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. 29, 2022

NAVY

DPR-RQ Construction, LLC, Carlsbad, California (N62473-22-D-1403); Gilbane Federal JV, Concord, California (N62473-22-D-1404); Hensel Phelps Construction Co., Irvine, California (N62473-22-D-1406); Kiewit Building Group Inc., Springfield, Virginia (N62473-22-D-1406); The Robins & Morton Group, Birmingham, Alabama (N62473-22-D-1407); StructSure Projects, Inc., Kansas City, Missouri (N62473-22-D-1408); and Walsh Construction Group, LLC, Chicago, Illinois (N62473-22-D-1409) are awarded a combined $1,000,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for new construction and repair and renovation of medical treatment facility projects at various government installations located in California, Arizona, Nevada, Hawaii, Utah, Colorado, and New Mexico. The work to be performed provides for but is not limited to hospitals, ambulatory care centers, medical and dental clinics, and medical research laboratories. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. These contracts include options which, if exercised, would bring the cumulative value to $1,000,000,000 over an eight-year period to the seven vendors combined. Work will be performed in the states of California (87%), Arizona (5%), Nevada (3%), Hawaii (2%), Utah (1%), Colorado (1%), and New Mexico (1%), and is expected to be completed by September 2030. Fiscal 2022 operation and maintenance (Navy) funding in the amount of $35,000 will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the System for Award Management website, with 14 offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Fort Worth, Texas, is awarded a not-to-exceed $152,329,105 fixed-price-incentive-firm-target, cost-plus-fixed-fee undefinitized indefinite-delivery/indefinite-quantity contract. This contract provides for the production of the F-35 Logistics Information Systems to include Autonomic Logistics Information System and Operational Data Integrated Network (ODIN), and Mission Planning Environment (MPE) hardware, as well as associated contract management, planning and readiness reviews and non-recurring introduction to service activities necessary to field the F-35 ODIN, MPE, and components of any future ODIN and MPE retrofits for the F-35A, F-35B and F-35C aircraft. Work will be performed in Orlando, Florida (95%) and Fort Worth, Texas (5%), and is expected to be completed in December 2024. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 USC 2304(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001922D0004).

Innovative Mechanical Contractors LLC, * Westminster, Maryland, is awarded a $50,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for general construction project tasks in support of Naval Research and Development Establishment (NRDE) commands in the National Capital Region. The work to be performed provides for new work, additions, alterations, maintenance, and repairs that will service NRDE commands. Work will be performed in Maryland (50%), Washington, District of Columbia (30%), and Virginia (20%), and is expected to be completed by July 2027. An initial task order is awarded at $2,000 to meet the minimum contract guarantee. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $2,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with 14 proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-22-D-1119).

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $49,046,788 firm-fixed-price modification to previously awarded contract (N00024-21-C-5406) for the procurement of four MK-15 Close-In Weapon Systems (CIWS) Block 0 to Block 1B Baseline 2 Upgrade and Conversion and related equipment for the Republic of Korea. Work will be performed in Louisville, Kentucky (19%); Williston, Vermont (14%); Tucson, Arizona (11%); Tempe, Arizona (8%); Andover, Massachusetts (4%); Mason, Ohio ( 4%); Melbourne, Florida (3%); Joplin, Missouri (2%); Hauppauge, New York (2%); Grand Rapids, Michigan (2%); Dayton, Ohio (1%); Anaheim, California (1%); Palo Alto, California (1%); Norcross, Georgia (1%); Phoenix, Arizona (1%), and various locations with less than 1% each (total 26%). Work is expected to be completed by May 2025. Foreign military sales (Korea) funding in the amount of $49,046,788 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.

Hornbeck Offshore Operators, LLC, of Covington, Louisiana, is awarded a $42,433,338 modification for the fixed-price portion of a previously awarded firm-fixed-price contract to exercise a one-year option period (P00103) for the operation and maintenance of four modified off-shore supply vessels USNS Arrowhead (T-AGSE 4), USNS Eagleview (T-AGSE 3), USNS Westwind (T-AGSE 2), and USNS Black Powder (T-AGSE 1) for continued service as support vessels in support of U.S. Navy operations. The contract includes a 215-day base period, nine one-year option periods and one, 150-day option period. Work for this option period will be performed at sea, worldwide, and is expected to be completed by September 30, 2023. This contract includes nine 12-month option periods and one 150-day option period, which, if exercised, would bring the cumulative value of this contract to $355,345,374. Working capital (Navy) funds in the amount of $42,433,338 are obligated for fiscal 2023, and will not expire at the end of the fiscal year. This contract was issued on a basis of other than full and open competition in support of the statute under provisions of 10 U.S.C 2304(c)(1), as implemented by Defense Federal Acquisition Regulation 6.302-1 — only one responsible source and no other supplies or services will satisfy agency requirements. The U. S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N6238715C2507).

TST Tactical Defense Solutions, Inc., doing business as Tidewater Development Services, * Virginia Beach, Virginia, is awarded a $39,771,508 firm-fixed price, indefinite-delivery/indefinite-quantity contract for roofing repair or replacement at various government sites in the Greater Hampton Roads area of operations. The work to be performed provides for, but is not limited to, locating and isolating roof leakage points and water infiltration, removal, repair and replacement of roofing systems. The maximum dollar value, including the base period and all option periods, is $39,771,508. Work will be performed in Norfolk, Portsmouth, Oceana, Little Creek, and Yorktown, Virginia. The term of the contract is not-to-exceed 60 months with an expected completion date of September 2027. A task order is awarded in the amount of $5,000 to fulfill the minimum guarantee. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $5,000 are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via the System for Award Management website, with three proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-22-D-0082).

