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 Some of the information contained within may be outdated and links may not function.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 Oct. 28, 2021

AIR FORCE

Northrop Grumman Aerospace Systems, San Diego, California, has been awarded a $298,186,561 cost-plus-fixed-fee and cost-reimbursable no-fee, indefinite-delivery requirements contract modification (P00003) to previously awarded contract FA8539‐21‐D‐0001 for the RQ-4B Global Hawk. The contract provides for repair services for “common items” for both the RQ-4B and MQ-4C Triton. It will support reparable National Stock Numbers (NSNs) which encompass the Air Vehicle, multiple sensor packages, Mission Control Element, and Launch and Recovery Element. In addition, this effort includes support engineering services covered under the engineering delegation authority for NSNs transferred to and under the management of the 407 Supply Chain Management Squadron. Work will be performed in San Diego, California; Salt Lake City, Utah; El Segundo, California; Sterling, Virginia; Las Cruces, New Mexico; Valencia, California; Joplin, Missouri; Vandalia, Ohio; Troy, Ohio; Longueuil, Quebec; Woodland Park, New Jersey; Whippany, New Jersey; Indianapolis, Indiana; Woburn, Massachusetts; Twinsburg, Ohio; Medford, New York; Cypress, California; Wichita, Kansas; San Jose, California; and Linthicum, Maryland. Work is expected to be completed by Dec. 31, 2027. This award is the result of a sole-source acquisition. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity.

ARMY

Lockheed Martin Missiles and Fire Control, Grand Prairie, Texas, was awarded a $243,066,376 cost-plus-fixed-fee contract for long range fires technology development and demonstration. 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 Oct. 27, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-22-D-0002).

Bay West-Sovereign JV LLC,* St. Paul, Minnesota (W912DQ-22-D-3000); Cape Environmental Management Inc.,* Norcross, Georgia (W912DQ-22-D-3001); Environmental Restoration Group LLC,* St. Louis, Missouri (W912DQ-22-D-3002); HydroGeoLogic Inc.,* Reston, Virginia (W912DQ-22-D-3003);  Sevenson Environmental Services Inc.,* Niagara Falls, New York (W912DQ-22-D-3004); Cabrera Services Inc.,* East Hartford, Connecticut (W912DQ-22-D-3005); Conti Federal Services Inc.,* Edison, New Jersey (W912DQ-22-D-3006); ECC Environmental LLC,* Burlingame, California (W912DQ-22-D-3008); Kemron - Arrowhead JV LLC,* Atlanta, Georgia (W912DQ-22-D-3009); CTI - LATA JV LLC.,* Novi, Michigan (W912DQ-22-D-3010); EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (W912DQ-22-D-3007); and LRS Bhate JV LLC,* Severna Park, Maryland (W912DQ-22-D-3011), will compete for each order of the $176,250,000 order-dependent contract for hazardous, toxic, and radioactive waste remediation projects. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 27, 2026. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Chavis,* Maxton, North Carolina (W91247-21-D-9001); AAA Valley Gravel,* Palmer, Alaska (W91247-21-D-9002); All Phase Solutions,* Delray Beach, Florida (W91247-21-D-9003); Civil Works Contracting,* Wilmington, North Carolina (W91247-21-D-9004); and New Dominion,* Dumfries, Virginia (W91247-21-D-9005), will compete for each order of the $49,000,000 firm-fixed-price contract to execute a broad range of maintenance, repair and minor construction projects at Fort Bragg, North Carolina. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 14, 2026. U.S. Army 419th Contracting Support Brigade, Fort Bragg, North Carolina, is the contracting activity.

Great Lakes Dredge & Dock Co. LLC, Houston, Texas, was awarded a $25,751,600 firm-fixed-price contract for dredging of Morehead City Harbor, North Carolina; Wilmington Harbor, North Carolina; Savannah Harbor, Georgia; Brunswick Harbor, Georgia; and Charleston Harbor, South Carolina. Bids were solicited via the internet with two received. Work will be performed in Morehead City, Wilmington, Brunswick, Savannah and Charleston, with an estimated completion date of July 31, 2022. Fiscal 2018 operation and maintenance, Recovery Act funds; and 2019, 2020 and 2021 operation and maintenance, Corps of Engineers funds in the amount of $25,751,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0001).

Patriot Construction & Industrial LLC, Duscon, Louisiana, was awarded a $9,928,475 contract for containment dike construction. Bids were solicited via the internet with six received. Work will be performed in Freeport, Texas, with an estimated completion date of Aug. 31, 2022. Fiscal 2021 civil construction funds in the amount of $9,928,475 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-22-C-0003).

UPDATE:  The multiple award task order contract announced Sept. 29, 2021, for maintenance, repair, and minor construction services in support of Tobyhanna Army Depot, Tobyhanna, Pennsylvania, has added three firms: Rio Vista Management,* West Jordan, Utah (W25G1V-22-D-0001), awarded Oct. 21, 2021; Senate Builders & Construction Managers,* East Norriton, Pennsylvania (W25G1V-22-D-0002), awarded Oct. 21, 2021; and CCI Energy and Construction Services LLC,* Manchester, Maine (W25G1V-22-D-0003), awarded Oct. 25, 2021.  All other information from the original announcement remains the same.

