Mail this story to a friend.          
RELEASE: Pentagon contracts for February 14-25, 2023. $994 million to produce 155mm NATO standard artillery rounds
NYSNYS News
Contracts For Feb. 14, 2023
ARMY

BAE Systems Land and Armaments L.P., York, Pennsylvania, was awarded a $466,413,360 modification (P00131) to contract W56HZV-17-C-0001 for M109A7 Self-Propelled Howitzers and M992A3 Carrier, Ammunition, Tracked vehicles; Total Package Fielding support hardware kits, and support. Work will be performed in York, Pennsylvania; Sterling Heights, Michigan; Aiken, South Carolina; Elgin, Oklahoma; and Anniston, Alabama, with an estimated completion date of Dec. 30, 2026. Fiscal 2022 weapons and tracked combat vehicle procurement, Army funds in the amount of $83,261,562 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Shimmick Construction Company Inc., Irvine, California (W912P5-23-D-0001); Kiewit Infrastructure Co., Woodcliff Lake, New Jersey (W912P5-23-D-0002); Brad Cole Construction Company Inc., Carrollton, Georgia (W912P5-23-D-0003); Wood Environment & Infrastructure Solutions Inc., Blue Bell, Pennsylvania (W912P5-23-D-0004); Howard W. Pence Inc.,* Elizabethtown, Kentucky (W912P5-23-D-0005); Geiger Brothers Inc.,* Jackson, Ohio (W912P5-23-D-0006); and Custom Mechanical Systems Corp.,* Bargersville, Indiana (W912P5-23-D-0007), will compete for each order of the $250,000,000 firm-fixed-price contract for land-based civil works construction. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 13, 2028. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded an $11,925,385 modification (P00030) to contract W56HZV-22-C-0012 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Feb. 29, 2024. Fiscal 2010 Foreign Military Sales (Saudi Arabia, Morocco, Egypt and Iraq) funds in the amount of $11,925,385 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

General Dynamics NASSCO-Bremerton, Bremerton, Washington, was awarded a $43,066,073 firm-fixed-price contract (N4523A-23-C-0561) for the maintenance, modernization, and repair of the USS Sampson (DDG 102) in a Chief of Naval Operations availability. This contract includes options which, if exercised, would bring the cumulative value of this contract to $43,139,448. Work will be performed in Everett, Washington, and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2023. Fiscal 2023 other procurement (Navy) funds in the amount of $40,853,575 (95%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $1,907,116 (4%); fiscal 2022 other procurement (Navy) funds in the amount of $167,840 (less than 1%); and fiscal 2023 working capital funds in the amount of $137,542 (less than 1%) will be obligated at time of award, of which $1,907,116 (4%) will expire at the end of the current fiscal year. This contract was not competitive procured in accordance with 10 U.S. Code 2304(c)(3) — industrial mobilization; engineering, developmental, or research capability; or expert services. The Northwest Regional Maintenance Center, Everett, Washington, is the contracting activity (N4523A-23-C-0561). (Awarded Feb. 13, 2023)

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $21,192,959‬ firm-fixed-price contract (N3220523C4006) for a 91-calendar day shipyard availability for the regular overhaul and dry docking of Military Sealift Command’s dry cargo and ammunition ship USNS Robert E. Peary (T-AKE 5). This contract includes a base period and options, which if exercised, would bring the cumulative value to $21,504,977‬. Work will be performed in Mobile, Alabama, beginning March 21, 2023, and is expected to be completed by June 19, 2023. Fiscal 2023 working capital (Navy) funds in the amount of $21,192,959 are obligated and will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the System for Award Management website and three offers were received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C4006).

DEFENSE LOGISTICS AGENCY

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $11,464,117 firm-fixed-price delivery order (SPRDL1-23-F-0081) against a three-year indefinite-delivery/indefinite-quantity contract (SPE7LX-20-D-0022) with two one-year option periods for tire and wheel assemblies. This was a competitive acquisition with one response received. Location of performance is New Jersey, with an Oct. 31, 2023, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

