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 July 7, 2022

ARMY

Accent Controls Inc., Kansas City, Missouri (W56HZV-22-D-ER01); ACE Electronics Defense Systems LLC, Aberdeen Providing Ground, Maryland (W56HZV-22-D-ER02); Akima Support Operations LLC, Herndon, Virginia (W56HZV-22-D-ER03); Amentum Services Inc., Germantown, Maryland (W56HZV-22-D-ER04); KBR Services LLC, Fulton, Maryland (W56HZV-22-D-ER05); ManTech Advanced Systems International Inc., Herndon, Virginia (W56HZV-22-D-ER06); Oshkosh Defense LLC, Oshkosh, Wisconsin (W56HZV-22-D-ER07); PD Systems Inc., Springfield, Virginia (W56HZV-22-D-ER08); Ricardo Defense Inc., Troy, Michigan (W56HZV-22-D-ER09); Serco Inc., Herndon, Virginia (W56HZV-22-D-ER10); Strategic Resources Inc., McLean, Virginia (W56HZV-22-D-ER11); Technica LLC, Charleston, South Carolina (W56HZV-22-D-ER12); VSE Corp., Alexandria, Virginia (W56HZV-22-D-ER13); DUCOM Inc.,* Silver Spring, Maryland (W56HZV-22-D-ER14); Bigelow Family Holdings LLC, doing business as Mettle Ops,* Sterling Heights, Michigan (W56HZV-22-D-ER15); MTP Drivetrain Services LLC,* Many, Louisiana (W56HZV-22-D-ER16); Sirco Correctional Services,* Susanville, California (W56HZV-22-D-ER17); Solution One Industries Inc.,* Killeen, Texas (W56HZV-22-D-ER18); Vanquish Worldwide LLC,* Knoxville, Tennessee (W56HZV-22-D-ER19); WS3, LLC, doing business as Waltonen Engineering Inc.,* Warren, Michigan (W56HZV-22-D-ER20); and Yulista Aviation Inc., Huntsville, Alabama (W56HZV-22-D-ER21), will compete for each order of the $910,000,000 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for repair and overhaul support services required to keep machines, systems and vehicles in functioning working order. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $280,112,700 firm-fixed-price contract to procure trophy kits for the M1A2 SEPv2 and M1A2 SEPv3 Abrams Family of Vehicles. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 7, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0074).

AeroClave LLC,* Maitland, Florida, was awarded a $26,976,657 modification (P00026) to contract W911QY-19-F-0062 to procure four complete Joint Biological Agent Decontamination Systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2029. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

Camenzind Dutra JV LLC,* Palo Alto, California, was awarded a $7,754,400 firm-fixed-price contract for maintenance dredging of the San Rafael Creek. Bids were solicited via the internet with two received. Work will be performed in San Rafael, California, with an estimated completion date of Nov. 30, 2022. Fiscal 2022 civil construction funds in the amount of $7,754,400 were obligated at the time of the award. U.S. Army Corps of Engineers, San Francisco, California, is the contracting activity (W912P7-22-C-0010).

AIR FORCE

Kipper Tool Co., Gainesville, Georgia, has been awarded a $187,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for airfield damage repair materials. This contract provides updated capabilities to rapidly recover damaged airfield pavements. Work will be performed in Gainesville, Georgia, and is expected to be completed by July 6, 2027. This award is the result of a competitive acquisition and five offers were received. The 772nd Enterprise Sourcing Squadron, Tyndall Air Force Base, Florida, is the contracting activity (FA8051-22-D-0001).

NAVY

L3Harris Technologies Inc., Northampton, Massachusetts, is awarded a $53,427,751 cost-plus-incentive-fee modification, cost-plus-fixed-fee, and firm fixed modification to previously awarded contract N00024-20-C-6249 for the procurement of production hardware and engineering services in support of new construction and in-service class submarines. This contract includes system production and associated components in support of all new-construction and in-service class submarines. Work will be performed in Northampton, Massachusetts (85%); and Manassas, Virginia (15%), and is expected to be completed by May 2025. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $36,839,163 (69%); fiscal 2022 other procurement (Navy) funds in the amount of $15,388,811 (29%); and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $1,199,777 (2%) 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.

