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 Some of the information contained within may be outdated and links may not function.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. 27, 2021

AIR FORCE

The Boeing Co., Long Beach, California, has been awarded a $3,464,266,341 firm-fixed-price, fixed-price incentive (firm target), cost-plus-incentive-fee, cost-plus-fixed-fee, cost reimbursement-no fee and time-and-material, indefinite-delivery/indefinite-quantity contract for the C-17 Globemaster III Sustainment Program. The period of performance is nine years and eight months, consisting of three 12-month ordering periods, two 37-month options, and the six-month option to extend services, for a total maximum value of $23,764,751,000. This contract will provide support and sustainment services to the government product support manager/product support integrator for the C-17 weapon system. Support includes, but is not limited to: program management; sustaining logistics; material and equipment management; sustaining engineering; quality assurance; depot level aircraft maintenance and modifications; F117 propulsion system management; long-term sustainment planning; field services, unique foreign military customer services and Air Logistics Center partnering support for the worldwide fleet of the C-17 aircraft. Work will be performed in multiple domestic and international locations and is expected to be completed by May 30, 2031, if all options are exercised. The contract involves Foreign Military Sales (FMS) to the United Kingdom, Australia, Canada, NATO Airlift Management Program Office, India, Kuwait, United Arab Emirates and Qatar. This award is the result of a sole source acquisition. No-year FMS funds in the amount of $5,000,000 are being obligated at the time of award. There is known congressional interest pertaining to this acquisition. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8526-21-D-0001). 

Health Supply US LLC, North Hollywood, California, has been awarded a $136,750,000 contract for capacity expansion of nitrile rubber gloves production for Department of Health and Human Services in care of Defense Assisted Acquisition. The contract is for the procurement of all needed material in order to expand capacity to produce nitrile exam gloves to 360,400,000 gloves per month within 28 months of contract award. The location of performance is to be determined and work is expected to be completed by Jan. 31, 2024. Fiscal 2021 procurement funds in the amount of $136,750,000  are being obligated at the time of award. The Air Force Lifecycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8533-21-C-0004). (Awarded Sept. 24, 2021)

M1 Support Services LP, Denton, Texas, has been awarded an $81,819,570 firm-fixed-price modification (A00088) to contract FA3002-16-C-0006 for aircraft maintenance services. This modification exercises the sixth option period of a seven-year, firm-fixed price contract for T-6, T-38 undergraduate pilot training, and T-38 Introduction to Fighter Fundamentals aircraft maintenance services. Work will be performed at Sheppard Air Force Base, Texas, and is expected to be completed by Sept. 30, 2022. Fiscal 2022 operations and maintenance funds in the amount of $20,479,893 are being obligated at the time of award for the next option period. The total cumulative face value of the contract is $446,937,098. The 82nd Contracting Squadron, Sheppard Air Force Base, Texas, is the contracting activity.

Raytheon Technologies Corp., doing business as Pratt & Whitney, East Hartford, Connecticut, was awarded a $40,055,865 delivery order against the F100 Production Programs indefinite-delivery/indefinite-quantity contract FA8626-16-D-0028. The contractor will be providing F100-PW-229 engine modules. Work will be performed in East Hartford, Connecticut, and is expected to be completed by June 30, 2024. This contract is 100-percent Foreign Military Sales (FMS) to Korea. This award is the result of a sole-source acquisition. FMS funds in the amount of $40,055,865 will be obligated at time of award. Air Force Life Cycle Management Center, Propulsion Acquisition Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Pacific Scientific Energetic Materials Co., Hollister, California, has been awarded a $37,000,000 ceiling, indefinite-delivery/indefinite-quantity contract for F-35 production and sustainment. This contract provides for F-35 government-furnished material for production and replenishment spares. Work will be performed in Hollister, California, and is expected to be completed by Jan. 31, 2025. This award is the result of a sole-source acquisition. Fiscal 2021 procurement funds ($3,499,722); Navy funds ($738,457); Marine Corps funds ($1,077,955); Foreign Military Sales funds ($1,070,253); and partner nations funds ($1,994,449) totaling $8,380,836 are being obligated at the time of award. Air Force Life Cycle Management Center, Munitions Contracting Branch, Hill Air Force Base, Utah, is the contracting activity (FA8213-21-D-0006). 

Pettibone Concrete Construction Inc., Panama City, Florida, has been awarded a $33,000,000 ceiling, indefinite-delivery/indefinite-quantity contract with a base plus four option periods. This contract provides for airfield paving, repair and civil works projects. Work will be performed at Tyndall Air Force Base, Florida, and is expected to be completed by Sept. 26, 2022. This award is the result of a competitive acquisition and two offers were received. Fiscal 2021operation and maintenance funds in the amount of $5,000 are being obligated at the time of award. The 325th Contracting Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA4819-21-D-0001).

