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 25, 2022

DEFENSE HEALTH AGENCY

AMG Healthcare Services Inc., Doral, Florida (HT005018D0001); Locum Inc., Cary, North Carolina (HT005018D0002); American Hospital Services Group LLC., Exton, Pennsylvania (HT005018D0003); Global Consulting International Inc. , Salt Lake City, Utah (HT005018D0004); Global Dynamics LLC, Columbia, Maryland (HT005018D0005); Quality Staffing Solutions Inc., Cary, North Carolina (HT005018D0006); Catalyst Professional Services Inc. , Colorado Springs, Colorado (HT005018D0008); Dependable Health Services Inc., San Antonio, Texas (HT005018D0009); Frontline National LLC, Milford, Ohio (HT005018D0010); Saratoga Medical Center Inc., Fairfax, Virginia (HT005018D0012); The Royster Group Inc., Atlanta, Georgia (HT005018D0013); Dilligas Corp., San Antonio, Texas (HT005018D0014); Vighter LLC, San Antonio, Texas (HT005018D0015); Angel Staffing Inc., San Antonio, Texas (HT005018D0016); Concentric Methods LLC, Manassas, Virginia (HT005018D0017); Decypher Technologies LTD, San Antonio, Texas (HT005018D0018); Enterprise Resource Planning International LLC, Laurel, Maryland (HT005018D0019); Federal Staffing Resources LLC, Annapolis, Maryland (HT005018D0020); OMV Medical Inc., Takoma Park, Maryland (HT005018D0021); Platinum Business Corp., Laurel, Maryland (HT005018D0022); Potomac Healthcare Solutions LLC, Woodbridge, Virginia (HT005018D0023); Quarterline Consulting Services LLC, Herndon, Virginia (HT005018D0024); Readiforce Government Solutions LLC, San Antonio, Texas (HT005018D0025); Spectrum Services Group Inc., Sacramento, California (HT005018D0026); Akahi Ingenesis Partners LLC, Honolulu, Hawaii (HT005018D0027); Centralcare, Inc., Fairfax, Virginia (HT005018D0028); Distinctive Health Spectrum Care JV LLC, Bowie, Maryland (HT005018D0029); Donald L. Mooney Enterprises LLC, San Antonio, Texas (HT005018D0030); Giamed Alliance JV LLC, Fort Lauderdale, Florida (HT005018D0031); Luke & Associates Inc., Rockledge, Florida (HT005018D0032); Magnificus Corp., Lanham, Maryland (HT005018D0033); Matrix Providers Inc., Denver, Colorado (HT005018D0034); and The Arora Group Inc., Gaithersburg, Maryland (HT005018D0035), were awarded a $1,402,646,753 modification with an effective date of June 1, 2022, to their existing Medical "Q"-Coded Services (MQS) indefinite-delivery/indefinite-quantity contract. This modification provides an additional one year ordering period under the MQS strategic sourcing program. As a result of this modification, the total cumulative face value of MQS program is increased to $8,902,646,753. This action does not obligate any funds. Funds will be obligated at time of order placement. Orders will be competed among all eligible MQS contract holders. The award amount listed above does not signify an increase to each contract vehicle. The Defense Health Agency Enterprise Medical Services – Contracting Division, San Antonio, Texas, is the contracting activity. (Awarded May 24, 2022)

United Concordia Companies Inc., Harrisburg, Pennsylvania, was awarded a $115,896,927 firm- fixed-price contract for the Active Duty Dental Program (ADDP3) to exercise Option Period 1 (HT9402-21-C-0006 P0004). The purpose of the contract is to provide worldwide dental coverage to active duty service members of the uniformed services of the Army, Navy, Air Force, Marine Corps, Space Force, Coast Guard, National Oceanic and Atmospheric Administration Commissioned Officer Corps, and U.S. Public Health Service after July 3, 2022. For the purposes of this contract, references to active duty service members are defined as the service members covered by ADDP3. Active duty service members also consist of eligible members of the Reserves and National Guard, Reserve Component members with delayed activation orders or discharged after serving more than 30 days on active duty in support of a contingency operation or a preplanned mission. The place of performance is the continental U.S., including the 50 states; Washington, D.C.; Puerto Rico; Guam; and the U.S. Virgin Islands, and outside the continental U.S., including all other countries, island masses, and territorial waters. The period of performance is May 1, 2022, to April 30, 2023. Fiscal 2022 operations and maintenance funds are being obligated at the time of award. The Defense Health Agency Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded April 28, 2022)

