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 May 11, 2023

DEFENSE LOGISTICS AGENCY

DBISP LLC,** Indianapolis, Indiana (SP7000-23-D-0010); Intelli-Tech,*** La Verne, California (SP7000-23-D-0011); Federal Merchants Corp.,** Indianapolis, Indiana (SP7000-23-D-0012); JTF Business Systems Corp.,* Springfield, Virginia (SP7000-23-D-0013); Netsync Network Solutions,**** Houston, Texas (SP7000-23-D-0014); OMNI Business Systems,* Alexandria, Virginia (SP7000-23-D-0015); and Paragon One Group LLC,*** Gaithersburg, Maryland (SP7000-23-D-0016), are sharing a maximum $17,100,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract under solicitation SP7000-22-R-1003 for A4 desktop multifunctional devices, desktop printers, flatbed scanners and accessories. This was a competitive acquisition with eight responses received. These are five-year contracts with no option periods. Locations of performance are throughout the continental U.S., Guam and Puerto Rico, with a May 10, 2028, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Contracting Services Office, New Cumberland, Pennsylvania.

Noble Supply and Logistics,* Boston, Massachusetts, has been awarded a maximum $562,500,000 modification (P00004) exercising the first one-year option period of a two-year base contract (SPE8E3-21-D-0006) with two one-year option periods for facilities maintenance, repair and operations supplies. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. Locations of performance are Japan, Philippines, Singapore, Thailand, and Diego Garcia, with a Nov. 12, 2024, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. (Awarded May 9, 2023)

MISSILE DEFENSE AGENCY

CORRECTION: The $244,675,813 contract modification announced May 9, 2023, to Northrop Grumman Systems Corp., Huntsville, Alabama, to continue the development, integration, testing and fielding of complex advanced discrimination techniques, operation and sustainment of complex modeling and simulation techniques and tools used to model Ballistic Missile Defense System capabilities, was awarded Wednesday, May 10, 2023.

NAVY

MIG GOV,* Virginia Beach, Virginia (N4008523D0043); CCI Group LLC,* Manchester, Maine (N4008523D0044); Etolin Strait Associates,* Norfolk, Virginia (N4008523D0045); Goshawk LLC,* San Antonio, Texas (N4008523D0046); Ocean Construction Services Inc.,* Virginia Beach, Virginia (N4008523D0047); and TYBe-Garney Federal JV LLC,* Newbern, Tennessee (N4008523D0048), are awarded a combined-maximum-value $95,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity design-build and design-bid-build multiple-award construction contract for utility mechanical construction services in the Hampton Roads, Virginia, area. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Work will be primarily performed in the Hampton Roads Virginia, area; however, work may also be required in other areas of the Navy Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic area of responsibility if deemed necessary. Work is expected to be completed by May 2028. Each awardee will be awarded $5,000 at time of award in order to satisfy the minimum guarantee. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $30,000 will be obligated at time if award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. This contract was competitively procured via the www.SAM.gov website, with seven proposals received. NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

General Dynamics NASSCO, San Diego, California, is awarded a $66,854,586 firm-fixed-price contract action for maintenance, modernization and repair of USS Makin Island (LHD 8) fiscal 2023 selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for managing critical modernization, maintenance, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $74,981,830. Work will be performed in San Diego, California, and is expected to be completed by October 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $54,941,283 (82.2%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $11,913,303 (17.8%) will be obligated at the time of award, of which $11,913,303 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award (SAM) website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002423C4404).

BahFed Corp.,* Portland, Oregon (N6893623D0025); GovTec Ventures LLC,* Annapolis, Maryland (N6893623D0026); Noble Supply and Logistics LLC,* doing business as Federal Resources Supply Co.,* Stevensville, Maryland (N6893623D0027); Pacific IC Source* Yucaipa, California (N6893623D0028); and Unistar-Sparco Computers Inc.,* Millington, Tennessee (N6893623D0029), are each awarded a firm-fixed-price indefinite-delivery/indefinite-quantity contract. These contracts procure various types of commercial digital information technology hardware, software products and licenses, and laboratory equipment in support of the Naval Air Warfare Center Weapons Division (NAWCWD) Weapons and Energetics Department for the Navy. The estimated aggregate ceiling for all contracts is $49,000,000, with the companies having an opportunity to compete for individual orders. Work will be performed in Portland, Oregon (20%); Annapolis, Maryland (20%); Stevensville, Maryland (20%); Yucaipa, California (20%); and Millington, Tennessee (20%), and is expected to be completed in May 2028. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured as a small business set-aside, 18 offers were received. NAWCWD, China Lake, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $34,655,442 cost-plus-fixed-fee modification (P00001) to a previously awarded contract (N0001923C0009). This modification provides program management, software engineering, software engineering transformation, and cyber support to develop the Beyond Line of Sight F-35 Capability. Work will be performed in Fort Worth, Texas (50%); and San Diego, California (50%), and is expected to be completed in February 2026. Fiscal 2023 research, development, test and evaluation (Air Force) funds in the amount of $200,000 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. 

Iridium Satellite LLC, McLean, Virginia, is awarded a $22,158,610 cost-plus-fixed-fee contract for Iridium Satellite communications for the Naval Surface Warfare Center Dahlgren Division Weapons Control and Integration Department, Asymmetric Systems Division. Work will be performed in McLean, Virginia, and is expected to be complete by May 2028. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $100,000 will be obligated at time of award and will not expire at the end of the fiscal year. This contract was solicited on a sole source basis via a synopsis posted in System for Award Management (SAM) and was awarded in accordance with 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 Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N0017823C2401).