BAE Systems Information and Electronic Systems Integration Inc., Fort Wayne, Indiana, has been awarded an $11,000,000 requirements-type contract for the crypto modernization of the Airborne Integrated Terminal Group, AN/ARC-234 radio set. This contract provides for the installation of the updated baseband input/output devices for both domestic inventory and Foreign Military Sales (FMS). Work will be performed in Fort Wayne, Indiana, and is expected to be completed by June 30, 2026. This contract involves FMS support for Australia, Canada, and Turkey and is the result of a sole-source acquisition. This contract will be funded utilizing U.S. and FMS procurement funds, and there will be no obligation at the time of award. Air Force Life Cycle Management Center, Joint Base San Antonio, Lackland Air Force Base, Texas, is the contracting activity (FA8307-21-D-0001).

Textron Systems Inc., Hunt Valley, Maryland, has been awarded $9,900,000 indefinite-delivery/indefinite-quantity contract for Synthetic Battlespace Enhancement with Force On-Force Reactive Tactical Readiness Integrated Air Defense System (IADS) Simulation (FORTRIS) non-personal services. This contract provides for improvements to the distributed mission operations center IADS and electronic attack by a fully cognitive and automated IADS to enhance and integrate the Compass Call Mission Crew Simulator into large Air Force Live Virtual Constructive training events and Distributed Mission Operations events. Work will be performed in Hunt Valley, Maryland; and Kirtland Air Force Base, New Mexico, and is expected to be completed by Sept. 29, 2026. This award is the result of a non-competitive sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $1,199,941 are being obligated at the time of award. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base San Antonio, Texas, is the contracting activity (FA7037-21-D-0002).

The Boeing Co., St. Louis, Missouri, has been awarded a $9,236,364 modification (P00002) to previously awarded contract FA8621-21-C-0001 for F-15C and F-15E mission training centers (MTC). The modification provides for updates to the F-15 MTC training systems to achieve service objectives associated with implementation of F-15C/E Aircraft Mission Package-20. Work will be performed at Mountain Home Air Force Base, Idaho; Seymour Johnson AFB, North Carolina; Nellis AFB, Nevada; Royal Air Force Lakenheath, United Kingdom; and Kadena Air Base, Japan. Fiscal 2021 operation and maintenance funds in the amount of $9,236,364 will be obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Puyenpa Construction LLC, Duckwater, Nevada, has been awarded a $9,000,000 indefinite-delivery/indefinite-quantity contract for construction services on Schriever Space Force Base, Colorado. This contract provides for management, supervision, labor, materials, equipment, and incidentals required to construct facilities requirements that require design and engineering services as part of a design/build construction approach for projects. Work will be performed at Schriever Space Force Base, Colorado, and is expected to be completed by Sept. 26, 2024. This award is the result of a competitive acquisition and one offer was received. Fiscal 2021 operation and maintenance funds in the amount of $522,706 are being obligated at the time of award. The 50th Contracting Squadron, Schriever Space Force Base, Colorado, is the contracting activity (FA255021D0004).

Pro-Mark Services, West Fargo, North Dakota, has been awarded a $7,860,882 task order (FA4528-21-F-0091) off multiple-award, indefinite-delivery/indefinite-quantity construction contract FA4528-20-D-0004. The task order provides for the replacement of primary mechanical and electrical systems throughout the Dock Five hangar. Work will be performed at Minot Air Force Base, North Dakota, and is expected to be completed by March 31, 2023. This award is the result of a competitive acquisition from a multiple award contract with three offers received. Fiscal 2021 operation and maintenance funds in the amount of $7,860,882 are being obligated at the time of award. The 5th Contracting Squadron, Minot AFB, North Dakota, is the contracting activity.

NAVY

The Boeing Co., Seattle, Washington, is awarded a $756,634,580 fixed-price-incentive-fee modification (P00203) to a previously awarded contract (N0001914C0067). This modification exercises an option for the production and delivery of five Lot 12 P-8A aircraft for the government of Germany. Work will be performed in Seattle, Washington (98.15%); Huntington Beach, California (1.19%); and various locations within the continental U.S. (0.66%), and is expected to be completed in February 2025. Foreign Military Sales funds in the amount of $756,634,580 will be obligated at 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.

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $214,394,944 cost-plus-incentive-fee order (N0001921F0327) against a previously issued basic ordering agreement (N0001917G0002). This order provides for the redesign and development of the V-22 Flight Control System, to include the flight control computer, cockpit interface unit and associated test equipment due to functional obsolescence, cybersecurity initiatives, and diminishing manufacturing sources and material shortages. Work will be performed in Ridley Park, Pennsylvania (54.92%); Endicott, New York (41.53%); Fort Worth, Texas (3.29%); and various locations within the continental U.S. (0.26%), and is expected to be completed in June 2026. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $26,974,249; and fiscal 2021 research, development, test and evaluation (Air Force) funds in the amount of $3,924,090 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.

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a not-to-exceed $138,958,876 firm-fixed-price, indefinite-delivery/indefinite-quality contract for the repair/overhaul, upgrades, procurement and mini-stock point support for components in support of the Close-In Weapon System program. The contract will include a three-year base period with no options. All work will be performed in Louisville, Kentucky, and work is expected to be completed by September 2024. Annual working capital funds (Navy) in the amount of $44,202,835 will be issued for delivery order (N00383-21-F-0ZM0) that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action. Funds will not expire at the end of the current fiscal year. One company 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. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-21-D-ZM01).

