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 Some of the information contained within may be outdated and links may not function.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 April 14, 2022

ARMY

Peraton, Herndon, Virginia, was awarded a $118,209,707 firm-fixed-price contract for the procurement of services to support agile design and development of software used in the Integrated Air and Missile Defense Battle Command Systems for the Army Integrated Air and Missile Defense program. 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 April 13, 2027. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. (W31P4Q-22-F-0120). 

AeroVironment Inc., Simi Valley, California, was awarded a $19,737,523 firm-fixed-price contract for RQ-20 Puma AE systems, reconnaissance surveillance and target acquisition kits, initial spares package, contractor logistics support and new equipment training for the country of Ukraine. Bids were solicited via the internet with one received. Work will be performed in Simi Valley, California, with an estimated completion date of May 30, 2022. Fiscal 2022 special funds in the amount of $19,737,523 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-C-0045). (Awarded April 12, 2022) 

Red Eagle JV, Coweta, Oklahoma, was awarded a $17,331,685 firm-fixed-price contract for the design-build construction of the Law Enforcement Training Center student classroom facility at the Eugene J. Towbin VA Healthcare Center. Bids were solicited via the internet with eleven received. Work will be performed in North Little Rock, Arkansas, with an estimated completion date of April 4, 2024. Fiscal 2022 civil construction funds in the amount of $17,331,685 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-22-C-6005). 

American Ordnance LLC, Middletown, Iowa, was awarded a $10,411,272 cost-plus-fixed-fee contract for roof replacement at the Iowa Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Middletown, Iowa, with an estimated completion date of April 15, 2024. Fiscal 2010 procurement of ammunition, Army funds in the amount of $10,411,272 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois is the contracting activity (W52P1J-22-F-0165). 

Patricia I. Romero dba Pacific West Builders,* National City, California, was awarded a $9,183,947 firm-fixed-price contract to repair Airman Leadership School Building 324 at Nellis Air Force Base. Bids were solicited via the internet with eight received. Work will be performed at Nellis Air Force Base, Nevada, with an estimated completion date of May 2, 2024. Fiscal 2022 operation and maintenance, Air Force funds in the amount of $9,183,947 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-22-C-0007). 

NAVY

Hamer Environmental L.P.,* Mount Vernon, Washington (N62742-22-D-1810); HDR Environmental, Operations and Construction Inc., Englewood, Colorado (N62742-22-D-1811); Pacific Federal Management Inc.,* Tumon, Guam (N62742-22-D-1812); Sundance-EA Associates II JV,* Pocatello, Idaho (N62742-22-D-1813); and Sustainable Resources Group International Inc.,* Kailua, Hawaii (N62742-22-D-1814), are awarded a combined $49,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for natural resources management services located primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Pacific area of operations (AO). The work to be performed provides for natural resources management services for fauna surveys, flora surveys, wetlands, habitat restoration and integrated natural resources management plans. Each awardee will be awarded $5,000 at contract award. The maximum dollar value for all five contracts combined is $49,000,000.  Work will be performed primarily within the NAVFAC Pacific AO which includes Guam (81%), Hawaii (18%), and the Commonwealth of the Northern Mariana Islands (1%). The term of the contract is not to exceed 60 months with an expected completion date of April 2027. Fiscal 2022 operation and maintenance (Navy) contract funds in the amount of $25,000 are obligated on this award and will not expire at the end of the current fiscal year. No task orders are being issued at this time. Future task orders will be primarily funded by operation and maintenance (Navy); operation and maintenance (Marine Corps); military construction; and government of Japan direct cash contributions. This contract was competitively procured via the beta.sam.gov website with six proposals received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. NAVFAC Pacific, Pearl Harbor, Hawaii, is the contracting activity.

