Mail this story to a friend.          
RELEASE: Pentagon contracts for March 7-20, 2023. $95 million to Young & Rubican ad agency in NYC for marketing and advertising.
NYSNYS News
FOR RELEASE AT 5 PM ET
Contracts For March 7, 2023
ARMY

System Studies & Simulation Inc., Huntsville, Alabama, was awarded an $81,465,200 hybrid (firm-fixed-price and time-and-materials) contract for technical engineering support. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of March 15, 2028. Fiscal 2021 other procurement, Army funds in the amount of $6,553,332 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-B003).

Integrated Solutions for Systems Inc.,* Huntsville, Alabama, was awarded a $9,489,613 cost-plus-fixed-fee contract for basic and applied scientific research for development and demonstration of plug-and-play open architectures for positioning, navigation and timing. 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 7, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-23-D-0005).

AIR FORCE

Raytheon, Aurora, Colorado, was awarded a $15,047,091 bilateral supplemental agreement modification (P00392) to previously awarded Next Generation Operational Control Segment (OCX) contract FA8807-10-C-0001 for additional development contractor support for OCX. This modification extends sustainment for the Block 0 Launch and Checkout System and certain other fielded components of OCX by nine months. The location of performance is primarily Aurora, Colorado, and is expected to be completed by Dec. 1, 2023. Fiscal 2023 research, development, test, and evaluation funds in the amount of $15,047,091 are being obligated at the time of award. Total cumulative face value of the contract is $3,919,145,910. Space Systems Command, Los Angeles Air Force Base, El Segundo, California, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Tri-State Government Services Inc.,** Chattanooga, Tennessee, has been awarded a maximum $9,820,047 indefinite-delivery/indefinite-quantity contract for hazardous waste removal and disposal. This was a competitive acquisition with one response received. This is a 30-month base contract with one 30-month option period. Location of performance is Georgia, with a Sept. 9, 2025, performance completion date. Using customers are Air Force, Air Reserve, Air National Guard, Army, Army Reserve, Army National Guard, Coast Guard and Navy. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0012).

SND Manufacturing, Dallas, Texas, has been awarded a maximum $9,146,497 modification (P00013) exercising the fourth one-year option period of a one-year base contract (SPE1C1-19-D-5038) with four one-year option periods for running suit jackets. This is an indefinite-delivery contract. The ordering period end date is March 17, 2024. Using military services are Navy and Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Hensel Phelps Construction Co., Honolulu, Hawaii, is awarded a $8,530,000 firm-fixed-price task order (N6247823F4066) under previously-awarded contract N62478-20-D-4003 for repairs to the Water Reclamation Facility secondary clarifier, Marine Corps Base Hawaii. Work will be performed at Oahu, Hawaii, and is expected to be completed by February 2024. Fiscal 2023 operation and maintenance, (Marine Corps) funds in the amount of $8,530,000 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. This contract was competitively procured with three offers received. The Naval Facilities Engineering Systems Command, Hawaii, Kaneohe Bay, Hawaii, is the contracting activity.

Lockheed Martin Corp., Liverpool, New York, is awarded an $8,444,082 fixed-price-incentive-fee modification to previously awarded contract N00024-19-C-6120 to exercise options for Navy equipment and engineering services. Work will be performed in Liverpool, New York (66%); Millersville, Maryland (33%); and Marion, Massachusetts (1%), and is expected to be completed by January 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $5,629,388 (66%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,407,347 (17%); and fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $1,407,347 (17%) 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 Navy Yard, Washington, D.C., is the contracting activity.

*Small business
**Woman-owned small business

****

FOR RELEASE AT 5 PM ET
Contracts For March 8, 2023
NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $256,885,866 firm-fixed-price modification to previously awarded contract M67854-16-C-0006 for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,327,974,121. This contract modification provides for the exercise of options for the procurement of 27 full rate production (FRP) ACV personnel variants, 17 FRP ACV command variants, and associated production, and fielding and support costs. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of July 2025. Fiscal 2023 procurement (Marine Corps) funds in the amount of $256,885,866 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $53,600,000 cost-plus-fixed-fee undefinitized order (N0001923F2572) against a previously issued basic ordering agreement (N0001922G0002). This order provides non-recurring engineering to qualify a V-22 Gearbox Vibration Monitoring/Osprey Drive System safety and health information system in support of providing earlier detection of degrading gearbox components to allow proactive maintenance and potential mitigation of drive system failure modes across all V-22 Osprey variants for the Air Force, Marine Corps and Navy. Work will be performed in Philadelphia, Pennsylvania (44%); Bell Fort Worth, Texas (39%); Santa Clara, California (2.2%); and various locations within the continental U.S. (14.8%), and is expected to be completed in December 2024. Fiscal 2022 aircraft procurement (Navy) in the amount of $23,800,000; and fiscal 2022 aircraft procurement (Air Force) funds in the amount of $2,500,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Collins Aerospace, Windsor Locks, Connecticut, is awarded a $22,799,684 firm-fixed-price order (N0042123F0197) against a previously issued basic ordering agreement (N0001919G0007). This order procures 80 Modern Pump Housing (MPH) hardware kits, 80 installation kits, and two component kits with line replaceable units in support of MPH installs on E-2 and C-2 aircraft propellers for the Navy. Work will be performed in Windsor Locks, Connecticut, and is expected to be completed in May 2026. Fiscal 2022 aircraft procurement (Navy) in the amount of $22,799,684 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.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $20,790,809 cost-plus-fixed-fee contract for the Magnetic and Acoustic Generation Next Unmanned Superconducting Sweep (MAGNUSS). This contract provides for the development of a mine countermeasure technology referred to as MAGNUSS. The MAGNUSS payload technology is composed of a high temperature superconducting magnetic source with an advanced acoustic generator. The MAGNUSS program is an Office of Naval Research sponsored Future Naval Capability effort for the development, fabrication, integration and demonstration of the payload which is expected to transition to the Naval Sea Systems Command program for the Mine Countermeasure Unmanned Surface Vehicle. Work will be performed in Ayer, Massachusetts (47%); Hunt Valley, Maryland (35%); and Groton, Connecticut (18%). Work is expected to be completed by March 7, 2026. The total cumulative value of the 36-month base period is $20,790,809, with an additional 12 months for the options in the amount of $54,072,789. The option periods of performance are of various lengths, all of which, if exercised, may run concurrently with the base and other options. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $7,089,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under Long Range Broad Agency Announcement N00014-22-S-B001 and Special Notice N00014-21-S-SN12, MAGNUSS. Three proposals were received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-2006).