NAVY

PNH Resources Pte Ltd., Singapore (N40084-22-D-0066); KRD Enterprise Pte Ltd., Singapore (N40084-22-D-0067); King George J&J Pte Ltd., Singapore (N40084-22-D-0068); and HB-DB JV LLC,* Hyattsville, Maryland (N40084-22-D-0075), are awarded a combined $100,000,000 indefinite-delivery/indefinite-quantity, design-build/design-bid-build multiple award construction contract for Public Works Department Singapore. Work to be performed provides for design-build or design-bid-build projects for office, industrial and residential renovation, new construction, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, heating, ventilation and air-conditioning work, fire protection work, carpentry work, road pavement, fencing, roofing, painting, site work, concrete work, masonry, welding, other architectural finishing work, other civil engineering work, environmental work, and incidental sampling and testing for and removal and disposal of lead based paint and asbestos containing material. PNH Resources Pte Ltd. is being awarded an initial task order at $1,418,151for conversion of Buildings 74-4, 75-4 and RSB-2 into Hazardous Material Facility Singapore. Work for this task order is expected to be completed by June 2023. The remaining three contractors are each being awarded $7,233 to satisfy the guaranteed minimum. Work will be performed in Singapore. The term of the contract is not to exceed 96 months with an expected completion date of April 2030. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $1,418,151 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the beta.sam.gov with four proposals received. These four contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Systems Command Far East, Yokosuka, Japan, is the contracting activity.

Timken Gears & Services Inc., King of Prussia, Pennsylvania, is awarded a $78,492,998 firm-fixed-price modification to previously awarded contract N0002416C4202 to exercise options for two fiscal 2022 main reduction gear shipsets to support DDG-51 Class Hulls 138 and 139. Work will be performed in Santa Fe Springs, California (77%); Riverside, Missouri (10%); Latrobe, Pennsylvania (3%); Fitchburg, Massachusetts (3%); Erie, Pennsylvania (3%); New Castle, Delaware (2%); Milwaukee, Wisconsin (1%); St. Augustine, Florida (1%), and is expected to be completed by November 2025. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $78,492,998 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $61,101,335 cost-plus-fixed-fee, firm-fixed-price, fixed-price incentive (firm-target) modification (P00004) to an order (N0001921F0030) against a previously issued basic ordering agreement (N0001917G0002). This modification adds scope to provide additional non-recurring engineering to support the production line incorporation of nacelle improvements for the CV-22 aircraft. Additionally, this modification exercises an option to procure 14 nacelle improvements kits in order to accelerate the CV-22 installation schedule, as well as procure an additional six brackets to support the kit installation. Work will be performed in Amarillo, Texas (53%); Fort Worth, Texas (46%); and Ridley Park, Pennsylvania (1%), and is expected to be completed in December 2025. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $56,900,549; fiscal 2021 aircraft procurement (Air Force) funds in the amount of $4,196,220; and fiscal 2020 aircraft procurement (Air Force) funds in the amount of $4,566 will be obligated at the time of award, $4,566 of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Schmidt-PRIME Group LLC,* Pensacola, Florida, is awarded a maximum-value $30,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline architect-engineer (A-E) services in support of small projects located primarily at Public Works Department Norfolk Naval Shipyard (NNSY); and Naval Weapons Station (NWS) Yorktown, Virginia, area of responsibility. An initial task order will be awarded at $5,000 in order to satisfy the minimum guarantee. Work will be performed in the Hampton Roads area, predominantly at NNSY and NWS Yorktown, and will be completed by May 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. This contract was competitively procured via the beta.sam.gov website, with 17 proposals received. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-D-0039).

