An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Sept. 23, 2021

NAVY

Blue Rock Structures,* Pollocksville, North Carolina (N40085-21-D-0097); Civil Works Contracting LLC,* Wilmington, North Carolina (N40085-21-D-0098); ENCON DESBUILD JV2 LLC,* Hyattsville, Maryland (N40085-21-D-0099); Futron Inc.,* Woodbridge, Virginia (N0085-21-D-0100); Joyce and Associates Construction Inc.,* Newport, North Carolina (N40085-21-D-0101; Military and Federal Construction Co. Inc.,* Jacksonville, North Carolina (N40085-21-D-0102); Muter Construction LLC,* Zebulon, North Carolina (N40085-21-D-0103); Rand Enterprises Inc.,* Newport News, Virginia (N40085-21-D-0104); Reasor-Asturian JV LLC,* Pensacola, Florida (N40085-21-D-0105); and WB Brawley Co.,* Wilmington, North Carolina (N40085-21-D-0106), are awarded a combined $249,000,000 indefinite-delivery/indefinite-quantity multiple award construction contract for design-bid-build (DBB) general construction projects located  primarily at Marine Corps facilities at Marine Corps Base (MCB) Camp Lejeune and Marine Corps Air Station Cherry Point. Work to be performed will include general construction of DBB projects, but is not limited to new construction, renovations, alterations, and repairs.  Nine awardees will each be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Futron Inc., is being awarded the initial seed project task order in the amount of $480,775 for interior and exterior repairs to Building AS124 at MCB Camp Lejeune. Work for this task order is expected to be completed by January 2023. The maximum dollar value includes the base period and four option years for all 10 contracts. Work will be primarily in North Carolina, and may also be performed at other military and government installations and sites under the Marine Corps Installation East area of operations. The term of the contract is not to exceed 60 months, with an expected completion of September 2026.  Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $480,775 are obligated on this award and will expire at the end of the current fiscal year. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $45,000 are obligated on the nine minimum guarantee task order awards and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Marine Corps) and military construction, Marine Corps. This contract was competitively procured via the beta.sam.gov website with 46 proposals received. These 10 contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Chitra Productions LLC, * Norfolk, Virginia (N39430-21-D-2310); SV Synergies LLC,* Overland Park, Kansas (N39430-21-D-2311); OSCTech LLC,* Atlanta, Georgia (N39430-21-D-2312), AttainX Inc.,* Fairfax, Virginia (N39430-21-D-2313); and Stellar Innovations and Solutions Inc.,* Moraine, Ohio (N39430-21-D-2314), are awarded a combined $151,000,000 indefinite-delivery/indefinite-quantity contract to provide full information technology (IT) lifecycle support to Naval Facilities Engineering Systems Command’s (NAVFAC) core facilities management, construction management and installation management systems. The work to be performed includes but is not limited to, systems development lifecycle and cybersecurity support, business systems operations and support, IT operations management and enterprise, cloud operations/migration/system development, secure infrastructure and analysis and management services. Types of credentials required: ISO 9001:2000, ISO 9001:2008, CMMI Level III (or higher) – DEV, CMMI Level III (or higher) – SVC, Oracle Certified Gold Partner, Microsoft Certified Partner, ISO/IEC 20000, Information Technology Infrastructure Library (current version), and Partner Program. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) at contract award and will expire at the end of the current fiscal year. No task orders are being issued at this time.  Work on this contract could be performed in the following sites, but is not limited to, California; Washington, D.C.; Hawaii; Virginia; Missouri; Washington state; and Japan. The term of the contract is not to exceed 66 months, with an expected completion date of March 2027. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $10,000 minimums for each contractor are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy); and military construction (Navy). This contract was competitively procured via the Navy Electronic Commerce Online website and Federal Business Opportunities website with 28 proposals received. These contracts were originally awarded in December 2020 (N39430-21-D-2305, N39430-21-D-2306, N39430-21-D-2307, N39430-21-D-2308, and N39430-21-D-2309). This announcement is a result of a corrective action taken to address a Government Accountability Office and agency protest. The Naval Facilities Engineering Systems and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