Raytheon Missiles & Defense, Tucson, Arizona, is awarded a $35,991,238 firm-fixed-price modification to previously awarded contract (N00024-21-C-5408) for test and evaluation equipment in support of the fiscal year 2021-2023 Evolved Seasparrow Missile (ESSM) Block 2 full rate production requirements. Work will be performed in Toronto, Canada (23%); Colorado Springs, Colorado (19%); Tucson, Arizona (11%); San Diego, California (8%); Edinburgh, Australia (7%); Ottobrunn, Germany (5%); Grenaa, Denmark (5%); San Jose, California (5%); Hengelo Ov, Netherlands (5%); Eight Mile Plains, Brisbane, Australia (3%); Wallingford, Connecticut (2%); Gilbert, Arizona (2%); Phoenix, Arizona (2%); North Reading, Massachusetts (2%); and Clearwater, Florida (1%). Work is expected to be completed by March 2025. Fiscal 2022 weapons procurement (Navy) funds in the amount of $35,991,238 (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, District of Columbia, is the contracting activity.

Global Pacific Design Builders, LLC, * Hagatna, Guam, is awarded a $33,184,524 firm-fixed-price contract for construction of the Guam Army National Guard Readiness Center, Guam. The work to be performed provides for the design and construction of a facility to support the training, administrative, and logistical requirements of the Guam Army National Guard. The contract also contains five unexercised options, which if exercised, would increase the cumulative contract value to $38,194,012. Work will be performed in Barrigada, Guam, and is expected to be completed by February 2025. Fiscal 2022 military construction (Army National Guard) funds in the amount of $33,184,524 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website with one proposal received. The Naval Facilities Engineering Systems Command, Marianas, Asan, Guam, is the contracting activity (N40192-22-C-2012). 

Lockheed Martin Corp., Owego, New York, is awarded a $30,561,485 cost-plus-fixed-fee modification (P00024) to a previously awarded contract (N0001918C1066). This modification adds scope to provide for the design and development of the Advanced Digital Receiver/Processor (ADRP) upgrade to the existing E-2D AN/ALQ-217 Electronic Support Measures Receiver/Processor, as well as the integration of the ADRP equipment with the Mission Computer and Display system to provide for the form, fit, function replacement for the Advanced Hawkeye aircraft. Work will be performed in Owego, New York and is expected to be completed in September 2024. Fiscal 2022 aircraft procurement (Navy) funds in the amount of $30,561,485 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.

Northrop Grumman Systems Corp. - Marine Systems of Sunnyvale, California is awarded a $30,159,374 cost-plus-incentive-fee contract modification (P00018) to a previously awarded and announced contract (N00030-21-C-1010) to provide fiscal 2023 ongoing support of the Trident II (D5) deployed Submersible Ship Ballistic Missile Nuclear and the Submarine Ship Guided Nuclear Underwater Launcher Systems. Northrop Grumman Systems Corp. - Marine Systems will provide technical engineering support and integration for Trident II (D5), and Submarine Ship Guided Nuclear Attack Weapon System. Work will be performed in Sunnyvale, California (52%); Bangor, Washington (18 %), Kings Bay, Georgia (14 %), Rocket Center, West Virginia (7%), Cape Canaveral, Florida (4%), St. Charles, Missouri (3%); and Camarillo, California (2%). Work is expected to be completed by September 30, 2023. Subject to availability of funding, fiscal 2023 operations and maintenance (Navy) funds in the amount of $30,159,374 will be obligated at time of award. Funds will expire at the end of the fiscal 2023. This contract was a sole-source acquisition in accordance with the authority of 10 U.S.C. 2304(c)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $26,439,433 firm-fixed-price task order (N6945022F0906) under a multiple award construction contract (N69450-22-D-0013) for the construction of a fire crash rescue station at Naval Weapons Station, Joint Base Charleston, South Carolina. The contract contains two unexercised options, which, if exercised, would increase the cumulative task order value to $26,760,502. Work will be performed in Charleston, South Carolina, and is expected to be completed by March 2025. Fiscal 2022 military construction (Air Force) funds in the amount of $26,439,433 are obligated on this award and will not expire at the end of the current fiscal year. Seven proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Sauer Construction, LLC, Jacksonville, Florida, is awarded a $25,740,000 firm-fixed-price task order (N6945022F0899) under a multiple award construction contract (N69450-21-D-0061) to construct a flight line support facility at Naval Weapons Station, Joint Base Charleston, South Carolina. The work to be performed provides for the design and construction of a new logistical center for the assembly and maintenance of readiness spare packages. The contract also contains two unexercised options, which, if exercised, would increase the cumulative task order value to $27,075,000. Work will be performed in Charleston, South Carolina, and is expected to be completed by September 2024. Fiscal 2022 military construction (Air Force) funds in the amount of $25,740,000 are obligated on this award and will not expire at the end of the current fiscal year. Eight proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

Oceaneering International, Inc. Marine Services Division, Chesapeake, Virginia, is awarded a $24,116,495 cost-plus-fixed-fee and cost-only modification to previously awarded contract (N00024-18-C-6413) to establish and exercise options for U.S. Navy configuration changes, maintenance and repair. Work will be performed in Chesapeake, Virginia and is expected to be completed by September 2023. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $3,096,000 (37%); fiscal 2020 other procurement (Navy) funds in the amount of $2,059,491 (24%); fiscal 2022 procurement (Navy) funds in the amount of $2,000,000 (24%); fiscal 2021 other procurement (Navy) funds in the amount of $1,171,195 (14%); and fiscal 2022 research, development, and test and evaluation (Navy) funds in the amount of $100,000 (1%) will be obligated at time of award. Funds in the amount of $5,155,491 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Environmental Chemical Corp., Burlingame, California, is awarded a $24,096,210 firm-fixed-price task order (N6274222F4033) for runway repairs at Basa Air Base, Republic of the Philippines. The work to be performed provides for repair of the existing asphalt runway. The maximum dollar value is $24,096,210. Work will be performed in the Republic of the Philippines, and is expected to be completed by August 2023. Fiscal 2022 operation and maintenance (Air Force) funds in the amount of $24,096,210 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 global contingency construction multiple award contract with one proposal received. The Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62470-19-D-8025).  

