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 May 2, 2022

NAVY

Resolution Consultants, an AECOM-EnSafe Inc. JV, Los Angeles, California, is awarded a $400,000,000 cost-plus-award-fee, indefinite-delivery/indefinite-quantity, architect-engineering contract for comprehensive long-term environmental action services in the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic area of operations (AO). The work to be performed provides program management and technical environmental services in support of the Department of the Navy’s Environmental Restoration Program, Munitions Response Program, and other similar programs, at any Navy and Marine Corps activity in the NAVFAC Atlantic AO. Work will be performed in, but not limited to, Florida (15%); Maine (14%); New Jersey (10%); Indiana (9%); Massachusetts (9%); New York (8%); Texas (8%); Pennsylvania (5%); Rhode Island (5%); South Carolina (4%); Illinois (3%); Mississippi (3%); Alabama (2%); Connecticut (2%); Georgia (1%); Louisiana (1%); and Tennessee (1%), and is expected to be completed by May 2027. The initial task order is being awarded at $200,000 for architect engineering services at the Program Management Office in Virginia Beach, Virginia. Work for this task order is expected to be completed by March 2023. Fiscal 2022 environmental restoration (Navy) funds in the amount of $200,000 are obligated on this award and will not expire at the end of the current fiscal year.  Future task orders will be primarily funded by environmental restoration (Navy) funds. This contract was competitively procured via the beta.sam.gov contract opportunities website with five proposals received.  NAVFAC Atlantic, Norfolk, Virginia, is the contracting activity (N62470-22-D-0005). 

AECOM Technical Services Inc., Los Angeles, California, is awarded a $13,180,344 cost-plus-award-fee modification to a previously awarded task order (N6274222F0106) placed against contract N62742-17-D-1800. This modification provides for the investigation, modeling of releases, and groundwater protection and evaluation for the Red Hill Drinking Water Shaft, Joint Base Pearl Harbor-Hickam (JBPHH). This award brings the total cumulative face value of the contract task order to $56,838,613. Work will be performed at Oahu, Hawaii, and is expected to be completed by June 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $13,180,344 will be obligated at time of award, and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Pacific, JBPHH, Hawaii, is the contracting activity.

Huntington Ingalls Inc. – Newport News Shipbuilding, Newport News, Virginia, is awarded an $11,051,638 cost-plus-fixed-fee modification to previously awarded contract N00024-13-C-2112 to extend the delivery date for vessel storage and towing preparation services of the aircraft carrier ex-USS Enterprise (CVN-65). Work will be performed in Newport News, Virginia, and is expected to be completed by September 2024. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $11,051,638 will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AIR FORCE

Premix Inc., Belmont, North Carolina, has been awarded a $79,869,431 firm-fixed-price contract for increased production capacity of plastic resin material for pipette tips. The contract enables the production of more than 200 million COVID-19 polymerase chain reaction tests each month by Sept. 30, 2025. Work will be performed in Gastonia, North Carolina, and is expected to be completed by Oct. 31, 2025. Fiscal 2021 other procurement funds will be used to fully fund this contract. Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8118-22-C-0007).

AMTEC Corp., Clear Lake, South Dakota (FA8213-22-D-0005); and CAPCO LLC, Grand Junction, Colorado (FA8213-22-D-0004), have been awarded a $35,000,000 indefinite-delivery/indefinite-quantity contract for the BBU-36A/B impulse cartridge. An electrical impulse from the aircraft initiates the cartridge, which generates gas pressure to eject flare payload out of a dispenser into the aircraft slipstream. Work will be performed in Clear Lake, South Dakota; and Grand Junction, Colorado, and is expected to be completed by May 30, 2028. This award is the result of a competitive acquisition and three offers were received. Fiscal 2021 procurement funds in the amount of $3,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. 

Vectrus Systems Corp., Colorado Springs, Colorado, has been awarded an $18,046,899 firm-fixed-price modification (A00122) to previously awarded contract FA3002-17-C-0001 for base operations support services at Keesler Air Force Base, Mississippi. Work is expected to be completed by May 31, 2023. Fiscal 2022 operations and maintenance funds in the amount of $16,705,668 are being obligated at the time of award. The total cumulative face value of the contract is $125,270,284. The 81st Contracting Squadron, Keesler AFB, Mississippi, is the contracting activity.

