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 March 8, 2023

NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $256,885,866 firm-fixed-price modification to previously awarded contract M67854-16-C-0006 for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,327,974,121. This contract modification provides for the exercise of options for the procurement of 27 full rate production (FRP) ACV personnel variants, 17 FRP ACV command variants, and associated production, and fielding and support costs. Work will be performed in York, Pennsylvania (60%); Aiken, South Carolina (15%); San Jose, California (15%); Sterling Heights, Michigan (5%); and Stafford, Virginia (5%), with an expected completion date of July 2025. Fiscal 2023 procurement (Marine Corps) funds in the amount of $256,885,866 will be obligated at the time of award and will not expire at the end of the current fiscal year. Marine Corps Systems Command, Quantico, Virginia, is the contracting activity.

Bell Boeing Joint Program Office, Amarillo, Texas, is awarded a $53,600,000 cost-plus-fixed-fee undefinitized order (N0001923F2572) against a previously issued basic ordering agreement (N0001922G0002).  This order provides non-recurring engineering to qualify a V-22 Gearbox Vibration Monitoring/Osprey Drive System safety and health information system in support of providing earlier detection of degrading gearbox components to allow proactive maintenance and potential mitigation of drive system failure modes across all V-22 Osprey variants for the Air Force, Marine Corps and Navy.  Work will be performed in Philadelphia, Pennsylvania (44%); Bell Fort Worth, Texas (39%); Santa Clara, California (2.2%); and various locations within the continental U.S. (14.8%), and is expected to be completed in December 2024.  Fiscal 2022 aircraft procurement (Navy) in the amount of $23,800,000; and fiscal 2022 aircraft procurement (Air Force) funds in the amount of $2,500,000 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.

Collins Aerospace, Windsor Locks, Connecticut, is awarded a $22,799,684 firm-fixed-price order (N0042123F0197) against a previously issued basic ordering agreement (N0001919G0007).  This order procures 80 Modern Pump Housing (MPH) hardware kits, 80 installation kits, and two component kits with line replaceable units in support of MPH installs on E-2 and C-2 aircraft propellers for the Navy.  Work will be performed in Windsor Locks, Connecticut, and is expected to be completed in May 2026.  Fiscal 2022 aircraft procurement (Navy) in the amount of $22,799,684 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.

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $20,790,809 cost-plus-fixed-fee contract for the Magnetic and Acoustic Generation Next Unmanned Superconducting Sweep (MAGNUSS). This contract provides for the development of a mine countermeasure technology referred to as MAGNUSS. The MAGNUSS payload technology is composed of a high temperature superconducting magnetic source with an advanced acoustic generator. The MAGNUSS program is an Office of Naval Research sponsored Future Naval Capability effort for the development, fabrication, integration and demonstration of the payload which is expected to transition to the Naval Sea Systems Command program for the Mine Countermeasure Unmanned Surface Vehicle. Work will be performed in Ayer, Massachusetts (47%); Hunt Valley, Maryland (35%); and Groton, Connecticut (18%). Work is expected to be completed by March 7, 2026. The total cumulative value of the 36-month base period is $20,790,809, with an additional 12 months for the options in the amount of $54,072,789. The option periods of performance are of various lengths, all of which, if exercised, may run concurrently with the base and other options. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $7,089,000 are obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured under Long Range Broad Agency Announcement N00014-22-S-B001 and Special Notice N00014-21-S-SN12, MAGNUSS. Three proposals were received in response to the solicitation. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-23-C-2006).

Alliance Consulting Group,* Alexandria, Virginia, is awarded a $15,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for cost engineering and related services for projects located throughout the Naval Facilities Engineering Systems Command Atlantic area of operations. This contract provides for development and preparation of detailed cost estimates for complex facilities. Work will be performed at Department of Navy installations throughout the U.S., and abroad, and is expected to be completed by March 2028. The maximum dollar value, including the base period and four option years, is $15,000,000. Fiscal 2023 military construction, Navy funds in the amount of $5,000 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 Sam.gov website, with six offers received. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-23-D-0010).

ARMY

Geo-Stanley JV 2,* Kevil, Kentucky (W9126G-23-D-0001); Kenall-Halff JV LLC,* Houston, Texas (W9126G-23-D-0002); and MSM Huitt-Zollars JV LLC,* New Orleans, Louisiana (W9126G-23-D-0003), will compete for each order of the $105,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 7, 2028. U.S. Army Corps of Engineers, Fort Worth, Texas, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Triple B. Corp., doing business as Charlie’s Produce, Salt Lake City, Utah, has been awarded a maximum $63,750,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for fresh fruits and vegetables. This was a competitive acquisition with three responses received. This is a five-year contract with no option periods. The ordering period end date is March 18, 2028. Using customers are Army, Air Force and Department of Agriculture schools and reservations. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-P405).

AIR FORCE

Raytheon Technologies, Marlborough, Massachusetts, has been awarded a $13,400,000 bilateral modification (P00248) to previously awarded FA8705-13-C-0005 to modify two terminals in support of the Air Force Nuclear Weapons Center. Work will be performed in Marlborough, Massachusetts, and is expected to be completed by September 2023. Total cumulative face value of the contract is $493,939,546. No funds are being obligated at time of award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Bedford, Massachusetts, is the contracting activity.

Serco Inc., Herndon, Virginia, has been awarded an $8,683,092, option modification (P00018) to previously awarded, firm-fixed-price contract FA2517-20-C-0003 for the exercise of Option Year Three from May 1, 2023, through April 30, 2024, to provide operations and maintenance support for the Ground-based Electro-optical Deep Space Surveillance System (GEODSS). Work will be performed in Socorro, New Mexico; Diego Garcia, British Indian Ocean Territory; and Maui, Hawaii, and is expected to be completed by Oct. 31, 2027, if all future option periods are exercised. Fiscal 2023 operations and maintenance funds in the amount of $8,683,092 are being obligated at time of award. Total cumulative face value of the contract is $30,631,810. The Space Acquisition and Integration Office, Peterson Space Force Base, Colorado, is the contracting activity.

DEFENSE HEALTH AGENCY

Ernst and Young, Falls Church, Virginia, was awarded $9,890,951 modification to exercise Option Year Two of a previously awarded firm-fixed-price contract (HT001121F0085). The purpose of this contract is to continue the audit sustainment, audit response, remediation of notices of findings and recommendation, internal control oversight and management, financial reporting compilation and analysis, and continuous risk management and internal control training and program services. The follow-on to bridge HT001121F0085 will be completed by U.S. Army Medical Research Acquisition Activity. Fiscal 2023 operation and maintenance funds will be obligated at the time of award. The period of performance for this option period exercise is March 8, 2023, to Sept. 7, 2023, and the place of performance is Falls Church, Virginia. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded March 7, 2023)

LaweLawe Technology Services LLC, Kailua, Hawaii, is awarded Option Year One of a firm-fixed-price contract (HT001122C0019) to provide information technology and telecommunication services and provide professional administrative management in support of the Defense Health Agency Joint Operational Medicine Information System (JOMIS) program. Work will be primarily performed at Fort Sam Houston, Texas. The total contract value of this option exercise modification is $9,807,449. Operation and maintenance funds in the amount of $9,807,449 are obligated for fiscal 2023. The contract was a direct award through the Small Business Association 8(a) program in accordance with 15 U.S.Code 637 as implemented by Federal Acquisition Regulation 6.302-5(b)(4), and was executed on July 21, 2022. The period of performance for this option period exercise is March 9, 2023, to March 8, 2024. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity.

*Small business