Oshkosh Defense LLC, of Oshkosh, Wisconsin, is awarded a $23,709,168 hybrid firm-fixed-price, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for the procurement of Remotely Operated Ground Unit for Expeditionary Fires (ROGUE-Fires) carriers for use in the Navy/Marine Expeditionary Ship Interdiction System (NMESIS). NMESIS is a land-based missile launcher platform that provides the Marine Corps High Mobility Artillery Rocket System battalions and operating forces with anti-ship capabilities. NMESIS integrates a Naval Strike Missile (NSM) launcher unit, capable of launching two NSMs, onto a ROGUE-Fires carrier. Work will be performed in Alexandria, Virginia (18%); Gaithersburg, Maryland (15%); and Oshkosh, Wisconsin (67%). Work is expected to be completed in November 2023. Fiscal 2022 research, development, test and evaluation (Marine Corps) funds in the amount of $15,989,908 will be obligated and will not expire at the end of the current fiscal year. This action is a follow-on production contract in accordance with 10 U.S. Code § 4022(f). Marine Corps Systems Command, Program Manager Long Range Fires, Quantico, Virginia, is the contracting activity (M67854-22-D-1002).

Raytheon Co., Largo, Florida, is awarded a $22,167,152 cost-plus-fixed-fee, cost-plus-incentive-fee, and cost-only modification to previously awarded contract (N00024-19-C-5200) for design agent and engineering support for the Cooperative Engagement Capability program. Work will be performed in Saint Petersburg, Florida (60%), Largo, Florida (30%), and San Diego, California (10%), and is expected to be completed by September 2023. Fiscal 2022 research, development, test and evaluation (Navy) in the amount of $6,770,000 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.  

Duke Energy Progress, Raleigh, North Carolina, is awarded a $22,053,189 firm-fixed-price task order (N4008522F9953) for the design and construction of the Camp Johnson microgrid and implementation of energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina. The work to be performed includes the implementation of a microgrid that provides generation to support the full load of Camp Johnson and integration into the Camp Lejeune high voltage supervisory controls and data acquisition system, and implementation of cost-effective energy conservation measures. Work will be performed in Camp Lejeune, North Carolina, and is expected to be completed by March 2025. Fiscal 2018 military construction (DoD) funds in the amount of $12,927,189 are obligated on this award and will expire at the end of the current fiscal year; and fiscal 2019 military construction (DoD) funds in the amount of $7,881,922 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (GS-00P-14-BSD-1055).

HDR Engineering, Inc., Honolulu, Hawaii, is awarded a $22,001,484 firm-fixed-price task order (N6247822F4464) under basic contract (N62478-18-D-5027) for architecture-engineering services at Red Hill Water Treatment Facility, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The work to be performed provides for preparation of a design-bid-build construction package consisting of full plans, specifications, detailed cost estimate, and other services. Work will be performed at JBPHH, Hawaii, and is expected to be completed by June 2027. Fiscal 2022 military construction (Navy) and fiscal 2022 military construction (Marine Corps) funds in the amount of $22,001,484 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Hawaii, JBPHH, Hawaii, is the contracting activity (N62478-18-D-5027).

Rolls Royce Corp., Indianapolis, Indiana is awarded a $20,459,412 firm-fixed-priced delivery order (N00383-22-F-Z50J) under previously awarded basic ordering agreement (N00383-22-D-ST01) for the procurement of four spare AE 2100D3 engines used on the KC-130J aircraft. All work will be performed in Indianapolis, Indiana and work is expected to be completed by March 2024. Aircraft procurement (Navy) funds in the full amount of $20,459,412 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 pursuant to the authority set forth in 10 U.S.C. 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

Peter Vander Werff Construction, Inc., * El Cajon, California, is awarded a $19,903,000 firm-fixed-price task order (N6247322F5121) under a multiple award construction contract for construction at Point Mugu, California. The work to be performed provides for the renovation and expansion of a research laboratory facility Building PM735. Work will be performed in Ventura County, California, and is expected to be completed by January 2025. The maximum dollar value is $19,903,000. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $19,903,000 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website with four offers received. The Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-20-D-1125).

Armtec Countermeasures Co., Coachella, California is awarded a $19,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to manufacture of six different chaff cartridges. This contract includes a one-year ordering period with no options. All work will be performed in Lillington, North Carolina and ordering is expected to be completed by September 2023. This effort involves foreign military sales: Qatar (49%); Turkey (5%); procurement of ammunition (Air Force) funds (36%); and procurement (DoD) funds (10%) in the amount $2,609,643 will be issued for delivery order (N00104-22-F-ZZ01) that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. This was a fully competitive requirement, with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-22-D-ZZ01).

Northrop Grumman Systems Corp., Linthicum Heights, Maryland, is awarded a $16,245,258 cost-plus-fixed fee and cost-only contract for Surface Electronic Warfare Improvement Program Block 3 Electronic Attack systems design agent engineering support. This contract includes options which, if exercised, would bring the cumulative value of this contract to $83,485,496. Work will be performed in Baltimore, Maryland and is expected to be completed by August 2023. If all options are exercised, work will continue through August 2027. Fiscal 2021 other procurement (Navy) funds in the amount of $2,006,407 (52%), and fiscal 2022 operations and maintenance (Navy) funds in the amount of $1,859,552 (48%) will be obligated at time of award, of which $1,859,552will 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 type of property or services will satisfy the needs of the agency. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-22-C-5520).

Martin-Baker Aircraft Co. Ltd., Uxbridge, United Kingdom, is awarded a $16,175,940 firm-fixed-price contract for the manufacture of 1,225 explosive cartridges kits and 1,786 each of different explosive cartridges used in the Martin-Baker US16E ejection seat in F-35 aircraft for the Joint Strike Fighter program. The contract does not contain a provision for an option quantity. All work will be performed in Uxbridge, United Kingdom, and work is expected to be completed by October 2025. The total value of $16,175,940 will be obligated at the time of award. This effort involves funding under the Foreign Military Sales program. Funding sources include fiscal 2022 operation and maintenance (Air Force) funds (29%); fiscal 2022 operation and maintenance (International Partner Funding) funds (21%); fiscal 2022 procurement (Air Force) funds (13%); fiscal 2022 operation and maintenance (Marine Corps) funds (13%); fiscal 2022 procurement (Marine Corps) funds (5%); fiscal 2022 procurement (Navy) funds (4%); and fiscal 2022 operation and maintenance (Navy) funds (4%); Japan (4%); Israel (3%); Korea (2%); Belgium (1%); and Poland (1%). Funds will expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S.C. 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-22-C-K070).

