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.

Contracts For April 26, 2022

NAVY

L3 Technologies Inc., Systems Company, Camden, New Jersey, is awarded a $205,899,580 cost-plus-incentive-fee, cost-reimbursement, firm-fixed-price, cost-plus-fixed-fee, and fixed-price incentive (firm target) contract for engineering, manufacturing, and development; engineering support labor; low rate initial production systems, and spares for the Shipboard Panoramic Electro-Optic/Infrared (SPEIR) program. This contract includes options which, if exercised, would bring the cumulative value of this contract to $593,050,756. Work will be performed in Mason, Ohio (54%); Northampton, Massachusetts (16%); Bothell, Washington (12%); Hamilton, Ontario (7%); Austin, Texas (7%); Tulsa, Oklahoma (2%); Norfolk, Virginia (1%); and various locations across the U.S., each less than 1% (1%), and is expected to be completed by November 2025. If all options are exercised, work will continue through March 2031. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $11,000,000 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 Federal Business Opportunities website, with one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5514).

Walsh Federal LLC, Chicago, Illinois, is awarded an $184,794,000 firm-fixed-price contract for construction of an aircraft maintenance hangar at Marine Corps Air Station Cherry Point, North Carolina.  The work provides for the construction of a two-story, low rise, two squadron maintenance hangar for the F-35B Lightning II aircraft, including a high bay space, crew and equipment space, and administrative space. The contract also contains seven unexercised options, which if exercised would increase cumulative contract value to $206,064,819. Work will be performed in Havelock, North Carolina, and is expected to be completed by June 2025. Fiscal 2022 military construction (Navy) contract funds in the amount of $50,000,000 are obligated on this award and will not expire at the end of the current fiscal year. The contract is incrementally funded with the first increment of $50,000,000 being allocated at the time of award. The second increment will be funded in fiscal 2023 at $99,000,000. The third increment will be funded in fiscal 2024 at $35,794,000. This contract was competitively procured via the beta.sam.gov website with four non-price proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-C-0016).

Teya Enterprises LLC,* Anchorage, Alaska, is awarded a $46,137,471 cost-plus-fixed-fee, cost-reimbursable, indefinite-delivery/indefinite-quantity contract. This contract provides for the production and delivery, integration, installation, validation, as well as associated support services for the implementation of a Control Data Acquisition System in support of China Lake earthquake recovery projects. Work will be performed in China Lake, California, and is expected to be completed in January 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 not competitively procured pursuant to Defense Federal Acquisition Regulation 19.808-1(a), small disadvantaged business. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0027).

Marstel-Day LLC,* Fredericksburg, Virginia, is awarded a $30,000,000 indefinite-delivery/indefinite-quantity contract for environmental planning and conservation within the Naval Facilities Engineering Systems Command (NAVFAC) Washington area of operations and U.S. territories. The work to be performed provides for the design, engineering and environmental services as necessary to support the development of facility concepts in both the planning and/or procurement process of various projects or initiatives. Work will be performed in Washington, D.C.; and U.S. territories. The term of the contract is not to exceed 66 months with an expected completion date of October 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $50,000 (minimum contract guarantee) are obligated on this award and will 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). This contract was competitively procured via the beta.sam.gov website with five proposals received.  NAVFAC Washington, Washington, D.C., is the contracting activity (N40080-22-D-0010).

Swiftships LLC,* Morgan City, Louisiana, is awarded a $22,109,346 firm-fixed-price contract action for six 28-meter Coastal Patrol Craft material production kits, Zodiac Rigid Inflatable Boats, Forward Looking Infrared Systems, personal computer packages, associated contractor engineering technical services, and provisioned item orders. This contract includes options, which if exercised, would bring the cumulative value of this contract to $26,357,027. This contract involves Foreign Military Sales to Egypt. Work will be performed in Morgan City, Louisiana, and is expected to be completed by November 2023. If all options are exercised, work will continue through November 2023. Fiscal 2022 Foreign Military Financing Egypt funds in the amount of $22,109,346 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(4) — International Agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2201).

