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 June 1, 2022

NAVY

Southcoast Welding & Manufacturing Inc., Chula Vista, California (Lot I: N00024-22-D-4472; Lot II: N00024-22-D-4473), is awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a combined ceiling of $1,193,366,062 for complex repair, maintenance and modernization requirements of non-nuclear Navy Surface Combatant (CG, DDG, and AMPHIB) class ships homeported in or visiting San Diego, California, homeport. These efforts consist of Chief of Naval Operations-scheduled docking and non-docking; continuous maintenance; and emergent maintenance availabilities of Surface Combatant class ships to be performed in the San Diego, California, port. Delivery orders will be competitively awarded under these contracts, which are to be performed in San Diego, California. Each of the contracts has an estimated ordering period of five years, which is expected to end in November 2026. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $10,000 was obligated at contract award and will expire at the end of the current fiscal year. Lot I and II contracts were competitively procured using full and open competition with seven offers received via the beta.sam.gov website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

AN41-AAK JV LLC,* Visalia, California (N62478-22-D-4012); DSQ-API JV LLP,* Waialua, Hawaii (N62478-22-D-4013); Hawk-Niking LLC,* Wahiawa, Hawaii (N62478-22-D-4014); Tokunaga-Elite JV LLC,* Pearl City, Hawaii (N62478-22-D-4015); and Warfeather-GM JV LLC,* Coweta, Oklahoma (N62478-22-D-4016), are awarded a combined $98,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build construction contract for work at various Navy, Marine Corps, Air Force, and miscellaneous federal and other facilities within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations. The work to be performed provides for, but is not limited to labor, supervision, tools, materials, and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure. Each awardee will be awarded $3,000 (minimum contract guarantee per awardee) at contract award. These contracts include options, which if exercised, would bring the cumulative value to $98,000,000. Work will be performed the state of Hawaii, and is expected to be completed by May 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $15,000 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) funds and working capital (Navy) funds. This contract was competitively procured via the beta.sam.gov website with nine offers received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.  

AMP United LLC,* Dover, New Hampshire; International Marine and Industrial Applicators LLC, Spanish Fort, Alabama; and Q.E.D. Systems Inc.,* Virginia Beach, Virginia, are awarded a combined $60,595,843 in firm-fixed-price, indefinite-delivery/indefinite-quantity modifications to previously awarded multiple award contracts N42158-21-D-S001, N42158-21-D-S002, and N42158-21-D-S003 to exercise options (Option Year 1 period of performance: June 3, 2022, to June 2, 2023) for the preservation and maintenance of Navy submarines. Typical work under the scope of this multiple award contract effort includes but is not limited to: blasting, preservation, and surface preparation; touch-up, blasting, and painting of high solid coatings and non-high solid coatings; cleaning of sanitary and other tanks; construction of scaffolding required to accomplish taskings; general shipboard cleaning; containment/blast protection; preparation and preservation of dampening tiles; zinc replacement; lead ballast removal and installation; and special hull treatment removal, preparation, preservation, and installation. The contracts have a base one-year ordering period with four additional optional one-year ordering periods which, if exercised, would bring the cumulative value to $248,692,224 over a five-year period to the three vendors combined. Work will be performed in Portsmouth, Virginia (80%); and Kittery, Maine (20%). If all options are exercised, work will continue through June 2026. No funding will be obligated at time of modification. Funding will be obligated at the time of task order award. These contracts were competitively procured via the Federal Business Opportunities website, with three offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

T & C Clearing and Railroad Repair Inc.,* New Bern, North Carolina, is awarded a $15,071,469 indefinite-delivery/indefinite-quantity contract for regional maintenance and repair railroad trackage services at Marine Corps Base Camp Lejeune and Marine Corps Air Station Cherry Point, North Carolina. The work to be performed provides for regional maintenance and repair railroad trackage services that will maintain MCB Camp Lejeune and MCAS Cherry Point railroads. The maximum dollar value including the base period and four option years is $15,071,469. Work will be performed in Jacksonville and Havelock, North Carolina, and is expected to be completed by June 2022.  No funds will be obligated at time of award. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $2,837,657 for recurring work will be obligated on individual task orders issued during the base period. The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-D-0051).

ARMY

Federal Contracting Inc., doing business as Bryan Construction, Colorado Springs, Colorado, was awarded a $65,184,733 firm-fixed-price contract to construct a formal training unit/aircraft maintenance unit facility. Bids were solicited via the internet with five received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Aug. 5, 2024. Fiscal 2020 military construction, Air Force funds in the amount of $65,184,733 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0024).

EFW Inc., Fort Worth, Texas, was awarded a $49,242,325 firm-fixed-price contract to manufacture, produce, inspect, store, stage and ship mortar systems. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of May 28, 2027. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-22-D-0018).

Black and Veatch Special Projects Corp., Overland Park, Kansas (W912GB-22-D-0011); CDM Federal Services Europe JV, Bickenback, Germany (W912GB-22-D-0012); and WSP USA Solutions Inc., Washington, D.C. (W912GB-22-D-0013), will compete for each order of the $49,000,000 firm-fixed-price contract for general architect engineer services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of May 30, 2027. U.S. Army Corps of Engineers, European District, is the contracting activity.

Civil-Military Innovation Institute Inc.,* Morgantown, West Virginia, was awarded a $45,933,265 cost-plus-fixed-fee contract to develop and demonstrate a scalable methodology to inform efforts to develop force modernization requirements. Bids were solicited via the internet with 999 received. Work will be performed in Morgantown, West Virginia, with an estimated completion date of April 27, 2025. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $13,226,785 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-22-C-0009).

General Dynamics Ordnance and Tactical Systems, Garland, Texas, was awarded a $14,374,852 modification (P00008) to contract W52P1J-18-C-0052 for bomb bodies to support the Air Force and Navy. Work will be performed in Garland, Texas, with an estimated completion date of Dec. 31, 2023. Fiscal 2020 and 2021 aircraft procurement, Air Force funds in the amount of $14,374,852 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

L3 Aviation Products Inc., Grand Rapids, Michigan, has been awarded a maximum $20,687,085 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for flight display units. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no options periods. The ordering period end date is June 1, 2027. Using military service is Army. Type of appropriation is fiscal 2022 through 2027 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-22-D-0011).

DEFENSE HEALTH AGENCY

United Concordia Companies Inc., Harrisburg, Pennsylvania, was awarded a sole-source contract modification (HT9402-16-D-0001 P00051) of $11,054,658 for the TRICARE Dental Program (TDP16). This modification was to correct the dollar amount in the original award made in April 2022. The TDP offers worldwide coverage for dental services to eligible family members of the uniformed service active duty personnel, National Guard or Reserve members while not on active duty and their eligible family members, and to members of the Selected Reserve and Individual Ready Reserve and their eligible family members. The TDP geographic area of coverage for the continental U.S. includes the 50 United States; Washington, D.C.; Puerto Rico; Guam; and the Virgin Islands. Outside the continental U.S., the service area includes all other countries, island masses, and territorial waters. The period of performance is May 1, 2022, to Oct. 31, 2024. The Defense Health Agency Managed Care Contracting Division, Aurora, Colorado, is the contracting activity. (Awarded May 17, 2022)

*Small business