Raytheon Co., Marlborough, Massachusetts, is awarded a $16,002,092 firm-fixed-price modification to previously awarded contract (N00024-22-C-5500) for sustainment material and support for the AN/SPY-6(V) family of radars. Work will be performed in San Diego, California (38%); Scottsdale, Arizona (38%); Andover, Massachusetts (19%); Chesapeake, Virginia (5%), and is expected to be completed by September 2023. Fiscal 2022 operations and maintenance (Navy) $12,841,916 (80%), fiscal 2016 shipbuilding and conversion (Navy) funds $3,008,257 (19%), fiscal 2017 shipbuilding and conversion (Navy) $151,919 (1%) funding will be obligated at the time of award, of which, $12,841,916 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Design West Technologies, Inc., * Tustin, California, is awarded a $15,949,902 firm-fixed-price contract for the manufacture, assembly, test and delivery of the Motor Control Panel and associated components in support of the MK-41 Vertical Launch System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $132,386,790. This contract combines purchases for the U.S. Navy (95.11%) and the governments of Australia (1.77%), Germany (0.83%), Spain (0.81%), Finland (0.76%) and Korea (0.72%) under the Foreign Military Sales (FMS) program. Work will be performed in Tustin, California, and is expected to be completed by September 2023. If all options are exercised, work will continue through September 2027. Fiscal 2022 shipbuilding and conversion (Navy) $8,564,402 (53.70%); fiscal 2022 research, development, test and evaluation (Navy) $3,252,114 (20.39%); FMS Germany $1,101,193 (6.90%); FMS Spain $1,068,425 (6.70%); FMS Finland $1,010,731 (6.34%); and FMS Korea $953,037 (5.98%) funding will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website, with two offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N6339422C0008).

Tidewater, Inc., * Elkridge, Maryland, is awarded a $14,621,354 firm-fixed-price task order for construction at Building 210, Washington Navy Yard, District of Columbia. The work to be performed provides for construction services to renovate the first, second, and mezzanine floors of Building 210. The task order also contains three unexercised options, which if exercised, would increase the cumulative task order value to $15,665,334. Work will be performed in Washington, District of Columbia, and is expected to be completed by February 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $14,621,354 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, Washington, Washington, District of Columbia, is the contracting activity (N40080-21-D-0029). 

TOTE Services, Inc., of Jacksonville, Florida (N3220518C3101) is awarded a $12,583,408 modification under a previously awarded firm fixed-price contract (N3220518C3101) to exercise a one-year option period (P00043) for the operation and maintenance of the Sea-Based X-Band Radar Platform (SBX-1). The vessel is operated for the Missile Defense Agency to provide limited test support services and is a contingency component of the Ground Based Mid-Course Defense element of the Ballistic Missile Defense System for the U.S. Strategic Command. The vessel may also be used for other government missions as directed or placed in a reduced operating status. Work will be performed in the Pacific Ocean operating area, and is expected to be completed by September 30, 2023. This contract includes one 12-month base period, four 12-month option periods, and a six-month option under Defense Federal Acquisition Regulation 52.217-8, which, if exercised, would bring the cumulative value of this contract to $77,887,294. Working capital (Navy) funds in the amount of $12,583,408 are obligated for fiscal 2023, and will not expire at the end of the fiscal year. The U.S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity.

BVI Corp., Seattle, Washington, is awarded a $12,400,000 firm-fixed-price contract (N00024-22-C-2214) for used vessel, Research Vessel (R/V) Petrel. The requirements under this contract cover the acquisition of the used vessel R/V Petrel and spares. Work is expected to be completed by September 2022. Fiscal 2022 other procurement (Navy) funds in the amount of $12,400,000 will be obligated at time of award. 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. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Northrop Grumman Systems Corp., Aerospace Systems, Melbourne, Florida, is awarded a $10,371,224 modification (P00013) to a cost-plus-fixed-fee, level of effort order (N0001920F5008) against a previously issued basic ordering agreement (N0001920G0005). This modification exercises options to provide aircrew, flight test engineering, instrumentation, aircraft technicians and test management personnel to support E-2 Integrated Test Team operations in executing advanced development experimentation flights and developmental testing in support of future Delta System/Software Configuration builds. Work will be performed in Patuxent River, Maryland (89%); Melbourne, Florida (5%); Liverpool, New York (5%); and Menlo Park, California (1%), and is expected to be completed in September 2023. Fiscal 2022 research, development, test and evaluation funds in the amount of $2,130,259 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.

Sealift Inc. of Delaware, Oyster Bay, New York (N3220520C6173), is awarded a $10,220,000 option (P00020) under a previously awarded firm-fixed-price contract to fund the third, one-year option period. This modification exercises the second, one-year option period of this contract for one U.S. flagged, U.S. Army ammunition prepositioning vessel M/V LTC John U. D. Page (T-AK 4543) for the transportation and prepositioning of cargo for military readiness. The previously awarded contract includes a seven-month base period with four one-year option periods and one four-month option period, which if exercised, would bring the cumulative value of this contract to $53,103,000. Work will be performed worldwide and is expected to be completed by September 30, 2023. Working capital (Transportation) funds in the amount of $10,220,000 for option three will be provided for fiscal 2023. This option is exercised subject to the availability of funds in accordance with Defense Federal Acquisition Regulation 52.232-18 — availability of funds. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website with two offers received. The U.S. Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C6173).

Sauer Construction, LLC, Jacksonville, Florida, is awarded a $10,034,000 firm-fixed-price modification to a previously awarded task order (N6945022F0843) placed against multiple award construction contract (N69450-21-D-0061). The modification provides for the exercise of additional demolition, construction, and repair work associated with storm damage at Naval Air Station Pensacola, Florida. This award brings the total cumulative face value of the contract to $73,855,000. Work will be performed in Pensacola, Florida, and is expected to be completed by September 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $10,034,000 are obligated on this award and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity.

