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 Some of the information contained within may be outdated and links may not function.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 Jan. 6, 2022

NAVY

Bell Boeing Joint Program Office, California, Maryland, is awarded a not-to-exceed $1,643,701,284 firm-fixed-price, performance-based logistics requirements contract for the repair, replacement, required availability, configuration management, and inventory management for supply support for 228 MV-22B (Marine); CMV-22 (Navy); and CV-22 (Air Force) Osprey aircraft components. The contract will include a five-year base period with no options. Work will be performed in Fort Worth, Texas (97%); and Ridley Park, Pennsylvania (3%). Work is expected to be completed by December 2026. Annual working capital funds (Navy) in the amount of $246,555,193 will be issued for delivery order N00383-22-F-0ZV0 that will be awarded concurrently with the contract and will initially be obligated at the time of award as an undefinitized contract action with a commitment of an additional $82,185,064 for period of performance from January 2022 through December 2022. 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 (N00383-22-D-ZV01).

BAE Systems Norfolk Ship Repair, Norfolk, Virginia (N00024-22-D-4400); Colonna's Shipyard Inc.,* Norfolk, Virginia (N00024-22-D-4401); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N00024-22-D-4402); Mission Readiness Group, doing business as, EPSILON Systems Solutions Inc.,* Norfolk, Virginia (N00024-22-D-4403); Marine Hydraulics International LLC, Norfolk, Virginia (N00024-22-D-4404); and General Dynamics NASSCO - Norfolk, Norfolk, Virginia (N00024-22-D-4405), are awarded a firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined ceiling of $639,802,301 for complex repair, maintenance and modernization requirements of non-nuclear Navy surface combatant-class ships (CG and DDG) homeported in or visiting Norfolk, Virginia. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, continuous maintenance and emergent maintenance availabilities of surface combatant class ships to be performed in the Norfolk, Virginia, port. Accordingly, the place of performance is the Norfolk, Virginia, port where the Mid-Atlantic Maintenance Center will administer the contract. The contract has an estimated ordering period of five years, which is expected to end in January 2027. Delivery orders will be competitively awarded under these contracts, which are to be performed in Norfolk, Virginia. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $60,000 is obligated at initial delivery, which will expire at the end of the current fiscal year. The multiple award contract was competitively procured using full and open competition with six offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

BAE Systems Norfolk Ship Repair, Norfolk, Virginia (N00024-22-D-4406); Colonna's Shipyard Inc.,* Norfolk, Virginia (N00024-22-D-4407); East Coast Repair & Fabrication LLC,* Norfolk, Virginia (N00024-22-D-4408); Mission Readiness Group, doing business as, EPSILON Systems Solutions Inc.,* Norfolk, Virginia (N00024-22-D-4409); Marine Hydraulics International LLC, Norfolk, Virginia (N00024-22-D-4410); and General Dynamics NASSCO - Norfolk, Norfolk, Virginia (N00024-22-D-4411), are awarded a firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award contract for a combined ceiling of $337,609,760 for complex repair, maintenance and modernization requirements of non-nuclear Navy amphibious-class ships (LHA, LHD, LPD and LSD) homeported in or visiting Norfolk, Virginia. These efforts consist of Chief of Naval Operations scheduled docking and non-docking, continuous maintenance and emergent maintenance availabilities of amphibious-class ships to be performed in the Norfolk, Virginia, port. Accordingly, the place of performance is the Norfolk, Virginia, port where the Mid-Atlantic Maintenance Center will administer the contract. Delivery orders will be competitively awarded under this multiple award contract, which are to be performed in Norfolk, Virginia. The contract has an estimated ordering period of five years, which is expected to end in January 2027. No funding will be obligated at contract award. The multiple award contract was competitively procured using full and open competition with six offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

DEFENSE LOGISTICS AGENCY

Aurora Industries,* Camuy, Puerto Rico, has been awarded a maximum $56,264,533 modification (P00024) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1128) with three one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Location of performance is Puerto Rico, with a Jan. 10, 2023, ordering period end date. Using military services are Army and Air Force. 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