Alliance Consulting Group,* Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cost engineering and related services for projects located throughout the Naval Facilities Engineering Systems Command Atlantic area of operations. This contract provides for development and preparation of detailed cost estimates for complex facilities. Work will be performed at Department of Navy installations throughout the U.S., and abroad, and is expected to be completed by March 2028. The maximum dollar value, including the base period and four option years, is $15,000,000. Fiscal 2023 military construction, Navy funds in the amount of $5,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the Sam.gov website, with six offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-23-D-0010).

ARMY

Geo-Stanley JV 2,* Kevil, Kentucky (W9126G-23-D-0001); Kenall-Halff JV LLC,* Houston, Texas (W9126G-23-D-0002); and MSM Huitt-Zollars JV LLC,* New Orleans, Louisiana (W9126G-23-D-0003), will compete for each order of the $105,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 7, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Triple B. Corp., doing business as Charlie’s Produce, Salt Lake City, Utah, has been awarded a maximum $63,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is March 18, 2028. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P405).

AIR FORCE

Raytheon Technologies, Marlborough, Massachusetts, has been awarded a $13,400,000 bilateral modification (P00248) to previously awarded FA8705-13-C-0005 to modify two terminals in support of the Air Force Nuclear Weapons Center. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by September 2023. Total cumulative face value of the contract is $493,939,546. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.

Serco Inc., Herndon, Virginia, has been awarded an $8,683,092, option modification (P00018) to previously awarded, firm-fixed-price contract FA2517-20-C-0003 for the exercise of Option Year Three from May 1, 2023, through April 30, 2024, to provide operations and maintenance support for the Ground-based Electro-optical Deep Space Surveillance System (GEODSS). Work will be performed in Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii, and is expected to be completed by Oct. 31, 2027, if all future option periods are exercised. Fiscal 2023 operations and maintenance funds in the amount of $8,683,092 are being obligated at time of award. Total cumulative face value of the contract is $30,631,810. The Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.

DEFENSE HEALTH AGENCY

Ernst and Young, Falls Church, Virginia, was awarded $9,890,951 modification to exercise Option Year Two of a previously awarded firm-fixed-price contract (HT001121F0085). The purpose of this contract is to continue the audit sustainment, audit response, remediation of notices of findings and recommendation, internal control oversight and management, financial reporting compilation and analysis, and continuous risk management and internal control training and program services. The follow-on to bridge HT001121F0085 will be completed by U.S. Army Medical Research Acquisition Activity. Fiscal 2023 operation and maintenance funds will be obligated at the time of award. The period of performance for this option period exercise is March 8, 2023, to Sept. 7, 2023, and the place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 7, 2023)

LaweLawe Technology Services LLC, Kailua, Hawaii, is awarded Option Year One of a firm-fixed-price contract (HT001122C0019) to provide information technology and telecommunication services and provide professional administrative management in support of the Defense Health Agency Joint Operational Medicine Information System (JOMIS) program. Work will be primarily performed at Fort Sam Houston, Texas. The total contract value of this option exercise modification is $9,807,449. Operation and maintenance funds in the amount of $9,807,449 are obligated for fiscal 2023. The contract was a direct award through the Small Business Association 8(a) program in accordance with 15 U.S.Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4), and was executed on July 21, 2022. The period of performance for this option period exercise is March 9, 2023, to March 8, 2024. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business

****

Contracts For March 9, 2023
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

****

Contracts For March 10, 2023
NAVY

Dragados/Hawaiian Dredging/Orion JV, Honolulu, Hawaii, is awarded a $2,839,880,250 firm-fixed-price task order (N62742-23-F-4007) under previously awarded multiple award construction contract N62742-22-D-1311 for the construction of a concrete dry dock at Pearl Harbor Naval Shipyard. Work will be performed in Hawaii and is expected to be completed by September 2027. This contract is part of the Shipyard Infrastructure Optimization Program, a holistic plan that integrates all infrastructure and industrial plant equipment investments at the Navy’s four public shipyards to meet nuclear fleet maintenance requirements. The contract is incrementally funded with $463,000,000 being allocated at the time of award. Subsequent contractual increments will be funded yearly from fiscal 2024 through fiscal 2026 in the amounts of: $1,267,000,000; $613,000,000; and $496,880,250. The contract also contains three unexercised options, which if exercised, would increase cumulative contract value to $3,417,092,900. Fiscal 2023 military construction (Navy) funds in the amount of $463,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Lockheed Martin Logistic Services Inc., Greenville, South Carolina, is awarded a $57,104,660 cost-plus-price-fee, indefinite-delivery/indefinite-quantity contract to provide engineering and logistics support in support of Presidential Helicopter avionics systems and associated support equipment for the Navy. Work will be performed in Patuxent River, Maryland, 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 Naval Air Warfare Center, Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042123D0004).

Leidos Inc., Reston, Virginia, is awarded a $54,733,855 cost-plus-fixed-fee delivery order N00024-23-F-6313 under indefinite-delivery/indefinite-quantity contract N00024-20-D-6337 for Overlord Unmanned Surface Vessels and Medium Unmanned Surface Vehicles operations and sustainment (O&S). This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $94,787,489. Work will be performed in Reston, Virginia (51%); Virginia Beach, Virginia (26%); La Jolla, California (7%); Morgan City, Louisiana (6%); Lexington Park, Maryland (5%); Newport News, Virginia (4%); and Bethpage, New York (1%), and is expected to be completed by February 2024. If all options are exercised, work will continue through February 2026. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $468,350 will be obligated at time of award and will not expire at the end of the current fiscal year. This delivery order was competitively procured, with five offers received in response to this solicitation. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded $48,476,094 for firm-fixed-price modification to previously awarded contract N62470-20-C-0002. This modification provides for the exercise of Option 4, and the contractor to design, fabricate, assemble, shop test, deliver, install, inspect, field test and make ready for use one 175-ton heavy-lift portal crane to be installed at Norfolk Naval Shipyard, Virginia. The total contract amount after exercise of this option will be $182,334,816. Work will be performed in New Berlin, Wisconsin, and is expected to be completed by November 2026. Fiscal 2023 other procurement, (Navy) contract funds in the amount of $48,476,094 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity.

