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 Sept. 28, 2022

AIR FORCE

AAR Government Services Inc., Wood Dale, Illinois (FA8609-22-D-B001); Aircraft Technical Development Inc., Van Nuys, California (FA8609-22-D-B002); Aviation Repair Technologies LLC, Blytheville, Arkansas (FA8609-22-D-B003); Rockwell Collins, Inc., Cedar Rapids, Iowa (FA8609-22-D-B004); Davenport Aviation Inc., Columbus, Ohio (FA8609-22-D-B005); Honeywell International Inc., Tempe, Arizona (FA8609-22-D-B006); S&K Logistics Services LLC, Saint Ignatius, Montana (FA8609-22-D-B007); SOI Aviation Inc., Calabasas, California (FA8609-22-D-B008); Source One Spares LLC, Houston, Texas (FA8609-22-D-B009); The Boeing Co., Seattle, Washington (FA8609-22-D-B010); VC Displays Inc., Brooksville, Florida (FA8609-22-D-B011); Velo Aviation LLC, San Diego, California (FA8609-22-D-B012) VSE Aviation Services Inc., Miramar, FL (FA8609-22-D-B013); and Silver Wings Aerospace Inc., Homestead, Florida (FA8609-22-D-B014) have been awarded a multiple award indefinite‐delivery/indefinite‐quantity contract with a ceiling of $1,894,000,000 in support of the KC‐46A Tanker. This contract provides for several initial spare parts to support the United State Air Force and Foreign Military Sales KC-46 fleets. Work will be performed in various locations, and is expected to be completed by October 2027. After the initial/minimum award delivery order, all vendors will compete within the process and procedures of FAR 16.505 for following Fair Opportunity Request for proposals. This award is the result of a competitive acquisition. Air Force Life Cycle Management Center, Wright‐Patterson Air Force Base, Ohio, is the contracting activity.

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $83,338,595 cost-plus-fixed-fee, undefinitized contract logistics support. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 19, 2025. This contract involves 100 percent foreign military sales and is the result of a sole-source acquisition. Foreign military sales funds in the amount of $35,659,176 are being obligated at time of award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8620-22-F-4894). 

L3 Harris Technologies Inc., Rochester, New York, has been awarded a $12,283,898 cost-plus-fixed-fee contract for cloud-based architecture software. This contract provides for the research, design, integrate, test and evaluate in support of improving and demonstrating the utility of modality-independent data standards, as well as the development of an integrated computing environment to aid in the processing, exploitation and dissemination of modality-independent data. Work will be performed in Rochester, New York, and is expected to be complete by Sept. 27, 2024. This award is the result of a competitive acquisition where offers were solicited electronically via an open Broad Agency Announcement and two offers were received. Fiscal 2022 research, development, test and evaluation funds in the amount of $2,120,400 are being obligated at the time of award. Air Force Research Laboratory, Rome New York, is the contracting activity (FA8750-22-C-1521). 

Frontier Technology Inc., Beavercreek, Ohio, was awarded a $12,000,000 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for wargaming and strategic planning support. Work will be performed at WPAFB, Ohio, and is expected to be completed March 2028. This award is the result of a sole source acquisition. Fiscal 2022 research and development funds in the amount of $7,655,000 are being obligated on the first task order at time of award. Air Force Research Laboratory, WPAFB, Ohio, is the contracting activity (FA2396-22-D-0008). 

BAE Systems Information and Electronic Systems Integration, San Diego, California, has been awarded an $8,909,932 cost-plus-fixed-fee contract for artificial intelligence and machine learning analytics platform. This contract provides for the research, analysis, design, development, implementation, testing, deployment, and integration of artificial intelligence and machine learning techniques to demonstrate 3D modeling and training set development services. Work will be performed in San Diego, California, and is expected to be completed by Sept. 29, 2025. This award is the result of a competitive acquisition, offers were solicited electronically via an open Broad Agency Announcement and two offers were received.  Fiscal 2022 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York is the contracting activity (FA8750-22-C-1524).

Blue Ridge Envisioneering, Inc.,* Chantilly, Virginia, was awarded a $7,584,864 cost-plus-fixed-fee contract for Radio Frequency Algorithms For Future Insertion of Electronic Intelligence (RAFIEL).  This contract provides for research on high value-added signal processing algorithms, frameworks, and systems as they apply to electronic intelligence and related signal processing of interest to Air Force Research Laboratory (AFRL) and other affiliated Air Force entities, such as audio and multi-intelligence processing, to enable the detection and prosecution of new and emerging signals, and to explore revolutionary new approaches to solving today’s most challenging signal processing problems that are enabled by revolutionary computing capabilities. Work will be performed in Chantilly, Virginia, and is expected to be completed by Sep. 28, 2026. Fiscal 2022 research, development, test and evaluation funds in the amount of $100,000 are being obligated at time of award.  Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1520). 