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $16,515,647 contract modification (P00100) to previously awarded contract FA8823-20-C-0004 for Space Fence sustainment services. This modification adds depot level maintenance, modification and sustainment services for the Space Fence System. Work will be performed in Colorado Springs, Colorado; Moorestown, New Jersey; Eglin Air Force Base, Florida; Kwajalein Atoll, Marshall Islands; and Dahlgren, Virginia, and is expected to be completed by April 30, 2023. Fiscal 2022 operations and maintenance funds in the amount of $5,341,637 are being obligated at the time of award. The total cumulative face value of the contract is $517,528,546. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado Springs, Colorado, is the contracting activity.

Microsoft Corp., Redmond, Washington, has been awarded a $14,380,144 fixed-price task order for Microsoft Unified Support for the Department of the Air Force. This contract provides for a comprehensive enterprise support set of services that helps accelerate journey to the cloud, optimize information technology (IT) solutions and use technology to realize new business opportunities for any stage of the IT lifecycle. Work will be performed in Redmond, Washington, and is expected to be completed by April 30, 2023. Fiscal 2022 funds in the amount of $14,380,144 are being obligated at the time of award. The Acquisition Management and Integration Center, Langley Air Force Base, Virginia, is the contracting activity (N66001-19-D-0019). (Awarded April 29, 2002)

ARMY

Populous Event Inc., Denver, Colorado, was awarded a $49,000,000 firm-fixed-price contract to manage and execute a Paralympic-style games for wounded, ill and injured athletes from the Army, Navy, Air Force, Marine Corp, U.S. Special Operations Command, Space Force and teams from partner nations. 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 30, 2027. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-22-D-0006).

DEFENSE LOGISTICS AGENCY

Ontic Engineering & Manufacturing Inc., Chatsworth, California, has been awarded a maximum $20,228,532 modification (P00020) to a five-year contract (SPE4AX-16-D-9471) with no option periods for adapter assembly landings. This is a firm-fixed-price, price-redetermination contract. The modification extends the contract for an additional 10 months and brings the total cumulative face value of the contract to $61,769,155 from $41,540,622. Location of performance is California, with an April 30, 2023, performance completion date. Using military services are Air Force, Navy and Marine Corps. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia. 
 
American Water Operations and Maintenance LLC, Camden, New Jersey, has been awarded a maximum $11,112,720 modification (P00168) to a 50-year contract (SP0600-09-C-8257), with no options periods for the ownership, operation and maintenance of water and wastewater utility systems at Fort Belvoir, Virginia. This is a fixed‐price with economic-price-adjustment contract. Locations of performance are Virginia and New Jersey, with a March 5, 2060, performance completion date. Using military service is Army. Type of appropriation is fiscal 2022 through 2060 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Federal Prison Industries, doing business as UNICOR, Washington, D.C., has been awarded a maximum $9,822,180 modification (P00003) exercising the first one-year option period of a one-year base contract (SPE1C1-21-D-1472) with two one-year option periods for physical fitness uniform trunks. This is a fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are New Jersey, Illinois, Minnesota, Colorado and Washington, D.C., with a May 18, 2023, 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.

U.S. SPECIAL OPERATIONS COMMAND

Global K9 Protection Group-Aviation Service LLC, Opelika, Alabama, was awarded an indefinite-delivery/indefinite-quantity contract (H92239-22-D-0001) in the amount of $11,323,482 for Multi-Purpose Canine Basic Handler Training at Opelika, Alabama. Fiscal 2022 operations and maintenance funds in the amount of $125,000 (minimum contract guarantee) were obligated at the time of award. This funding is not multiyear. The period of performance is a base ordering period of 12 months with four additional 12-month ordering periods. The five-year ordering period begins May 2, 2022, and ends May 1, 2027. This requirement was competed among small businesses as a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside under Federal Acquisition Regulation Part 12.6. Four competitively priced proposals were received. U.S. Army Special Operations Command, Fort Bragg, North Carolina, is the contracting activity.

*Small business