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $105,601,670 modification (P00007) to a previously awarded, firm-fixed-price, indefinite-delivery requirements contract (N6134019D0004). This modification increases scope and provides intermediate and depot level maintenance, logistics and engineering support for 216 in-service T-45 F405-RR-401 Adour engines. Work will be performed in Meridian, Mississippi (47%); Kingsville, Texas (46%); Pensacola, Florida (6%); and Patuxent River, Maryland (1%), and is expected to be completed in March 2022. No funds will be obligated at time of award; funds will be issued against individual orders as they are issued. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Nicklaus AMEC JV,* San Diego, California, is awarded a maximum-value $100,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for stormwater, incidental groundwater, wastewater, and potable water compliance and management services primarily in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of responsibility (AOR). No task orders are being issued at this time. Work will be performed at various Navy and Marine Corps facilities and at other government facilities in locations including, but not limited to, California (75%); Arizona (10%); Nevada (5%); the NAVFAC Atlantic AOR (U.S. East Coast installations) (5%); New Mexico (1%); Colorado (1%); Utah (1%); the NAVFAC Northwest AOR (U.S. Pacific Northwest) (1%); and the NAVFAC Pacific AOR (U.S. West Coast and Pacific) (1%), and is expected to be completed by September 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Navy Electronic Commerce Online website and the Federal Business Opportunities website, with four proposals received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-1816).

Alion Science and Technology Corp., Norfolk, Virginia (N6893621D0027); Amentum Services Inc., Germantown, Maryland (N6893621D0028); Booz Allen Hamilton Inc., McLean, Virginia (N6893621D0029); Dynetics Inc., Huntsville, Alabama (N6893621D0030); Jacobs Technology Inc., Fort Walton, Florida (N6893621D0031); Saalex Solutions, Camarillo, California (N6893621D0032); Science Applications International Corp., Reston, Virginia (N6893621D0033); Scientific Research Corp., Atlanta, Georgia (N6893621D0034); and Zenetex, Herndon, Virginia (N6893621D0035), are awarded an aggregate ceiling $92,988,452 cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract. These contracts provide research and development, engineering, integration, test, cybersecurity, upgrade, and sustainment for various tactical threat systems in support of improving aircrew lethality and survivability for the Navy. The companies have an opportunity to compete for individual orders.  Work will be performed at China Lake, California, and is expected to be completed in September 2026.  No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; nine offers were received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity.

CCI Utility and Construction Services LLC,* Honolulu, Hawaii (N62478-20-D-4008); Dawson Enterprises LLC,* Honolulu, Hawaii ( N62478-20-D-4009); GSI North America Inc.,* Honolulu, Hawaii (N62478-20-D-4010); International Construction Inc.,* Kaaawa, Hawaii (N62478-20-D-4011); and Silver Mountain Construction LLC,* Hagatna, Guam (N62478-20-D-4012), are awarded a combined $80,000,000 firm-fixed-price modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for construction projects located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build (full plans and specifications) for infrastructure within the state of Hawaii. Work will be performed in Hawaii at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities in the NAVFAC Hawaii AO. Work is expected to be completed by April 2023. Task orders will be primarily funded by operation and maintenance (Navy) funds. No task orders are being issued at this time. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. After award of this modification, the total cumulative contract value will be $178,000,000. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity 

Excet Inc.,* Springfield, Virginia, is awarded a $75,660,000 indefinite-delivery/indefinite-quantity contract for the requirement entitled “Research, Development, Test and Evaluation Support for Naval Research Laboratory’s Center for Corrosion Science and Engineering.” The contractor will conduct scientific, engineering, technical, and analytical research and development for the Navy’s corrosion mitigation, coatings, environmental and prevention programs. Work will be performed in Key West, Florida (60%); and Washington, D.C. (40%). The ordering period for this contract is five years with the last order expected to be issued on or before September 2026. The total cumulative face value of this contract is $75,660,000. No funds will be obligated at the time of award; funds will be obligated on individual task orders as they are issued. Future task orders will be funded with Fiscal 2021 through 2026 research, development, test and evaluation (Navy) funds; and working capital funds (Navy). This contract was competitively procured after exclusion of sources under request for proposal N00173-21-R-ZL01; one proposal was received. The Naval Research Laboratory, Washington, D.C., is the contracting activity (N00173-21-D-2002).