DEFENSE HEALTH AGENCY

Armed Forces Services Corp., doing business as Magellan Federal, Arlington, Virginia, was awarded a six- month bridge extension modification (P00023) valued at $10,944,982, for the firm-fixed-price contract HT0011-19-C-0006 for Recovery Coordination Program services. The Recovery Coordination Program provides professional services in the areas of strategic, programmatic, and operations to support the full implementation of the Department's Recovery Coordination Program and specifically to provide support to the Department's Recovery Care Coordinator program; the Recovery Coordination Program-Support Solution; Education and Employment Initiative; Military Adaptive Sports Program; Operation Warfighter Internships; the National Resource Directory, and Warrior Games. Services will be performed at various locations in the continental U.S., with an estimated completion date (assuming the government exercises all available contract options) of July 16, 2023. Fiscal 2023 operation and maintenance funds in the amount of $2,736,865 are obligated for the modification to establish and fully fund the first two months of the six-month bridge extension contract line items 1301, 1303-1304 from Jan. 17, 2023, through March 16, 2023. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Jan. 17, 2023)

AIR FORCE

Conti Federal Services, Orlando, Florida, was awarded an $8,445,000 firm-fixed-price contract for building renovations of Air Force Building #1643 to support the F-35 aircraft. Work will be performed at Naval Air Station Joint Reserve Base Fort Worth, Texas, and is expected to be completed by April 8, 2024. This contract was a competitive acquisition and one offer was received. Fiscal 2023 operations and maintenance funds in the amount of $8,445,000 are being obligated at time of award. The 301st Contracting Flight, Naval Air Station Joint Reserve Base Fort Worth, Texas, is the contracting activity (FA6675-23-C-0001). (Awarded Feb. 10, 2023)

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded an $8,324,455 cost-reimbursement, cost-plus-fixed-fee, firm-fixed-price, and fixed-price incentive contract modification (P00216) to previously awarded FA8629-14-C-2403 for removing test instruments from an HH-60W aircraft so that it is fully operational. The modification brings the total cumulative face value of the contract to $5,062,847,117. Work will be performed in Stratford, Connecticut, and is expected to be completed by April 10, 2024. Fiscal 2023 procurement funds in the amount of $8,324,455 are being obligated at time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business

****

Contracts For Feb. 15, 2023
ARMY

General Dynamics-Ordnance & Tactical Systems, Niceville, Florida (W519TC-23-F-0108); and American Ordnance LLC, Middletown, Iowa (W519TC-23-F-0107), will compete for each order of the $993,790,373 firm-fixed-price with economic price adjustment contract to produce 155 mm rounds. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 14, 2028. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Dawn Inc.,* Warren, Ohio, was awarded a $9,116,115 firm-fixed-price contract to construct a new logistics complex. Bids were solicited via the internet with five received. Work will be performed in Mansfield, Ohio, with an estimated completion date of Aug. 9, 2024. Fiscal 2019 military construction, defense-wide funds in the amount of $9,116,115 were obligated at the time of the award. U.S. Property and Fiscal Office, Ohio, is the contracting activity (W50S8R-23-C-0001).

NAVY

Wunderman Thompson, Atlanta, Georgia, is awarded a $34,352,672 modification (P00032) to previously awarded, firm-fixed-price and cost-reimbursable contract M95494-19-C-0020. This modification will provide supplemental advertising initiatives including the development of a tactical advertising strategy and production of a wide range of advertising formats (e.g., TV, radio, print media, internet, and direct marketing) to enhance Marine Corps recruiting efforts. Work will be performed in Atlanta, Georgia, with an expected completion date of December 2023. Fiscal 2023 operation and maintenance (Marine Corps) funds in the amount of $34,352,672 will be obligated at time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

Allied Systems Co.,* Sherwood, Oregon, is awarded a $27,934,305 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering services support, integrated logistics support, software support, installation support and obsolescence support to the Knuckleboom Crane System. Allied will be awarded a task order for engineering and logistics support services at the time of contract award, which will satisfy the minimum contract guarantee of $500. Work will take place in Philadelphia, Pennsylvania (70%); and Sherwood, Oregon (30%). Work is expected to be complete by February 2029. Fiscal 2023 other procurement (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 not competitively procured via the System for Award Management website in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-4001).

BKM Office Environments Inc.,* Camarillo, California, is awarded a $15,921,492 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide moving, relocating, disassembling and reassembling, detaching and mounting, and special event set up services to include office furniture, cubicles, tables, chairs, laboratory equipment, televisions, whiteboards, safes, refrigerators, microwaves, and various other items and equipment in support of the Naval Air Warfare Center Weapons Division (NAWCWD). Work will be performed in China Lake, California (80%); and Point Mugu, California (20%), and is expected to be completed in February 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 competitively procured as a small business set-aside; four offers were received. NAWCWD, China Lake, California, is the contracting activity (N6893623D0019).