ARMY

Sikorsky, a Lockheed Martin Company, Stratford, Connecticut, was awarded a $164,300,383 modification (P00017) to contract W58RGZ-22-C-0010 to exercise an option for UH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2023 aircraft procurement, Army funds in the amount of $164,300,383 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Valiant Government Services LLC, Hopkinsville, Kentucky (W912DY-17-D-0021; P00015); AECOM Technical Services Inc., Los Angeles, California (W912DY-17-D-0022; P00010); Global Engineering & Construction LLC,* Renton, Washington (W912DY-17-D-0023; P00010); Herman Construction Group Inc., Escondido, California (W912DY-17-D-0024; P00011); J&J Maintenance Inc., Austin, Texas (W912DY-17-D-0026; P00029); StructSure Projects Inc., Kansas City, Missouri (W912DY-17-D-0030; P00015); and FSI Construction LLC, Charlotte, North Carolina (W912DY-18-D-0010; P00012), will compete for each order of the $99,000,000 contract modifications for medical repair and renewal design-build projects. Work locations and funding will be determined with each order, with an estimated completion date of March 11, 2023. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

Facility Services Management Inc., Clarksville, Tennessee, was awarded a $16,998,846 firm-fixed-price contract for operations and maintenance, repairs and minor construction. Bids were solicited via the internet with three received. Work will be performed in San Diego, California, with an estimated completion date of March 9, 2027. Fiscal 2023 Defense Health Program funds in the amount of $16,998,846 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-23-C-0011).

SFS/GOVCIO, Fairfax, Virginia, was awarded a $15,520,000 modification (P00030) to contract W52P1J-18-C-0020 to extend operation and maintenance services. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of March 14, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $15,520,000 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NSOD JV,* Rocklin, California, was awarded a $7,638,921 firm-fixed-price contract to strengthen a levee by addition of a seepage cutoff wall and the inclusion of seepage berms. Bids were solicited via the internet with four received. Work will be performed in Marysville, California, with an estimated completion date of March 26, 2025. Fiscal 2023 civil construction funds in the amount of $7,638,921 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-23-C-0009).

U.S. SPECIAL OPERATIONS COMMAND

The Boeing Co., Ridley Park, Pennsylvania, was awarded a firm-fixed-price order (H92241-22-F-0073) with a value of $18,749,000 to procure the long lead components and parts in support of MH-47G rotary wing aircraft. The MH-47G aircraft provides U.S. Special Operations Forces heavy assault, rotary wing aircraft support. This contract action supports a requirement for replacement of the aging fleet of remanufactured MH-47G aircraft that has airframe components dating back more than 45 years and maximize commonality with the Army’s CH-47F Block II aircraft. The majority of the work will be performed in Ridley Park, Pennsylvania. As cited in the Justification and Approval for Other than Full and Open Competition Control Number W91215-15-R-0004, the subject delivery order will be a non-competitive award and is in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pentaq Manufacturing Corp.,** Sabana Grande, Puerto Rico, has been awarded a maximum $14,255,460 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for blouses and trousers. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. The ordering period end date is March 9, 2024. Using military service is Marine Corps. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0035).

UPDATE: Astin Aviation CLL, LLC, College Station, Texas (SPE607-23-D-0012, $24,859,595), has been added as an awardee to the multiple award contract for fuel support at Easterwood Field, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

UPDATE: Pike Aviation, Troy, Alabama (SPE607-23-D-0013, $14,239,183), has been added as an awardee to the multiple award contract for fuel support at Troy Municipal Airport, Alabama, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

UPDATE: Native Instinct LLC, Boynton Beach, Florida (SPE2DE-23-D-0021, $12,500,000), has been added as an awardee to the multiple award contract for laboratory equipment, accessories and consumables for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-22-R-0006 and awarded Feb. 24, 2023.

AIR FORCE

BlackHorse Solutions Inc., Herndon, Virginia, has been awarded a $13,965,702 cost-plus-fixed-fee and completion modification (P00021) to previously awarded FA8750-19-C-1528 for further development and demonstration of Capabilities Development and Integration in the Information Environment (CDI2E) software and hardware prototype. The modification brings the total cumulative face value of the contract to $62,809,533 from $48,843,831. Work will be performed in Herndon, Virginia, and is expected to be completed by Sept. 9, 2024. Fiscal 2022 research, development, test and evaluation (RDT&E) funds in the amount of $750,000; and fiscal 2023 RDT&E funds in the amount of $176,000 are being obligated at time of award. The Air Force Research Laboratory, Rome, New York, is the contracting activity.

*Small business
**Small business in historically underutilized business zones

****

Contracts For March 13, 2023
NAVY

Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, was awarded a $48,518,870 cost-plus-incentive-fee and cost-only modification to previously-awarded contract N00024-23-C-5123 for AEGIS fielding and sustainment engineering support, software development, in-service maintenance, integration, and logistics and fielding support for AEGIS combat system configurations already delivered, or in the process of being delivered, to the Navy fleet. Work will be performed in Moorestown, New Jersey (96%); and Dahlgren, Virginia (4%), and is expected to be completed by December 2023. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $24,226,389 (50%); fiscal 2016 ship conversion (Navy) funds in the amount of $19,330,122 (39%); fiscal 2023 other procurement (Navy) funds in the amount of $4,837,458 (10%); and fiscal 2023 operation and maintenance (Navy) funds in the amount of $124,901 (1%) will be obligated at time of award, and $124,901 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-C-5123). (Awarded March 9, 2023)

Glen/Mar-Hensel Phelps JV,* Clackamas, Oregon, is awarded a $16,050,000 firm-fixed-price task order (N6247823F4096) under previously-awarded contract N62478-22-D-4003 for replacement of 24-inch water transmission line at Hospital Point, Joint Base Pearl Harbor-Hickam (JBPHH). Work will be performed at Oahu, Hawaii, and is expected to be completed by October 2024. Fiscal 2023 operation and maintenance, (Navy) funds in the amount of $16,050,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website, with four offers received. The Naval Facilities Engineering Systems Command, Hawaii, JBPHH, Hawaii, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Maytag Aircraft LLC, Colorado Springs, Colorado, has been awarded a maximum $12,355,098 firm‐fixed‐price contract for government-owned, contractor-operated Alongside Aircraft Refueling services for U.S. Naval Support Activity Souda Bay, Greece. This was a competitive acquisition with three responses received. This is a four‐year base contract with one five‐year option period and one six-month option period. Location of performance is Greece, with a Nov. 30, 2027, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-23-C-5004).

