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. 8, 2023

DEFENSE LOGISTICS AGENCY

BP North America Products Inc., Chicago, Illinois (SPE602-23-D-0487, $911,705,990); Valero Marketing and Supply Co., San Antonio, Texas (SPE602-23-D-0494, $499,356,499); Marathon Petroleum Co. LP, Findlay, Ohio (SPE602-23-D-0496, $326,272,174); Petro Star Inc.,* Anchorage, Alaska (SPE602-23-D-0495, $278,711,570); Par Hawaii Refining LLC,* Houston, Texas (SPE602-23-D-0493, $218,708,157); Chevron U.S.A. Inc., San Ramon, California (SPE602-23-D-0488, $208,017,555); Phillips 66 Co., Houston, Texas (SPE602-23-D-0489, $127,811,208); U.S. Oil and Refining Co.,* Tacoma, Washington (SPE602-23-D-0492, $109,308,912); Hermes Consolidated LLC, doing business as Wyoming Refining Co., Houston, Texas (SPE602-23-D-0486, $51,167,251); and Sinclair Oil Corp., Salt Lake City, Utah (SPE602-23-D-0485, $49,052,846) have each been awarded a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE602-23-R-0702 for various types of fuel. These were competitive acquisitions with 19 offers received. These are one-year contracts with a 30-day carryover. Locations of performance are Colorado, Idaho, Montana, New Mexico, Texas, Utah, Wyoming, Alaska, Arizona, California, Hawaii, Nevada, Oregon, and Washington, with an Oct. 30, 2024, performance completion date. Using customer is Defense Logistics Agency. Type of appropriation is fiscal 2023 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Peckham Vocational Industries Inc.,** Lansing, Michigan, has been awarded a maximum $38,471,600 modification (P00006) exercising the second one-year option period of a one-year base contract (SPE1C1-21-D-N152) with three one-year option periods for GEN III fleece cold weather jackets. This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract. The ordering period end date is Sept. 16, 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. 

Sysco-Central Florida, Ocoee, Florida, has been awarded a maximum $36,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a five-year contract with no option periods. The ordering period end date is Sept. 9, 2028. Using customers are Air Force, Army, Coast Guard, and federal civilian agencies. Type of appropriation is fiscal 2023 through 2028 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-23-D-3362).

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $14,276,250 firm-fixed-price delivery order (SPRDL1-23-F-0215) against a three-year indefinite-delivery/indefinite-quantity contract (SPRDL1-23-D-0024) with no option periods for pneumatic tire wheels. This was a competitive acquisition with one response received. Location of performance is New Jersey, with an April 27, 2026, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2023 through 2026 Army working capital funds. The contracting activity is Defense Logistics Agency Land and Maritime, Warren, Michigan.

C.E. Niehoff & Co., Evanston, Illinois, has been awarded a maximum $9,939,195 firm-fixed-price, indefinite-delivery/indefinite-quantity long-term contract for alternating generators. This is a five-year contract with no option periods. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. The performance completion date is Sept. 8, 2028. Using military service is Army. Type of appropriation is fiscal 2023 through 2028 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-23-D-0048).

NAVY

Raytheon Technologies Corp., Pratt and Whitney Military Engines, East Hartford, Connecticut, is awarded a $220,979,197 cost-plus-incentive-fee contract. This contract provides material and support equipment, program administrative, labor, supplies, services, planning, and unit level support equipment for F135 propulsion depot maintenance, non-recurring sustainment activities, and depot activations in support of the F-35 Joint Strike Fighter Program for the Air Force, Navy, Marine Corps, Military Sealift Command, Foreign Military Sales (FMS) customers, and non-U.S. Department for Defense (DOD) participants. Work will be performed in East Hartford, Connecticut (56.3%); Windsor Locks, Connecticut (8.9%); Cherry Point, North Carolina (7.6%); Indianapolis, Indiana (5.6%); Oklahoma City, Oklahoma (2.9%); Jacksonville, Florida (2.9%); Volkel Air Base, Netherlands (1.7%); Marham Air Base, Norfolk, United Kingdom (1.4%); Yuma, Arizona (1.2%); USS Kearsarge (1.1%); various locations within the continental U.S. (CONUS) (5%); and various location outside the CONUS (5.4%), and is expected to be completed in September 2026. Fiscal 2023 aircraft procurement (Air Force) funds in the amount of $83,681,745; fiscal 2023 aircraft procurement (Navy) funds in the amount of $81,029,721; fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $521,960; FMS customer funds in the amount of $13,493,433; and non-U.S. participant funds in the amount $42,252,338 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(c)(1). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001923C0056).

