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 22, 2022

DEFENSE LOGISTICS AGENCY

American Material Handling Inc., Watkinsville, Georgia, has been awarded a maximum $433,000,000 fixed-price with economic-price-adjustment, indefinite-delivery requirements type contract for material handling equipment. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE8EC-21-R-0001) and awardees will compete for a portion of the maximum dollar value. The ordering period end date is July 24, 2027. Using military services are Army, Navy and Marine Corps. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EC-22-D-0010).

ScImage Inc., Los Altos, California, has been awarded a maximum $387,041,028 modification (P00018) exercising the five-year option period of a five-year base contract (SPE2D1-17-D-0037) with one five-year option period for digital imaging network-picture archive communication systems, components, training, maintenance service and incidental services. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is July 30, 2027. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $11,223,540 firm-fixed-price, indefinite-delivery/indefinite-quantity letter contract for poly/wool green cloth. 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 an 18-month contract with no option periods. The ordering period end date is Jan. 21, 2024. Using military service is Marine Corps. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-1565).

ARMY

Kiewit Infrastructure West Co., Vancouver, Washington, was awarded a $309,735,000 firm-fixed-price contract to extend a runway. Bids were solicited via the internet with three received. Work will be performed in Elmendorf, Alaska, with an estimated completion date of Aug. 14, 2025. Fiscal 2022 military construction, defense-wide funds in the amount of $69,125,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Anchorage, Alaska, is the contracting activity (W911KB-22-C-0012).

Guyco Inc., Lampasas, Texas, was awarded a $74,939,500 firm-fixed-price contract to renovate barracks. Bids were solicited via the internet with three received. Work will be performed in Killeen, Texas, with an estimated completion date of Oct. 8, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $74,939,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity (W9126G-22-C-0010).

Bay West LLC,* St. Paul, Minnesota (W912DQ-22-D-3017); Cape Environmental Management Inc.,* Norcross, Georgia (W912DQ-22-D-3018); ECC Environmental LLC,* Burlingame, California (W912DQ-22-D-3019); HydroGeoLogic Inc.,* Reston, Virginia (W912DQ-22-D-3020); Kemron/Arrowhead JV LLC,* Atlanta, Georgia (W912DQ-22-D-3021); LATA-CTI Environmental Services LLC,* Albuquerque, New Mexico (W912DQ-22-D-3022); SA Environmental Services LLC,* Niagara Falls, New York (W912DQ-22-D-3023); ATI Inc., Columbia,* Maryland (W912DQ-22-D-3024); EA Engineering, Science, and Technology Inc. PBC,* Hunt Valley, Maryland (W912DQ-22-D-3025); Engineering/Remediation Resources Group Inc.,* Martinez, California (W912DQ-22-D-3026); and TechLaw Consultants Inc., doing business as TLI Solutions,* Chantilly, Virginia (W912DQ-22-D-3027), will compete for each order of the $60,000,000 order-dependent contract for environmental remediation services. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of July 28, 2027. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity.

Conti Federal Services LLC, Orlando, Florida, was awarded a $49,686,478 firm-fixed-price contract to demolish buildings and construct facilities totaling 103,700 square feet. Bids were solicited via the internet with four received. Work will be performed at Hurlburt Field, Florida, with an estimated completion date of Jan. 7, 2025. Fiscal 2018, 2020 and 2021 military construction, defense-wide funds in the amount of $49,686,478 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0026).

Northrop Grumman Systems Corp., Plymouth, Minnesota, was awarded a $16,124,532 modification (P00001) to contract W52P1J-22-C-0024 for 120 mm tank-training ammunition. Work will be performed in Plymouth, Minnesota, with an estimated completion date of Sept. 30, 2026. Fiscal 2020, 2021 and 2022 procurement of ammunition, Army funds in the amount of $16,124,532 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $15,097,741 modification (P00001) to contract W52P1J-22-C-0023 for 120 mm tank-training ammunition. Work will be performed in St. Petersburg, Florida, with an estimated completion date of Sept. 30, 2026. Fiscal 2021 and 2022 procurement of ammunition, Army funds in the amount of $15,097,741 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

AV Inc., Simi Valley, California, was awarded an $11,240,581 modification (P00002) to contract W58RGZ-22-C-0023 for RQ-20B Puma 3 AE systems. Work will be performed in Simi Valley, California, with an estimated completion date of July 31, 2023. Fiscal 2021 overseas contingency operations, defense funds in the amount of $11,240,581 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Weston Solutions Inc., Albuquerque, New Mexico, was awarded an $8,392,139 modification (P00004) to contract W912DY-20-F-0475 to provide all required maintenance and minor/emergency repairs for petroleum facilities and systems. Work will be performed in Albuquerque, New Mexico; Charleston, South Carolina; Hanahan, South Carolina; Cape Canaveral, Florida; Charlotte, North Carolina; Brunswick, Georgia; Goose Creek, South Carolina; Jacksonville, Florida; Valdosta, Georgia; Eastover, South Carolina; Cocoa Beach, Florida; Warner Robins, Georgia; Savannah, Georgia; Sumter, South Carolina; Goldsboro, North Carolina; New London, North Carolina; and Marietta, Georgia, with an estimated completion date of Aug. 13, 2023. Fiscal 2022 revolving funds in the amount of $8,392,139 were obligated at the time of the award. U.S. Army Corps of Engineers, Huntsville, Alabama, is the contracting activity.