Science Applications International Corp. (SAIC), Reston, Virginia, is awarded a $41,000,000 modification to a previously awarded, indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-18-D-0023) to provide continuing sustainment support of integrated afloat and ashore tactical networks for Naval Information Warfare Center Pacific. No funds will be obligated at the time of award. Funds to be obligated include other procurement (Navy); ship construction (Navy); and operations and maintenance (Navy). This modification increases the estimated value of the contract from $196,526,884 to $237,526,884. Work will be performed in San Diego, California; globally aboard Navy ships; and at Department of Defense and military installations and facilities. The period of performance of the base award is from July 3, 2018, to July 2, 2023, and is not being extended by this modification. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Sikorsky, a Lockheed Martin Co., Stratford, Connecticut, is awarded a $40,353,378 modification (P00003) to a firm-fixed-price order (N0001921F0709) against a previously issued basic ordering agreement (N0001919G0029). This modification increases the scope of the order to procure an additional 1,223 spare parts and provides support for the repair and maintenance of the CH-53K low rate initial production configuration aircraft. Work will be performed in Los Angeles, California (76.15%); Stratford, Connecticut (23.74%); various locations within the continental U.S. (.10%); and various locations outside the continental U.S. (.01%), and is expected to be completed in December 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $39,597,323; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $756,055 will be obligated at time of award, $756,055 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Gilbane SMCC ECC LCC, Concord, California, is awarded a $35,120,034 firm-fixed-price task order (N6274222F9920) under a multiple award construction contract for the construction of a low-rise consolidated armory facility at Marine Corps Base Guam. The work to be performed provides for the construction of a consolidated armory facility, ancillary mechanical enclosures, roadway construction, associated utilities and security features, and incidental related work. Work will be performed in Finegayan, Guam, and is to be completed by August 2024. Fiscal 2022 military construction (Navy) contract funds in the amount of $35,120,034 are obligated on this award and will not expire at the end of the current fiscal year. This task order was competitively procured with four offers received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-19-D-1331). 

ECS Construction Services Inc.,* Raymond, Maine, is awarded a $24,709,771 firm-fixed-price contract for repair or upgrade of Berth 6 at Portsmouth Naval Shipyard, Kittery, Maine. The work to be performed provides for Berth 6 repair to include electrical, communication, steam, condensate, water, sewer, compressed air, and other services. Project will also restore the industrial power service, including a fenced electrical substation yard, and load center as well as equipment pads, and sea level rise mitigation. A raised utility trench/seawall will be installed along the length of the berth with mooring cleats and bollards installed on top. The contract also contains four unexercised options, which if exercised would increase cumulative contract value to $26,329,778. Work will be performed in Kittery, Maine, and is expected to be completed by November 2023. Fiscal 2022 operation & maintenance (Navy) contract funds in the amount of $24,709,771 are obligated on this award and will not expire at the end of the current fiscal year. This contract solicited via the beta.sam.gov website with two non-price proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-C-0014). 

Toyon Research Corp.,* Goleta, California, is awarded an $11,740,396 firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract procures the following AN/ALQ-231(V) Intrepid Tiger (IT II) Family of Systems production hardware: 24 (V) 4 maintenance stands; 18 (V) 4 radio frequency (RF) coupler sets (aft); 18 (V) 4 RF coupler sets (forward); seven IT II V3 direction finding array RF coupler sets; and seven IT II V3 RF couplers. Additionally, this contract provides engineering support to include life cycle and incidental engineering support as well as analyses, development, integration, test, documentation, repair/maintenance, and engineering test support for the Electronic Warfare Center and Electronic Attack communications jamming airborne (fixed wing, rotary wing, and unmanned air systems), ground based systems, and laboratories. Work will be performed in Goleta, California (90%); Point Mugu, California (5%); China Lake, California (3%); and Yuma, Arizona (2%), 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 not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0025).

L3 Technologies Inc., Londonderry, New Hampshire, is awarded a cumulative value $8,320,000, five-year, firm-fixed-price, indefinite-delivery/indefinite-quantity contract (N0016422DJQ01) with five one-year options for the test, teardown and evaluation, non-warranty repair and spare parts of various visual augmentation systems. Work will be performed in Londonderry, New Hampshire, and is expected to be completed by March 2032. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,481 will be obligated at the time of award. This contract action was not competitively procured via the beta.sam.gov website. The Naval Surface Warfare Center, Crane, Indiana, is the contracting activity.

AIR FORCE

Integrated Data Services Inc., El Segundo, California, has been awarded a $21,251,740 firm-fixed-price contract for an annual Web Comprehensive Cost and Requirement Enterprise software maintenance license. Work will be performed in El Segundo, California, and is expected to be completed by March 28, 2027. This award is the result of a sole source acquisition. Fiscal 2022 operations and maintenance funds in the amount of $4,250,348 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8770-22-C-B007).

DEFENSE LOGISTICS AGENCY

Clean Harbors Environmental Services Inc., Norwell, Massachusetts, has been awarded a maximum $19,039,473 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for removal, transportation and disposal of hazardous waste. This was a competitive acquisition with one response received. This is a two-year six-month base contract with one two-year six-month option period. Locations of performance are Washington and Oregon, with an Oct. 14, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Disposition Services, Battle Creek, Michigan (SP4500-22-D-0009).

*Small business