U.S. Marine Management, Inc. of Norfolk, Virginia (N3220517C3000) is awarded an $8,886,440 modification (P00188) for the fixed price portion of a previously awarded contract to fund the operation and maintenance of five USNS Bob Hope-class surge large, medium-speed roll-on/roll-off vessels. This modification awards the six-month option period. Contract 52.217-8 option is exercised in the amount of $8,886,440. This contract includes a 12-month base period, four 12-month option periods and a six-month option under Defense Federal Acquisition Regulation 52.217-8. The ships will continue to support Military Sealift Command’s worldwide prepositioning requirements. Work will be performed at sea worldwide with the base contract beginning on October 1, 2017. Work is expected to be completed, if all options are exercised, by March 31, 2023. Working capital (Navy) and (Transportation) funds in the amount of $1,162,402 (Navy) and $7,724,038 (Transportation) totaling $8,886,439.80 are obligated for fiscal 2023, covering the 6-month option period’s daily operating hire and will not expire at the end of the current fiscal year. The United States Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220517C3000).

Northrop Grumman Systems Corp., San Diego, California, is awarded an $8,600,000 cost-plus-fixed-fee order (N0001922F0984) against a previously issued basic ordering agreement (N0001920G0005). This order provides for engineering data analysis and model correlation of MQ-4C test flight data in support of efforts to enable fleet flight clearance for the MQ-4C Triton to transition through icing conditions. Work will be performed in Rancho Bernardo, California (99.24%) and Indianapolis, Indiana (0.76%), and is expected to be completed in July 2024. Foreign cooperative project funds in the amount of $8,600,000 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.

JJLL, LLC, Austin Texas, is awarded a $7,817,547 cost-plus-incentive-fee contract for Philippines operations support service, Republic of the Philippines. The work to be performed provides for facilities and logistics support in management and administration, command and staff, public safety, airfield facilities/air terminal, ordnance, supply and material management services, morale, welfare and recreation support, galley, billeting management, facility support, utilities, base support vehicles and equipment, and environmental. The maximum dollar value is $7,817,547. Work will be performed in Manila and Zamboanga, Philippines and may include foreign locations within the South East Asia, North East Asia, and Oceania regions, and is expected to be completed by March 2023. Fiscal 2023 operation and maintenance (Special Forces) funds in the amount of $7,000,000 are being obligated at time of award and will expire at the end of fiscal 2023. This contract was issued as a sole source procurement under the authority of 10 United States Code 3204(b)(B) as implemented by Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) —  only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-22-C-3590).

AECOM Technical Services, Inc., Los Angeles, California, is awarded a $7,520,610 cost-plus-award-fee modification to a previously awarded task order (N6274222F0106) placed against contract (N62742-17-D-1800). This modification provides for additional groundwater modeling in support of environmental technical services to address petroleum contamination at the Red Hill Bulk Fuel Storage Facility, Joint Base Pearl Harbor-Hickam, Hawaii. This award brings the total cumulative face value of the contract to $67,491,997. Work will be performed in Oahu, Hawaii, and is expected to be completed by June 2024. Fiscal 2022 Commander, Navy Installation Command funds in the amount of $7,520,610 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Pacific, Joint Base Pearl Harbor-Hickam, Oahu, Hawaii, is the contracting activity. 

ARMY 

Lockheed Martin Corporation, Grand Prairie, Texas, was awarded a $272,984,000 modification (P00060) to contract W31P4Q-20-C-0023 for services, hardware, facilities, equipment, and all technical, planning, management, manufacturing, and testing efforts to produce Phased Array Tracking Radar to Intercept on Target Advanced Capability-3 missiles. Work will be performed in Lake Mary, Florida; Huntsville, Alabama; Lincoln, Nebraska; Rocket Center, West Virginia; Foothill Ranch, California; Joplin, Missouri; Clearwater, Florida; Pinellas Park, Florida; Kirkland, Washington; Camden, Arkansas; Chelmsford, Massachusetts; Grand Prairie, Texas; Lufkin, Texas; and Ocala, Florida, with an estimated completion date of Dec. 31, 2027. Fiscal 2022 missile procurement, Army and fiscal 2022 Foreign Military Sales (Bahrain, Germany, Kuwait, Netherlands, Poland, Qatar, Romania, Saudi Arabia and South Korea) funds in the amount of $133,762,160 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

American Bridge Company, Coraopolis, Pennsylvania, was awarded a $91,250,000 firm-fixed-price contract for fabrication and installation of eight spillway tainter gates and machinery lifting equipment at Center Hill Dam. Bids were solicited via the internet with two received. Work will be performed in Lancaster, Tennessee, with an estimated completion date of Nov. 13, 2028. Fiscal 2022 civil operation and maintenance funds in the amount of $91,250,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Nashville, Tennessee, is the contracting activity (W912P5-22-C-0012).  
 
Grunley Construction Company Inc., Rockville, Maryland, was awarded an $82,602,169 firm-fixed-price contract to construct a Special Operations Forces operations building. Bids were solicited via the internet with four received. Work will be performed in Fort Meade, Maryland, with an estimated completion date of April 29, 2025. Fiscal 2022 military construction, defense-wide funds in the amount of $82,602,169 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0066). 
  
BAE, Kingsport, Tennessee, was awarded a $79,223,094 modification (P00011) to contract W52P1J-19-D-0074 for the production and delivery of explosives and components at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Dec. 31, 2024. Fiscal 2022 procurement of ammunition, Army funds in the amount of $79,223,094 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.  

Palantir USG Inc., Palo Alto, California, was awarded a $59,104,092 firm-fixed-price contract for the Intel Apps acquisition program. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 29, 2027. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56KGY-22-D-0005). 

Dubuque Barge & Fleeting Service, * Dubuque, Iowa, was awarded a $44,904,925 firm-fixed-price contract for modifying and constructing dikes and revetments. Bids were solicited via the internet with four received. Work will be performed in Napolean, Missouri, with an estimated completion date of Sept. 28, 2022. Fiscal 2022 civil construction funds in the amount of $61,623,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-22-C-1045). 

