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 2, 2022

NAVY

Hawaii Harbors Constructors JV, Aiea, Hawaii (N62478-22-D-4006); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-22-D-4007); Manson Construction Co., Seattle, Washington (N62478-22-D-4008); Nan Inc., Honolulu, Hawaii (N62478-22-D-4009); Nova Group Inc., Napa, California (N62478-22-D-4010); and The Dutra Group, San Rafael, California (N62478-22-D-4011), are awarded a combined $995,000,000 indefinite delivery/indefinite quantity, design-build/design-bid build, multiple award construction contract for new construction, repair, alteration and related demolition of existing infrastructure based on design-build, or design-bid-build for infrastructure within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations. Each awardee will be awarded $25,000 (minimum contract guarantee per awardee) at contract award. The maximum dollar value including the base period and four option years for all six contracts combined is $995,000,000. Work will be performed in Hawaii (95%); and Wake Island (5%) and is expected to be completed by June 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $150,000 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 beta.sam.gov website with 10 offers received. NAVFAC Hawaii, Pearl Harbor, Hawaii, is the contracting activity. 

C4 Planning Solutions LLC, Blythe, Georgia, is awarded a $236,685,372 indefinite-delivery/indefinite-quantity, single award contract for the procurement of services to support Tactical Systems Support 3 (TSS-3). The TSS-3 contract will be used to issue task orders to provide professional engineering support services to provide U.S. forces worldwide with continuous support of fielded tactical command, control, communications, computers and intelligence (C4I) programs of record to ensure that Marines can successfully set up and operate fielded C4I tactical systems. This five-year contract includes five one-year option periods which, if exercised, would bring the overall potential of this contract to an estimated $249,000,000. Work will be performed at Camp Pendleton, California (58%); Okinawa, Japan (18%); Camp Lejeune, North Carolina (10%); Stuttgart, Germany (6%); Pentagon/Navy Yard, Washington, D.C. (5%); Naval Support Activity Bahrain (2%); and New Orleans, Louisiana (1%). The period of performance for the base award is from June 23, 2022, through March 6, 2027. If all options are exercised, the period of performance would extend through March 6, 2032. No funds will be obligated at time of award. Fiscal 2022 funds will be obligated as task orders, and issued using operations and maintenance (Marine Corps and Navy); and research, development, test and evaluation funds (Marine Corps and Navy). This contract was competitively provided via a request for proposal (M68909-22-R-7602) published on the beta.sam.gov website. Three offers were received. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity. 

Cardno GS Inc., Charlottesville, Virginia, is awarded a $30,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity architect-engineering (A-E) contract for encroachment management implementation and mission readiness, sustainment, and compatibility A-E services within the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations (AO). 
The work to be performed provides for, but is not limited to, land use planning, air installation compatible use zones studies, range air installation compatible use zones studies, encroachment action plans, encroachment control plans, strategic engagement and communication plans, outreach planning materials and electronic databases. The maximum dollar value, including the base period and option period, is $30,000,000. Work will be performed at various Navy and Marine Corps installations in the NAVFAC AO to include California (87%); Arizona (5%); Nevada (5%); Colorado (1%); New Mexico (1%); and Utah (1%), and is expected to be completed by June 1, 2027. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award, and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website with five offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-22-D-1203).

Harper Construction Co., Inc., San Diego, California, is awarded a $29,009,186 firm-fixed-price task order (N6247322F4596) under previously awarded multiple award construction contract N62473-19-D-1237 for repair of Aviation Supply Building 7209 at Marine Corps Air Station Miramar, California. The work to be performed provides for the demolition, hazardous material abatement and disposal, paving and site improvements, structural/seismic retrofitting, architectural work (provide new fire-rated office spaces, renovate spaces, upgrades for safe egress), mechanical work (provide new cooling and heating systems, new exhaust fans and systems, new ventilation), plumbing (upgrades, correct safety deficiencies, replace water service), fire/life safety, and electrical work. Work will be performed in San Diego, California, and is expected to be completed by February 2025. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $29,009,186 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 Southwest, San Diego, California, is the contracting activity. 