ARMY

Forgen-Odin JV, Rocklin, California, was awarded a $308,432,100 firm-fixed-price contract to prepare approximately 15.3 miles of foundation for a 17.3 mile-long embankment dam. Bids were solicited via the internet with three received. Work will be performed in Bella Glade, Florida, with an estimated completion date of May 5, 2028. Fiscal 2022 civil construction funds in the amount of $308,432,100 were obligated at the time of the award. U.S. Army Corps of Engineers, Jacksonville, Florida, is the contracting activity (W912EP-22-C-0017).  
 
Kinley Construction Company, Arlington, Texas (W9128F-22-D-0017); Reliable Contracting Group LLC, Louisville, Kentucky (W9128F-22-D-0018); S&B Infrastructure Ltd, Houston, Texas (W9128F-22-D-0019); APTIM Federal Services LLC, Baton Rouge, Louisiana (W9128F-22-D-0020); and Weston Solutions Inc., West Chester, Pennsylvania (W9128F-22-D-0021), will compete for each order of the $150,000,000 firm-fixed-price contract for design-build work for the Fuels Petroleum, Oil and Lubricants Mandatory Center of Expertise. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Oct. 26, 2026. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity. 
 
American Bridge Company, Coraopolis, Pennsylvania, was awarded a $109,450,000 firm-fixed-price contract for fabrication and installation of ten spillway tainter gates and machinery lifting equipment at Wolf Creek Dam. Bids were solicited via the internet with two received. Work will be performed in Jamestown, Kentucky, with an estimated completion date of Nov. 12, 2029. Fiscal 2022 civil operation and maintenance funds in the amount of $109,450,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-22-C-0009). 
 
A-Vet Roofing & Construction LLC,* Warner Robins, Georgia (W9128F-22-D-0063); DKJR Roofing LLC,* Le Mars, Iowa (W9128F-22-D-0064); Quality Roofers & Gutters Inc.,* Jacksonville, North Carolina (W9128F-22-D-0065); Roofing Resources Inc.,* Kennett Square, Pennsylvania (W9128F-22-D-0066); and Stratton-Straub Joint Venture,* Scottsdale, Arizona (W9128F-22-D-0067), will compete for each order of the $49,000,000 firm-fixed-price contract for design-build and design-bid-build roofing construction. Bids were solicited via the internet with 16 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 28, 2022. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.  
 
MVL USA Inc., Lansing, Michigan, was awarded a $49,000,000 firm-fixed-price contract for sustainment, restoration and modernization for design-build and general construction to support Department of Defense agencies in Georgia, North Carolina and South Carolina regions. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-4000).  
 
Boyer Commercial Construction Inc.,* Columbia, South Carolina, was awarded a $49,000,000 firm-fixed-price contract for sustainment, restoration and modernization for design-build and general construction to support Department of Defense agencies in Georgia, North Carolina and South Carolina regions. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-4001). 
 
Palantir USG Inc., Palo Alto, California, was awarded a $42,917,975 firm-fixed-price contract to conduct research and development services in the area of artificial intelligence and machine learning. Bids were solicited via the internet with 999 received. Work will be performed in Palo Alto, California, with an estimated completion date of Sept. 28, 2023. Fiscal 2023 research, development, test and evaluation, Army funds in the amount of $22,573,580 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QX-22-C-0031). 
 
Stanley Consultants Inc., Muscatine, Iowa, was awarded a $38,609,012 firm-fixed-price contract to conduct an engineering evaluation/cost analysis to support a future non-time-critical removal action for polyfluoroalkyl substances. Bids were solicited via the internet with one received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Sept. 28, 2022. Fiscal 2022 environmental restoration, defense funds in the amount of $38,609,012 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-F-0160). 
 
BAE Systems Land & Armaments L.P., York, Pennsylvania, was awarded a $34,138,318 cost-plus-fixed-fee contract for system technical support and sustainment system technical support to the M88 Family of Vehicles. 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 Sept. 27, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-C-0053). 
 
C&C Contractors LLC,* Notasulga, Alabama, was awarded a $30,000,000 firm-fixed-price contract for sustainment, restoration and modernization for design-build and general construction to support Department of Defense agencies in Georgia, North Carolina and South Carolina regions. Bids were solicited via the internet with 40 received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2027. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-D-4002). 
 
The Boeing Company, Ridley Park, Pennsylvania, was awarded a $29,000,000 firm-fixed-price contract for advanced procurement of long lead items for CH-47F Block 2. 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 Sept. 29, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-F-0407). 
 