Brantley Construction Co. LLC,* Charleston, South Carolina (N69450-19-D-0916); CCI Group LLC,* Shalimar, Florida 32579 (N69450-19-D-0917); The Clement Group LLC,* Montgomery, Alabama (N69450-19-D-0918); EG Designbuild LLC,* Germantown, Maryland (N69450-19-D-0919); GCB JV1,* Pensacola, Florida (N69450-19-D-0920); U-SMC DeMaria JV1 LLC,* Jacksonville, Florida (N69450-19-D-0921); and Windamir Development Inc.,* McDonough, Georgia (N69450-19-D-0922), are awarded a combined $63,400,000 firm-fixed-price modification to increase the combined cumulative maximum dollar value of all seven indefinite-delivery/indefinite-quantity multiple award contracts for construction projects located within the Naval Facilities Engineering Systems Command (NAVFAC) Southeast area of operations. The work to be performed provides for general building type projects (new construction, renovation, alteration, demolition, and repair work) including aviation and aircraft, marine, barracks and personnel housing, administrative, warehouses and supply, training, personnel support and service, and security level facilities. After award of this modification, the total cumulative contract value for all seven contracts combined will be $258,400,000. Work will be performed in Florida (50%) and Georgia (50%). The term of the contracts is not to exceed 60 months with an expected completion date of August 2024. No funds will be obligated at time of award. Future task orders will be primarily funded by military construction (Navy) funds, and operation and maintenance (Navy) funds. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

Federal Construction Group Inc.,* Bloomington, Indiana (N40085-21-D-0108); Harrell Contracting Inc.,* Worthington, Indiana (N40085-21-D-0109); Mastercraft Mechanical Contractors Inc.,* Odon, Indiana  (N40085-21-D-0110); Maven Construction and Environmental LLC,* Odon, Indiana (N40085-21-D-0111); and McIntyre Brothers,* Bedford, Indiana (N40085-21-D-0112), are awarded a combined $60,000,000 indefinite-delivery/indefinite-quantity multiple award construction contract for minor construction, renovation, and repair projects at Naval Support Activity Crane, and Glendora Test Facility.  The work to be performed provides for minor construction, renovation, and repairs and the contractor shall furnish all labor, supervision, management, materials, supplies, equipment, tools, and transportation to perform all work associated with various construction, renovation, or repair projects. Maven Construction and Environmental LLC is awarded initial task order at $193,465 for work on the Naval Surface Warfare Center Building 3259, Avionics Weapon Depot Repair Lab. Work for this task order is expected to be completed by March 2022. All work on this contract will be performed in Indiana. The term of the contract is not to exceed 60 months with an expected completion date of September 2026.  Fiscal 2021 Navy working capital funds (NWCF); and non-appropriated funds (continental U.S.) in the amount of $203,465 are obligated on this award and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (Navy); operation and maintenance (Navy); and NCWF. This contract was competitively procured via the beta.sam.gov website with eight proposals received. These five 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.

DRS Naval Power Systems Inc., Menomonee Falls, Wisconsin, is awarded a $57,868,470 indefinite-delivery/indefinite-quantity, firm-fixed-price contract (for supplies), with a cost-plus-fixed-fee line item (for minor support/installation services) in support of the effort to upgrade amphibious (LSD, LCC, LPD and LHD) class ship’s switchboards main circuit breakers as part of an ongoing modernization program. This requirement is for the procurement of 2000A (85kA and 100kA); 3200A (85kA); and 4000A (100kA) circuit breakers, and will include a line item for minor support services to provide oversight and assistance with installation and operational testing. The period of performance of this contract is 72 months, with a 60-month ordering period. Work will be performed in Milwaukee, Wisconsin (30%); Belmont, North Carolina (10%); Bohemia, New York (10%); Norfolk, Virginia (25%); and San Diego, California (25%), and is expected to be completed by September 2027. Fiscal 2021 other procurement (Navy) funds in the amount of $6,886,900 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 beta.sam.gov website, with one offer received. The Naval Surface Warfare Center Philadelphia Division (NSWCPD), Philadelphia, Pennsylvania, is the contracting activity (N64498-21-D-4052).  

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $48,277,913 firm-fixed-price order (N0001921F0398) against a previously issued basic ordering agreement (N0001919G0008). This order procures ancillary mission equipment in support of Lot 15 F-35 Joint Strike Fighter production aircraft for the Navy and Marine Corps. Work will be performed in Fort Worth, Texas, and is expected to be completed in December 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $48,277,913 will be obligated on this award, all 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 Division, Norfolk, Virginia, is awarded a $36,046,520 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2100 to exercise options for engineering, technical, design agent, and Hull Planning Yard support for the Navy’s operational aircraft carrier fleet. Work will be performed in Newport News, Virginia, and is expected to complete September 2023. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,619,897 (41.93%); fiscal 2021 other procurement (Navy) funds in the amount of $1,327,023 (34.35%); fiscal 2020 other procurement (Navy) funds in the amount of $500,168 (12.95%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $242,872 (6.29%); fiscal 2019 other procurement (Navy) funds in the amount of $120,071 (3.11%); and fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $53,019 (1.37%) will be obligated at time of award, and $1,740,000 will expire at the end of the fiscal year. In accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

RQ Construction LLC, Carlsbad, California, is awarded a $34,023,354 firm-fixed-price contract for construction of P4638 Ambulatory Care Center, Camp Geiger, North Carolina; and P4639 Ambulatory Care Center, Camp Johnson, North Carolina. Work will be performed at Camp Lejeune, North Carolina, and is expected to be completed by July 2024. Fiscal 2021 military construction (Marine Corps) funds in the amount of $34,023,354 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 beta.sam.gov website, with five proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0034).