Vigor Marine LLC, Portland, Oregon, is awarded an $18,763,600 firm-fixed-price contract (N3220522C2051) for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of Military Sealift Command’s fleet replenishment oiler USNS Guadalupe (T-AO 200). This contract includes a base period and four options which, if exercised, would bring the cumulative value of this contract to $20,633,559. Work will be performed in Portland, Oregon, beginning Aug. 1, 2022, and is expected to be completed by Oct. 14, 2022. Working capital funds (Navy) in the amount of $18,763,600 are obligated for fiscal 2022 and will not expire at the end of the fiscal year. This contract was full and open competition with proposals solicited via the Government Point of Entry website and one offer received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $12,348,580 firm-fixed-price modification (P00003) to an order (N0001921F0315) against a previously issued basic ordering agreement (N0001921G0008). This modification exercises an option to provide continued unmanned aircraft systems intelligence, surveillance, and reconnaissance data collection support services for the Department of Defense, other government agencies, and domestic and overseas contingency operations.  Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in June 2023. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $12,348,580 will be obligated at time of award, all of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

WASHINGTON HEADQUARTERS SERVICES

John Hopkins University Applied Physics Laboratory, Laurel, Maryland (HQ033419D0006), has been awarded a $637,564,048 modification to an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to provide support to the Office of the Secretary of Defense to establish and maintain essential engineering, research, development, test and evaluation, and analytic capabilities using operational knowledge of the national defense, intelligence, and security environments. These services and capabilities are essential to a variety of critical Department of Defense programs that are managed by various components and offices internal and external to the Office of the Secretary of Defense, the Executive and Legislative Branch, and the Intelligence Community. The work will be performed in contractor facilities in Alexandria, Virginia; Laurel, Maryland; and at U.S. government facilities within the National Capital Region. This action increases the contract ceiling from $873,000,000, to $1,510,564,048. The estimated contract completion date is March 25, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

AIR FORCE

Valiant Global Defense Services Inc., San Diego, California, has been awarded a $255,000,000 indefinite-delivery/indefinite-quantity contract for F-16 International Aircraft Maintenance and Pilot Differences Training. This contract consists of 100 percent Foreign Military Sales (FMS) and provides training to deliver an operational capability to partner-nation air forces at both continental U.S. and international locations. Work is expected to be completed by June 1, 2032. This award is the result of a competitive acquisition and one proposal was received. FMS administrative surcharge funds in the amount of $2,500 are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-22-D-0005).

MISSILE DEFENSE AGENCY

Northrop Grumman Systems Corp., McLean, Virginia (HQ0852-22-D-0001); and Owl Cyber Defense Solutions LLC, Columbia Maryland (HQ0852-22-D-0002), are being awarded competitive multiple-award, indefinite-delivery/indefinite-quantity firm-fixed price and cost-reimbursement contracts with a five-year ordering period ending on June 2, 2027.  The ceiling value is $249,130,000 and will be shared across all contract awardees.  Each awardee will be provided a fair opportunity to be considered for each order unless an exception applies. The Missile Defense Agency (MDA) is the implementing agency for Foreign Military Sales (FMS) Cross Domain Solutions (CDS) for the Department of Defense.  MDA is the lead organization for FMS CDS development, testing, and implementation.  The FMS CDS is a means of information assurance that will provide the ability to manually or automatically access or transfer information between two or more differing security domains.  These contracts were competitively procured via publication on the SAM.gov website.  FMS funds will be used to fund subsequent task and delivery orders.  MDA has received FMS CDS cases with Qatar and Morocco for a FMS CDS solution. An amount of $10,000 will be obligated on two delivery orders ($5,000 each) for a contract kick off meeting to meet the contract minimum order requirement.  The MDA, Huntsville, Alabama, is the contracting activity.

ARMY

Skookum Educational Programs, Bremerton, Washington, was awarded a $78,469,402 firm-fixed-price contract to maintain operability of facilities and equipment through robust preventative maintenance at Fort Riley. Bids were solicited via the internet with one received. Work will be performed at Fort Riley, Kansas, with an estimated completion date of June 21, 2027. Fiscal 2022 operation and maintenance, Army funds in the amount of $3,963,312 were obligated at the time of the award. U.S. Army Corps of Engineers' Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0004).

Cadence Contract Services LLC,* South Jordan, Utah, was awarded a $22,000,000 firm-fixed-price contract to support the Directorate of Public Works at Fort Drum, New York. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2027. U.S. Army 419th Contracting Support Brigade, Fort Drum, New York, is the contracting activity (W911S2-22-D-8001).

DEFENSE LOGISTICS AGENCY

DFA Dairy Brands Fluid LLC, doing business as PET Dairy, High Point, North Carolina, has been awarded a maximum $7,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh milk and dairy support. This was a competitive acquisition with one response received. This is a three-year contract with no option periods. The ordering period end date is July 5, 2025. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-22-D-V013).

UPDATE: McClellan Jet Services LLC, McClellan, California (SPE607-22-D-0076, $91,481,741), has been added to the multiple award contract for fuel support at McClellan Airfield, California, issued against solicitation SPE607-22-R-0200 and awarded May 4, 2022.

CORRECTION: The contract announced on May 31, 2022, for MJL Enterprises LLC,** Virginia Beach, Virginia (SPE2D1-22-D-0011) for $31,491,105 was announced with an incorrect award date. The correct award date is June 1, 2022.

*Small business
**Service-disabled veteran-owned small business