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 Some of the information contained within may be outdated and links may not function.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 March 15, 2022

NAVY

Chugach Solutions Enterprise LLC,* Anchorage, Alaska (N62473-22-D-3602); KGJJ Engineering Solutions LLC,* Fort Worth, Texas (N62473-22-D-3603); MERP-EMI Mission Support LLC,* Herndon, Virginia (N62473-22-D-3604); MJM-ACEPEX JV2,* Long Beach, California (N62473-22-D-3605); PCI Productions LLC,* Huntsville, Alabama (N62473-22-D-3606); and Six Mile NIKA JV LLC,* Anchorage, Alaska (N62473-22-D-3607), are awarded a combined $249,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, multiple award service contract for the procurement involving facility investment services within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest (SW) area of operations. The work to be performed provides for the maintenance, repair, and services for systems and facilities, including heating, ventilation and air conditioning, refrigeration systems, fire protection systems, boilers/unfired pressure vessels, and high voltage electricity systems. Each awardee will be awarded $500 (minimum contract guarantee per awardee) at contract award. The maximum dollar value of all task orders, including the base period and seven option years will be $249,000,000 to the six vendors combined. Work will be performed in California (90%), Nevada (5%), Arizona (2%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by Feb. 9, 2030. Fiscal 2022 operation and maintenance (Navy) funding for a total of $3,000 will be obligated at time of award. Future task orders will be primarily funded by operation and maintenance (Navy); and operation and maintenance (Marine Corps) funds. This procurement was solicited as a competitive multiple award 8(a) small business set aside via the solicitation module under the Procurement Integrated Enterprise Environment online website with eight proposals received and six contractors deemed as technically acceptable. These six contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC SW, San Diego, California, is the contracting activity.

Carley Corp.,* Orlando, Florida, is awarded a $218,176,356 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the design, development, testing, and delivery of courseware training products for Navy Ratings Fire Controlman, Gunner’s Mate, Interior Communications Electrician, Machinist's Mate – Submarine Auxiliary, Torpedoman's Mate, Construction Mechanic, Aviation Ordnanceman, and Aviation Support Equipment Technicians. Additionally, this contract provides for the development and delivery of Train-the-Trainer and Course Pilot events. Work will be performed in Orlando, Florida, and is expected to be completed in March 2027. 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; three offers were received.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity (N6134022D0004).

CAPE Environmental Management Inc.,* Honolulu, Hawaii, is awarded a $75,000,000 cost-plus-award-fee modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity contract (N62742-16-D-1807) for environmental remedial action services at various installations within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations. This modification provides for performing removal actions, expedited and emergency response actions, pilot and treatability studies, facility operation, maintenance and instruction, other related activities associated with returning sites to safe and acceptable levels, munitions response and range clean ups and closures, closure and/or replacement of underground or aboveground storage tanks, and performing and preparing appropriate documentation of planned and completed actions. Work is expected to be completed in January 2023. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. This contract modification was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii is the contracting activity.

Goldwings Supply Service Inc.,* Honolulu, Hawaii, is awarded a $59,978,551 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides production and engineering support for the U.S. Marine Corps Expeditionary Air Field (EAF) Solar Airfield Lighting System (SALS). This includes the production of a maximum of 10 Solar Vertical Takeoff and Landing Taxiway and supplementary Airfield Lighting Suites for the EAF SALS. Work will be performed in Franklin, Tennessee (83%); and Honolulu, Hawaii (17%), and is expected to be completed in March 2027. 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; one offer was received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N6833522D0017).

Conrad Shipyard LLC,* Morgan City, Louisiana, is awarded an $18,988,990 firm-fixed-price contract for the detail design and construction of the Yard, Repair, Berthing, and Messing (YRBM) craft. This contract includes options which, if exercised, would bring the cumulative value of this contract to $142,906,420. Work will be performed in Amelia, Louisiana, and is expected to be completed by November 2023. If all options are exercised, work will continue through December 2025. Fiscal 2021 appropriation account shipbuilding and conversion (Navy) funds in the amount of $18,899,485 will be obligated at time of award. This contract was competitively procured via the beta.sam.gov website, with six offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2253).

