Reston, Virginia (FA564123D0008); and Aeyon LLC, Vienna, Virginia (FA564123D0009), have been awarded a multiple award, indefinite‐delivery/indefinite‐quantity contract with a ceiling of $995,000,000 for U.S. Air Forces Europe-Air Forces Africa advisory and assistance services. This contract provides for technical and analytical services to support and improve policy development, decision making, management, administration, and system operations within the primary users’ areas of responsibility. Work will be performed at various locations in Germany, Italy, the United Kingdom and other locations throughout Europe and Africa, and is expected to be completed in March 2030. This award is the result of a competitive acquisition and 12 offers were received. Fiscal 2023 operations and maintenance funds in the amount of $18,000 will be obligated at time of award. Air Force Installation Contracting Command, 764 Enterprise Sourcing Squadron, Ramstein Air Base, Ramstein, Germany, is the contracting activity.

Vedant Construction Inc., Dracut, Massachusetts (FA283523D0001); Swan Contracting LLC, Peterborough, New Hampshire (FA283523D0002); Cornerstone Construction Services LLC, Woburn, Massachusetts (FA283523D0003); Maron Construction Co. Inc., Providence, Rhode Island (FA283523D0004); Veterans Construction LLC, Milton, Massachusetts (FA283523D0005); Monument Construction LLC, Nashua, New Hampshire (FA283523D0006); and Drizos Contracting LLC, Burlington, Massachusetts (FA283523D0007), have been awarded a multiple award, indefinite‐delivery/indefinite‐quantity contract for small purchase orders with a ceiling of $20,000,000. This contract provides for a broad range of commercial services, supplies and maintenance, repair, alteration, and minor construction projects on real property. Work will be performed in various locations and is expected to be completed by September 2028. This contract was a competitive acquisition and 21 offers were received. Fiscal 2023 operations and maintenance funds in the amount of $17,500 are being obligated at time of award. The Operational Contracting Team, Hanscom Air Force Base, Massachusetts, is the contracting activity.

NAVY

TranLogistics LLC,* Miami, Florida (N68171-22-D-H019), is being awarded $622,000,000 for modification P00001, increasing previously awarded contract N68171-22-D-H019 under solicitation N68171-22-R-0005 to add new husbanding service provider contractors to an existing 2020 global multiple award contract (GMAC) for the remaining three years within the initial GMAC. The existing GMAC included a five-year base ordering period with one five-year option with individual requirements performed under task orders when specific dates and locations are identified. The GMAC is to provide husbanding, management and integration services consisting of general charter and hire, utilities, force protection, communications, and land transportation services to support maritime forces of the Department of Defense, other U.S. government agencies, and other nations to include U.S. Navy Ships, Marine Corps, Military Sealift Command (MSC), Air Force, Army, Coast Guard, NATO, and other foreign vessels participating in U.S. military or NATO exercises and missions. The GMAC value remains the same with $1,061,000,000 for the base period; if the option period is exercised, the total estimated value of the contracts combined will have a ceiling value of $2,122,000,000. The base period of the contract is expected to be completed by October 2025; if the option is exercised, the option period will be completed by October 2030. The GMAC contracts run concurrently, and work will be performed in thirty geographic regions. This modification is also a result of the company’s referral to the Small Business Administration (SBA) for a Certificate of Competency (COC) for regions proposed but not awarded under the company’s original contract. Two regions were awarded under the original; the SBA issued a COC for more regions resulting in a total of 21. The company may perform work in the following 21 regions: Djibouti; Eastern U.S. and U.S. territories; Indian Ocean; South Korea; South America; Singapore; Western U.S. California; Southeastern Asia 1; Oceania; China and Russia; United Kingdom/Western Europe (North Sea); Eastern Europe/Black Sea; Northern Atlantic; Panama; North America; Japan; Africa; Central America; Caribbean and Bermuda; Eastern U.S. territories; and Western U.S. territories. Due to the fact that the specific requirements for husbanding support under the GMAC cannot be predicted at this time, more specific information about percentage of where the work will be performed cannot be currently provided. Fiscal year 2023 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated to fund the contracts’ minimum amount and funds will expire at the end of the current fiscal year. Additional funds will be obligated at the task order level with the appropriate fiscal year funding as issued by the main type commanders for each area of responsibility. Initial funds were provided by Commander, Naval Surface Forces Pacific. Typical funding issued by each of the customers include operations and maintenance (Navy) funds from U.S. Fleet Forces Command; and working capital funds (Navy) from MSC. Naval Supply Systems Command Fleet Logistics Center Sigonella, Naples Detachment, Italy, is the contracting activity.

Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $106,954,575 modification (P00001) to a previously awarded, cost-plus-incentive-fee contract (N0001922C0062).  This contract definitizes a previously awarded undefinitized action that provides engineering, test, maintenance, logistics, and material, in support of Phase 2 upgrades of the Australia Canada United Kingdom Reprogramming Laboratory (ACURL) for the F-35 Joint Strike Fighter program.  Additionally, this modification adds scope to procure verification and validation system hardware, common system infrastructure hardware, ACURL Phase 2 follow on modernization design and training in support of ACURL Phase 2 efforts.  Work will be performed in Eglin, Florida (80%); and Fort Worth, Texas (20%), and is expected to be completed in December 2029.  Non-U.S. Department of Defense participant funds in the amount of $266,931,896 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.

Young & Rubicam LLC, doing business as VMLY&R, New York, New York, is being awarded $95,000,000 for modification P00006, increasing the ceiling available to previously awarded, indefinite-delivery /indefinite-quantity, firm-fixed priced contract N00189-21-D-Z024. This modification will provide for marketing and advertising services in support of the Commander, Navy Recruiting Command. This modification will bring the estimated cumulative value of the total contract value from the original $455,182,742 to $550,182,742. The contract includes a one-year base ordering period that began in May 2021 with four one-year ordering period options. The contract is in its first-year option ordering period and is expected to be completed by May 2023; if all options are exercised, the ordering period will be completed by May 2026. Work will be performed in Memphis, Tennessee (59%); and New York, New York (41%). No new funding will be obligated at time of award. Operations and maintenance (Navy) funds will fund individual orders with appropriate fiscal year appropriations at the time of their issuance. Funds will not expire at the end of the current fiscal year. This contract modification action is being executed on a non-competitive basis pursuant to Federal Acquisition Regulation 52.212-4. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity.

Kiewit-Alberici SIOP MACC JV, Vancouver, Washington, is awarded $70,875,137 for a firm-fixed-price modification to a previously awarded task order (N6274223F4006) for the installation and construction of risk mitigation measures associated with potential seismic events at Dry Docks 4 and 5 at Puget Sound Naval Shipyard and Intermediate Maintenance Facility, and the Trident Refit Facility dry dock at Naval Submarine Base Bangor. This award brings the total maximum value of the task order to $130,875,137. Work will be performed in Washington state, and is expected to be completed by May 2023.  Fiscal 2023 operation and maintenance (Navy) funds in the amount of $70,875,137 are obligated on this modification, and will expire at the end of the current fiscal year.  The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-1313).

General Dynamics NASSCO, San Diego, California, is awarded a $68,189,805 firm-fixed-price contract action for maintenance, modernization, and repair of USS Anchorage (LPD 23) fiscal year 2023 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, facilities, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for managing critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $85,288,959. Work will be performed in San Diego, California, and is expected to be completed by July 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $62,266,294 (91.3%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $5,923,511 (8.7%) will be obligated at the time of award, of which $5,923,511 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award Management website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423C4407).

Amentum Services Inc., formerly known as DynCorp International LLC, Germantown, Maryland, is awarded $28,529,683 for firm-fixed-price modification to previously awarded, indefinite delivery/indefinite-quantity contract N62470-19-D-2013 for base operating support services at Naval and Defense Intelligence Agency facilities in Washington, D.C., and Maryland.  This modification provides for the exercise of Option Year 3 for an additional quantity of one year of services to be provided under the basic contract. After award of this option, the cumulative value of the contract will be $189,159,148. Work will be performed in Washington, D.C. (89%); and Maryland (11%), and is expected to be completed by 31 March 2024.  Fiscal 2023 operation and maintenance (Navy); and fiscal 2023 Navy working capital funds in the amount not-to-exceed $24,232,864 for recurring services will be obligated on individual task orders and will expire at the end of the current fiscal year.  Additional funds will be obligated on individual task orders issued during the period of performance for non-recurring work in the amount not-to-exceed $4,296,818.  The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity.

Tidewater Inc., Elkridge, Maryland, is awarded a $16,532,008 firm-fixed-price task order (N4008023F4108) for construction at Marine Corps Base Quantico. The work to be performed provides for construction project to correct deficiencies of narrow pavement, poor drainage, erosion, pavement and subgrade damage and deterioration, and full depth pavement repair at critical locations. This award total includes the base bid and two options. All work will be performed in Virginia, and is expected to be completed by March 2026.  Fiscal 2023 operation and maintenance, (Navy) funds in the amount of $16,532,008 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-19-D-0019).

ARMY

Zodiac-Poettker HBZ JV II LLC,* St. Louis, Missouri, was awarded a $17,644,000 firm-fixed-price contract for the construction of a genetics research laboratory office building. Bids were solicited via the internet with five received. Work will be performed in Columbia, Missouri, with an estimated completion date of Aug. 31, 2024. U.S. Department of Agriculture funds in the amount of $17,644,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-23-C-4001).

*Small business

Related News

Jillian Hamilton has worked in a variety of Program Management roles for multiple Federal Government contractors. She has helped manage projects in training and IT. She received her Bachelors degree in Business with an emphasis in Marketing from Penn State University and her MBA from the University of Phoenix.