General Electric Power Conversion (GE), Cranberry, Pennsylvania (N3220521D4113), is awarded a single-award, indefinite-delivery/indefinite-quantity contract with a ceiling of $125,000,000, for services and supplies in support of Military Sealift Command’s (MSC) GE brand equipment aboard the command’s fleet of ships. This award will provide original equipment manufacturer authorized parts and service technicians in order to maintain the systems aboard multiple classes of ships including MSC’s dry cargo/ammunition class (T-AKE); expeditionary sea base class (ESB); expeditionary transfer dock class (ESD); fleet auxiliary oiler class (T-AO); the command ship USS Mount Whitney (LLC 20); oceanographic survey ship class (T-AGS); and roll-on/roll-off class (T-AKR) vessels. Work will be performed worldwide, with an expected completion date of Sept. 30, 2026. The maximum dollar value of this award is $125,000,000. Working capital funds (Navy) in the amount of $3,500 are being obligated for the first order of fiscal 2021 at time of award. Additional orders may be placed throughout the 5-year ordering period. Funding for the appropriate fiscal year will be utilized at the time orders are placed. This sole-source contract was procured under solicitation number N3220521D4113 via the beta.sam.gov website and one timely offer was received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220521D4113).

AECOM Services Inc., Norfolk, Virginia, is awarded a $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for architect-engineer (A-E) services at Joint Expeditionary Base Little Creek-Fort Story, Naval Station Norfolk, and Naval Air Station Oceana, Virginia. The work to be performed provides for comprehensive A-E services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of military and other governmental facilities. All work on this contract will be performed in Virginia. The term of the contract is not to exceed 60 months with an expected completion date of September 2026. Task order 0001 is awarded at $5,000 for the minimum guarantee. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy). This contract was competitively procured via the beta.sam.gov website with 13 proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0091).

Marine Robotic Vehicles (MRV), San Diego, California (N62306-21-D-0004); and Teledyne Instruments Inc., North Falmouth, Massachusetts (N62306-21-D-0005), are awarded $23,800,000 indefinite-delivery/indefinite-quantity, multiple-award, firm-fixed price contracts for the procurement of air-rigged or air/surface-deployable profiling floats in support of meteorological and oceanographic operations globally. The contracts will run concurrently and include a five-year base ordering period with no options. The base ordering period is expected to be completed by September 2026. Work will be performed in San Diego, California; and North Falmouth, Massachusetts, at both contractor facilities in response to delivery orders which the percentage of work at each of those locations cannot be determined at this time. Fiscal 2021 operation and maintenance (Navy) funds will be used to fund the first delivery order awards to both companies, and funds will expire at the end of the fiscal year. At the time of those delivery orders’ issuance, MRV will receive funds in the amount of $224,500, and Teledyne will receive funds in the amount of $3,781,000. Individual orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured through beta.sam.gov, with two offers received. The Naval Oceanographic Office, Stennis Space Center, Mississippi, is the contracting activity. 

Aptim Federal Services LLC, Alexandria, Virginia, is awarded a $20,968,131 firm-fixed-price task order (N6247821F4271) under a multiple award construction contract for repair to a mined-in place military petroleum storage tank. The work to be performed provides for the additional predictive repairs to Red Hill Tank 18 at Joint Base Pearl Harbor-Hickam. Work will be performed in Hawaii and is expected to be completed by March 2025. Fiscal 2021 working capital funds (Navy) contract funds in the amount of $20,968,131 are obligated on this award and will not expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N39430-20-D-2225).  

North State Mechanical Inc.,* Jacksonville, North Carolina, is awarded a $17,010,867 firm-fixed-price task order (N4008521F64948) under a multiple award construction contract for renovation of Test Cell One for Building 133 at Marine Corps Air Station Cherry Point. The work to be performed provides for facility repair work to include life safety and fire protection system modifications, structural re-arrangements within test cell, installation of a gallon propane tank along with associated piping, replacement of lighting fixtures, electrical modifications, installation of cold water accumulator tank, replace makeup air unit and exhaust air ductwork. The project includes funding for capital improvements program equipment for cooling tower installation, replacement of dynamometer, test bed, and performance monitoring equipment. Work will be performed in Havelock, North Carolina, and is expected to be completed by September 2022. Fiscal 2021 working capital (Navy) contract funds in the amount of $17,010,867 are obligated on this award and will not expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Facilities Engineering and Acquisition Division, Cherry Point, North Carolina, is the contracting activity (N40085-20-D-0077).