SiteMaster Inc.,* Tulsa, Oklahoma (N39430-23-D-2521); GrayDS Inc.,* Scottsdale, Arizona (N39430-23-D-2522); Shape Construction Inc.,* Poulsbo, Washington (N39430-23-D-2523); HICAPS Inc.,* Greensboro, North Carolina (N39430-23-D-2524); and International Towers LLC,* St. Ignatius, Montana (N39430-23-D-2525), are awarded a $99,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build construction contract for maintenance and repair of communication facilities located at naval installations worldwide. Work for this task order will be completed by September 2024. Fiscal 2023 operation and maintenance, Navy contract funds in the amount of $1,792,471 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management Contract Opportunities website with five proposals received. Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity.

Acacia7,* Diamond Bar, California (N62473-23-D-1812); ACS Habitat Management Inc.,* Oceanside, California (N62473-23-D-1813); Gulf South Research Corp.,* Baton Rouge, Louisiana (N62473-23-D-1814); Sierra JV,* Yuma, Arizona (N62473-23-D-1815); and Tierra Data Inc.,* Escondido, California (N62473-23-D-1816), are awarded a $98,500,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award service contract for habitat and invasive species services. Work will be performed at California (85%); Arizona (5%); Nevada (5%); Colorado (less than 1%); New Mexico (less than 1%), and Utah (less than 1%). Work may also occur outside of the Naval Facilities Engineering Systems Command Southwest area of responsibility, including locations in Oregon (less than 1%); and Washington (less than 1%), and is expected to be completed by September 2025. Fiscal 2023 operations and maintenance, Navy contract funds in the amount of $5,000 will be obligated to each award as a minimum guarantee task order amount and will expire at the end of the current fiscal year. This contract was competitively procured via the SAM.gov with nine proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity. 

Jacobs/B&V JV (Federal Services), Arlington, Virginia, is awarded an $85,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N62478-20-D-5036 for architect-engineer services. This award brings the total cumulative face value of the contract to $170,000,000. Work will be performed at various locations within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of responsibility, including Hawaii (95%); and other South Pacific Islands (5%), with an expected completion date of June 2025. Task orders will be primarily funded by operation and maintenance, Navy; and military construction funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor Hickam, Hawaii, is the contracting activity (N62478-20-D-5036).

Northrop Grumman Systems Corp., Bethpage, New York, is awarded a $46,705,533 cost-plus-fixed-fee modification to previously-awarded contract N00024-17-C-6311 for Littoral Combat Ship Mission Module engineering and sustainment support. This modification includes options which, if exercised, would bring the cumulative value of this modification to $161,210,500. Work will be performed in Bethpage, New York (57%); Mayport, Florida (14%); Oxnard, California (14%); San Diego, California (14%); and Portsmouth, Virginia (1%), and is expected to be completed by March 2024. If all options are exercised, work will continue through March 2026. Fiscal 2023 operations and maintenance (Navy) funds in the amount of $11,211,936 (72%); fiscal 2023 other procurement (Navy) funds in the amount of $3,574,000 (23%); and fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $810,111 (5%), will be obligated at the time of award, of which $11,211,936 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

The Nutmeg Co.,* Norwich, Connecticut, is awarded a $36,246,142 firm-fixed-price contract for renovation and repairs to permanent bachelor quarters building BQ455 at Naval Submarine Base New London. Work will be performed in Groton, Connecticut, and is expected to be completed by September 2025. Fiscal 2023 operations and maintenance, Navy funds in the amount of $36,246,142 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 www.sam.gov website, with two offers received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity. (N40085-23-C-0045)

VACCO Industries, South El Monte, California, is awarded a not-to-exceed $21,140,532 firm-fixed-price, undefinitized contract for the manufacture of a total of 56 various vent, air line manifold, and manifold assembly valves in support of the Virginia-class submarine atmosphere control system. This is a stand-alone contract with no options. All work will be performed in South El Monte, California, and is expected to be completed by September 2027. Annual working capital funds (Navy) in the amount of $15,855,399 will be obligated at 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. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Mechanicsburg, Pennsylvania, is the contracting activity (N00104-23-C-NA36).