Military and Federal Construction Co., Inc.,* Jacksonville, North Carolina, is awarded a $15,268,166 firm-fixed-price task order (N4008522F4737) under a multiple award construction contract for renovation of a barracks at Marine Corps Base Camp Lejeune. The work to be performed provides for construction of a new mechanical building, new chiller enclosure, complete replacement of the electrical system, construction of a new roof with metal-truss roof system, renovation and reconfiguration of the first lounge into a laundry room, and incidental work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by September 2023. Fiscal 2022 operation and maintenance (Marine Corps) contract funds in the amount of $15,268,166 are obligated on this award and will expire at the end of the current fiscal year. Nine proposals were received for this task order. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0102).

Advanced Crane Technologies LLC,* Reading, Pennsylvania (N62470-18-D-2014)1; Crane Technologies Group Inc.,* Rochester Hills, Michigan (N62470-18-D-2015); Heco-Pacific Manufacturing Inc.,* Union City, California (N62470-18-D-2016); Piedmont Hoist and Crane Inc.,* Colfax, North Carolina (N62470-18-D-2017); and Somatex Inc.,* Detroit, Maine (N62470-18-D-2018), are awarded a combined $13,500,000 firm-fixed-price modification to a previously awarded multiple award contract. This award brings the total cumulative face value of the contract to $53,500,000. This contract modification increases the contract maximum not-to-exceed amount of the multiple award contract for the procurement of cranes in support of military construction projects at Naval Air Weapons Station China Lake as part of earthquake recovery. The work will be performed in China Lake, California, and is expected to be completed by August 2025. There are no funds obligated as a result of this modification. Future task orders will be funded by military construction funds. The statutory authority permitting other than full and open competition is 10 U.S. Code 2304(c)(2), as implemented by Defense Federal Acquisition Regulation 6.302-2, Unusual and Compelling Urgency. The Naval Facilities Engineering Systems Command Atlantic, Norfolk, Virginia, is the contracting activity.

ARMY

Ames Construction Inc., Burnsville, Minnesota, was awarded a $114,897,115 firm-fixed-price contract for construction of the Red River Structure of the Fargo Moorhead Metropolitan Flood Risk Management Project. Bids were solicited via the internet with one received. Work will be performed in Fargo, North Dakota, with an estimated completion date of March 19, 2027. Fiscal 2022 civil construction funds in the amount of $114,897,115 were obligated at the time of the award. U.S. Army Corps of Engineers, Saint Paul, Minnesota, is the contracting activity (W912ES-22-C-0003). 

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $71,082,137 firm-fixed-price contract to build an Advanced Battle Management System wing operations and support facility. Bids were solicited via the internet with four received. Work will be performed in Warner Robins, Georgia, with an estimated completion date of Oct. 1, 2024. Fiscal 2022 military construction, defense-wide funds in the amount of $59,840,389 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-3002). 

Genterra-Freese and Nichols Small Business Mentor-Protege JV,* Irvine, California (W9123822-D-0004); Geo-Leader Group LLC,* Sacramento, California (W9123822-D-0005); and RJH Consultants Inc.,* Englewood, Colorado (W9123822-D-0006), will compete for each order of the $20,000,000 firm-fixed-price contract for architect-engineer geotechnical-focused engineering, investigation and design services. 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 March 14, 2025. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity. 

Conti Federal Services Inc., Edison, New Jersey, was awarded a $17,757,234 firm-fixed-price contract to demolish existing infrastructures and construct a new pier and electricity building. Bids were solicited via the internet with three received. Work will be performed in Israel with an estimated completion date of Oct. 2, 2023. Fiscal 2022 Foreign Military Sales (Israel) funds in the amount of $17,757,234 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-22-F-0079). 