GCI-SAC JV LLC,* Jacksonville, Florida, was awarded a $26,994,915 firm-fixed-price contract to repair/replace heating ventilation and air conditioning systems in Buildings 3045 and 3425 at Fort Benning. Bids were solicited via the internet with three received. Work will be performed in Fort Benning, Georgia, with an estimated completion date of Jan. 27, 2025. Fiscal 2022 operation and maintenance, Army funds in the amount of $26,994,915 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4005). 

Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $21,531,000 firm-fixed-price contract for beach re-nourishment. Bids were solicited via the internet with three received. Work will be performed in Cape May, New Jersey, with an estimated completion date of Sept. 27, 2023. Fiscal 2022 civil construction funds in the amount of $21,531,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-C-0042).
 
4KG ACC Construction JV LLC,* Augusta, Georgia, was awarded a $20,275,525 firm-fixed-price contract to repair Barracks H-445 at Fort Bragg. Bids were solicited via the internet with five received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of March 24, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $20,275,525 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4007). 
 
Intercontinental Construction Contracting Inc.,* Passaic, New Jersey, was awarded an $18,729,621 firm-fixed-price contract to repair Building 785 to provide a Defense Health Agency/Medical Command-certified dental clinic. Bids were solicited via the internet with four received. Work will be performed in West Point, New York, with an estimated completion date of June 11, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $18,729,621 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-22-C-0020).  
 
Outside The Box LLC,* Richmond, Virginia, was awarded a $17,736,897 firm-fixed-price contract to convert a building into an information processing center. Bids were solicited via the internet with three received. Work will be performed in Fort Bragg, North Carolina, with an estimated completion date of March 19, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $17,736,897 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4008). 
 
Bristol EDT JV LLC,* Anchorage, Alaska, was awarded a $17,705,648 firm-fixed-price contract to repair excessive moisture conditions and failing systems in Building 633 at Fort Stewart. Bids were solicited via the internet with four received. Work will be performed in Fort Stewart, Georgia, with an estimated completion date of Sept. 17, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $17,705,648 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4001). 
 
Nisou LGC JV II LLC,* Detroit, Michigan, was awarded a $15,976,421 firm-fixed-price contract to revitalize Barracks M-4520 at Fort Bragg. Bids were solicited via the internet with six received. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of Dec. 30, 2023. Fiscal 2010 operation and maintenance, Army funds in the amount of $15,976,421 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4006). 
 
Amentum Services Inc., Germantown, Maryland, was awarded a $13,416,136 hybrid (firm-fixed-price and labor-hours) contract to provide contractor support to management and the supporting workforce for Corpus Christi Army Depot Aircraft and Aircraft Component Production. Bids were solicited via the internet with one received. Work will be performed in Corpus Christi, Texas, with an estimated completion date of Sept. 30, 2025. Fiscal 2022 Army working capital funds in the amount of $13,416,136 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W912NW-22-F-0087). 
 
Talon Construction JV LLC,* Andalusia, Alabama, was awarded an $11,848,085 firm-fixed-price contract to repair and renovate Maxwell Elementary School. Bids were solicited via the internet with five received. Work will be performed at Maxwell Air Force Base, Alabama, with an estimated completion date of Nov. 23, 2023. Fiscal 2010 operation and maintenance, Army funds in the amount of $11,848,085 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-22-C-4000).   
 
Seres-Arcadis SB JV2,* Charleston, South Carolina, was awarded a $10,000,000 firm-fixed-price contract for geo-environmental architect and engineering services. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 27, 2027. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-22-D-0016).  
 
Linfield Hunter & Junius Inc.,* Metairie, Louisiana, was awarded a $9,216,117 firm-fixed-price contract for levee construction. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-F-0192). 
 
Magruder Construction Company Inc., Eolia, Missouri, was awarded a $7,518,200 firm-fixed-price contract to install two pump stations and two relief wells. Bids were solicited via the internet with one received. Work will be performed in Roxanna, Illinois, with an estimated completion date of Dec. 12, 2023. Fiscal 2022 civil construction funds in the amount of $7,518,200 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity (W912P9-22-C-0019). 

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a not-to-exceed $277,919,144 modification (P00007) to a previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm-target undefinitized contract (N0001920C0011).  This modification adds scope for the production and delivery of F-35 spares, to include four Short Takeoff and Vertical Landing spare engines for the U.S. Marine Corps and 20 power modules for the U.S. Air Force. Work will be performed in East Hartford, Connecticut (17%); Indianapolis, Indiana (10%); Middletown, Connecticut (8%); Kent, Washington (7%); North Berwick, Maine (4%); El Cajon, California (3%); Cromwell, Connecticut (3%); Whitehall, Michigan (3%); Portland, Oregon (2%); San Diego, California (2%); South Bend, Indiana (2%); Columbus, Georgia (1%); Hampton, Virginia (1%); Manchester, Connecticut (1%); Cheshire, Connecticut (1%); Elmwood Park, New Jersey (1%); various locations within the Continental United States (27%), and various locations outside the Continental United States (7%), and is expected to be completed in October 2025. Fiscal 2022 aircraft procurement (Air Force) funds in the amount of $171,681,855 and fiscal 2022 aircraft procurement (Navy) funds in the amount of $106,237,289 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.

