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 July 17, 2023

DEFENSE LOGISTICS AGENCY

LiteFighter Tactical LLC,** Roswell, Georgia, has been awarded a maximum $200,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for commercial shelters and related components. This was a competitive acquisition with seven offers received. This is a four-year contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE1C1-22-R-0069) and awardees will compete for a portion of the maximum dollar value. Locations of performance are Kentucky, Mississippi, Texas, Massachusetts, and Colorado, with a July 13, 2027, ordering period end date. Using military services are Army, Air Force, Navy, and Marine Corps. Type of appropriation is fiscal 2023 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-23-D-0051).

Aurora Industries LLC,*** Orocovis, Puerto Rico, has been awarded a maximum $16,610,963 modification (P00021) exercising the third one-year option period of a one-year base contract (SPE1C1-20-D-1283) with four one-year option periods for various types of coats. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is July 17, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.    

DEFENSE THREAT REDUCTION AGENCY

Systems Planning and Analysis Inc., Alexandria, Virginia, was awarded an Indefinite-Delivery/Indefinite-Quantity contract (HDTRA1-23-D-0001) with a ceiling of $84,000,000 for advisory and assistance services for the Defense Threat Reduction Agency (DTRA) Strategic Integration Directorate (SI). The principal place of performance is Fort Belvoir, Virginia. Performance is expected to be completed by July 2028. The ordering period of the contract will commence at the date of award through 60 months thereafter (66 months if Federal Acquisition Regulation 52.217-8 Option to Extend Services is exercised). The ceiling is for the life of the contract. Funding will be obligated at the Task Order (TO) level. DTRA operations and maintenance funds in the amount of $416,870; $1,430,343; and $7,151,362, will be obligated to TO 1 for the SI, TO 2 for the Strategic Trends Division, and TO 3 for the SI’s Plans and Exercises Division respectively. These awards is the result of a competitive acquisition. SAM.gov was used to solicit proposals and six proposals were received. DTRA, Fort Belvoir, Virginia, is the contracting activity.

NAVY

General Atomics, Aeronautical Systems Inc., Poway, California, is awarded a $30,191,431 cost-plus-fixed-fee modification (P00014) to a previously awarded contract (N0001921C0016). This modification exercises options to provide maintenance, supply chain and spares management, logistics, and sustainment support for the MQ-9 Reaper aircraft, and dual control mobile ground control stations to ensure they are mission capable for the Marine Corps. Work will be performed in Oahu, Hawaii (35%); Yuma, Arizona (20%); Patuxent River, Maryland (15%); Poway, California (10%); and various locations outside the U.S. (20%), and is expected to be completed in January 2024. Fiscal 2023 operation and maintenance (Navy) funds in the amount of $30,191,431 will be obligated at time of award, all of which will expire at the end of the current fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Alabama Shipyard LLC,* Mobile, Alabama, is awarded a $10,729,026 firm-fixed-price contract (N3220523C0189) for an 81-calendar day shipyard availability for the mid-term availability of Military Sealift Command’s fleet replenishment oiler USNS John Lenthall (T-AO 189). This contract includes a base period and five unexercised options, which if exercised, would increase the cumulative value of this contract to $11,265,523. Work will be performed in Mobile, Alabama, beginning Sept. 11, 2023, and is expected to be completed by Nov. 30, 2023. Working capital funds (Navy) in the amount of $10,729,026.00 are obligated for fiscal 2023 and will not expire at the end of the fiscal year. This contract was a small business set-aside solicited via the sam.gov website and six offers were received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220523C0189).

L3 Technologies Inc., Camden, New Jersey, is awarded a $8,818,717 firm-fixed-price, cost-plus-award-fee, and cost-only modification to a previously-awarded contract (N00024-22-C-5218) to exercise options for Cooperative Engagement Capability System spares, repair material, engineering studies and analyses, other direct cost, configuration, obsolescence, and tech data management, and technical data package. Work will be performed in Largo, Florida (48%); Menlo Park, California (19%); Lititz, Pennsylvania (17%); and Salt Lake City, Utah (16%), and is expected to be completed by July 2024. Fiscal 2023 procurement (Marine Corps) funds in the amount of $2,197,729 (62%); fiscal 2023 other procurement (Navy) funds in the amount of $613,254 (16%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $263,584 (7%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $131,792 (4%); fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $131,792 (4%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $131,792 (4%); and fiscal 2023 operations and maintenance (Navy) funds in the amount of $100,776 (3%), will be obligated at time of award, of which $100,776 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

ARMY

Matthews Brothers Dredging LLC, Pass Christian, Mississippi, was awarded a $17,707,750 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with four received. Work will be performed in Houston, Texas, with an estimated completion date of April 15, 2024. Fiscal 2020 civil operation and maintenance funds, and fiscal 2012, 2022 and 2023 civil operation and maintenance - Recovery Act Funds in the amount of $17,707,750 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0016). 

*Small Business
** Service-disabled veteran-owned small business
***Small-disadvantaged business