Cedarville Engineering Group LLC, * Pottstown, Pennsylvania (W91237-22-D-0039); Crawford environmental Services LLC, Roanoke, Virginia (W91237-22-D-0040); Global Environmental & Remediation LLC, * Kearneysville, West Virginia (W91237-22-D-0041); Alliant CORP, * Knoxville, Tennessee (W91237-22-D-0042); and Target Contractors LLC, * Ladson, South Carolina (W91237-22-D-0043), will compete for each order of the $40,000,000 firm-fixed-price contract for demolition and remediation services. 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 Sept. 28, 2027. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity.   
 
Nova Group Inc., Napa, California, was awarded a $35,159,500 firm-fixed-price contract for construction of a new hydrant fueling pumphouse at General Billy Mitchell Air National Guard Base. Bids were solicited via the internet with five received. Work will be performed in Milwaukee, Wisconsin, with an estimated completion date of Nov. 28, 2024. Fiscal 2019 and 2020 military construction, defense-wide funds in the amount of $35,159,500 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-22-C-0030).  

Cox Construction Company, * Vista, California, was awarded a $32,879,000 firm-fixed-price contract for construction of a squadron operations and aircraft maintenance facility. Bids were solicited via the internet with three received. Work will be performed in Beale Air Force Base, California, with an estimated completion date of Sept. 28, 2024. Fiscal 2022 military construction, Air Force Reserve funds in the amount of $32,789,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0036).  

NH1 JV, * Highland, Utah, was awarded a $26,199,983 firm-fixed-price contract for design-build construction services in support of Hill Air Force Base. Bids were solicited via the internet with six received. Work will be performed in Hill Air Force Base, Utah, with an estimated completion date of Oct. 28, 2024. Fiscal 2020 other procurement, Air Force funds and 2022 operation and maintenance, Air Force funds in the amount of $26,199,983 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-22-C-0016). 
 
ESA South Inc., * Cantonment, Florida, was awarded a $22,123,756 firm-fixed-price contract for construction of a vehicle maintenance shop, storage buildings, an administrative building and military equipment parking at Camp Shelby. Bids were solicited via the internet with two received. Work will be performed in Hattiesburg, Mississippi, with an estimated completion date of Sept. 18, 2024. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $22,123,756 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-F-0318). 
 
SGS LLC, Yukon, Ohio, was awarded a $20,671,395 firm-fixed-price contract to construct a commercial vehicle inspection facility and a visitor control center. Bids were solicited via the internet with four received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of Jan. 29, 2024. Fiscal 2022 Military Construction - Recovery Act, Army funds in the amount of $20,671,395 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-C-0024). 
 
John C. Grimberg Company Inc., Rockville, Maryland, was awarded a $19,147,000 firm-fixed-price contract for full facility restoration of PFC Cloyse E. Hall at the U.S. Army Reserve Center in Salem, Virginia. Bids were solicited via the internet with eight received. Work will be performed in Salem, Virginia, with an estimated completion date of Aug. 29, 2024. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $19,147,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0041). 
 
Crosby Dredging LLC, Galliano, Louisiana, was awarded a $17,901,800 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with five received. Work will be performed in Berwick, Louisiana, with an estimated completion date of May 31, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $17,901,800 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-C-0068). 
 
Ensign-Bickford Aerospace & Defense Company, Simsbury, Connecticut, was awarded a $17,285,972 firm-fixed-price contract for detonating cord. 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 Sept. 29, 2027. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-D-0038). 
 
Intercontinental Construction Contracting Inc., * Passaic, New Jersey, was awarded a $15,556,950 firm-fixed-price contract for full-facility restoration for training barracks Building 5502 at Joint Base McGuire-Dix-Lakehurst. Bids were solicited via the internet with seven received. Work will be performed in Trenton, New Jersey, with an estimated completion date of Sept. 18, 2024. Fiscal 2022 operation and maintenance, Army Reserve funds in the amount of $15,556,950 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0040).  
 
Intercontinental Construction Contracting Inc., Passaic, New Jersey, was awarded a $14,818,140 firm-fixed-price contract to renovate Building 20 at Watervliet Arsenal. Bids were solicited via the internet with five received. Work will be performed in Watervliet Arsenal, New York, with an estimated completion date of April 15, 2024. Fiscal 2022 operation and maintenance, Army funds in the amount of $14,818,140 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-0022).   
 
Joseph J. Henderson and Son Inc., Gurnee, Illinois, was awarded a $13,244,193 firm-fixed-price contract for construction of a berm. Bids were solicited via the internet with one received. Work will be performed in Chicago, Illinois, with an estimated completion date of March 17, 2025. Fiscal 2022 civil construction funds in the amount of $13,244,193 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912P6-22-C-0006).  

Great Lakes Dredge & Dock Company, Houston, Texas, was awarded a $12,195,000 firm-fixed-price contract for dredging. Bids were solicited via the internet with five received. Work will be performed in Irvington, Alabama, with an estimated completion date of Sept. 29, 2023. Fiscal 2022 civil operation and maintenance funds in the amount of $12,195,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-C-0037). 

SRCTec LLC, Syracuse, New York, was awarded a $12,096,538 modification (PZ0004) to contract W56KGY-22-C-0004 for UKR/TPQ-50 radar systems. Work will be performed in Syracuse, New York, with an estimated completion date of June 30, 2023. Fiscal 2022 Ukraine Security Assistance Initiative funds in the amount of $12,096,538 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity.

BAE, Radford, Virginia, was awarded an $11,721,082 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract to reconfigure process equipment and implement process improvements at Radford Army Ammunition Plant. Bids were solicited via the internet with one received. Work will be performed in Radford, Virginia, with an estimated completion date of May 30, 2025. Fiscal 2020 and 2022 procurement of ammunition, Army funds in the amount of $11,721,082 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-22-F-0124).  