C&C Environmental Inc.,* Milwaukee, Wisconsin, has been awarded an estimated $12,236,559 fixed-price, indefinite-delivery/indefinite-quantity contract for services to remove, transport, and dispose of hazardous wastes. This was a competitive acquisition with one response received. This is a 30-month base contract with one 30-month option period. Locations of performance are Minnesota, Iowa, Wisconsin, Illinois, Indiana, Michigan and Missouri, with a Sept. 13, 2025, performance completion date. Using customers are Defense Department, Army, Navy, Marine Corps, Air Force, National Guard and Reserves. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0010).

UPDATE: Alliance Aviation, Fort Worth, Texas (SPE607-23-D-0015, $82,271,650), has been added as an awardee to the multiple award contract for fuel support at Fort Worth Alliance Airport, Texas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

*Small business

****

Contracts For March 15, 2023
AIR FORCE

Next Evolution Logistics Solutions, Durham, New Hampshire (FA489023D0001); Resicum International, LLC, Warrenton, Virginia (FA489023D0002); Cambridge International Systems Inc., Arlington, Virginia (FA489023D0003); Culmen International LLC, Alexandria, Virginia (FA489023D0004); Fluor Intercontinental Inc., Greenville, South Carolina (FA489023D0005); Patriot Group International Inc., Warrenton, Virginia (FA489023D0006); PAE Applied Technologies LLC, Arlington, Virginia (FA489023D0007); Obera LLC, Herndon, Virginia (FA489023D0008); Advanced Engineering Solutions and Services LLC, Bel Air, Maryland, (FA489023D0009); AOC Program Solutions LLC, Chantilly, Virginia (FA489023D0010); Chimera Enterprises International, Edgewood, Maryland (FA489023D0011); HTGS-Culmen JV, Herndon, Virginia (FA489023D0012); BFS Solutions LLC JV, Hume, Virginia (FA489023D0013); BL-ACADEMI JV LLC, Lakeside, Montana (FA489023D0014); LRG Service LLC JV, Anchorage, Alaska (FA489023D0015); Commonwealth Trading Partners Inc., Alexandria, Virginia (FA489023D0016); SGI Global LLC, Alexandria, Virginia (FA489023D0017); and Weaponize LLC JV, Austin, Texas (FA489023D0018), have been awarded a combined not-to-exceed $960,000,000 multiple award, indefinite-delivery/indefinite-quantity contract for the Counter-Narcotics and Global Threats, Operations, Logistics and Training Support program. This contract provides for services, equipment, material, training support, products, minor construction, repair services, and other items as authorized by statute and regulation to meet national security objectives and improve the capability of the United States and partner nation agencies' endeavors to detect, deter, disrupt, degrade and defeat national security threats, including those posed by illegal drugs, trafficking, piracy, transnational organized crime, threat finance networks. Performance locations under this contract shall be required both within the U.S. and outside the continental U.S. (OCONUS), with the vast majority of work occurring OCONUS. OCONUS work may include dangerous areas including theaters of operations, combat zones and partner nations. Efforts under the scope of this contract will be completed on or before March 14, 2032. This award is the result of a competitive acquisition with 75 offers received. Fiscal 2023 operations and maintenance funds in the amount of $36,000 combined to all offerors are being obligated via eighteen task orders issued against each indefinite-delivery/indefinite-quantity contract at the time of award to satisfy the minimum guarantee. Air Combat Command Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Arcticom LLC., Anchorage, Alaska, was awarded a $63,400,000 indefinite-delivery/indefinite-quantity contract for a Direct Mission Support Subject Matter Expert (DMS SME). This contract provides services for Business Enterprise Systems (BES) Directorate. Additional and more specific guidance will be included within each individual task order performance work statement regarding these and other tasks. This contract provides flexibility to accommodate the broad enterprise of activities associated with the DMS SME Program. Work will be performed at Wright-Patterson Air Force Base, Ohio; Maxwell AFB-Gunter Annex, Alabama; and Joint Base San Antonio-Randolph, Texas, and is expected to be completed by March 31, 2028. This contract was a sole source acquisition. Multiple fiscal years and types of funds will be used for this contract. Fiscal 2023 research, development, test and evaluation funds in the amount $169,117 are being obligated at the time of award for the first task order. The Air Force Life Cycle Management Center, BES Directorate, Wright-Patterson AFB, Ohio, is the primary contracting activity.

MSA Safety Sales LLC, Cranberry Township, Pennsylvania, was awarded a $35,120,866 indefinite-delivery/requirements type contract for Self-Contained Breathing Apparatuses (SCBAs). This contract provides for the supply of SCBA airpaks, SCBA masks, Chemical Warfare Component (CWC) masks, and Supplied-Air Respirator (SAR) kits, along with associated data deliverables including test reports, provisioning and technical manuals. Work will be performed in Murrysville, Pennsylvania, and expected to be complete by Sept. 30, 2024. This contract was a competitive acquisition and four offers were received. Fiscal 2023 operations and maintenance funds in the amount of $14,744,660; and fiscal 2023 Air National Guard operations and maintenance funds in the amount of $17,594,030 are being obligated at time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8534-23-D-0005).

Raytheon Technologies Corp., East Hartford, Connecticut, was awarded a $14,426,281 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Contractor Engineering and Technical Services (CETS). This contract provides for CETS personnel who will work with Air Force military and civilian personnel to become self-sufficient in the maintenance of aircraft systems. Work will be performed at Air National Guard and foreign military base locations and is expected to be complete by Sept. 15, 2025. This contract involves unclassified Foreign Military Sales to Egypt, Indonesia, Jordan, the Republic of South Korea, Morocco, Saudi Arabia, and Thailand. This contract was a sole source acquisition. Fiscal 2023 operations and maintenance funds in the amount of $1,129,912 will be obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8604-23-D-B002).