Wunderman Thompson, Atlanta, Georgia, is awarded a $19,827,405 modification (P00026) to previously awarded firm-fixed-price and cost-reimbursable contract M95494-19-C-0020. This modification provides for paid media in support of officer and enlisted recruiting programs and associated services. Work will be performed in Atlanta, Georgia, with an expected completion date of December 2022. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $19,827,405 will be obligated at time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Contracting Office, Arlington, Virginia, is the contracting activity.

Raytheon Co., Tucson, Arizona, is awarded a $9,726,488 cost-plus-fixed-fee modification to previously awarded contract N0002417C5410 to exercise options and incrementally fund existing contract line items for engineering and technical support of Standard Missiles 2 and 6 (SM-2/6). This contract combines purchases for the U.S. government (23%); and the governments of Japan, Germany, Spain, Denmark, South Korea, and Chile (77%) under the Foreign Military Sales (FMS) program. Work will be performed in Tucson, Arizona (82%); Huntsville, Alabama (5%); Joplin, Missouri (5%); Middletown, Connecticut (3%); Andover, Massachusetts (2%),; Westminster, Maryland (1%); and various other locations (each location less than 1%) totaling 2%, and is expected to be completed by February 2025. FMS funds (Japan) in the amount of $3,019,200 (31%); FMS funds (Germany) in the amount of $2,762,038 (28%); fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $1,875,000 (19%); FMS funds (Spain) in the amount of $583,500 (6%); FMS funds (Denmark) in the amount of $485,000 (5%); fiscal 2022 research, development, test and evaluation (Army) funds in the amount of $350,000 (4%); FMS funds (Korea) in the amount of $331,750 (4%); and FMS funds (Chile) in the amount of $320,000 (3%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

CORRECTION: The contract modification to previously awarded contract N00024-18-C-5432, announced May 17, 2022, to Raytheon Missiles & Defense, Tucson, Arizona, for the Over-the-Horizon Weapon System, was inaccurately reported as $102,699,507; the correct value is $99,526,839. Also, work will be performed in Kongsberg, Norway (72%); Tucson, Arizona (12%); Schrobenhausen, Germany (4%); Raufoss, Norway (3%); Hunstville, Arkansas (3%); Louisville, Kentucky (3%); De Soto, Texas (2%); and El Segundo, California (1%), and is expected to be completed by May 2024. Fiscal 2022 weapons procurement (Navy) funds in the amount of $48,781,984 (49%); fiscal 2022 procurement (Marine Corps) funds in the amount of $47,257,547 (47%); fiscal 2022 other procurement (Navy) funds in the amount of $3,305,232 (3%); and fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $182,076 (1%), will be obligated at the time of award and will not expire at the end of the current fiscal year.

AIR FORCE

AECOM, Honolulu, Hawaii (FA5209-22-D-0005); ESC-DPI JV, Tokyo, Japan (FA5209-22-D-0006); EIJV, Chicago, Illinois (FA5209-22-D-007); CDM Smith, Newport News, Virginia (FA5209-22-D-0008); Group 70 International, Honolulu, Hawaii (FA5209-22-D-0009); InSynergy Engineering, Tokyo, Japan (FA5209-22-D-0010); Jacobs Government Services Co., Arlington, Virginia (FA5209-22-D-0011); Pond & Co., Peachtree Corners, Georgia (FA5209-22-D-0012); SSFM International, Honolulu, Hawaii (FA5209-22-D-0013); and Stanley-Setiadi JV, Maite, Guam (FA5209-22-D-0014), have been awarded a $99,000,000 ceiling indefinite-delivery/indefinite-quantity multiple award contract for Architect-Engineer services. This contract provides for Title I Design, Title II Construction Inspection and Title III Other Professional Services for investigations, studies, supervision and travel as required at Yokota Air Base, Japan; Camp Zama, Japan; and Misawa Air Base, Japan. Work is expected to be completed by May 25, 2029. This award is the result of a competitive acquisition and 18 proposals were received. Fiscal 2022 operations and maintenance funds in the amount of $2,000 per basic contract will be obligated at the time of award. The 374th Contracting Squadron, Yokota Air Base, Tokyo, Japan, is the contracting activity.