Skookum Educational Programs, Bremerton, Washington, is awarded a $32,122,732 indefinite- delivery/indefinite-quantity modification to exercise Option Four under a contract for base operating support (BOS) services at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of operations (AO). The work to be performed provides for all management and administration, facilities management and investment, pest control, integrated solid waste, pavement clearance, utilities management, base support vehicles and equipment, and environmental services for BOS services. After award of this option, the total cumulative contract value will be $168,464,279. This option period is from October 2021 to September 2022. Work will be performed at various installations in the NAVFAC Northwest AO, including but not limited to, Washington (90%); Alaska (1%); Idaho (1%); Iowa (1%); Minnesota (1%); Montana (1%); Nebraska (1%); North Dakota (1%); Oregon (1%); South Dakota (1%); and Wyoming (1%). Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $32,122,732 will obligated on individual task orders issued during the option period. No funds will be obligated at time of award. The contract was awarded under the AbilityOne program, Defense Federal Acquisitions Regulations Part 8.7, Acquisition from Non Profit Agencies Employing People Who Are Blind or Severely Handicapped. NAVFAC Northwest, Silverdale, Washington, is the contracting activity (N44255-17-D-4039).

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $25,382,157 firm-fixed-price modification to previously awarded contract N00024 17-C-5420 to procure Standard Missile-2 (SM-2) Zumwalt-class spares, deliver and install MK 698 guidance missile test set (GMTS), and MK 698 GMTS spare parts/material. This contract combines purchases for the Navy (6%); and the governments of Spain, Japan, Taiwan, Germany, Australia, and the Netherlands (94%) under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (90%); and El Ferrol, Spain (10%), and is expected to be completed by January 2025. FMS Spain funds in the amount of $16,553,801 (65%); FMS Japan funds in the amount of $5,292,631 (21%); fiscal 2021 weapons procurement (Navy) funds in the amount of $1,536,464 (6%); FMS Taiwan funds in the amount of $778,272 (3%); FMS Germany funds in the amount of $703,917 (3%); FMS Australia funds in the amount of $272,046 (1%); and Memorandum of Understanding (Netherlands) funds in the amount of $245,026 (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, D.C., is the contracting activity. 

Goodwill Industries of Southeastern Wisconsin, Greendale, Wisconsin, is awarded a $21,764,531 modification (P00034) to the previously awarded firm-fixed-price contract N00189-18-CZ053 to provide food and logistics support services which will also include financial management and administrative support of areas such as galley and uniform issue operations, galley equipment maintenance and repairs, traffic material movement operations, and affiliated warehousing and storeroom management functions in support of the Recruit Training Command, located at Naval Station Great Lakes, Great Lakes, Illinois. This modification will bring the estimated cumulative value of the total contract value to $364,496,923. The contract included a one-year base period and nine one-year option periods which if exercised, the total estimated value of this contract will be $865,423,627. All work will be performed in Great Lakes, Illinois, and work is expected to be completed by September 2022. If all options are exercised, work will be completed by September 2028. Subject to the availability of funds, at time of award, Fiscal 2022 military personnel (Navy) funds in the amount of $13,500,000; and fiscal 2022 operation and maintenance (Navy) funds in the amount of $4,102,670 will be incrementally funded, and will not expire at the end of the current fiscal year. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity. 

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $21,007,126 firm-fixed-price contract for construction of P4040 design-bid-build French Creek Ambulatory Care Clinic. Work will be performed at Marine Corps Base Camp Lejeune, North Carolina, and is expected to be completed by October 2023. Fiscal 2017, 2018 and 2020 military construction, (Marine Corps) funds in the amount of $21,007,126 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 beta.sam.gov website, with five proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-R-2524).

Northrop Grumman Systems Corp. - Aeronautics Systems, El Segundo, California, is awarded a $20,643,782 delivery order (N00383-21-F-0WM0) under previously awarded basic ordering agreement N00383-20-G-WM01 for the purchases of 107 rudders and tooling associated with increasing production capacity. All work will be performed in El Segundo, California, and work will be completed by June 2025. Fiscal 2021 working capital funds (Navy) in the amount of $16,333,948 will be obligated at the time of award, and will not expire at the end of the current fiscal year. One company was solicited for this non-competitive, sole-source requirement under the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