ARMY

Nemean Trideum Joint Venture LLC,* Sierra Vista, Arizona, was awarded a $49,156,668 firm-fixed-price contract to expedite the procurement process and identify cost, schedule and performance risks as technology is adopted at major range test facility bases. 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 20, 2028. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-D-0002).

Raytheon Integrated Defense Systems, Huntsville, Alabama, was awarded a $31,389,031 modification (P00011) to contract W31P4Q-20-D-0019 for Army Integrated Air and Missile Defense Plug & Fight A-Kit. 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, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

B&K Construction,* Mandeville, Louisiana, was awarded a $25,467,475 firm-fixed-price contract for levee berm maintenance, construction of an access road and excavation of drainage canals. Bids were solicited via the internet with seven received. Work will be performed in Reserve, Louisiana, with an estimated completion date of Dec. 26, 2026. Fiscal 2018 civil operation and maintenance funds in the amount of $25,467,475 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-23-C-0014).

Carbro Constructors Corp.,* Warren, New Jersey, was awarded a $22,608,346 firm-fixed-price contract for two pump stations, an earthen levee, a floodwall and a road closure gate for the Green Brook Flood Risk Management Project. Bids were solicited via the internet with 11 received. Work will be performed in Bridgewater Township, New Jersey, with an estimated completion date of March 14, 2025. Fiscal 2023 civil construction funds in the amount of $22,608,346 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-23-C-0005).

HDD JV,* Leesburg, Virginia, was awarded a $13,168,000 firm-fixed-price contract for renovation of an Army Reserve area maintenance support activity/vehicle maintenance shop. Bids were solicited via the internet with four received. Work will be performed in Cross Lanes, West Virginia, with an estimated completion date of March 24, 2025. Fiscal 2023 operation and maintenance, Army Reserve funds in the amount of $13,168,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-23-F-0100).

Tetra Tech Inc., Seattle, Washington, was awarded a $10,000,000 firm-fixed-price contract for architectural and engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of March 15, 2028. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-23-D-1000).

Morrish-Wallace Construction Inc.,* Cheboygan, Michigan, was awarded an $8,954,044 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with one received. Work will be performed in Cleveland, Ohio, with an estimated completion date of Nov. 11, 2023. Fiscal 2023 civil operation and maintenance funds in the amount of $8,954,044 were obligated at the time of the award. U.S. Army Corps of Engineers, Buffalo, New York, is the contracting activity (W912P4-23-C-0007).

NAVY

Bowhead Program Management & Operations LLC,* Springfield, Virginia, is awarded a $24,919,651 firm-fixed-price and cost-reimbursable, indefinite-delivery/indefinite-quantity contract for the purchase of expert enterprise data management consulting services to assist the Portfolio Manager, Command Element Systems, with determining a modern viable data strategy and data architecture. This contract contains five, one-year ordering periods with a maximum contract ceiling of $24,919,651. Work will be performed in Springfield, Virginia, with an expected completion date by March 2028 if all ordering periods are executed. The maximum dollar value for all five ordering periods, is $24,919,651. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract was not competitively procured pursuant to Federal Acquisition Regulation 6.302-5(b)(4). The Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-23-D-2021).

Foster Miller, doing business as QinetiQ North America, Waltham, Massachusetts, is awarded a $10,597,033 firm-fixed-price modification to previously awarded, indefinite-delivery/indefinite-quantity contract N00174-21-D-0019 to exercise Option Year Two for production, engineering support and post production support of the MK 2 Man Transportable Robotic System (MTRS) series systems and Talon systems. The funding and location of the work to be performed will be determined on individual task orders and is expected to be completed by March 2026. No additional funds are being obligated under this action. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity.

Teledyne Brown Engineering Inc., Huntsville, Alabama, is being awarded a $9,104,053 firm-fixed-price modification to previously awarded contract N00024-19-C-6402 to procure MK11 Shallow Water Combat Submersibles rotatable frames and enclosures. Work will be performed in Huntsville, Alabama, and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) in the amount of $9,104,053 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.

General Dynamics NASSCO-Norfolk, Norfolk, Virginia, is awarded an $8,997,563 modification to exercise options on previously awarded contract N00024-23-C-4413 for the USS Arlington (LPD 24) fiscal 2023 docking selected restricted availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $8,806,419 (98%); and fiscal 2023 Navy working capital funds in the amount of $191,144 (2%) will be obligated at time of award, of which $191,144 will expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center (MARMC), Norfolk, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Clean Harbors Environmental Services Inc., Norwell, Massachusetts, has been awarded a maximum $23,126,803 indefinite-delivery/indefinite-quantity contract for hazardous waste removal and disposal. This was a competitive acquisition with two responses received. This is an 18-month base contract with one 18-month option period. Locations of performance are Arkansas, Iowa, Kansas, Minnesota, Missouri, Nebraska, North Dakota, Oklahoma, South Dakota and Texas, with a Sept. 14, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0011).

Sysco USA I Inc., doing business as Sysco Central Texas Inc., New Braunfels, Texas, has been awarded a maximum $15,684,189 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food and beverage items. This was a sole-source acquisition using justification 10 U.S. Code 2304 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 28-week bridge contract with no option periods. The ordering period end date is Sept. 16, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-3356). (Awarded 10 March 2023)

Chevron U.S.A. Inc., Richmond, California, has been awarded a maximum $10,074,500 indefinite-delivery requirements contract for lubricants. This was a competitive acquisition with six responses received. This is a two-year contract with a 30-day carry-over period. Locations of performance are Japan, Hawaii, Florida, Georgia and Virginia, with an April 30, 2025, performance completion date. Using customer is Defense Department. Type of appropriation is fiscal 2023 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-23-D-0752).

Creighton AB Inc., Reidsville, North Carolina, has been awarded a maximum $8,890,772 modification (P00018) exercising the fourth one-year option period of a one-year base contract (SPE1C1-20-D-1211) with four one-year option periods for dress trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is New York, with a March 17, 2024, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

UPDATE: Red One Medical Devices LLC,** doing business as Red One Medical, Savannah, Georgia (SPE2DE-23-D-0022, $49,000,000), has been added as an awardee to the multiple award contract for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DE-18-R0001 and awarded May 10, 2019.