ProSecure LLC,* Titusville, Florida, is awarded a $10,205,145 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously awarded contract N44255-20-D-5018 for regional security services. This award brings the total cumulative face value of the contract to $40,985,458. Work will be performed at various installations in the Naval Facilities Engineering Systems Command (NAVFAC) Northwest area of responsibility and is expected to be completed by September 2024. Fiscal 2024 operation and maintenance, (Navy) funds in the amount of $9,622,880 will be obligated on an individual task order issued during the option period that will expire at the end of the current fiscal year. No funds will be obligated at time of award. NAVFAC Northwest, Silverdale, Washington, is the contracting activity. 

Professional Systems Associates Inc.,* Panama City, Florida, is awarded a $10,000,000 indefinite-delivery/indefinite-quantity requirements contract for configuration management professional software (CMPRO), to include licenses, product maintenance, product support, and training. CMPRO is used for configuration and data management for products, software, and documentation for Naval Surface Warfare Center, Panama City Division (NSWC PCD) programs. This contract includes options which, if exercised, would bring the cumulative value of this contract to $10,000,000. Work will be performed in Panama City, Florida, and is expected to be completed by September 2024. If all options are exercised, work will continue through September 2028. No funding will be obligated at time of award. This contract was not competitively procured in accordance with 10 U.S. Code 3204(a)(1), only one responsible source and no other supplies or services will satisfy agency requirements. NSWC PCD, Panama City, Florida is the contracting activity (N6133123D0005).

ARMY

Flatiron Constructors Inc., Broomfield, Colorado, was awarded a $94,162,610 firm-fixed-price contract for floodwall and levee improvements. Bids were solicited via the internet with six received. Work will be performed in Port Arthur, Texas, with an estimated completion date of Nov. 30, 2027. Fiscal 2023 civil construction funds in the amount of $94,162,610 were obligated at the time of the award. U.S. Army Corps of Engineers, Galveston, Texas, is the contracting activity (W912HY-23-C-0018). 
 
Evergreen Fire Alarms LLC, Tacoma, Washington, was awarded a $53,130,899 firm-fixed-price contract for intrusion detection systems hardware and software. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 6, 2028. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W909MY-23-D-0004). 
 
Propper International Inc., Cabo Rojo, Puerto Rico, was awarded a $45,000,000 firm-fixed-price contract for Modular Lightweight Load-carrying Equipment, Close Combat Rifleman Sets, and MOLLE Close Combat Automatic Weapon Sets. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 7, 2028. Army Contracting Command, Natick, Massachusetts, is the contracting activity (W911QY-23-D-0007). 
 
McMillen Inc., Boise, Idaho, was awarded a $20,943,000 firm-fixed-price contract for upgrading power and controls for the McNary Dam Navlock. Bids were solicited via the internet with three offers received. Work will be performed in Umatilla, Oregon, with an estimated completion date of June 18, 2025. Fiscal 2023 civil construction funds in the amount of $20,943,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Walla Walla, Washington, is the contracting activity (W912EF-23-C-0002). 
 
Pine Bluff Sand and Gravel Co., White Hall, Arizona, was awarded a $20,000,000 firm-fixed-price contract to repair revetments and dikes. 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 March 31, 2025. U.S. Army Corps of Engineers, Vicksburg, Mississippi, is the contracting activity (W912EE-23-D-0002).  
 
Great Lakes Dredge & Dock Company LLC, Houston, Texas, was awarded a $16,160,200 firm-fixed-price contract for beach nourishment. Bids were solicited via the internet with three received. Work will be performed in Cape May, New Jersey, with an estimated completion date of March 20, 2024. Fiscal 2023 civil construction funds in the amount of $16,160,200 were obligated at the time of the award. U.S. Army Corps of Engineers, Philadelphia, Pennsylvania, is the contracting activity (W912BU-23-C-0030). 
 
R-DEX Systems Inc.,* Woodstock, Georgia, was awarded a $15,000,000 firm-fixed-price contract to increase the technological readiness for AI-based signal classifiers. Bids were solicited via the internet with 26 offers received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 13, 2026.  U.S. Army Small Business Innovation Research Catalyst Program is the reporting activity (W-51701-23-D-0004).
 
Kokosing Alberici, Westerville, Ohio, was awarded a $12,123,879 modification (P00004) to contract W911XK-20-C-0018 for construction of the upstream approach wall at the Soo Locks. Work will be performed in Sault Saint Marie, Michigan, with an estimated completion date of July 24, 2024. Fiscal 2021 civil construction funds in the amount of $12,123,879 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. 
 