Delphinus Engineering Inc.,* Eddy Stone, Pennsylvania, (N4215822D0001); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia, (N4215822D0002); and QED Systems Inc.,* Virginia Beach, Virginia (N4215822D0003) are awarded a $70,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of services required to perform a broad range of repairs and alterations, preservation, troubleshooting, maintenance, installation, and removal of hull, mechanical, and electrical equipment and systems aboard U.S. Navy vessels, including submarines. Delphinus Engineering, Inc. is awarded $15,000,000, and if all options are exercised the total value will be $70,000,000. Epsilon Systems Solutions Inc. is awarded $15,000,000, and if all options are exercised the total value will be $70,000,000. QED Systems Inc. is awarded $15,000,000, and if all options are exercised the total value will be $70,000,000. Work will be performed in Portsmouth, Virginia (60%); Norfolk, Virginia (20%); Virginia Beach, Virginia (10%); Charleston, South Carolina (5%), and Kings Bay, Georgia (5%). Work will be completed by September 2023, and if all options are exercised, work will continue until September 2027. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $3,000 will be obligated for the minimum guarantee and will be equally divided among the three contractors, and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with eleven offers received. The Norfolk Naval Shipyard, Portsmouth, Virginia, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a $55,933,414 cost-plus-fixed-fee order (N0001922F2073) against a previously issued basic ordering agreement (N0001919G0008).  This order procures and delivers additional databases, simulated entities, simulated weapons, updates to network standards, and point-to-point connections to improve and sustain F-35 training devices in support of Distributed Mission Training for the United States Navy, Air Force, Marine Corp and non-U.S. Department of Defense (DoD) participants. Work will be performed in Fort Worth, Texas, and is expected to be completed in June 2025. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $1,250,000; fiscal 2022 research, development, test and evaluation (Air Force) funds in the amount of $1,250,000; fiscal 2022 aircraft procurement (Navy) funds in the amount of $7,598,538; fiscal 2022 operations and maintenance (Air Force) funds in the amount of $30,659,618; fiscal 2022 operations and maintenance (Navy) funds in the amount of $672,684;  fiscal 2022 operations and maintenance (Marine Corps) funds in the amount of $672,684 and non-U.S. DoD participant funds in the amount of $5,382,827 will be obligated at time of award, $33,254,986 of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. 

The Boeing Co., St. Louis, Missouri, is awarded a $47,468,000 firm-fixed-price advance acquisition contract for the production and delivery of MQ-25 Stingray low-rate initial production lot 1 for the U.S. Navy. Work will be performed in Torrance, California (36%); McKinney, Texas (19%); St. Louis, Missouri (15%); Longueuil, Quebec, Canada (10%); Palm Bay, Florida (8%); Indianapolis, Indiana (4%); Ajax, Ontario, Canada (3%); Wayne, New Jersey (2%); Burbank, California (1%); Chatsworth, California (1%); and Farmingdale, New York (1%), and is expected to be completed in September 2026. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $47,468,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0048).  

Armag Corp.,* Bardstown, Kentucky, is awarded a $47,250,000 firm-fixed-price indefinite-delivery/indefinite-quantity contract for deployable armories and magazines and associated accessories. Work will be performed in Bardstown, Kentucky, and is expected to be completed by September 2027. The first task order includes Foreign Military Sales to the Commonwealth of the Bahamas under the Foreign Military Sales program. Fiscal 2022 Foreign Military Sales (Bahamas) funds $3,586 will be obligated at time of award and will not expire at the end of the current fiscal year. All other funding will be made available at the task order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with one offer received. The Naval Surface Warfare Center Indian Head Division, Indian Head, Maryland, is the contracting activity (N00174-22-D-0031).

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $30,700,027 firm-fixed-price contract. This contract provides for the production, delivery, and installation of Airborne Electronic Attack Weapons Replacement Assemblies (WRA) 7s and 8s to include: 24 WRA-7 B-Kits, 24 WRA-8 B-Kits, 24 WRA-7 B-Kit Spares and 24 WRA-8 B-Kit Spares, as well as associated engineering, technical, and data support in support of EA-18G aircraft upgrades. Work will be performed in Linthicum, Maryland (92%) and Bethpage, New York (8%), and is expected to be completed in October 2025. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $15,350,013 and fiscal 2021 aircraft procurement (Navy) funds in the amount of $15,350,013 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922C0051).