Helber Hastert & Fee Planners Inc., doing business as HHF Planners,* Honolulu, Hawaii, is awarded a $20,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity architect-engineering contract for preparation of Navy and Marine Corps National Environmental Policy Act-related documents for Naval Facilities Engineering Systems Command (NAVFAC) Pacific, NAVFAC Hawaii, NAVFAC Marianas, and other NAVFAC commands worldwide as needed. No task orders are being issued at this time. Work will be performed primarily within the NAVFAC Pacific area of operations, including, but not limited to, Hawaii (80%), Guam (15%), and other NAVFAC activity locations worldwide (5%) and is expected to be completed by May 2028. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of 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 sam.gov website, with three proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-23-D-1804).

Vigor Marine LLC, Portland, Oregon, is awarded a $17,776,223 firm-fixed-price contract N3220523C4016 for a 60-calendar day shipyard availability for a midterm availability of Military Sealift Command’s fleet replenishment oiler USNS Guadalupe (T-AO 200). The contract contains a base period and five unexercised options, which if exercised, would increase cumulative contract value to $20,701,333. Work will be performed in Portland, Oregon, beginning July 10, 2023 and is expected to be completed by Sept.7, 2023. Working capital contract funds (Navy) in the amount of $17,776,223 are obligated for fiscal 2023 on this award and will not expire at the end of the current fiscal year. This contract was full and open competition with proposals solicited via the Government Point of Entry website and one proposal received. The Navy’s Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Huntington-Ingalls Industries - Ingalls Shipbuilding, Pascagoula, Mississippi, is awarded a $9,445,800 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C4313 to procure material in support of planning yard services for Littoral Combat Ships. Work will be performed in San Diego, California, and is expected to be completed by December 2025. Fiscal 2023 other procurement (Navy) funding in the amount of $9,445,800 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Gulf Coast, Pascagoula, Mississippi, is the contracting activity.

General Dynamics, Bath Iron Works, Bath, Maine, is awarded a $8,519,045 cost-plus-award-fee order, N6278623F0012, against the previously awarded basic ordering agreement N00024-16-G-2301 to provide planning, management and emergent availability support for USS John Basilone (DDG 122). Work will be performed in Mayport, Florida (70%); and Bath, Maine (30%), and is expected to be completed by November 2025. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $7,981,962 will be obligated at time of award and will not expire at the end of the current fiscal year. The Supervisor of Shipbuilding, Conversion, and Repair, Bath, Maine, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Systems & Technology Research LLC,* Woburn, Massachusetts, has been awarded a $27,875,536 cost-plus-fixed-fee completion contract for Phase 3 of the Joint All-Domain Warfighting Software (JAWS) program. This contract provides for continuation of Systems & Technology Research LLC’s Phase 1 and 2 research to maximize the effectiveness of military force through theater-scale battle management command and control with automation and predictive analytics. Phase 3 efforts will build upon and extend the orchestration services, predictive analytics and user interfaces developed during the first two program phases. Work will be performed in Woburn, Massachusetts (83%); Malden, Massachusetts (3%); Poway, California (3%); Tewksbury, Massachusetts (3%); Fairfax, Virginia (7%); and Churchville, Maryland; Arlington, Texas; and Brewster, Massachusetts (totaling 1%), with an expected completion date of August 2024. Fiscal 2023 research, development, test and evaluation funds in the amount of $1,000,000 are being obligated at time of award. This contract was a sole-source acquisition. The Defense Advanced Research Agency, Arlington, Virginia, is the contracting activity (HR0011-23-C-0095).

AIR FORCE

The Johns Hopkins University, Applied Physics Laboratory LLC, Laurel, Maryland, was awarded a task order with a $10,000,000 ceiling on a previously awarded indefinite-delivery/indefinite-quantity contract for Evolved Strategic Satellite Communications (ESS) Software Integrator, Facilitator, and Tester (SWIFT). The contract will provide for the primary survivable and endurable satellite communications capability for the Nuclear Command, Control, and  Communications (NC3) mission in all operational environments. The work will be performed at Los Angeles Air Force Base, California, and is expected to be completed by May 10, 2025. This contract was a sole source University Affiliated Research Center acquisition. Fiscal 2023 research, development, test and evaluation funds in the amount of $10,000,000 are being obligated at the time of award. The Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity (FA8819-23-F-1002). (Awarded May 10, 2023)

Johns Hopkins University Applied Physics Laboratory LLC, Laurel, Maryland, has been awarded a ceiling of $18,338,306 modification P00004 to previously awarded contract FA8819-18-D-0009 for the National Space Test and Training Complex support. This modification brings the total cumulative face value of the contract to $24,944,536 from $6,606,229. Work will be performed at Los Angeles Air Force Base and is expected to be completed by May 10, 2025. Fiscal 2023 research, development, test and evaluation funds in the amount of $4,000,000 are being obligated at time of award. The Space Systems Command, Los Angeles AFB, California, is the contracting activity. (Awarded May 10, 2023)

ARMY

CUBRC Inc., Buffalo, New York, was awarded a $15,999,972 cost-plus-fixed-fee contract to address specific technical areas to advance the state-of-the-art test and evaluation capabilities and increase the productivity of programs at the Calspan University of Buffalo Research Center. 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 May 10, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-23-F-0176).

*Small business
**Small-disadvantaged business
***Woman-owned small business
****Small-disadvantaged woman-owned small business