Ameresco Inc., Framingham, Massachusetts, was awarded an $11,264,643 firm-fixed-price contract for design and construction of a microgrid. Bids were solicited via the internet with 14 received. Work will be performed in Fort Campbell, Kentucky, with an estimated completion date of Aug. 29, 2024. Fiscal 2019 military construction, Army funds in the amount of $11,264,643 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-22-C-0042).  

Shinn Fu Company of America, * Kansas City, Missouri, was awarded an $11,123,832 firm-fixed-price contract for the procurement of four-ton and 10-ton jack dollies. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of March 30, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0122). 
 
KPH Construction Corp., * Milwaukee, Wisconsin, was awarded a $10,693,887 firm-fixed-price contract to construct a medical readiness facility at Truax Field. Bids were solicited via the internet with two received. Work will be performed in Madison, Wisconsin, with an estimated completion date of Jan. 25, 2024. Fiscal 2022 sustainment, restoration and modernization, National Guard Bureau funds in the amount of $10,693,887 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9F-22-C-0005). 
 
Creative Times Dayschool LLC, * Ogden, Utah, was awarded a $9,727,970 firm-fixed-price contract to renovate Buildings 51450 and 51451 at Fort Huachuca. Bids were solicited via the internet with five received. Work will be performed in Fort Huachuca, Arizona, with an estimated completion date of Nov. 3, 2023. Fiscal 2022 operation and maintenance, Army funds in the amount of $9,727,970 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-22-C-0005). 
 
Northrop Grumman Systems Corporation, McLean, Virginia, was awarded a $9,519,787 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for supplies and technical expertise capabilities for air defense. Bids were solicited via the internet with one received. Work will be performed in McLean, Virginia, with an estimated completion date of Sept. 28, 2023. Fiscal 2022 Foreign Military Sales (Estonia, Latvia and Lithuania) funds in the amount of $9,519,787 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-22-C-0063). 
 
N-Y Associates Inc., * Metairie, Louisiana, was awarded a $9,438,389 firm-fixed-price contract for construction projects in the Morganza to the Gulf of Mexico system. 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. 30, 2024. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-22-F-0202). 
 
Maven Engineering Corporation, * Rockville, Maryland, was awarded an $8,213,162 firm-fixed-price contract for the procurement of the Control Grip Assembly. 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 Sept. 29, 2027. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-22-D-0127). 
 
Gideon Contracting LLC, * San Antonio, Texas, was awarded an $8,147,456 firm-fixed-price contract to upgrade infrastructure and surveillance systems at Fort Sill. Bids were solicited via the internet with four received. Work will be performed in Fort Sill, Oklahoma with an estimated completion date of Jan. 2, 2024. Fiscal 2022 military construction, Army funds in the amount of $8,147,456 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-22-F-0172).  

AIR FORCE 

Paradigm Manchester Inc., Manchester, Connecticut (FA8121-22-D-0017), Soldream Inc., Vernon, Connecticut (FA8121-22-D-0020); and Israel Aerospace Industries Ltd., Ben Gurion International Airport, Israel (FA8121-22-D-0021), have been awarded a $75,034,070 face-value contract to repair F100-PW-220 convergent nozzle seal segments. Work will be performed in multiple locations and is expected to be completed by Sept. 29, 2027. This contract involves foreign military sales to Israel. This contract was a competitive acquisition and three offers were received. Fiscal 2022 services funds in the amount of $453,400 are being obligated at time of award. Tinker Air Force Base, Oklahoma City, Oklahoma, is the contracting activity. 

Lockheed Martin Corp., Lockheed Martin Space, Littleton, Colorado, has been awarded a $62,774,585 cost-plus-fixed-fee completion contract for software and flight-qualified payload hardware. This contract provides for the research, design, development, demonstration, testing, integration and delivery of a flight-qualified vector. Work will be performed in Littleton, Colorado, 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 $1,000,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1528).  

Herrick Technology Laboratories Inc., Manchester, New Hampshire, has been awarded a $24,304,340 cost-plus-fixed-fee modification (P00017) to previously awarded contract FA8750-19-C-0530 for SLEEK hardware and software. The contract modification is for the research, development, integration and demonstration of algorithms, signal processing, software and techniques necessary to discover, identify, characterize, copy, prosecute, exploit, interrogate, perturb and stimulate radio frequency signals of interest. Work will be performed in Manchester, New Hampshire, and is expected to be completed by Oct. 24, 2024. Fiscal 2022 research, development, test and evaluation funds in the amount of $1,000 are being obligated at time of award. Total cumulative face value of the contract is $65,016,506. Air Force Research Laboratory, Rome, New York, is the contracting activity. 

PsiQuatum Corp., Palo Alto, California has been awarded a $22,458,948 firm-fixed-price contract for the development of a low loss waveguide interconnector program with integrated detectors, which is a critical first step in establishing quantum computing for the Department of Defense. Work will be performed in Palo Alto, California, and is expected to be completed by March 28, 2024. 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 $22,458,948 are being obligated at the time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1024).  

The Texas Workforce Commission, Austin, Texas, has been awarded a $17,054,957 firm-fixed-price modification (P00010) to previously awarded contract FA301618D0009 for full food services at Joint Base San Antonio-Fort Sam Houston, Texas. This modification exercises the fourth option period. Work will be performed at JSBSA – Fort Sam Houston and Camp Bullis, Texas, and is expected to be completed by Sept. 30, 2023. This modification brings the total cumulative face value of the contract to $86,391,530. Fiscal 2023 operations and maintenance funds in the amount of $1,541,275 are being obligated on Oct. 1, 2021. The 502d Contracting Squadron, JBSA-Randolph, Texas, is the contracting activity. 

Environmental Systems Research Institute, Redlands, California, has been awarded a $16,398,968 contract for enhancing the functionality, capability, capacity and resiliency of the Defense Intelligence Enterprise. This contract provides United States Strategic Command with the ability to increase high-impact improvements to the current Global Analytical Environment and Integrated Mission Management and Analysis Dashboard platforms. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by Dec. 30, 2027. This award is the result of a sole source acquisition. Fiscal 2022 operations and maintenance and research, development, test and evaluation funds in the amount of $2,110,040 are being obligated at the time of award. The 55th Contracting Squadron, Offutt AFB, Nebraska, is the contracting activity (FA4600-22-R-0009). 