San Diego Gas & Electric Co. (SDG&E), a public utility company regulated by the California Public Utilities Commission, San Diego, California, is awarded a $19,145,595 firm-fixed-price task order (N6247321F5366) under previously-awarded basic ordering agreement (BOA) (N62473-21-G-4402) for energy conservation measures at Marine Corps Base Camp Pendleton, San Diego, California. Work will be performed in San Diego, California, and is expected to be completed by September 2023. Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $11,905,358 will be obligated at time of award and will expire at the end of the current fiscal year. This project will utilize third-party financing through the utility company in the remaining amount of $7,240,237. This task order falls under the terms and conditions of the BOA with SDG&E. The BOA allows for services without full and open competition pursuant to the statutory authorities of 10 U.S. Code 2304(c)(5) and 10 U.S. Code 2913. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Asturian-Consigli JV,* Virginia Beach, Virginia, is awarded a $17,810,621 firm-fixed-price task order (N4008521F6269) under previously-awarded multiple-award construction contract N40085-18-D-1124 for the construction of design-bid-build NGIS buildings A-51 (Perry Hall) and A-52 (Truxton Hall) at Naval Station Norfolk, Virginia. Work will be performed at Naval Station Norfolk, Virginia, and is expected to be completed by March 2023. Fiscal 2021 non-appropriated funds in the amount of $17,810,621 will be obligated at time of award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Raytheon Co., McKinney, Texas, is awarded a $16,582,394 firm-fixed-price, cost-plus-fixed-fee order (N0001921F0810) against a previously issued basic ordering agreement (N0001920G0007). This order procures 15 Night Vision System AN/AAQ-44 Forward Looking Infrared kits; six for Lot 4 and nine for Lot 5 CH-53K production aircraft. In addition, this order procures production assets, technical support, and parts obsolescence analysis in support of CH-53K production. Work will be performed in McKinney, Texas and is expected to be completed in October 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $9,606,640; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $6,975,754 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

Teledyne Instruments Inc., doing business as Teledyne Webb Research, North Falmouth, Massachusetts, is awarded a $16,500,000 indefinite-delivery/indefinite-quantity, firm-fixed price contract for the procurement of lithium battery kits to power the Littoral Battlespace Sensing-Gliders. The contract will include a five-year base ordering period with no options. The base ordering period is expected to be completed by September 2026. All work will be performed in North Falmouth, Massachusetts. Fiscal 2021 operation and maintenance (Navy) funds will be used to fund the first delivery order award, and will expire at the end of the fiscal year. At the time of that delivery order’s issuance, Teledyne Webb Research will receive funds in the amount of $2,326,641. Individual orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. One source was solicited for this sole-source requirement, with one offer received. The Naval Oceanographic Office, Stennis Space Center, Mississippi, is the contracting activity (N62306-21-D-0006).

Raytheon Missiles and Defense, Marlborough, Massachusetts, is awarded a $14,000,000 indefinite firm-fixed-price modification to previously-awarded contract N00024-14-C-5315 for AN/SPY-6(V)1 spares. Work will be performed in Marlborough Massachusetts (98%); Saratoga Springs, New York (1%); and Riverside, California (1%), and is expected to be complete in June 2023. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $10,000,000 (71%); and fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $4,000,000 (29%) will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, D.C., is the contracting activity. (Awarded Sept. 23, 2021)

Kilgore Flares Co. LLC, doing business as Chemring Countermeasures USA, Toone, Tennessee, is awarded a $12,000,909 firm-fixed-price contract to manufacture of MJU-61A/B aircraft infrared flares. All work will be performed in Toone, Tennessee, and is expected to be completed by March 2022. This effort involves funding under the Foreign Military Sales program. Funding for the MJU-32A/B combines purchases with procurement of ammunition (Air Force) funds (60%); procurement of ammunition (Navy and Marine Corps) funds (24%); Australia funds (13.78%); Japan funds (1.33%); the Netherlands funds (0.41%); Italy funds (0.31%); and Brazil funds (0.17%) in the full amount of $12,000,909, which will be obligated at time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured with two firms solicited; two offers received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-21-C-K062).

Valiant Government Services LLC, Hopkinsville, Kentucky, is awarded a $9,517,353 indefinite-delivery/indefinite-quantity modification for the exercise of Option Four under an contract for base operating support (BOS) services at the U.S. Naval Support Activity (NSA) Naples, and its outlying support sites. The work to be performed provides for all management and administration, facilities management and investment, janitorial, pest control, integrated solid waste, pavement clearance, and environmental services to provide BOS services. After award of this option, the total cumulative contract value will be $44,011,086. This option period is from Oct. 1, 2021, to Sept. 30, 2022.  Work will be performed in Italy in the province of Campania, Italy to include the municipality of Capodichino and Gricignano di Aversa; and the province of Lazio, Italy in the municipality of Gaeta. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $8,096,850 for recurring work will be obligated on individual task orders issued during the fourth option period. No funds will be obligated at time of award. The Naval Facilities Engineering Systems Command, Europe, Africa, Central, Naples, Italy, is the contracting activity (N62470-17-D-4011).