*Small business
**Small-disadvantaged veteran-owned small business

****

Contracts For March 16, 2023
NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $143,086,636 cost-plus-incentive-fee contract modification to previously awarded contract N00024-20-C-6117 to exercise options for Navy equipment and spares. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by February 2031. Fiscal 2023 other procurement (Navy) funds in the amount of $81,352,679 (57%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $59,480,864 (42%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,253,093 (1%) 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 Navy Yard, Washington, D.C., is the contracting activity.

Rolls-Royce North American Technologies Inc., doing business as Liberty Works, Indianapolis, Indiana (N0017823D4300); General Atomics, San Diego, California (N0017823D4302); Dynetics Inc., Huntsville, Alabama (N0017823D4301); II-VI Aerospace & Defense, Murrieta, California (N0017823D4303); Lockheed Martin Aculight Corporation Systems, Bothell, Washington (N0017823D4304); nLIGHT Nutronics Inc., Longmont, Colorado (N0017823D4305); and NUBURU Inc.,* Englewood, Colorado (N0017823D4306), were awarded a combined $75,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for the fabrication and delivery of prototypes and equipment in support of solid-state high energy laser (HEL) weapon systems. Each awardee was awarded $500 (minimum contract guarantee per awardee) at contract award on March 15. Work will be performed in Indianapolis, Indiana; San Diego, California; Huntsville, Alabama; Murrieta, California; Bothell, Washington; Longmont, Colorado; and Englewood, Colorado. The location percentages are currently unknown and will be determined at the delivery order level. Work is expected to be completed by March 2028. A combined total of $3,500 in fiscal 2023 research and development (Navy) funds will be obligated at the time of award and will not expire at the end of the 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, SAM.gov, with seven complete offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Aviation Training Consulting LLC, Altus, Oklahoma, is awarded a $28,549,056 modification (P00002) to a firm-fixed-price indefinite-delivery, indefinite-quantity contract (N6134022D0005). This modification increases the ceiling to provide continued KC130J pilot, enlisted aircrew, and maintenance training support services as well as program management and administrative support services for the government of Kuwait. Work will be performed in Altus, Oklahoma (13%); and Kuwait (87%), and is expected to be completed in March 2025. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Walashek Industrial & Marine Inc.,* National City, California, is being awarded a $9,427,929 firm-fixed-price option exercise modification to previously-awarded contract N00024-21-C-2427 for the Landing Craft, Air Cushion Extended Service Life Extension Program. All of the work will be performed at Assault Craft Unit Five in Camp Pendleton, California, and is expected to be completed by September 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $9,427,929 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.

Northrop Grumman Systems Corp., El Segundo, California, is being awarded $7,839,595 for a firm-fixed-price requirements, long-term contract for the repair of 33 items for the main landing gear door and leading edge extension spoiler in support of Naval Supply Systems Command (NAVSUP) Weapon Systems Support (WSS) Integrated Weapon Support Team’s F/A-18 aircrafts. This is a three-year contract with no option periods, and work will be completed by March 2026. All work will be performed in El Segundo, California. No funds will be obligated at time of award and funds will not expire at the end of the current fiscal year. Appropriate fiscal year working capital funds (Navy) will be used as task orders are assigned. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. NAVSUP WSS, Philadelphia, Pennsylvania, is the contracting activity.

ARMY

QinetiQ Inc., Lorton, Virginia, was awarded a $92,658,048 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for analysis, development, demonstration, testing, acquisition, transition, integration, initial deployment, sustainment and training of Digital Night Vision Technology and related equipment and systems. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of March 12, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-23-D-0002).

Valiant Global Defense Services Inc., San Diego, California, was awarded a $14,647,488 modification (P00070) to contract W91QVN-19-F-0631 for personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Korea Battle Simulation Center Operation Center operations services. Work will be performed at Camp Humphreys, Republic of Korea, with an estimated completion date of March 31, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $14,647,488 were obligated at the time of the award. U.S. Army 411th Contracting Support Brigade, Camp Humphreys, Republic of Korea, is the contracting activity.

Allison Transmission Inc, Indianapolis, Indiana, was awarded an $8,095,670 modification (P00001) to contract W56HZV-23-F-0082 for procurement and installation of a heat-treat furnace. Work will be performed in Indianapolis, Indiana, with an estimated completion date of May 27, 2025. Fiscal 2021 weapon and tracked combat vehicle procurement, Army funds in the amount of $8,095,670 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AIR FORCE

T Square Logistics Corp., Colorado Springs, Colorado, was awarded a $26,130,850 firm-fixed-price contract for logistic services. This contract provides for material management, ground transportation and vehicle management services. The location of performance is Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2027. This contract was a competitive acquisition with five offers received. Fiscal year operation and maintenance funds in the amount of $2,644,533 are being obligated at time of award. The 82d Contracting Squadron, Sheppard AFB, Texas, is the contracting activity (FA302023C0002).


*Small business

****

Contracts For March 17, 2023
ARMY

The Boeing Co., Mesa, Arizona, was awarded a $1,946,212,323 modification (PZ0002) to contract W58RGZ-21-C-0015 for the Apache AH-64E full-rate production. Bids were solicited via the internet with one received. Work will be performed in Mesa, Arizona, with an estimated completion date of Dec. 31, 2027. Fiscal 2023 Foreign Military Sales (Australia and Egypt) funds, and fiscal 2023 aircraft procurement, Army funds in the amount of $1,946,212,322 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Federal Contracting Inc. doing business as Bryan Construction, Colorado Springs, Colorado, was awarded a $128,738,357 firm-fixed-price contract for a consolidated helicopter aircraft maintenance unit, an aircraft maintenance shelter, an aircraft alert hangar, and an operations facility. Bids were solicited via the internet with two received. Work will be performed at Minot Air Force Base, North Dakota, with an estimated completion date of Nov. 17, 2025. Fiscal 2019, 2020, 2021 and 2022 military construction, Air Force funds in the amount of $128,738,357 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-23-C-0009).