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $14,722,642 cost-plus-incentive-fee modification (P00049) to a previously awarded contract (N0001918C1048). This modification is adding scope to provide depot level repair capabilities for the F-35 gun system in support of F-35 Lightning II low-rate initial production Lot 11 aircraft for the Air Force, Marine Corps, Navy, and non-U.S. Department of Defense (DOD) participants. Work will be performed in Williston, Vermont (62.17%); Fort Worth, Texas (22.29%); and Saco, Maine (15.54%), and is expected to be completed in November 2024. Fiscal 2021 aircraft procurement (Air Force) funds in the amount of $8,058,118; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,250,024; and non-U.S. DOD participant funds in the amount of $1,414,500 will be obligated at time of award, $5,250,024 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics-Ordnance and Tactical Systems (OTS) Inc., Williston, Vermont (N0016421DWP64): Danko Arlington Inc.,* Baltimore, Maryland (N0016421DWP91); and General Tool Co.,* Cincinnati, Ohio (N0016421DWP92), are awarded a combined $14,641,032 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for the new manufacture of MK-82 guided missile director sub-assemblies. Each awardee will be awarded an amount greater than the $25,000 (minimum contract guarantee per awardee) at contract award. There are no options included on this contract. Work will be performed in Saco, Maine (46.4%); Baltimore, Maryland (29.2%); and Cincinnati, Ohio (24.4%), and is expected to be completed by September 2026. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $4,147,733 (28.3%) will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the beta.sam.gov website, with three offers received. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

The Canadian Commercial Corp., Ottawa, Ontario, Canada, is awarded a $10,735,950 firm-fixed-price job order under basic ordering agreement N0016419GJQ58 for the performance of upgrade 33 MX-20D turrets and delivery of 34 digital master control units. Work will be performed in Ottawa, Ontario, Canada, and is expected to be completed by September 2022. Fiscal 2021 defense procurement funds in the amount of $10,735,950 will be obligated at the time of contract award and will not expire at the end of the current fiscal year. This contract action was not competitively procured via the beta.sam.gov website. This is a sole-source action in accordance with Defense Federal Acquisition Regulation 6.302-1, only one responsible source. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016421FJ054).

Olympus America Inc., Waltham, Massachusetts, is awarded a $10,691,016 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures 306 ultrasonic testing (UT) production units, 153 bonded materials testing (BMT) production units, six UT pilot production units, and six BMT pilot production units in support of performing nondestructive inspection of aircraft components and support equipment at organizational and intermediate level maintenance for all Navy and Marine Corps aircraft. Work will be performed in Waltham, Massachusetts, and is expected to be completed in September 2024. 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, Lakehurst, New Jersey, is the contracting activity (N6833521D0221).

Stratus Systems Inc., Belle Chasse, Louisiana, is awarded a $9,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the manufacture of FW98 and BY81 automatic inflation devices used in aircrew personnel life preservers upon egress from ejection seat equipped aircraft. This contract includes a three-year ordering period with no options. All work will be performed in Belle Chasse, Louisiana, and is expected to be completed by September 2024. This effort combines purchases under the Foreign Military Sales (FMS) program, and funds will expire at the end of the current fiscal year. Funds in the amount of $3,284,250 ($1,460,416 for FW98 units and $1,823,834 for BY81 units) will be issued for delivery order N00104-21-F-YN01 that will be awarded concurrently with the contract. Fiscal 2020 procurement (Navy) funds (73%); FMS Spain funds (13%); FMS Kuwait funds (8%); and FMS Switzerland funds (6%) will be used for the FW98 procurement. FMS Korea funds (59%); FMS Turkey funds (12%); fiscal 2019 procurement (Air Force) funds (11%); FMS Taiwan funds (7%); FMS Pakistan funds (5%); FMS Thailand funds (3%); FMS Bahrain funds (1%); FMS Morocco funds (1%); FMS Singapore funds (0.5%); and FMS Serbia funds (0.5%), will be used for the BY81 procurement. Two sources were solicited for this non-competitive requirement under authority, 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-21-D-YN01).