Metson Marine Services Inc.,* Ventura, California, is awarded an $8,384,023 modification P00028 to the previously awarded firm-fixed-price contract N68836-19-C-0002 to exercise Federal Acquisition Regulation 52.217-9 for Option Period Three, for port operations support services that include maintenance and repairs of government furnished boats, service craft, and waterfront equipment; oil spill response; industrial marine services; docking regular overhauls; ship movement and fleet liaison support services; berth day support; facility response team services; counter-terrorism support; barrier and gate services; and exclusion buoy inventory in support of Commander, Navy Region Southeast. The contract included a nine-month base period and four one-year option periods. Exercising this option will bring the estimated value of the contract to $30,019,020; if all options are exercised, the total value of this contract will be $37,759,520. Work is expected to be completed by September 2022. If all options on the contract are exercised, work will be completed by September 2023. Work will be performed in Kings Bay, Georgia (30%); Kingsland, Georgia (28%); Mayport, Florida (18%); Pensacola, Florida (15%); Key West, Florida (4%); Port Canaveral, Florida (3%); Panama City, Florida (1%); and Jacksonville, Florida (1%). Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,801,406 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The remaining amount of the contract modification will be funded with fiscal 2022 operation and maintenance (Navy) funds; and operation and maintenance (Coast Guard) funds. The contract modification is issued subject to Defense Federal Acquisition Regulation 52.232-18, Availability of Funds; and 252.232-7007, Limitation of Government’s Obligation, will be incorporated in the contract modification. This contract was competitively procured with the solicitation as a total small business set-aside requirement with five offers received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity. 

General Electric – Aviation, Lynn, Massachusetts, is awarded an $8,245,146 cost-plus-fixed-fee-contract to procure four T-64 engine cores for the CH-53E aircraft as part of the T-64 Engine Reliability Improvement Program. Work will be performed in Lynn, Massachusetts (45%); Rutland, Vermont (28%); Havelock, North Carolina (18%); Madisonville, Kentucky (4%); Evendale, Ohio (4%); and various locations within the continental U.S. (1%), and is expected to be completed in February 2023.  Fiscal 2021 aircraft procurement (Navy) funds in the amount $8,245,146 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921C0035).

PCI Aviation LLC,* Atmore, Alabama, is awarded a $7,936,556 firm-fixed-price order (N6833521F0460) against a previously issued basic ordering agreement (N6833519G0039). This order procures foreign object damage support equipment and associated services in support of the F-35 Lightning II program. Work will be performed in Beaufort, South Carolina (25%); Yuma, Arizona (25%); San Diego, California (25%); and Iwakuni, Japan (25%), and is expected to be completed in September 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $7,936,556 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity. 

ARMY

Knight Construction & Supply Inc., Deer Park, Washington (W912EF-21-D-0004); Sievert Electric Service and Sales Co., Forest Park, Illinois (W912EF-21--D-0005); REEL COH Inc., Boisbriand, Quebec, Canada (W912EF-21-D-0006); and Garco WEMCO a Joint Venture, Spokane, Washington (W912EF-21-D-0007), will compete for each order of the $99,900,000 firm-fixed-price contract for design, manufacture, installation of new cranes, rehabilitation of existing crane and hoist equipment, inspections, testing, below the hook load rating and load testing. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2026. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity.

All Phase Services Inc.,* Delray Beach, Florida (W912DY-21-D-0121); North American Dismantling Corp., Lapeer, Michigan (W912DY-21-D-0120); Prism, Export, Pennsylvania (W912DY-21-D-0118); and Perm-fix Environmental Services Inc., Atlanta, Georgia (W912DY-21-D-0119), will compete for each order of the $95,000,000 firm-fixed-price contract for demolition and abatement of excess facilities. Bids were solicited via the internet with 13 received. Work locations and funding will be determined with each order, with an estimated completion date of April 18, 2026. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

Lockheed Martin Missiles and Fire Control, Orlando, Florida, was awarded a $34,298,213 firm-fixed-price contract for Hellfire legacy launchers, obsolete component parts, ancillary equipment and engineering services. Bids were solicited via the internet with one received. Work will be performed in Orlando, Florida, with an estimated completion date of March 31, 2024. Fiscal 2010 Foreign Military Sales (Czech Republic, Greece and United Arab Emirates); and fiscal 2020 and 2021 procurement, defense-wide funds in the amount of $34,298,213 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-21-C-0039).

CCI Facility Support Services LLC, Mililani, Hawaii, was awarded a $16,026,260 firm-fixed-price contract to repair water tank. Bids were solicited via the internet with one received. Work will be performed in Schofield Barracks, Hawaii, with an estimated completion date of July 20, 2023. Fiscal 2021 operation and maintenance, Army funds in the amount of $16,026,260 were obligated at the time of the award. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity (W9128A-21-C-0009).

Northrop Grumman Systems Corp., McLean, Virginia, was awarded a $14,721,066 cost-plus-fixed-fee, firm-fixed-price Foreign Military Sales (Estonia, Latvia, and Lithuania) contract to provide a Forward Area Air Defense Command and Control and Air and Missile Defense Workstation. Bids were solicited via the internet with one received. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 29, 2023. Fiscal 2021 Foreign Military Sales funds in the amount of $14,721,066 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-21-C-0065).

REEL COH Inc., Boisbriand, Quebec, Canada, was awarded a $13,779,000 firm-fixed-price contract for intake gantry crane replacement at Libby Dam, Montana. Bids were solicited via the internet with four received. Work will be performed in Libby, Montana, with an estimated completion date of Oct. 6, 2023. Fiscal 2021 civil construction, Corps of Engineers funds in the amount of $2,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-21-C-0016).