Woodward Inc., Fort Collins, Colorado, is awarded a $10,764,606 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of next generation ship service gas turbine generator full authority digital control cabinets. A maximum quantity of 32 will be provided over the life of the contract. Work will be performed at the contractor's facility located in Fort Collins, Colorado, and is expected to be completed by January 2029. Fiscal 2023 other procurement (Navy) funds in the total amount of $914,900 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-23-D-0001).

Colonna's Shipyard Inc., Norfolk, Virginia (N00024-22-C-4319), is awarded a not-to-exceed $7,950,857 firm-fixed-price, undefinitized contract action under previously awarded contract N00024-22-C-4319. This modification incorporates Naval Sea Systems Command Fiscal 2022 category II Navy standard items for completion of the Shippingport Docking Service Craft Overhaul availability. Work will be performed in Norfolk, Virginia, and is expected to be completed by June 2023. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $7,950,857 will be obligated at time of award and will expire at the end of the current fiscal year. Mid-Atlantic Regional Maintenance Center (MARMC), Norfolk, Virginia, is the contracting activity.

AIR FORCE

Tevet LLC,* Greenville, Tennessee, was awarded a $25,628,822 indefinite-delivery/requirements contract for procurement of replenishment spare parts and components for the Versatile Depot Automatic Test System (VDATS). The contract provides for the procurement of multiple components of versatile diagnostic automated test systems to be used on multiple aviation platforms in support of depot maintenance. Work will be performed at Robins Air Force Base, Georgia, and is expected to be completed by Feb. 14, 2028. This award is the result of a small business set‐aside competitive acquisition. Fiscal 2023 Depot Maintenance Activity Group funds will be obligated upon availability for delivery orders. The Air Force Sustainment Center, Robins AFB, Georgia is the contracting activity (FA8571-23-D-0001).

Technica Corp., Sterling, Virginia, has been awarded a $19,368,923 cost-plus-fixed-fee modification for exercising the third option period, Feb. 15, 2023 – Feb. 14, 2024, to the contract providing weapon system engineering and maintenance services to include incremental software version development and installation; security patch installations; preventative maintenance; troubleshooting; and responsive tiered support for the Cyberspace Vulnerability Assessment/Hunter (CVA/H) weapon system. Work will be performed at Joint Base San Antonio-Chapman Annex, Texas; Scott Air Force Base, Illinois; Joint Base San Antonio-Lackland, Texas; Des Moines Air National Guard Base, Illinois; Joint Base McGuire-Dix-Lakehurst, New Jersey; Joint Base Lewis-McChord, Washington; Camp Murray, Washington; and Horsham Air Guard Station, Pennsylvania, and is expected to be completed by Aug. 14, 2025. This contract was a competitive acquisition and seven offers were received. Fiscal 2023 research, development, test and evaluation; and operation and maintenance in the amount of $19,368,923 are being obligated at the time of award. The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Division, Joint-Base San Antonio-Lackland, San Antonio, Texas, is the contracting activity (FA8732-14-D-0015, Task Order FA8307-19-F-0098). (Awarded Feb. 14, 2023)

WASHINGTON HEADQUARTERS SERVICES

Analytic Services Inc. (ANSER), Falls Church, Virginia, is awarded a modification (P00016) for an option year valued at $13,958,382 on a firm-fixed-price, labor-hour, time-and-materials contract (HQ003420F0060) to provide administrative, management, and general consulting services to the Office of the Director of Administration & Management (ODA&M), Director of Administration and Organizational Policy (DA&OP). Fiscal 2023 operations and maintenance funds in the amount of $13,958,382 are being obligated at the time of award. The purpose of this action is to exercise Option Period 3 of the contract, which currently has a period of performance from Feb. 16, 2023, through Feb. 15, 2024. The work will be performed at U.S. government facilities in the National Capital Region. The estimated contract completion date is Feb. 15, 2025. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

The Lighthouse for the Blind Inc.,** Seattle, Washington, has been awarded a maximum $7,512,750 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for one quart water canteens. This is a three-year contract with no option periods. The ordering period end date is Feb. 14, 2026. 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 (SPE1C1-23-D-B007).


*Small business
**Mandatory source

-30-