Hadal Inc.,* Oakland, California, is awarded an $8,778,566 cost-plus-fixed-fee contract for the effort titled “Development and Testing of Large Scale Interfaces.” This contract provides for the development, prototyping, and testing of systems and interfaces necessary for a larger vehicle to transport and utilize smaller systems. The contractor shall develop hardware systems suitable for transporting and deploying smaller systems. The contractor shall develop software systems suitable for interfacing with and communicating relevant tasking to the smaller systems. Work will be performed in Oakland, California, with an expected completion date of Dec. 23, 2024. The maximum dollar value, including a 39-month base period and no option periods, is $8,778,566. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $150,000 are obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured under long range broad agency announcement (BAA) N00014-21-S-B001. Since proposals are received throughout the year under the long range BAA, the number of proposals received in response to the solicitation is unknown. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-C-2052).

ERAPSCO, Joint Venture of Sparton and USSI, Columbia City, Indiana, is awarded an $8,369,550 firm-fixed-price modification (P00017) to a previously awarded indefinite-delivery/indefinite-quantity contract (N0001919D0032). This modification adds scope for the production and delivery of 5,000 AN/SSQ-62 production sonobuoys in support of annual training, peacetime operations and testing expenditures, and maintaining sufficient inventory to support the execution of major combat operations determined by the Naval Munitions Requirements Process for the Navy and Foreign Military Sales customers. Work will be performed in Columbia City, Indiana (67%); and De Leon Spring, Florida (33%), and is expected to be completed in September 2023. 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.

DEFENSE LOGISTICS AGENCY

US Foods, Salem, Missouri, has been awarded a maximum $245,000,000 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is Missouri, with a Sept. 19, 2026, ordering period end date. Using military services are Air Force and Army. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-21-D-3317).

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 413-day bridge contract with no option periods. Locations of performance are California, Washington, Oregon, Wyoming, Montana, Illinois and Idaho, with a Nov. 11, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-21-D-0018).

Galvion Ballistics,* Newport, Vermont, has been awarded an estimated $36,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for advanced combat helmets. This was a competitive acquisition with four responses received. This is a two-year contract with no option periods. Location of performance is Vermont, with a Sept. 24, 2023, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-1498).

The National Industries for the Blind,** Alexandria, Virginia, has been awarded a maximum $10,108,784 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-20-D-B074) with two one-year option periods for inner-spring mattresses. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are North Carolina and Virginia, with a Sept. 23, 2022, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Kihomac Inc.,*** Reston, Virginia, has been awarded an estimated $9,417,086 fixed-price, indefinite-delivery requirements contract for the design and production of the AN/ASK-7 Data Transfer system. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Locations of performance are Virginia and Utah, with a Sept. 21, 2026, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Warner Robins, Georgia (SPRWA1-21-D-0015).

Propper International Inc., Cabo Rojo, Puerto Rico, has been awarded a maximum $7,514,162 modification (P00013) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-1198) with four one-year option periods for intermediate weather outer layer, flame resistant trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Sept. 26, 2022, ordering period end date. Using military service is Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

MISSILE DEFENSE AGENCY

The Georgia Tech Applied Research Corp., Atlanta, Georgia, is being awarded an indefinite-delivery/indefinite-quantity contract with a maximum amount of $121,000,000. Under this follow-on contract, the contractor will provide research, development, and engineering work related to sensors, weapons, and communication systems for ground and airborne-based missile defense platforms, investigation of new missile defense systems, and participation in future Department of Defense technology initiatives. Two task orders are being issued at this time in the amount of $9,377,126.00. The work will be performed in Atlanta, Georgia; and Huntsville, Alabama. The ordering period is Sept. 29, 2021, through Sep. 28, 2026 for this noncompetitive, cost-plus-fixed-fee contract. Fiscal 2021 funds in the amount of $938,962 are being obligated on this award via the two task orders. The Missile Defense Agency, Redstone Arsenal, Alabama, is the contracting activity (HQ0854-21-D-0002).

ARMY

Andritz Hydro Corp., Charlotte, North Carolina, was awarded an $89,743,530 firm-fixed-price contract for the refurbishment of Robert S. Kerr generator units. Bids were solicited via the internet with three received. Work will be performed in Keota, Oklahoma, with an estimated completion date of June 4, 2029. Fiscal 2021 civil construction funds in the amount of $89,743,530 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-21-C-0014).

Ahtna-Great Lakes E&I JV,* West Sacramento, California, was awarded a $74,719,115 firm-fixed-price contract for levee improvements. Bids were solicited via the internet with four received. Work will be performed in Sacramento, California, with an estimated completion date of Oct. 7, 2024. Fiscal 2021 civil construction funds in the amount of $74,719,115 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0034).