Boyer Commercial Construction Inc.,* Columbia, South Carolina, was awarded a $12,668,000 firm-fixed-price contract for labor, equipment, tools and materials to support construction of a new stand-alone, two-story, approximately 16,500 square foot Veterans Affairs Center for Rehabilitative Services. Bids were solicited via the internet with four received. Work will be performed in Columbia, South Carolina, with an estimated completion date of April 20, 2023. Fiscal 2021 Department of Veterans Affairs funds in the amount of $12,668,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-21-C-4001).

Manson Construction, Seattle, Washington, was awarded a $9,936,000 modification (P00001) to contract W912P8-21-C-0037 for Southwest Mississippi hopper dredge. Work will be performed in Venice Louisiana, with an estimated completion date of Oct. 6, 2022. Fiscal 2020 and 2021 operation and maintenance, Corps of Engineers, civil funds in the amount of $9,936,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity.

Torch Technologies Inc., Huntsville, Alabama, was awarded a $9,634,716 modification (P00007) to contract W31P4Q-21-F-0054 for the improved Bradley Acquisition Subsystem Block 2.8 simulation support, Integrated Battle Command System combat application for joint systems. Work will be performed in Huntsville, Alabama, with an estimated completion date of July 30, 2022. Fiscal 2021 Air Force procurement; and research, development, test, and evaluation, Army funds in the amount of $9,634,716 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Jacksonville Jetport LLC,* Jacksonville, Florida (SPE607-21-D-0088, $51,920,128); and Tallahassee Aviation Partners, Houston, Texas (SPE607-21-D-0092, $7,648,900), have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE607-10-R-0204 for fuel. These were sole-source acquisitions using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. These are 46-month contracts with one six-month option period. Locations of performance are Florida and Texas, with a March 31, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Jianas Brothers Packaging Co., Kansas City, Missouri (SPE3S1-21-D-Z137, $47,085,102); World Flavors Inc., Ivyland, Pennsylvania (SPE3S1-21-D-Z139, $26,748,301); and Body LLC, doing business as Body Nutrition, St. Petersburg, Florida (SPE3S1-21-D-Z136, $17,332,657), have each been awarded a fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE3S1-21-R-0004 for the production and delivery of meals, ready-to-eat beverage components. These were competitive acquisitions with five responses received. These are five-year contracts with no option periods. Locations of performance are Florida, Missouri, Indiana and Pennsylvania, with an Oct. 30, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Marathon Medical Corp., Aurora, Colorado, has been awarded a maximum $15,117,457 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DE-18-R-0001 for medical and surgical supplies for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 97 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a Sept. 26, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0043).

The Boeing Co., St. Louis, Missouri, has been awarded a maximum $10,187,483 modification (P00140) to a five-year contract (SPRPA1-14-D-002U), with one five-year option period, adding twelve circuit cards for the F-15 AN/ASQ-195 Signal Data Converter Set. This is a fixed-price requirements contract. Locations of performance are Missouri and Alabama, with a Dec. 31, 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 Aviation, Philadelphia, Pennsylvania.

Hutchinson Industries Inc., Trenton, New Jersey, has been awarded a maximum $8,834,430 firm-fixed-price requirements contract for wheel and run-flat assemblies. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. Location of performance is New Jersey, with a Sept. 26, 2024, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-21-D-0048).

UPDATE: American Material Handling,Inc.,* Watkinsville, Georgia (SPE8EC-21-D-0089), has been added as an awardee to the multiple award contract for commercial trucks and trailers, issued against solicitation SPE8EC-17-R-0008 and awarded Jan. 9, 2018.

DEFENSE HUMAN RESOURCES ACTIVITY

Leidos Inc., San Antonio, Texas, has been awarded a fixed-price $35,247,174 ceiling contract for software integration and maintenance services for sustainment of the Defense Civilian Personnel Data System (DCPDS). Work will be performance at Leidos facilities in San Antonio, Texas, and is expected to be complete by Sept. 27, 2023. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds in the amount of $3,736,040 are being obligated at time of award. As defined in Federal Acquisition Regulation Subpart 17.1, this is not a multiyear contract. Defense Human Resources Activity, Alexandria, Virginia, is the contracting activity (H98210-21-C-0008).  (Awarded Sept. 24, 2021)

WASHINGTON HEADQUARTERS SERVICES

Stampede Ventures Inc., Belcamp, Maryland, was awarded a firm-fixed price $15,887,339 contract (HQ0034-21-C-0080/Small Business Administration Requisition Number HO1616179299R), to provide all necessary labor, equipment, materials, and supervision to perform the repair of the Pentagon Transit Center Bridge, a reinforced concrete structure with stone masonry parapets and wing walls. Work will be performed at the Arlington, Virginia. Fiscal 2021 Pentagon Reservation Maintenance Revolving Funds will be obligated in the amount of $15,887,339 at the time of award. The expected completion date is Oct. 1, 2023. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded Sept. 26, 2021)

*Small business