NAVY

Austal USA LLC, Mobile, Alabama, is awarded a $156,171,650 fixed-price incentive (firm target) modification to previously awarded contract N00024-21-C-2209 to exercise options for construction of two additional towing, salvage and rescue ships (T-ATS 13 and 14). This contract was originally awarded for the detail design and construction of T-ATS 11-15. The option for T-ATS 12 was exercised in 2021. These additional two options being exercised allow for the first four ships of the planned five ships. This contract includes options for associated support efforts related to the ship design and construction for special studies, engineering and industrial services, provisioned items orders, and pilot house mock-up. Work will be performed in Mobile, Alabama (54%); Chesapeake, Virginia (20%); Jacksonville, Florida (6%); Boca Raton, Florida (4%); and other suppliers representing less than 1% of contract value (16%). Work is expected to be complete in January 2026. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $156,171,650 will be obligated at time of award and will not expire at the end of the current fiscal year. This is a sole source contract. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

J&J and ALMS Mission Support Solutions LLC*, Anchorage, Alaska, is awarded a $27,856,781 single award, indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at Naval Air Station Pensacola and outlying areas, Saufley Field, Corry Station, and Bronson Field, Florida. The work to be performed provides for BOS services to include port operations, facility management, facility investment, pavement clearance, utilities management, electrical, natural gas, wastewater, steam, water, chiller, base support vehicles and equipment, environmental, and other related services. The contract also contains seven unexercised options, which if exercised would increase cumulative contract value to $221,159,194. Work will be performed in Pensacola, Florida, and is expected to be completed by March 2024. Fiscal 2023 Defense Health Program; fiscal 2023 operation and maintenance, Navy (O&M, N); fiscal 2023 O&M, Marine Corps; fiscal 2023 family housing O&M, N; fiscal 2023 O&M, Air Force; fiscal 2023 O&M, Army Reserve; and fiscal 2023 operations and support, Coast Guard, Homeland Security, contract funds in the amount of $21,058,265 for recurring work will be obligated on individual task orders issued during the base period. No funds will be obligated at time of award. This contract was competitively procured via the Contract Opportunities SAM.gov website with eight proposals received. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-22-D-0043).

Raytheon Missile and Defense, Tucson, Arizona, is awarded a $17,514,310 cost-plus-fixed-fee modification (P00013) to a previously awarded contract (N0001920C0071).  This modification adds scope to procure 40 learn to build AIM-9X Systems Improvement Program (SIP) III configured guidance units (GUs), and associated nonrecurring tooling and test equipment to support build and checkout of the SIP III GUs in a production factory environment for the Navy and Air Force. Work will be performed in Tucson, Arizona (52%); North Logan, Utah (10.9%); Saint Albans, Vermont (9.3%); Linthicum Heights, Maryland (5.8%); Murrieta, California (5.72%); Goleta, California (2.53%); Heilbronn, Germany (2.2%); Ann Arbor, Michigan (1.95%); Minneapolis, Minnesota (1.95%); Anaheim, California (1.62%); San Diego, California (1.37%); Midland, Canada (1.22%); and various locations within the continental U.S. (3.44%), and is expected to be completed in July 2024. Fiscal 2022 weapons procurement (Navy) funds in the amount of $8,149,730; and fiscal 2021 missile procurement (Air Force) funds in the amount of $8,149,730 will be obligated at time of award, none of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

EMR Inc.*, Niceville, Florida, is awarded a $12,129,900 firm-fixed-price task order (N6945022F0661) under a multiple award construction contract for storm damage repairs to Buildings 4149 and 646 at Naval Air Station Pensacola, Florida, as part of Hurricane Sally Recovery Package 7A. The work to be performed provides for repairs to the buildings to include roof and exterior envelope repairs and interior damage repairs including, but not limited to, fire alarm system, heating, ventilation and air conditioning (HVAC) system, lighting and electrical distribution, ceilings, walls and flooring. Works also includes replacement of doors and windows on the east and west side of Building 646, replacement of HVAC on the east side of Building 646, suspended ceiling demolition, and fire alarm system repairs. The base bid plus Options 1 and 2 will be exercised at time of award. Work will be performed in Pensacola, Florida, and is expected to be completed by July 2024. Fiscal 2022 operation and maintenance, Air Force contract funds in the amount of $12,129,900 are obligated on this 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 Southeast, Jacksonville, Florida, is the contracting activity (N69450-22-D-0025).