Booz Allen Hamilton, McLean, Virginia, was awarded a $10,955,171 hybrid (cost-no-fee and firm-fixed-price) contract for training support. Bids were solicited via the internet with one received. Work will be performed at Fort Leavenworth, Kansas, with an estimated completion date of March 15, 2024. Fiscal 2023 operation and maintenance, Army funds in the amount of $10,955,171 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-23-C-0038). 

DARPA

The Boeing Co., Huntsville, Alabama, has been awarded a $70,554,525 cost-plus-fixed-fee contract, excluding one unexercised option, for the Glide Breaker Phase 2 program. Work will be performed in Huntsville, Alabama (36%); Seal Beach, California (21%); St. Louis, Missouri (18%); Elkton, Maryland (14%); Buffalo, New York (4%); Gardner, Massachusetts (3%); College Station, Texas (2%); West Lafayette, Indiana (1%); and Minneapolis, Minnesota (1%), with an expected completion date of February 2027. Fiscal 2023 research and development funds in the amount of $8,169,311 are being obligated at the time of award. This contract is a competitive acquisition in accordance with the original Broad Agency Announcement HR001122S0036. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR001123C0044).

WASHINGTON HEADQUARTERS SERVICES

CCS Lintech JV LLC, Milwaukee, Wisconsin, is awarded a single-award, indefinite-delivery/indefinite-quantity contract (HQ0034-23-D-0037) with firm-fixed-price contract-line-item-numbers.  The ceiling of this contract is $50,000,000.  No funds will be obligated at the time of award.  The contractor shall provide secure on-site contractor information technology support services for the Raven Rock Mountain Complex (RRMC). Services include information technology (IT) services essential for the engineering, implementation, and operations and maintenance of the RRMC IT systems to include, but not limited to, virtual desktop infrastructure, joint consolidated server room, audio visual conference room, network, and security camera systems, as well as providing IT equipment and supplies.  The work will be performed at the RRMC, and other locations throughout the National Capital Region.  The estimated contract completion date is Sept. 7, 2028.  Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

AIR FORCE

FlightSafety International Defense, Fort Worth, Texas, was awarded a $48,000,000 firm-fixed-price contract to provide KC-46 aircrew training systems and spares for the Japan Air Self Defense Force at Miho Airbase, Tottori, Japan; and Komaki Airbase, Aichi, Japan. This contract provides for the training system that will consist of one weapon system trainer, one boom operator trainer, and all simulator components, familiarization training, 18 months of initial spares, support equipment, storage, installation, checkout and demonstration and an airfield database. Work will be performed at Denver, Colorado; and at the Miho and Komaki airbases, and is expected to be completed by Dec. 11, 2025. This contract involves Foreign Military Sales to the Japan Air Self-Defense Force. This contract was a sole-source acquisition. Foreign Military Sales funds in the amount of $48,000,000 are being obligated at time of award. The Air Force Life Cycle Management Center, Agile Combat Support Directorate, Simulators Division, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8621-23-C-B002).

M1 Support Services, Denton, Texas, has been awarded a $12,744,648 modification (P00008) to previously awarded FA3002-22-F-0105 for trainer maintenance services. This contract modification is to exercise Option Period One. Work will be performed at Sheppard Air Force Base, Texas; and Naval Air Station Pensacola, Florida, and is expected to be completed by September 30, 2024. Fiscal 2024 operation and maintenance funds in the amount of $12,744,648 are being obligated at the time of award. The total cumulative face value of the contract is $24,716,663. The 82nd Contracting Squadron, Sheppard AFB, Texas, is the contracting activity.

DEFENSE HEALTH AGENCY

Advancia Aeronautics LLC, Milwaukee, Wisconsin, is awarded an indefinite-delivery/indefinite-quantity, single award contract (HT9410-23-D-5009) with a maximum of $25,000,000. This contract provides personal medical services in support of military hospitals and clinics in Okinawa, Japan. This effort has a 60-month ordering period from Sept. 7, 2023, through Sept. 6, 2028. Work location is task order dependent but primarily will occur at Okinawa, Japan. Task orders will be funded by operations and maintenance funds. This contract was awarded as an 8(a) sole source contract under the Small Business Administration 8(a) program. The contracting activity is the Defense Health Agency, Western Markets Contracting Division, San Diego, California.

*Small business
**Mandatory Source