Phillips and Jordan Inc.,* Knoxville, Tennessee, was awarded a $72,683,250 firm-fixed-price contract to construct 7.2 miles of parallel open canals and a maintenance road with benches between the canals. Bids were solicited via the internet with five received. Work will be performed in Belleglade, Florida, with an estimated completion date of Sept. 22, 2023. Fiscal 2021 civil construction funds in the amount of $72,683,250 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-21-C-0021).

Olgoonik Logistics LLC,* Anchorage, Alaska, was awarded a $49,900,000 firm-fixed-price contract for sustainment, restoration and modernization projects at Fort Stewart/Hunter Army Airfield. 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 Sept. 22, 2026. U.S. Army 419th Contracting Support Brigade, Fort Stewart, Georgia, is the contracting activity (W9124M-21-D-0001).

L3 Technologies Inc., Salt Lake City, Utah, was awarded a $35,409,911 modification (P00005) to contract W58RGZ-21-F-0144 for the Manned Unmanned Teaming hardware and technical/engineering support for the Apache attack helicopter. 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 June 23, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sand Point Services LLC,* Anchorage, Alaska, was awarded a $29,972,248 firm-fixed-price contract to repair Building 399 at Fort Benning. Bids were solicited via the internet with five received. Work will be performed at Fort Benning, Georgia, with an estimated completion date of Sept. 23, 2021. Fiscal 2021 operation and maintenance, Army funds in the amount of $29,972,248 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-21-C-3007).

Doyon Management Services LLC, Federal Way, Washington, was awarded a $25,887,085 firm-fixed-price contract to repair barracks Building 09175 at Joint Base Lewis-McChord. Bids were solicited via the internet with 11 received. Work will be performed at Joint Base Lewis-McChord, Washington, with an estimated completion date of April 8, 2023. Fiscal 2021 operation and maintenance, Army funds in the amount of $25,887,085 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-21-C-0023).

Loc Performance, Plymouth, Michigan, was awarded a $17,141,289 firm-fixed-price contract for the Under Belly Interim-Solution for the Bradley A4 vehicle. Bids were solicited via the internet with three received. Work will be performed in Plymouth, Michigan, with an estimated completion date of Sept. 23, 2023. Fiscal 2021 weapons and tracked combat vehicle procurement, Army funds in the amount of $17,141,289 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-C-0126).

Colonna's Shipyard Inc., Norfolk, Virginia, was awarded a $15,971,760 firm-fixed-price contract to overhaul the dredge MacFarland. Bids were solicited via the internet with two received. Work will be performed in Norfolk, Virginia, with an estimated completion date of Feb. 28, 2022. Fiscal 2010 operation and maintenance, Army funds in the amount of $15,971,760 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-21-C-0064).

J.F. Brennan Company Inc., La Crosse, Wisconsin, was awarded a $14,747,222 firm-fixed-price contract for construction services for the Lake George Canal. Bids were solicited via the internet with three received. Work will be performed in Hammond, Indiana, with an estimated completion date of March 26, 2026. Fiscal 2010 civil operation and maintenance funds in the amount of $14,747,222 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912P6-21-C-0009).

General Atomics Aeronautical Systems Inc.,* Poway, California, was awarded a $14,214,413 cost-plus fixed-fee contract for engineering and technical services for the Joint System Integration Laboratory. Bids were solicited via the internet with one received. Work will be performed in Poway, California, with an estimated completion date of March 20, 2023. Fiscal 2012 operation and maintenance, Army funds in the amount of $14,214,413 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-21-F-0359).

AAR Allen Services Inc., Garden City, New Jersey, was awarded a $14,176,21f firm-fixed-price contract for maintenance and overhaul of the CH-47. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 23, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-D-0058).

Buck Town Contractors & Co.,* Kenner, Louisiana, was awarded a $12,122,970 firm-fixed-price contract for the Mississippi River and Tributaries Project. Bids were solicited via the internet with five received. Work will be performed in Batchelor, Louisiana, with an estimated completion date of May 16, 2023. Fiscal 2021 Mississippi River and Tributaries funds in the amount of $12,122,970 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-21-C-0058).

Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded a $10,340,523 firm-fixed-price contract for hazardous materials and waste management mitigation and the demolition of two existing buildings. Bids were solicited via the internet with one received. Work will be performed in Jamaica, New York, with an estimated completion date of Oct. 13, 2022. Fiscal 2021 construction, Department of Veterans Affairs funds in the amount of $10,340,523 were obligated at the time of the award. U.S. Army Corps of Engineers, New York City, New York, is the contracting activity (W912DS-21-C-0019).

JSR Inc., Schertz, Texas, was awarded a $10,175,499 firm-fixed-price contract to repair the 3CR Washrack at Fort Hood. Bids were solicited via the internet with four received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Dec. 27, 2022. Fiscal 2021 military construction, Army funds in the amount of $10,175,499 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-21-C-2744).

Orion Marine Construction Inc., Tampa, Florida, was awarded a $9,519,750 firm-fixed-price contract for Sabine-Neches Waterway maintenance dredging and Cameron Parish, Louisiana, pipeline dredging. Bids were solicited via the internet with four received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Jan. 15, 2023. Fiscal 2021 civil operation and maintenance funds in the amount of $9,519,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-21-C-0018).

AIR FORCE

SI2 Technologies Inc.,* N. Billerica, Massachusetts, has been awarded a $13,156,924 cost-plus-fixed-fee Small Business Innovation Research Phase III contract for the research and development and prototype demonstration of low-cost sensing technologies. This effort will provide for the superior levels of performance necessary for long-endurance missions on attritable unmanned aerial systems, and includes the design, development, and symbiotic integration of subsystem elements. Work will be performed in N. Billerica, Massachusetts, and is expected to be completed by May 30, 2025. This award is the result of a sole-source acquisition. Fiscal 2021 research, development, test and evaluation funds in the amount of $4,500,000 are being obligated at the time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-21-C-1003).

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $12,208,422 cost-plus-fixed-fee modification (P00171) to previously awarded contract FA8629-14-C-2403 for short-term capabilities upgrades. This contract modification provides for the engineering analysis and integration of capabilities such as Ax software, Link-16 crypto, electro-optical/infrared with primary flight reference symbology, Degraded Visual Environment, GPS Anti-jam and Mobile User Objective System. Work will be performed in Stratford, Connecticut; and Owego, New York, and is expected to be completed by Jan. 31, 2023. Fiscal 2019 research, development, test, and evaluation funds in the amount of $7,240,000 are being obligated at the time of award. Wright Patterson Air Force Base, Dayton, Ohio, is the contracting activity.

Omitron Inc.,* Beltsville, Maryland, has been awarded a $11,860,250 cost-plus-fixed-fee contract for continued Space Sensor Calibration Software development. This contract provides for the means to overcome the unique challenge in the arena of object cataloging, catalog maintenance, and space event management by providing for automation of legacy Space Domain Awareness workflows, tasks, calibration and validation. The work will be performed in Beltsville, Maryland, and is expected to be completed by Sept. 30, 2026. This award is the result of a Small Business Innovative Research Program Phase III effort with the Phase II contractor. Fiscal 2021 through 2026 research, development, test and evaluation funds in the amount of $700,000 are being obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8806-21-C-0009).

United Launch Services LLC, Centennial, Colorado, has been awarded a $10,666,286 firm-fixed-price modification (P00024) to previously awarded FA8811-19-C-0002 contract for Delta IV heavy launch services. The contract modification is for Space Launch Complex (SLC)-37 non-routine facility expenses. Work will be performed at Cape Canaveral Space Force Station, Florida, and is expected to be completed by Oct. 1, 2022. Fiscal 2021 missile procurement funds in the amount of $10,666,286 will be obligated at the time of award, and the total cumulative face value of the contract is $1,304,953,956. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

Clemons Construction Co., Dayton, Ohio, has been awarded a $9,950,000 ceiling firm-fixed-price, single-award, indefinite-delivery/indefinite-quantity contract for base-wide flooring. Work will be performed at Wright-Patterson Air Force Base, Ohio, and utilize delivery orders in accordance with the Necessary Expense Doctrine. The contract has a five-year ordering period, and is expected to be completed by Sept. 30, 2026. This contract is the result of a source selection and three offers were received. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8601-21-D-0002).

*Small business
**Mandatory source
***Veteran-owned small business