Bath Iron Works (BIW), Bath, Maine (N00024-22-C-2318); and Huntington Ingalls Inc., Ingalls Shipbuilding (Ingalls), Pascagoula, Mississippi (N00024-22-C-2319), are being awarded cost-plus-award-fee, cost-plus-fixed-fee, and firm-fixed-price contracts for shipbuilder engineering and design analysis in order to produce design products in support of the Guided Missile Destroyer (DDG(X)) preliminary design and contract design. The specific contract award amounts for these requirements is considered source-selection sensitive information (see 41 U.S. Code 2101, et seq., Federal Acquisition Regulation (FAR) 2.101 and FAR 3.104) and will not be made public at this time. BIW work will be performed in Bath/Brunswick, Maine (99%); and Washington, D.C. (1%), and is expected to be completed by July 2023. Ingalls work will be performed in Pascagoula, Mississippi (84%); Avondale, Louisiana (12%); and Newport News, Virginia (4%), and is expected to be completed by July 2023. If all options are exercised, work will continue through July 2028 for each respective contract. Fiscal 2022 research, development, test and evaluation funds will be obligated at time of award for each contract, and will not expire at the end of the current fiscal year. These contracts were not competitively procured and are awarded without full and open competition per 10 U.S. Code 2304(c)(3), Industrial Mobilization; Engineering, Development, or Research Capability; or Expert Services. The Naval Sea Systems Command Headquarters, Washington, D.C., is the contracting activity (N00024-22-C-2319).

AIR FORCE

Sallyport Global Holdings, Reston, Virginia, has been awarded a not-to-exceed $127,000,000 cost-plus-fixed-fee undefinitized contract action to provide base operations support, base life support, and security services in the support of the Iraq F-16 program. Work will be performed at Martyr Brigadier General Ali Flaih Air Base, Iraq, and is expected to be completed by Jan. 30, 2023. This contract was the result of a sole-source acquisition and involves Foreign Military Sales to Iraq.  Foreign Military Sales and Foreign Military Financing Loan Repayable funds in the amount of $62,230,000 are obligated at the time of the award.  Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting Activity (FA8630-22-C-6006).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, has been awarded a $88,241,950 firm-fixed-price modification (P00067) to contract FA8615-17-C-6047 for Air Force F-16 aircraft Active Electronically Scanned Array radars. This modification is for the exercise of options to include 31 production radars, as well as associated spares. Work will be performed in Linthicum Heights, Maryland, and is expected to be completed July 31, 2025. The total cumulative face value of the contract is $1,217,979,978. Fiscal 2020 aircraft procurement funds in the amount of $2,034,480; fiscal 2021 aircraft procurement funds in the amount of $2,034,480; and fiscal 2022 aircraft procurement funds in the amount of $84,172,990.00 are being obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8615-17-C-6047 P00067).

Redhorse Corp., San Diego, California, has been awarded a $32,711,285 firm-fixed-price contract for an innovative methodology for Enhanced Reliability Centered Maintenance/Long Range Supply Forecast for the Air Force. Work will be performed in Rosslyn, Virginia, and s expected to be complete by July 21, 2023. Fiscal 2022 operations and maintenance funds in the amount of $8,486,784 are being obligated at the time of award. Eight solicitations were mailed and eight offers were received. Air Force Life Cycle Management Center Rapid Sustainment Office, Wright-Patterson Air Force Base, Dayton, Ohio, is the contracting activity (FA868422CB008).

Raytheon Co., Raytheon Intelligence & Space Intelligence, Information, and Services, Dulles, Virginia, has been awarded a $28,867,448 modification (P00158) to previously awarded contract FA8730-17-F-0136 to extend the support services of the long-term modification and sustainment contract for a base  period of four months. The contract modification is for an extension of services to support the current air operations center weapon system for up to a 12 months. Work will be performed in Langley Virginia, and is expected to be completed by the second quarter of fiscal year 2023. Total cumulative face value of the contract is $86,115,494, inclusive of options. Air Force Life Cycle Management Center, Kessel Run Detachment 12, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-17-F-0136).

Sikorsky Aircraft Corp., Stratford, Connecticut, has been awarded a $25,000,000, cost-plus-fixed-fee, firm-fixed-price modification (PZ0173) to previously awarded contract FA8629-14-C-2403 for post DD250 production manufacturing requirements on the Combat Rescue Helicopter System, including torque requirements on the rotor blades to be completed between nine and 11 hours of flight.  Work will be performed in Stratford, Connecticut, and is expected to be completed by June 2026.  Fiscal 2021 and 2022 aircraft procurement funds are obligated at the time of award. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio is the contracting activity (FA8629-14-C-2403).

Bennett Sheet Metal, Sparta, Georgia (FA8501-22-D-0008); CYE Enterprises Inc., Jacksonville, Florida (FA8501-22-D-0009); and Maloof Weathertight Solutions LLC, Warner Robins, Georgia (FA8501-22-D-0010), have been awarded a $9,000,000 multi-award, indefinite-delivery/indefinite-quantity contract. This contract supports site preparation, demolition, repair, replacement and minor construction necessary to provide adequacy to the exteriors of facilities, warehouses and hangars at Robins Air Force Base, Georgia. Work will be performed at Robins AFB, Georgia, and is expected to be completed by July 21, 2027. This award is the result of a competitive acquisition and seven offers were received. The minimum obligated amount of $2,000 each will be obligated at the time of award. Air Force Sustainment Center Operational Contracting, Robins AFB, Georgia, is the contracting activity.

*Small business