Fargo Pacific Inc.,* Tamuning, Guam, is awarded a $14,945,417 firm-fixed-price task order (N4019222F4168) under previously-awarded, multiple-award construction contract (N40192-18-D-2800) for the repair/renovation of Building 22SY, Explosive Ordnance Disposal Mobile Unit 5, Naval Base Guam, Apra Harbor, Guam. Work will be performed in Santa Rita, Guam, and is expected to be completed by October 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $14,945,417 will be obligated at time of award and will expire at the end of the current fiscal year. Five proposals were received for this task order. The Naval Facilities Engineering Systems Command Marianas, Guam, is the contracting activity.

Blue Rock Structures Inc.,* Jacksonville, North Carolina, is awarded a $12,799,290 firm-fixed-price task order (4008522F4997) under a multiple award construction contract for renovation of a barracks at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed provides for a complete replacement of the architectural finishes, mechanical, and electrical systems, construction of a new metal roof system on the existing wood truss framing, upgrades, renovation and reconfiguration of the first lounge into a laundry room, construction of a new chiller yard and brick enclosure, demolition of all dual temperature piping, connection of the new system to base-wide Enterprise Content Management System, removal of asbestos as required for construction and incidental related work. Work will be performed in Jacksonville, North Carolina, and is expected to be completed by October 2023. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $12,799,290 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-0097). 

AERMOR LLC,* Virginia Beach, Virginia, is awarded a $7,961,671 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide cyber test and evaluation support services for the Operational Test & Evaluation Force Aviation Warfare Division. The contract will include a 48-month base ordering period with an additional six-month ordering period option pursuant of Defense Federal Acquisition Regulation 52.217-8 — option to extend services, which if exercised, will bring the total estimated value to $9,000,000. The base ordering period is anticipated to begin May 2022, and is expected to be completed by May 2026; if the option is exercised, the ordering period will be completed by November 2026. Work will be performed in Norfolk, Virginia (99%); and Virginia Beach, Virginia (1%). Fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $2,500 will be obligated to fund the contract’s minimum amount and funds will not expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on the beta.sam.gov website as a service-disabled veteran-owned small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-22-D-0016).

DEFENSE LOGISTICS AGENCY

Vitol Aviation Co., El Segundo, California, has been awarded a maximum $317,028,543 fixed-price with economic-price-adjustment contract for JA1 aviation fuel. This was a competitive acquisition with 10 responses received. Other contracts are expected to be awarded under this solicitation (SPE602-22-R-0701). This is a one-year contract with a 30-day carry-over period. Locations of performance are United Kingdom and a Defense Fuel Support Point serving the Central European Pipeline System, with a July 30, 2023, performance completion date. Using customer is Defense Logistics Agency Energy. Type of appropriation is fiscal 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE602-22-D-0488).

ARMY

Seabrook Solutions Inc.,* Huntsville, Alabama (W91278-22-D-0019); Golden Wolf LLC, Lithia,* Florida (W91278-22-D-0020); and S&B Christ Consulting LLC,* Las Vegas, Nevada (W91278-22-D-0021), will compete for each order of the $49,000,000 firm-fixed-price contract for planning, supervision, labor, subcontracts, travel and all other things necessary to perform quality assurance through on-site analysis of facilities and analysis of data contained in the Builder Sustainment Management System database. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 25, 2027. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

Mississippi Limestone Corp.,* Friars Point, Mississippi, was awarded a $13,500,140 firm-fixed-price contract to manufacture articulated concrete mattress casting at Richardson Landing in Drummonds, Tennessee. Bids were solicited via the internet with one received. Work will be performed in Drummonds, Tennessee, with an estimated completion date of April 25, 2024. Fiscal 2022 Mississippi River and Tributaries funds in the amount of $13,500,140 were obligated at the time of the award. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-22-C-0003).

EMR Inc.,* Niceville, Florida, was awarded a $12,265,000 firm-fixed-price contract to design and construct a main entry control facility for privately owned vehicles at Patrick Space Force Base. Bids were solicited via the internet with six received. Work will be performed at Patrick Space Force Base, Florida, with an estimated completion date of April 26, 2022. Fiscal 2019 military construction, Air Force funds in the amount of $12,265,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0016).

*Small business