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 Aug. 4, 2022

NAVY

General Dynamics National Steel and Shipbuilding Co. (NASSCO), San Diego, California, is awarded an $890,000,000 modification to previously awarded contract N00024-16-C-2229 for detail design and construction of fleet replenishment oilers T-AO 211 and 212. Additionally, this contract modification includes an option for the detail design and construction of T-AO 213 which, if exercised would bring the cumulative value of this contract modification to $1,625,000,000. Work will be performed in San Diego, California (58%); Iron Mountain, Michigan (8%); Crozet, Virginia (5%); Beloit, Wisconsin (4%); Mexipali, Mexico (4%); Chula Vista, California (2%); Chesapeake, Virginia (2%); National City, California (1%); Pittsburgh, Pennsylvania (1%); Walpole, Massachusetts (1%); and various other locations less than one percent (14%), and is expected to be completed by June 2027. Fiscal 2022 shipbuilding and conversion (Navy) in the amount of $890,000,000 (100%) 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.

General Dynamics National Steel and Shipbuilding Co. (NASSCO), San Diego, California, is awarded a $535,021,375 modification to previously awarded contract N00024-19-C-2235 for the procurement of detail design and construction of Expeditionary Sea Base (ESB) 8. Work will be performed in San Diego, California (69%); Santa Fe Springs, California (6%); Crozet, Virginia (6%); Mexicali, Mexico (4%); Houston, Texas (3%); National City, California (1%); Aliağa, Turkey (1%); Belle Chasse, Louisiana (1%); Pittsburgh, Pennsylvania (1%); and various other locations, each accounting for less than 1 percent (8%), and is expected to be completed by March 2026. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $535,021,375 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.

Triumph Gear System, Park City, Utah, is awarded a $24,288,000 ceiling-priced, undefinitized contract action for the repair of the pylon conversion actuator used on the V-22 aircraft. All work will be performed in Park City, Utah, and is expected to be completed by August 2023. Fiscal 2022 working capital (Navy) funds will be used and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-F-S800).

Able Heating and Air Conditioning Inc.,* Chula Vista, California, is awarded an $11,693,978 firm-fixed-price task order (N6247322F4862) under previously-awarded contract N62473-19-D-2421 for the design-bid-build repair of the Facility 3006 mess hall high-volume air conditioning system at Marine Corps Mountain Warfare Training Center. Work will be performed in Bridgeport, California, and is expected to be completed by November 2023. Fiscal 2022 operation and maintenance (Marine Corps) funds in the amount of $11,693,978 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 Procurement Integrated Enterprise Environment website, with two offers received. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

General Atomics, San Diego, California, is awarded a $9,632,005 firm-fixed-price order (N0001922F2298) against a previously issued basic ordering agreement (N0001921G0014). This order provides for the stand-up of a depot facility for prioritized depot level repairs and to address component level repair items, to include shipboard (on-equipment) repairs, and overhaul and turn in depot level repairable units (off-equipment) repairs over the lifecycle of the Electromagnetic Aircraft Launch System (EMALS). Work will be performed in San Diego, California, and is expected to be completed in April 2024.  Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $2,798,418; and fiscal 2022 other procurement (Navy) funds in the amount of $34,817 will be obligated at the 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.

The Boeing Co., St. Louis, Missouri, is awarded a $9,204,306 firm-fixed-price modification (P00005) to a previously awarded contract (N0001920C0003). This modification exercises an option to procure 36 Stand-off Land Attack Missile - Expanded Response (SLAMER) data link pod assemblies for the government of Saudi Arabia. Work will be performed in Indianapolis, Indiana (90%); and St. Louis, Missouri (10%), and is expected to be completed in December 2026. Foreign Military Sales customer funds in the amount of $9,204,306 will be obligated at the 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.

DEFENSE LOGISTICS AGENCY

Fujifilm Healthcare Americas Corp., Lexington, Massachusetts, has been awarded a maximum $737,011,943 modification (P00031) exercising the five-year option period of a five-year base contract (SPE2D1-17-D-0040) with one five-year option period for digital imaging network-picture archive communication systems, components, training and maintenance. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Aug. 22, 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.

Crown Clothing Co., Vineland, New Jersey, has been awarded a maximum $12,798,481 modification (P00022) exercising the fourth one-year option period of a one-year base contract (SPE1C1-18-D-1079) with four one-year option periods for men’s dress coats. This is a fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Aug. 8, 2023. Using military service is Marine Corps. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

MISSILE DEFENSE AGENCY

Parson’s Government Services Inc., Centreville, Virginia, is being awarded a competitive cost-plus-fixed-fee, level-of-effort contract with a total value of $104,197,175.  Under this new contract, the contractor will provide support to plan, program, acquire, design, and construct sustainable, environmentally efficient facilities and infrastructure; execute the Missile Defense Agency (MDA) military construction and sustainment, restoration, and modernization programs; and manage the MDA Real Property Program (including lease management). The work will be performed in Ft. Belvoir, Virginia; Clear Space Force Station, Alaska; Ft. Greely, Alaska; Redstone Arsenal, Alabama; and Vandenberg Space Force Base, California.  The performance period is from August 2022 to February 2028. This contract was competitively procured via publication on the SAM.gov website with three proposals received.  Fiscal 2022 research, development, test and evaluation funds in the amount of $1,716,000 are being obligated on this award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-22-C-0005).

ARMY

Ahtna-J.F. Brennan JV,* Irvine, California (W911WN-22-D-0001); Alltech Engineering Group,* St. Paul, Minnesota (W911WN-22-D-0002); G&G Steel Inc.,* Russellville, Alabama (W911WN-22-D-0003); Oceanetics Inc.,* Annapolis, Maryland (W911WN-22-D-0004); and Steward Machine Co. Inc.,* Birmingham, Alabama (W911WN-22-D-00050), will compete for each order of the $90,000,000 firm-fixed-price contract for metal fabrication, refurbishment and installation of products for the Great Lakes and Ohio River Division. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 4, 2027. U.S. Army Corps of Engineers, Pittsburgh, Pennsylvania, is the contracting activity.

Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $30,000,000 firm-fixed-price contract for rental of a 24-inch cutterhead pipeline dredge. 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 Aug. 4, 2022. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-D-0067).

AIR FORCE

Ball Aerospace & Technologies Corp., Fairborn, Ohio, has been awarded a $33,770,042 cost-plus-fixed-fee contract, for Airman readiness medical research and research for enhancing Airman and cognitive health. This contract provides for research, development, and field-testing related to the optimization of the warfighter cognitive and physiologic performance. Work will be performed in Fairborn, Ohio, and is expected to be completed Aug. 4, 2025. This award is the result of a competitive white paper submitted under the Open-Open Broad Agency Announcement FA8650-20-S-6008. Fiscal 2021 research, development, test and evaluation (RDT&E) funds in the amount of $1,048,981; and fiscal 2022 RDT&E funds in the amount of $1,757,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-22-C-6441).

*Small business