Perikin Enterprises LLC, Albuquerque, New Mexico, has been awarded a $49,338,203 cost-plus-fixed-fee contract for hypersonic test and evaluation advisory and assistance services (A&AS). This contract provides for technical A&AS for hypersonic test and evaluation requirements for the High Speed Systems Test and Hypersonic Central Test and Evaluation Investment Program portfolios. Work will be performed at Arnold Air Force Base, Tennessee, and is expected to be completed by May 31, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2022 research, development, test and evaluation, Air Force funds in the amount of $1,460,021 are being obligated at the time of award. Air Force Test Center, Arnold Air Force Base, Tennessee, is the contracting activity (FA9101-22-C-B004).

Mercer University Corp., Warner Robins, Georgia, has been awarded a $9,953,493 task order (FA8523-22-F-0015) on basic contract FA8530-20-D-0001 to provide Laboratory Intelligence Validated Emulators Virtual-Constructive closed-loop engineering test and evaluation of newly developed electronic warfare (EW) systems. This order provides integration of gold-standard Intelligence Community threat definitions into the Electronic Warfare and Avionics Integrated Support Facility, where simulations and testing will be conducted to improve operational survivability, reliability and mission success of fielded EW systems in support of airborne U.S. warfighting elements. Work will be performed in Warner Robins, Georgia, and is expected to be completed by Dec. 31, 2024. Fiscal 2022 operations and maintenance funds in the amount of $9,953,493 are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity. (Awarded May 13, 2022)

ARMY

The Haskell Co., Jacksonville, Florida, was awarded a $43,045,122 firm-fixed-price contract to provide a single combined building properly organized for flight operations. Bids were solicited via the internet with three received. Work will be performed in Tyndall Air Force Base, Florida, with an estimated completion date of June 13, 2024. Fiscal 2019 and 2020 military construction, Air Force funds in the amount of $43,045,122 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0011).

Ayall JV LLC,* Denver, Colorado (W912BV-22-D-0012); GRK Bhate JV LLC,* Englewood, Colorado (W912BV-22-D-0013); and Whitetail Environmental LLC,* Jay Oklahoma (W912BV-22-D-0014), will compete for each order of the $15,000,000 firm-fixed-price contract for environmental consulting services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of May 24, 2027. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Puerto Rico Apparel Manufacturing Corp.,* Mayaguez, Puerto Rico, has been awarded a maximum $11,528,347 modification (P00032) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1151) with four one-year option periods for various types of coats and trousers. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is May 29, 2023. 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.

UPDATE: Avfuel Corp., Ann Arbor, Michigan (SPE607-22-D-0062, $28,361,842), has been added to the multiple award contract for fuel support at Santa Maria Public Airport/Captain G. Allan Hancock Field, California, issued against solicitation SPE607-22-R-0200 and awarded May 4, 2022.

WASHINGTON HEADQUARTERS SERVICES

Deloitte & Touche LLP, Arlington Virginia, was awarded a firm-fixed price and time and materials contract (HQ0034-19-F-0238) in the amount of $11,234,303. The total if all options are exercised is $50,255,745. The purpose of this contract is to provide financial improvement and audit readiness and remediation, data reconciliation, audit remediation, and managers’ internal control program to support the Defense Security Cooperation Agency (DSCA). The service goal is to improve DSCA’s existing audit readiness infrastructure by strengthening internal controls and financial management practices; instituting sustainable business processes; implementing Federal Identity Credential and Access Management requirements for existing IT systems; and driving effective change throughout the Security Cooperation community. Work will be performed in Arlington, Virginia. Operations and maintenance funds in the amount of $11,234,303 have been obligated for this action. The expected completion date is Nov. 14, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity. (Awarded May 12, 2022)

*Small business
**Woman-owned small business in historically underutilized business zones