IonQ Inc., College Park, Maryland, has been awarded a $13,414,043 firm-fixed-price contract for a contract deliverable of a Trapped Ion Quantum Computer. This contract provides for the delivery and installation of a quantum computer to be able to create quantum algorithms for applications in the Department of Defense. Work will be performed in College Park, Maryland, and is expected to be completed by Sept. 28, 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 and research, development, test and evaluation funds in the amount of $11,829,455 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-22-C-1022).  

The Boeing Co., Saint Louis, Missouri, has been awarded a $9,800,000 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract to investigate advanced missile sub-system components to support the Compact Air-to-Air Missile and Extended Range Air-to-Air Missile Systems. Work will be performed in Saint Louis, Missouri, and is expected to be completed by Sept. 28, 2027.  This award is the result of a white paper from Broad Agency Announcement (FA8651-20-S-0001). Fiscal 2022 research, development, test and evaluation funds in the amount of $835,000 are being obligated at the time of award. Air Force Research Laboratory, Eglin Air Force Base, Florida, is the contracting activity (FA8651-22-D-A009 and task order FA8651-22-F-A030).  

Paradigm Precision, Manchester, Connecticut, has been awarded a $7,524,299 firm-fixed-price contract for F100 engine models 220 and 229. This contract delivers divergent nozzle segment seal assembly parts to a serviceable condition. Work will be performed in Manchester, Connecticut, and is expected to be completed by Sept. 29, 2027. This award is the result of a competitive acquisition and two offers were received. Fiscal 2022 working capital funds in the amount of $7,524,299 are being obligated at time of award. Tinker Air Force Base, Oklahoma City, Oklahoma is the contracting activity (FA8121-22-D-0014).

WASHINGTON HEADQUARTERS SERVICE

Didlake, Inc., Manassas, Virginia has been awarded a $128,286,857.57 firm-fixed-price contract (HQ003422C0059), including exercised options. Fiscal Year 2022 Pentagon Reservation Maintenance Revolving Funds in the amount of $11,560,723.51 are being obligated at the time of the award. The purpose of this contract is to provide custodial services to the Pentagon Reservation. Services will be performed at the Pentagon’s basement, mezzanine, first floor, and fifth floor; the Pentagon Library Conference Center; the North Village Compound; and the Pentagon Athletic Center. The estimated completion date is December 31, 2031. The work will be performed at the Pentagon. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

Hill Defense and Federal Solutions, Inc. Huntsville, Alabama, has been awarded a $58,000,000.00 firm-fixed-price contract (HQ003422D0028), including exercised options. The total amount of this action if all options are exercised is. Fiscal Year 2022 Operation and Maintenance Funds in the amount of $10,000.00 are being obligated at the time of the award. The Institute for Security Governance and The Defense Institute of International Legal Studies are both divisions of the International School for Education and Advising within the Defense Security Cooperation University, under the Defense Security Cooperation Agency. This requirement will provide educational training and support service to include seminars through programs and activities that focus on building the legal capabilities and capacities of foreign defense, military and security institutions and personnel. The programs and activities specifically include, but are not limited to, legal Institutional Capacity Building programs and activities. The estimated completion date is September 29, 2027. The work will be performed at the Naval Postgraduate School, Monterey, California. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY 

Mechatronics, Inc., * doing business as National Precision Bearing, Preston, Washington, (SPEA2-22-D-0027, $26,481,388) and Noble Logistics and Supply, LLC, * Rockland, Massachusetts, (SPE4A2-22-D-0028, $10,814,179) have each been awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity long-term contract under solicitation SPE4A2-21-R-0002 for various bearings and bushing items. This was a competitive acquisition with five responses received. These are three-year base contracts with two option periods. The performance completion date is Sept. 30, 2025. Using customer is Defense Department. Type of appropriation is fiscal 2022 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Belleville Shoe Manufacturing, Co., * Belleville, Illinois, has been awarded a maximum $26,101,900 fixed-price, indefinite-delivery/indefinite-quantity contract for cold weather combat boots. This was a competitive acquisition with four responses received. This is a three-year contract with no option periods. Location of performance is Arkansas, with a Sept. 28, 2025, ordering period end date. Using military service is Army. 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-1570).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

BlackHorse Solutions, Inc., a Parsons Company, Herndon, Virginia, has been awarded a $11,666,293 cost-plus-fixed-fee contract, excluding unexercised options, for a research project under the Signature Management using Operational Knowledge and Environments (SMOKE) program. The SMOKE program will develop data-driven tools to automate the planning and execution of threat-emulated cyber infrastructure needed for network security assessments. Work will be performed in Herndon, Virginia (45%); Cincinnati, Ohio (31%), Herriman, Utah (8%), Sykesville, Maryland (8%), and Denver, Colorado (8%), with an expected completion date of September 2025. Fiscal 2022 research, development, test, and engineering funds in the amount of $663,026 are being obligated at time of award. This contract was a competitive acquisition under broad agency announcement HR001122S0006, and 26 offers were received. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001122C0150).
Peraton Labs, Inc., Basking Ridge, New Jersey, has been awarded a $7,926,754 change order modification (P00014) to previously awarded, research and development, cost-plus-fixed-fee contract HR001118C0136 to extend the scope of work on a Defense Advanced Research Projects Agency project. Work will be performed in Basking Ridge, New Jersey, and is expected to be completed by October 2023. Fiscal 2022 research, development, test, and evaluation funds in the amount of $2,450,435 were obligated at time of award. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

Correction: Duke Energy Progress award for a $22,053,189 firm-fixed-price task order (N4008522F9953) for the design and construction of the Camp Johnson microgrid and implementation of energy conservation measures at Marine Corps Base Camp Lejeune, North Carolina, was announced with the wrong contract number (N40085-22-F-9953). The contract number is GS-00P-14-BSD-1055.

*Small business
**Mandatory source
***Small business in historically underutilized business zones