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, is awarded a $22,130,679 firm-fixed-price modification to previously awarded contract (N00024-17-C-5353) to exercise options for Advanced Off-Board Electronic Warfare System Low Rate Initial Production units. Work will be performed in Syracuse, New York (88%); Lansdale, Pennsylvania (10%); Stratford, Connecticut (1%); and Orlando, Florida (1%), and is expected to be completed by May 2025. Fiscal 2022 other procurement (Navy) funding in the amount of $22,130,679 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, District of Columbia, is the contracting activity. 

Nammo Defense Systems, Inc., Mesa, Arizona, is awarded a $22,000,000 five-year indefinite delivery/indefinite quantity, firm-fixed-priced contract for MK 21 MOD 0 Scalable Offensive Hand Grenades (SOHG), fuses, and testing. Inert and inert cutaway versions of the SOHG will also be procured for training purposes. The contract value is $22,000,000. Fiscal 2022 procurement of ammunition (Navy and Marine Corps) $9,158,672 (86%); Fiscal 2022 defense procurement $1,384,451 (13%), and Fiscal 2022 ammunition procurement (Army) $106,496 (1%) funding will be obligated at time of award and not expire at the end of the current fiscal year. Work will be performed in Vihtavuori, Finland (90%); Mesa, Arizona (10%), and is expected to be completed by October 2028. This contract action was not competitively procured via the System for Award Management website. This is a sole source action in accordance with Defense Federal Acquisition Regulation 6.302-1 — only one responsible source. No other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contracting activity (N0016422DJR85).

Grunley Construction Co., Inc.,,* Rockville, Maryland, is awarded a $21,734,000 firm-fixed-price contract for construction of the Joint Air Defense Operation Center, Joint Base Anacostia-Bolling, Washington, District of Columbia. The work to be performed provides for construction services to complete the Joint Air Defense Operations Center permanent facility. The contract also contains two unexercised options, which if exercised, would increase the cumulative contract value to $22,874,309. Work will be performed in Washington, District of Columbia, and is expected to be completed by October 2023. Fiscal 2018 military construction (Air Force) and fiscal 2022 military construction (Air Force) funds in the amount of $21,734,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment with five proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-22-C-0019).

Argon ST Inc., Fairfax, Virginia, is awarded a $21,002,706 undefinitized contract action, ceiling-priced delivery order (N00383-22-F-ST00) under a previously awarded basic ordering agreement (N00383-22-D-ST01) for the procurement of nine amplifier chassis for the support of operations of the MQ-4C Triton with the first deployment of IFC 4-configured unmanned aircraft system. All work will be performed in Fairfax, Virginia, and is expected to be completed by March 2025. Aircraft procurement (Navy) funds in the full amount of $21,002,706 will be obligated at the time of award, 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.C. 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity. 

L3Harris Technologies Inc., Palm Bay, Florida, is awarded a $20,365,012 long-term, indefinite delivery/indefinite quantity, firm-fixed-priced contract for the repair and overhaul of six items in support of the Integrated Defensive Electronic Countermeasures system used on F/A-18 aircraft. The contract will include a three-year base ordering period with an additional two-year ordering period which if exercised, will bring the total estimated value to $35,583,872. The base ordering period is expected to be completed by September 2025; if the option is exercised, the ordering period will be completed by September 2027. All work will be performed in Clifton, New Jersey. Funds in the amount of $6,873,384 will be issued for delivery order (N00383-22-F-SP00) that will be awarded concurrently with the contract and funds will not expire at the end of the current fiscal year. Individual delivery orders will be funded with appropriate fiscal year working capital (Navy) appropriations at the time of their issuance. One company was solicited for this non-competitive 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-D-SP01).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $17,252,050 cost-plus-fixed-fee order (N0001922F2439) against a previously issued basic ordering agreement (N0001919G0029). This order provides non-recurring engineering in support of incorporating a one-second or less Engine Fuel Firewall Shutoff Valve into the CH-53K aircraft. Work will be performed in Stratford, Connecticut (60%); Hampshire, England (30%); and Patuxent River, Maryland (10%), and is expected to be completed in April 2027. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $17,252,050 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.

North Star Scientific Corp.,* Kapolei, Hawaii, is awarded a $13,390,680 cost-plus-fixed-fee, firm-fixed-price order (N6833522F0214) against a previously issued basic ordering agreement (N6833519G0037). This order is a continuation of providing advanced concept hardware and software products for High Gain Ultra High Frequency Electronically Scanned Antenna effort in support of Small Business Innovation Research Phase III, topic N06-125 entitled “L-Band Solid-State High Power Amplifier (HPA) for Airborne Platforms”. Specifically, this order provides production and delivery of hardware required to assemble the necessary components in preparation for mountain top testing of ultra-high frequency and L/S-band antennas for the E-2D aircraft at the Pacific Missile Range Facility. Work will be performed in Honolulu, Hawaii (52%); Oklahoma City, Oklahoma (33%); Stockton, California (11%); Newark, Delaware (2%); and Farmingdale, New York (2%), and is expected to be completed in September 2024. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $7,347,509 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey is the contracting activity. 