TRAX International Corp., Las Vegas, Nevada, was awarded a $116,897,805 modification (P00088) to contract W9124R-18-C-0001 for non-personal test support services. Work will be performed in Las Yuma, Arizona; and Fort Greely, Alaska, with an estimated completion date of March 31, 2023. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $15,282,520 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $17,718,926 modification (P00033) to contract W56HZV-22-C-0012 for Abrams system technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 15, 2024. Fiscal 2022 and 2023 other procurement, Army funds; and fiscal 2023 operation and maintenance, Army funds in the amount of $17,718,925 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Textron Systems Corp., Wilmington, Massachusetts, was awarded a $10,978,583 firm-fixed-price contract for XM204 qualification testing. One bid was solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-23-F-0225).

Hexagon U.S. Federal Inc., Huntsville, Alabama, was awarded an $8,192,012 modification (P00008) to contract W15QKN-19-F-0975 for technical support services to the U.S. Army Records Management Directorate and the Army Declassification Directorate. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of March 26, 2024. Fiscal 2022 and 2023 research, development, test and evaluation, Army funds; and fiscal 2023 operation and maintenance, Army funds in the amount of $8,192,011 were obligated at the time of the award. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Loffredo Produce, Des Moines, Iowa, has been awarded a maximum $126,534,150 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with two responses received. This is a four-year six-month contract with no option periods. The ordering period end date is Sept. 1, 2027. Using customers are Department of Agriculture schools in the state of Iowa. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-S760). (Awarded March 16, 2023)

Hiland Dairy Foods, Springfield, Missouri, has been awarded a maximum $22,535,884 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy. 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 contract with no option periods. Location of performance is Kansas, with a March 7, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-V008).

Clean Harbors Environmental Services Inc., Norwell, Massachusetts, has been awarded a maximum $10,130,703 indefinite-delivery/indefinite-quantity contract for hazardous waste removal and disposal. This was a competitive acquisition with two responses received. This is an 18-month base contract with one 18-month option period. Locations of performance are Alabama, Florida, Georgia, Mississippi, North Carolina, South Carolina and Tennessee, with a Sept. 17, 2024, performance completion date. Using customers are Defense Department, Coast Guard, Fleet Industrial Supply Center, Air National Guard and Army Transportation Center. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-23-D-0014).

UPDATE: Signature Flight Support, Orlando, Florida (SPE607-23-D-0016, $11,758,462), has been added as an awardee to the multiple award contract for fuel support at Fort Smith Regional Airport, Arkansas, issued against solicitation SPE607-23-R-0202 and awarded March 6, 2023.

U.S. SPECIAL OPERATIONS COMMAND

Ultimate Training Munitions Inc., Somerville, New Jersey, was awarded an indefinite-delivery/indefinite-quantity contract (H92222-23-R-0002) with a period of performance of five years with a value of $53,733,000. Fiscal 2023 procurement funding in the amount of $4,986,785 were obligated at the time of the award. Munitions are being purchased in support of U.S. Special Operations Command (USSOCOM) Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L). The majority of the work will be performed in Somerville, New Jersey. As cited in Justification and Approval for Other than Full and Open Competition (#23-3506) for Force-on-Force Ammunition executed by SOCOM’s Director of Procurement on Feb. 2, 2023, this contract will be a non-competitive award in accordance with Federal Acquisition Regulation 6.302-1. U.S. Special Operations Command, MacDill Air Force Base, Florida, is the contracting activity.

NAVY

Chesapeake Technologies International Corp., California, Maryland, is awarded a $35,772,870 cost-plus-fixed-fee, indefinite-delivery, indefinite-quantity contract to provide continued development of the capability to model and visualize the complex tactical Electronic Warfare (EW) environments, to include EW effects, threat radars, tactical aircraft, and other tactically-relevant information in support of Airborne Electronic Attack mission planning for current and future EW systems in support of the Small Business Innovation Research Phase III, research and development topic N151-021 titled “Advanced Modeling and Visualization of Effects for Future Electronic Warfare Systems.” Work will be performed in Point Mugu, California (90%); and Denver, Colorado (10%), and is expected to be completed in March 2028. 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 Federal Acquisition Regulation 6.302-5. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893623D0023). (Awarded March 16, 2023)

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $33,310,492 cost-plus-fixed-fee and cost modification to previously awarded contract N00024-19-C-6407 to exercise options to provide BYG-1 Tactical Control System engineering support. Work will be performed in Fairfax, Virginia, and is expected to be completed by July 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $3,839,267 (38%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $1,888,336 (19%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $1,762,697 (17%); Royal Australian Navy funds in the amount of $1,421,538 (14%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,063,052 (11%); fiscal 2022 other procurement (Navy) funds in the amount of $116,918 (1%); fiscal 2021 other procurement (Navy) funds in the amount of $11,970 (less than 1%); and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $4,359 (less than 1%) will be obligated at time of award, of which $16,329 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-19-C-6407).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a not-to exceed $32,446,000 fixed-price-incentive-firm-target modification (P00022) to a previously awarded advanced acquisition contract (N0001920C0009). This modification adds scope to procure long-lead materials, parts, components, and associated support for the production of nine Lot 17 F-35C aircraft for the U.S. Navy. Work will be performed in Fort Worth, Texas (57%); El Segundo, California (14%); Warton, United Kingdom (9%); Cameri, Italy (4%); Orlando, Florida (4%); Nashua, New Hampshire (3%); Baltimore, Maryland (3%); San Diego, California (2%); Nagoya, Japan (2%); and various locations outside the Continental United States (2%), and is expected to be completed in May 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $32,446,000 will be obligated at the time of award, none‬ of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Huntington-Ingalls Industries - Newport News Shipbuilding, Newport News, Virginia, is awarded a $16,068,211 cost-plus-fixed-fee modification to previously awarded contract (N00024-15-C-2114) for the procurement of material and labor associated with contractor furnished On-Board Repair Parts (OBRP) for the outfitting of CVN 79. Work will be performed in Newport News, Virginia, and is expected to be completed by June 2024. Fiscal year 2023 shipbuilding and conversion (Navy) outfitting funding in the amount of $16,068,211 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding (SUPSHIP) Newport News, Virginia, is the contracting activity (N00024-15-C-2114).