System Studies & Simulation Inc., Huntsville, Alabama, was awarded a $10,985,896 modification (000451) to contract W31P4Q-09-A-0019 for system engineering and technical assistance support to the Strategic and Operation Rockets and Missile Project Office. Work will be performed in Huntsville, Alabama; Redstone Arsenal, Alabama; Texarkana, Texas; and Fort Sill, Oklahoma, with an estimated completion date of Sept. 15, 2022. Fiscal 2021 and 2022 other procurement, Army funds; fiscal 2022 research, development, test and evaluation, Army funds; fiscal 2022 cooperative programs general international procurement request funds; and fiscal 2022 Foreign Military Sales (Singapore and Taiwan) funds in the amount of $10,985,896 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

R.E.D. Construction Services,* Garden City, Missouri, was awarded a $9,042,089 firm-fixed-price contract to renovate Discovery Dorm on Whiteman Air Force Base. Bids were solicited via the internet with eight received. Work will be performed at Whiteman Air Force Base, Missouri, with an estimated completion date of Sept. 6, 2023. Fiscal 2022 military construction, Army funds in the amount of $9,042,089 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-4003).

DEFENSE COMMISSARY AGENCY

Spokane Produce Inc., Spokane, Washington, is awarded a $76,563,960 firm-fixed-price, requirements-type contract to provide fresh fruits and vegetable products to four commissaries located in the Defense Commissary Agency’s Pacific Area.  The award is for a 24-month base performance period beginning on May 15, 2022.  The award includes three one-year option periods.  If all option periods are exercised, the contract will be completed May 15, 2027.  Offerors were solicited on Beta.SAM.Gov available to 311991 contract holders.  Two proposals were received.  The Defense Commissary Agency, Resale Contracting Division, Fort Lee, Virginia, is the contracting activity (HQC00222D0002).

Coast Produce Co. LLC, Los Angeles, California, is awarded a $68,126,029 firm-fixed-price, requirements-type contract to provide fresh fruits and vegetable products for 32 commissaries located in the Defense Commissary Agency’s West Area.  The award is for a 24-month base performance period beginning on May 15, 2022.  The award includes three one-year option periods.  If all option periods are exercised, the contract will be completed May 15, 2027.  Offerors were solicited on Beta.SAM.Gov available to 311991 contract holders.  Two proposals were received.  The Defense Commissary Agency, Resale Contracting Division, Fort Lee, Virginia, is the contracting activity (HQC00222D0001).

AIR FORCE

Lockheed Martin Aeronautics Co., Fort Worth, Texas, has been awarded a $33,628,994 firm‐fixed‐price contract modification (P00085) to previously awarded contract FA8615‐12‐C‐6016 for F‐16 retrofit. This contract modification provides for the Kapton replacement harness installation, harness one‐time inspections, and aircraft mod line extension of 140 Taiwan F‐16A/B aircraft under the basic contract. Work will be performed in Fort Worth, Texas; and Taiwan, and is expected to be completed by Dec. 31, 2023. Foreign Military Sales funds in the amount of $33,628,994 will be obligated at the time of award. The total cumulative face value of the contract is $2,855,817,667. The Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity.

CORRECTION: The announcement of a $91,277,706 modification (P00048) awarded March 9, 2022, to Northrop Grumman Corp., Rolling Meadows, Illinois, for electronic warfare radio frequency compatibility, incorrectly reported the contract number. The actual contract number is FA8615-17-C-6047.

CORRECTION: The announcement of a modification (P00004) awarded Feb. 25, 2022, to Alutiiq Commercial Enterprises LLC, Anchorage, Alaska (FA8137-22-C-0002), for continued civil engineering services and operations management, included an incorrect award amount. The modification was actually awarded for $12,983,706.

DEFENSE LOGISTICS AGENCY

Forum Industries Inc., San Antonio, Texas, has been awarded a maximum $19,140,051 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for knee and elbow pads. This was a competitive acquisition with two responses received. This is a one-year contract with no option periods. Locations of performance are Texas, Ohio and Illinois, with a March 14, 2023, ordering period end date. Using military services are Army and Marine Corps. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. 

Academy Medical,* West Palm Beach, Florida, has been awarded a maximum $14,783,226 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 Florida, with a March 24, 2027, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-22-D-0015).

* Small business