Tyto Government Solutions, LLC of Herndon, Virginia, was awarded a $12,782,205 modification to previously awarded standard, firm fixed price contract (N66001-17-C-0295) for continued delivery and sustainment of cloud based enterprise 911 Routing and Management Services (911-RMS). This modification increases the estimated value of the contract from $38,470,590 to $51,252,795. The enterprise system is currently deployed at most Navy bases within Command Navy Region Southeast, Command Navy Region Southwest, Command Navy Region Northwest, Command Navy Region Mid-Atlantic, Naval District Washington, Command Joint Region Marianas Guam, and Command Navy Region Hawaii. The current period of performance end date is August 2022. The period of performance for this modification is from September 2022 to February 2024. Funds will be obligated at the time of award. The effort will be funded using operations and maintenance (Navy) funding. The Naval Information Warfare Center Pacific is the contracting activity. Awarded on August 31, 2022.

American Rheinmetall Munitions, Inc., Stafford, Virginia, is awarded a $12,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity contract for the MK 24 Mod 0 6-Bang Diversionary Hand Grenade. Work will be performed in Trittau, Germany (92%); Stafford, Virginia (8%), and is expected to be completed by September 2027. Fiscal 2021 defense procurement $11,428 funding will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Crane Division, Crane, Indiana, is the contract activity (N0016422DJR80). 

The Boeing Co., Huntington Beach, California, is awarded an $11,595,326 cost-plus-fixed-fee modification to previously awarded contract (N00024-17-C-6307) to exercise options for engineering support services in support of the Extra Large Unmanned Undersea Vehicle (XLUUV) program. Work will be performed in Huntington Beach, California (55%), East Greenwich, Rhode Island (15%), Herndon, Virginia (15%), Cockeysville, Maryland (10%), and Joplin, Missouri (5%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) in the amount of $1,507,957 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, District of Columbia, is the contracting activity.

Austal USA, Mobile, Alabama, is awarded an $11,581,420 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-17-C-2301) to exercise an option for littoral combat ship (LCS) industrial post-delivery availability support for USS Kingsville (LCS 36). Work will be performed in Mobile, Alabama (90%), and Pittsfield, Massachusetts (10%), and is expected to be completed by March 2024. Fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $2,000,000 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, District of Columbia, is the contracting activity.

Rockwell Collins Inc., a part of Collins Aerospace, Cedar Rapids, Iowa, is awarded an $11,560,698 modification (P00002) to a cost-plus-fixed-fee order (N0001921F0213) against a previously issued basic ordering agreement (N0001919G0031). This modification adds scope to procure one modernized very low frequency high power transmit set production kit, spares, and production support assets in support of E-6B Take Charge And Move Out aircraft. Work will be performed in Richardson, Texas and is expected to be completed in December 2023. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $11,560,698 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 SURVICE Engineering Co.,* Belcamp, Maryland, is awarded an $11,006,520 cost-plus-fixed-fee, firm-fixed-price indefinite-delivery, indefinite-quantity contract. This contract provides research, development, test and evaluation analysis in the areas of air weapons systems survivability, lethality, test and analysis support, Modeling and Simulation (M&S); and M&S verification, validation, and accreditation in support of the U.S Department of Defense. Work will be performed in Belcamp, Maryland and is expected to be completed in September 2027.  No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0030).

Northrop Grumman Marine Systems, Sunnyvale, California, is awarded a $10,771,968 firm-fixed-price contract for the procurement of materials for the Ship’s Service Turbine Generators onboard three Virginia-class submarines. Work will be performed at Sunnyvale, California and is expected to be completed in August 2024. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $10,771,968 will be obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement under authority of 10 U.S. Code 2304(c)(1). The Naval Sea Systems Command, Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Hawaii, is the contracting activity (N32253-22-C-0011).

Valiant Government Services LLC, Hopkinsville Kentucky, is awarded a $9,764,322 indefinite-delivery/indefinite-quantity, fixed price modification to a previously award contract (N62470-17-D-4011). This modification provides for the exercise of option five for base operating support services at the U.S. Naval Support Activity Naples, Italy, and its outlying support sites. The award of this option brings the total cumulative contract value to $53,735,168. Work will be performed in the Province of Campania, Italy, to include Capodichino and Gricignano di Aversa municipalities, and the Lazio province, Gaeta. This option period is from October 1, 2022 to September 30, 2023. No funds will be obligated at time of award. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $8,343,818 for recurring work will be obligated on individual task orders issued during this option period. The Naval Facilities Engineering Systems Command, Europe Africa Central, Naples, Italy is the contracting activity.