WASHINGTON HEADQUARTERS SERVICES

Lintech Global Inc., Farmington Hills, Michigan, is awarded a firm-fixed-price contract (HQ003423C0022) valued at $11,260,047. Fiscal 2023 operations and maintenance funds in the amount of $11,260,047 are being obligated at the time of award. The contractor will provide information technology support services to the Department of Defense Office of the Inspector General (DOD OIG). It will serve as the primary information technology integrator for all DOD OIG systems and will ensure that performance and efficiencies are realized across DOD OIG’s portfolio of systems. The work will be performed at the Mark Center in Alexandria, Virginia. The estimated contract completion date is March 27, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

AIR FORCE

Decryptor Inc., Richardson, Texas, was awarded a $7,500,000 requirements type contract for an RF Upconverter Chassis. The contract provides for development of one first article Radio Frequency (RF) Upconverter Chassis with follow-on production of 23 RF Upconverter Chassis. Work will be performed in Richardson, Texas, and is expected to be completed by Jan. 16, 2024. This contract was a competitive acquisition and five offers were received. Fiscal 2023 research, development, test and evaluation appropriations in the amount of $2,500,000 are being obligated at the time of award. The Air Force Test Center, Eglin Air Force Base, Florida, is the contracting activity (FA2487-23-C-A001).

CORRECTION: The contract announced on March 14, 2023, the Boeing Co., Tukwila, Washington, for a $10,000,000 modification (P00113) to previously awarded FA8625-16-C-6599 for two VC-25B aircraft, brought the total cumulative face value of the contract to $4,184,550,338 from $4,174,550,338.

*Small business

****

Contracts For March 20, 2023
NAVY

Lockheed Martin Corp., King of Prussia, Pennsylvania, is awarded a $99,932,000 modification (P00009) to a cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract (N0001920D0017). This modification increases the ceiling to provide continued management and maintenance of the Tactical Tomahawk Weapons Control System (TTWCS) software product baseline and required system and software documentation. Additionally, this modification provides for system design and development for TTWCS Security and supportability builds and software builds for the Navy and Foreign Military Sales customers. Work will be performed in King of Prussia, Pennsylvania, and is expected to be complete by January 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Northrop Grumman Systems Corp., Northridge, California, is awarded $14,966,439 for a firm-fixed-price requirement, long-term contract for the repair of two items that are part of the AAR-47 program. This is a five-year contract with no option periods, and work will be completed by March 2028. All work will be performed in Northridge, California. No funds will be obligated at time of award and funds will not expire at the end of the current fiscal year. Appropriate fiscal year working capital (Navy) funds will be used as task orders are assigned. One firm was solicited for this non-competitive requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command Weapons System Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-23-D-DZ01).

Crowley Government Services Inc., Jacksonville, Florida (N3220522C4172), is awarded a $13,553,111 option (P00005) for the fixed-price portion of a previously awarded, firm-fixed-price contract with reimbursable elements to exercise a one-year option period for the operation of the Ice-class tanker Stena Polaris to provide support of world-wide bulk fuel requirements of the Department of Defense (DOD) to include biennial delivery to Antarctica for the National Science Foundation, and a delivery each year to Greenland for the DOD/Defense Logistics Agency (DLA) Energy. 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 $70,520,292. Work will be performed worldwide and is expected to be completed, if all options are exercised, by Feb. 28, 2026. The option is funded by fiscal 2023 working capital (Transportation) funds and will expire at the end of the fiscal year. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Northrop Grumman Aeronautics Systems, Melbourne, Florida, is awarded a $10,517,960 cost-plus-fixed-fee and cost-only modification to previously awarded contract N00024-22-C-6418 to exercise options for safety, logistics, engineering, and depot support for the Airborne Laser Mine Detection System. Work will be performed in Melbourne, Florida, and is expected to be completed by March 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $9,901,449 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-6418).

Bath Iron Works, Bath, Maine, is awarded a $9,609,633 fixed-price incentive (firm target) modification to previously awarded contract N00024-13-C-2305 to exercise an option for accomplishment of post-delivery availability work items for DDG 122. Work will be performed in Bath, Maine (93%); Brunswick, Maine (6%); and other locations below 1% (collectively totaling less than 1%), and is expected to be completed by January 2024. Fiscal 2015 shipbuilding and conversion (Navy) funding in the amount of $7,749,330 (81%); and fiscal 2021 other procurement (Navy) funding in the amount of $1,860,303 (19%) will be obligated at time of award, of which $1,860,303 will expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity (N00024-13-C-2305).

KJS Support Services JV LLC,* Fort Worth, Texas, is awarded $8,989,080 for firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62473-18-D-5606 for base operating support services at the Naval Air Facility El Centro. This modification provides for the exercise of Option Year Four. This award brings the total cumulative face value of the contract to $43,640,324. Work will be performed in El Centro, California. The option performance period is from April 1, 2023, to March 31, 2024. No funds will be obligated at time of award of the modification. Fiscal 2023 operation and maintenance (Navy) funds; fiscal 2023 Defense Health Program funds; fiscal 2023 Defense Commissary Agency account funds; fiscal 2023 family housing operation and maintenance (Navy) funds; and fiscal 2023 non-appropriated funds in the amount of $5,989,080 for recurring work will be obligated on individual task order issued during the option period. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

Huntington Ingalls Inc., Pascagoula, Mississippi, is awarded an $8,506,601 cost-plus-incentive-fee modification to previously awarded contract N00024-22-C-2300 for the incorporation of additional work items in support of the ongoing Combat System Availability for DDG 1002. Work will be performed in Pascagoula, Mississippi (91%); Dublin, Pennsylvania (9%); Moss Point, Mississippi (less than 1%); and Houma, Louisiana (less than 1%), and is expected to be completed by October 2023. Fiscal 2023 shipbuilding and conversion (Navy) funding in the amount of $8,506,601 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 (N00024-22-C-2300).

DEFENSE COUNTERINTELLIGENCE AND SECURITY AGENCY

Salient Federal-SGIS, McLean, Virginia, has been awarded a $7,636,866 option exercise (P00005) to previously awarded contract HS0021-20-F-0023 for the Defense Counterintelligence and Security Agency (DCSA). This modification exercises Option 04 to continue to provide case processing support services. Work will primarily be performed in McLean, Virginia, with an estimated completion of April 4, 2024. Fiscal 2023 defense working capital funds in the amount of $7,636,866 were obligated at the time of award. The cumulative face value of the contract to date is $26,743,618. DCSA Acquisition and Contracting, Quantico, Virginia, is the contracting activity.

*Small business

-30-