GW Management Services,* Rockville, Maryland (N40080-20-D-0022); Biscayne Contractors Inc.,* Alexandria, Virginia (N40080-20-D-0023); Tuckman-Barbee Construction Co. Inc.,* Upper Marlboro, Maryland (N40080-20-D-0024); C.E.R. Inc.,* Baltimore, Maryland (N40080-20-D-0025), Belt Built-CFM JV,* Crofton, Maryland (N40080-20-D-20026), EGI HSU JV LLC,* Rockville, Maryland (N40080-21-D-0027); Desbuild EGMS JV LLC,* Hyattsville, Maryland (N40080-21-D-0028); and Tidewater Inc.,* Elkridge, Maryland (N40080-21-D-0029), are awarded a combined $48,000,000 firm-fixed-price modification under a multiple award construction contract. This modification provides for the exercise of Option 1 for construction projects located with the Naval Facilities Engineering Systems Command (NAVFAC) Washington Integrated Process Team (IPT) Blue area of operations (AO). The total cumulative contract amount after exercise of these option will be $96,000,000. Work will be performed in the NAVFAC Washington IPT Blue AO, but not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option period is from July 2022 to July 2023. No task orders are being issued at this time. No funds will be obligated at the time of award. Funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2022 and 2023 military construction (Navy); and operation and maintenance (Navy) funds. NAVFAC Washington, Washington, D.C., is the contracting activity.

Wiley Wilson Burns & McDonnell JV,* Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price modification under an indefinite-delivery/indefinite-quantity contract N40080-20-D-0018. This modification provides for the exercise of Option 2 for miscellaneous architect-engineering services for the general and administrative facilities at various locations in the Naval Facilities Engineering Systems Command (NAVFAC) Washington’s area of operations (AO). The total contract amount after exercise of this option will be $45,000,000.  Work will be performed at various administrative facilities within the NAVFAC Washington AO, including but not limited to, Maryland (35%); Virginia (35%); and Washington, D.C. (30%). The option period is from July 2022 to July 2023. No task orders are being issued at this time. No funds will be obligated at time of award, and funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2022 military construction (Navy); and operation and maintenance (Navy) funds.  NAVFAC Washington, Washington, D.C., is the contracting activity.

Leidos Inc., Reston, Virginia, is awarded an $11,970,130 cost-plus-incentive-fee contract for the design of the Medium Unmanned Undersea Vehicle. This contract includes options which, if exercised, would bring the cumulative value of this contract to $358,486,444. Work will be performed in Lynnwood, Washington (70%); Arlington, Virginia (10%); Newport, Rhode Island (10%); Long Beach, Mississippi (5%); and San Diego, California (5%), and is expected to be completed by June 2023. If all options are exercised, work will continue through June 2032. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $7,084,895 (59%); and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $4,885,235 (41%) will be obligated at time of award, of which $7,084,895 will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov website, with four offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-6303).

Cardno-Amec Foster Wheeler JV, Charlottesville, Virginia, is awarded an $11,590,699 firm-fixed-price task order N6247322F4429 for BUILDER Sustainment Management System implementation at Marine Corps Base Hawaii, Hawaii; MCB Camp Smedley D. Butler, Japan; Marine Corps Air Station Iwakuni, Japan; and Marine Corps Installation Camp Mujuk, South Korea. Work will be performed in Hawaii, Japan, and South Korea, and is expected to be completed by October 2023. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $11,590,699 will be obligated at time of award, and will expire at the end of the current fiscal year. This contract was not competitively procured via the sam.gov website in accordance with Federal Acquisition Regulation 16.505. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-0615).

DEFENSE FINANCE AND ACCOUNTING SERVICE

CACI Inc. - Federal, Chantilly, Virginia, is being awarded a labor-hour contract option with a maximum value of $12,864,384 for Comptroller Mission Systems support for the Office of the Under Secretary of Defense (Comptroller). This modification exercises the remaining 11 months of Option Year 2 with a period of performance of July 16, 2022, through June 15, 2023. The first month of the period of performance, June 16, 2022, through July 15, 2022, was incrementally funded at $1,072,032, and this action funds the balance of the option period. The modification brings the total cumulative face value of the contract to $36,219,225 from $24,426,873. Work will be performed in Chantilly, Virginia, with an expected completion date of June 15, 2023. Fiscal 2022 Office of the Undersecretary of Defense (Comptroller) defense-wide operations and maintenance funds in the amount of $11,792,352 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-20-F-0099).

*Small business