Sytronics, Inc.,* Dayton, Ohio, is awarded a $9,617,896 firm-fixed-price contract to provide for the overhaul and installation of two (#19 and #20) LM2500 Engine test cells, to include associated labor, materials, and software in support of depot level functional and performance testing of LM2500 gas generator assemblies and power turbine assemblies. Work will be performed in San Diego, California and is expected to be completed in October 2024. Fiscal 2022 working capital (Navy) funds in the amount of $4,826,000 and fiscal 2021 working capital (Navy) funds in the amount of $5,010,000 will be obligated at the time of award, all of which will expire at the end of the current fiscal year. This contract was competitively procured via a small business set aside; one offer was received. Commander Fleet Readiness Center, Patuxent River, Maryland, is the contracting activity (N6852022C0015).

Gomez Research Associates, Inc.,* Huntsville, Alabama is awarded a $9,533,149 cost plus fixed fee modification to previously awarded contract (N00174-19-C-0021) to exercise option year three for continued support for counter improvised explosive devices and unmanned aerial system technology. Work will be performed in Huntsville, Alabama (60%), Kiev, Ukraine (5%), Belgrade, Serbia (15%), Sofia, Bulgaria (20%), and will continue through September 2024, if all options are exercised. Fiscal 2022 operation and maintenance (Army) in the amount of $6,943,312 (99%), and Fiscal 2022 research, development, test and evaluation (Army) in the amount of $83,000 (1%) will be obligated at time of award and will expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Division (NSWC IHD) Indian Head, Maryland, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded an $8,720,791 cost-plus-fixed-fee, level of effort and cost contract (N65236-22-C-8019) for Submarine Command, Control, Communications, Computers, Combat, and Intelligence (C5I) Engineering, Testing and Engineering Tools Development. The contract is a Phase III Small Business Innovation Research award. The contract includes a base period of one year with four one-year option periods. The option periods, if exercised, would bring the cumulative value of this contract to an estimated $47,611,296. Fiscal 2015, 2017, 2018, and 2019 shipbuilding and conversion (Navy) funds in the amount of $1,050,000 will be obligated at time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Norfolk, Virginia (76%), Groton, Connecticut (14%), and Washington, District of Columbia (10%). Work is expected to be completed by September 2023. If options are exercised, work could continue until September 2027. This contract was procured using other than full and open competition in accordance with 10 U.S.C. 2304(c)(5) and Defense Federal Acquisition Regulation 6.302-5 — authorized or required by statute. Naval Information Warfare Center, Atlantic, Charleston, South Carolina is the contracting activity.

Rafael Advanced Defense Systems, Haifa, Israel, is awarded an $8,530,827 firm-fixed-price contract to procure Toplite electro-optic system upgrade kits. Work will be performed in Haifa, Israel, and is expected to be completed by August 2024. Fiscal 2022 weapons procurement, (Navy) funding in the amount of $8,530,827 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract action was not competitively procured pursuant to 10 U.S. Code 2304(c) (1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center, Crane, Indiana is the contracting activity (N0016422CJQ07).

Northrop Grumman Systems Corp., Rolling Meadows, Illinois is awarded an $8,502,157 cost-plus-fixed-fee modification (P00015) to a previously awarded fixed-price-incentive-firm-target contract (N0001920C0054). This modification adds scope to provide non-recurring engineering for Chimera-X Circuit Card Assembly integration into the AN/APR-39 D(V)2 Radar Warning Receiver system in support of operational advances in assault aircraft survivability equipment for the U.S. Navy. Work will be performed in Rolling Meadows, Illinois and is expected to be completed in September 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $8,000,000 and fiscal 2021 aircraft procurement (Navy) funds in the amount of $502,157 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.