NAVY

Fincantieri Marine Systems North America, Chesapeake, Virginia (N40027-22-D-0001); Epsilon Systems Solutions Inc.* Portsmouth, Virginia (N40027-22-D-0002); and St. Johns Boat Co.,* Jacksonville, Florida (N40027-22-D-0003), are awarded a not-to-exceed $114,903,382 firm-fixed-price, indefinite-delivery/indefinite-quantity multiple award contract for ship repair, maintenance, and modernization of the surface combatant (DDG and CG) class ships and amphibious (LSD, LPD and LHD) class ships homeported in Mayport, Florida under Lot 2. Work will be performed in Mayport, Florida, and the ordering period will end December 2022. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $10,000 will be obligated at time of award for each awardee and will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website with three offers received. The Southeast Regional Maintenance Center, Mayport, Florida, is the contracting activity.

Dyncorp International LLC, Fort Worth, Texas, is awarded a $60,464,756 firm-fixed-price, cost-plus-fixed-fee, cost reimbursable modification (P00063) to a previously awarded contract (N6893617C0052).  This modification exercises options to provide organizational level aircraft maintenance and logistics support for aircrew systems and subsystems, search and rescue equipment, and support equipment for the P-3 Orion, C-130 Hercules, F/A-18 Hornet, E/A-18 Growler, AV-8B Harrier II, H-60 Seahawk, and E-2D Hawkeye aircraft in support of the Naval Air Warfare Center Weapons Division (NAWCWD) Naval Test Wing Pacific. Work will be performed in China Lake, California (50%); Point Mugu, California (40 %); Hickam Air Force Base, Hawaii (2%); Lemoore, California (2%); Patrick Air Force Base, Florida (1%); Holloman Air Force Base, New Mexico (1%); Patuxent River, Maryland, (1); Yuma, Arizona (1%); Miramar, California (1%); and North Island, California (1%), and is expected to be completed in September 2022. Working capital (Navy) funds in the amount of $49,346,889 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The NAWCWD, Point Mugu, California, is the contracting activity.

KBR Services, Houston, Texas, is awarded a $34,570,948 modification to increase the maximum dollar value of task order N6247021F9101 for the exercise of Option One for the global contingency services multiple award contract for providing expeditionary staging area services at Marine Corps Base Quantico, Virginia. The work to be performed provides services in support of Operation Allies Welcome and includes the mobilization, operation and maintenance, and demobilization for Expeditionary Staging Area Quantico, Virginia. Work will be performed in Quantico, Virginia, and is expected to be completed by December 2021. Fiscal 2022 Overseas Humanitarian Disaster and Civic Aid contract funds in the amount of $34,570,948 are obligated on this award and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Washington, D.C., is the contracting activity (N62742-16-D-3551).

Raytheon Co., El Segundo, California, is awarded a $20,565,741 cost-plus-fixed-fee modification (P00003) to a previously awarded contract (N0001921C0053). This modification exercises options to provide non-recurring engineering, associated technical, financial, and administrative data required to deliver Next Generation Jammer low-rate initial production ship-sets. Work will be performed in El Segundo, California (82%); and Forest, Mississippi (18%), and is expected to be completed in September 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $20,565,741 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.

Spectrum Services Group Inc.,* Sacramento, California, is awarded a $10,000,000 indefinite-delivery/indefinite-quantity contract for bio-hazardous materials cleaning at Marine Corps Base Camp Pendleton, Naval Weapons Station (NWS) Seal Beach, and NWS Seal Beach Fallbrook and Norco Detachments, California. The work to be performed provides for the services, supervision, equipment, material, and labor necessary for bio-hazardous materials cleaning. The term of the contract is not to exceed 60 months and is expected to be completed by October 2026. Future task orders will be primarily funded by military construction (Marine Corps); operations and maintenance (Marine Corps), and operation and maintenance (Navy) funds. This contract was competitively procured via the beta.sam.gov contract opportunities website with three proposals received. Naval Facilities Engineering Systems Command Southwest, Camp Pendleton, California, is the contracting activity (N62473-22-D-0601).

DEFENSE HEALTH AGENCY

IntelliDyne LLC, Falls Church, Virginia, was awarded Option Period One of contract number HT0011-20-F-0004. This $14,505, 457 contract provides the full integration of all areas of local information technology (IT) support into the new Defense Health Agency Integrated Enterprise Support Model. These services will include, but are not limited to, desk side support, remote or onsite troubleshooting, onsite IT touch labor, and local IT support activity program/project management support. The contractor will also provide network security and infrastructure assurance activities support to include Risk Management Framework/Authorization To Operate support, in room/on-site video teleconferencing support, asset management activities for the Defense Health Headquarters site, and limited network/systems engineering support, where required. This modification which will be executed as a Subject to Availability of Funds in accordance with Federal Acquisition Regulation 52.232-18. Projected fiscal 2022 operations and maintenance funds in the amount of $14,505,457 will be used, with a period of performance from Nov. 1, 2021, to April 30, 2022. This task order was awarded on April 30, 2021, as a bridge to task order to HT0011-20-F-0004. The Defense Health Agency, Falls Church, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Belleville Shoe Manufacturing Co.,* Belleville, Illinois, has been awarded a maximum $12,676,399 modification (P00013) exercising the fourth one-year option period of a one-year base contract (SPE1C1-18-D-1001) with four one-year option periods for hot weather combat boots. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Illinois and Arizona, with an Oct. 29, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

*Small business