Metson Marine Services, Inc.,* Ventura, California, is awarded an $8,207,932 modification (P00046) to the previously awarded firm-fixed-price contract (N68836-19-C-0002) to exercise Defense Federal Acquisition Regulation 52.217-9 option period four, for port operations support services that include maintenance and repairs of government furnished boats, service craft, and waterfront equipment; oil spill response; industrial marine services; docking regular overhauls; ship movement and fleet liaison support services; berth day support; facility response team services; counter-terrorism support; barrier and gate services; and exclusion buoy inventory in support of Commander, Navy Region Southeast. The contract included a nine-month base period and four one-year option periods. Exercising this option will bring the estimated value of the contract to $38,712,384 and work is expected to be completed by September 2023. Work will be performed in Kings Bay, Georgia (30%); Woodbine, Georgia (28%); Mayport, Florida (18%); Pensacola, Florida (15%); Key West, Florida (4%); Port Canaveral, Florida (3%); Panama City, Florida (1%); and Jacksonville, Florida (1%). Fiscal 2023 operations and maintenance (Navy) funds in the amount of $2,114,173 will be obligated at time of award and funds will not expire at the end of the current fiscal year. The remaining amount of the contract modification will be funded with fiscal 2023 operations and maintenance (Navy) and (United States Coast Guard) funds. The contract modification is issued subject to Defense Federal Acquisition Regulation 52.232-18 - availability of funds, and Defense Federal Acquisition Regulation 252.232-7007 - limitation of government’s obligation, will be incorporated in the contract modification. This contract was competitively procured with the solicitation as a total small business set-aside requirement with five offers received. Naval Supply Systems Command Fleet Logistics Center Jacksonville, Jacksonville, Florida, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Apex-Petroleum, Corp.,* Largo, Maryland, (SPE605-22-D-4010, $164,648,923); Colonial Oil Industries, Inc., Savannah, Georgia, (SPE605-22-D-4009, $84,215,696); BRZ Investment & Consulting, LLC,* Boynton Beach, Florida, (SPE605-22-D-4008, $43,511,410); World Fuel Services, Inc., Miami, Florida, (SPE605-22-D-4007, $43,252,826); Petroleum Traders, Corp.,* Fort Wayne, Indiana, (SPE605-22-D-4006, $41,456,701); 21 Energy, Corp., Miami, Florida, (SPE605-22-D-4005, $18,491,258); Benchmark Biodiesel, Inc.,* Columbus, Ohio, (SPE605-22-D-4003, $15,308,117); Mansfield Oil Co. of Gainesville, Inc., Gainesville, Georgia, (SPE605-22-D-4002, $11,513,212); Fannon Petroleum Services, Inc.,* Gainesville, Virginia, (SPE605-22-D-4011, $9,068,586); Stonewin, LLC,* New York, New York, (SPE605-22-D-4012, $7,929,821) have each been awarded a fixed-price with economic-price-adjustment contract under solicitation SPE605-22-R-0203 for various types of fuel. This was a competitive acquisition with 31 responses received. These are four-year 11-month base contracts with one six-month option period. Locations of performance are Washington, D.C., Delaware, Kentucky, Tennessee and West Virginia, with an Aug. 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps, Coast Guard, Air Force National Guard, Army National Guard, Defense Logistics Agency, Defense Department and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Forest Products Distributors, Inc.,* Rapid City, South Dakota, (SPE8E6-22-D-0041); S&S Forest Products, LLC,* Boerne, Texas, (SPE8E6-22-D-0042); Sylvan Forest Products, Inc.,* Portland, Oregon, (SPE8E6-22-D-0043) and Middle Atlantic Wholesale Lumber, Inc.,* Baltimore, Maryland, (SPE8E6-22-D-0044); are sharing a maximum $43,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SPE8E6-21-R-0002 for all items under the classification of lumber, millwork and plywood. This was a competitive acquisition with seven responses received. These are two-year base contracts with three one-year option periods. The performance completion date is Sept. 27, 2024. Using customers are Army, Navy, Marine Corps, Air Force and Coast Guard. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

ZOLL Medical Corp., Chelmsford, Massachusetts, has been awarded a maximum $16,347,486 firm-fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for dual-aeromedical certified ventilators and accessories. This was a competitive acquisition with one response received. This is a one-year base contract with four one-year option periods. The ordering period end date is Sept. 26, 2023. Using customers are Army, Navy, Air Force, Marine Corps and Department of Health Affairs. Type of appropriation is fiscal 2022 through 2023 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-22-D-0013).

DEFENSE HEALTH AGENCY

Niksoft Systems Corporation, Reston, Virginia, was awarded a $12,533,388 six-month extension to modify contract HT001121C0022 IAW FAR 52.217-8 Option to Extend Services to continue required system/component technical debt analyses to be conducted in support of the Defense Health Agency SDD Systems Engineering Plan. The analyses shall continue to be specific to the assessment areas of data architecture/modeling, business process analysis, solutions architecture, total systems ownership costs analysis, OpenText engineering/architecture, e-signature engineering/architecture, application interface program engineering, Software Applications & Products in Data Processing (SAP) Business Objects universe design, database technology alignment, extract/transfer/load engineering, DevOps engineering, microservices engineering, internet cloud provider engineering/architecture, and cybersecurity architecture. The period of performance of the extension will be Sept. 30, 2022 to March 31, 2023. The place of performance is Falls Church, Virginia. This modification is funded with fiscal year 2022 operation and maintenance funds. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. 

*Small business
**Mandatory source