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 Oct. 17, 2023

NAVY

Meltech Corp. Inc.,* Landover, Maryland (N0016724D0013); Sandow Construction Inc.,* Bladensburg, Maryland (N0016724D0014); Gideon USA Construction LLC,* San Antonio, Texas (N0016724D0015); Jade Creek Construction Inc.,* Herndon, Virginia (N00016724D0016); and MIG GOV Construction Inc.,* Virginia Beach, Virginia (N0016724D0017), are each awarded a $44,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to support the sustainment, restoration, and modernization efforts at Naval Surface Warfare Center Carderock Division (NSWCCD) and its satellite offices. Each awardee will be awarded a $1,000 minimum contract guarantee at contract award. These five contracts include options which, if exercised, would bring the total value of each contract to $44,000,000 over a five-year period. Work will be performed in NSWCCD, West Bethesda, Maryland (20%); NSWCCD Olney Support Facility, Gaithersburg, Maryland (10%); NSWCCD Combatant Craft Division, Norfolk, Virginia (10%); NSWCCD Southeast Alaska Acoustic Measurement Facility, Ketchikan, Alaska (10%); NSWCCD Acoustic Research Detachment, Bayview, Idaho (10%); NSWCCD South Florida Ocean Measurement Facility, Dania Beach, Florida (10%); NSWCCD Detachment Large Cavitation Channel, Memphis, Tennessee (10%); NSWCCD Puget Sound, Silverdale, Washington (10%); and NSWCCD South TOTO Acoustic Measurement Facility, Andros Island, Bahamas (10%). If all options are exercised, work will continue through April 2029. Fiscal 2024 overhead funding in the total amount of $289,434 will be obligated across the contracts for the minimum contract guarantees and for the initial task order. These contracts were competitively procured via the Federal Business Opportunities website, with twelve offers received. NSWCCD, West Bethesda, Maryland, is the contracting activity.

CCCS International LLC,* North Charleston, South Carolina (N40085-24-D-0003); Howard W. Pence Inc.,* Elizabethtown, Kentucky (N40085-24-D-0004); Justin J. Reeves LLC,* Houma, Louisiana (N40085-24-D-0005); Mitchell Brothers Inc.,* Seabrooks, South Carolina (N40085-24-D-0006); QBS Inc.,* Alliance, Ohio (N40085-24-D-0007); and S&K Design-Build LLC,* Saint Ignatius, Montana (N40085-24-D-0008), are awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award construction contracts with a combined-maximum-value of $120,000,000 for general construction services for facilities primarily at Marine Corps Air Station (MCAS) Beaufort, Marine Corp Recruit Depot, Parris Island, and Naval Hospital Beaufort area of operation. The maximum dollar value, including the base period and four option years for all six contracts combined is not to exceed $120,000,000, with an estimated completion date of October 2028. CCCS International LLC is awarded the initial task order in the amount of $5,871,061 for construction of a new operational support facility at MCAS Beaufort. Fiscal 2022 military construction funds in the amount of $5,871,061 are obligated on this award and will not expire at the end of the current fiscal year. Each of the remaining five awardees will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. Fiscal 2024 operation and maintenance funds in the amount of $25,000 will be obligated at time of award and will expire at the end of the current fiscal year. These six contractors may compete for task orders under the terms and conditions of the awarded contract. Work will be primarily performed in South Carolina, and is expected to be completed by October 2028. This contract was competitively procured via the SAM.gov website, with 16 offers received. Naval Facilities Systems Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $95,000,000 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2125 for engineering, technical, design agent, and planning yard support for operational strategic and attack submarines. Work will be performed in Groton, Connecticut (70%); Kings Bay, Georgia (13%); Bangor, Washington (10%); Pearl Harbor, Hawaii (3%); North Kingston, Rhode Island (2%); and Newport, Rhode Island (2%), and is expected to be completed by September 2024. Fiscal 2023 other procurement (Navy) funds in the amount of $798,000 (89%), and fiscal 2024 operations and maintenance (Navy) funds in the amount of $100,000 (11%) will be obligated at time of award, and funds in amount of $100,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is awarded an $84,462,016 firm-fixed-price indefinite-delivery/indefinite-quantity modification to previously-awarded multiple award contract N0002418D4414 for complex and non-complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships in the Pacific Northwest, including surface combatants class ships (DDG and CG), and amphibious class ships (LSD, LPD, LHA, and LHD). Work will be performed in Everett, Washington, and is expected to be completed by November 2023. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics - National Steel and Shipbuilding Co., Bremerton, Washington, is awarded an $80,147,230 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded multiple award contract N0002418D4412 for complex and non-complex emergent and continuous maintenance and Chief of Naval Operations availabilities on surface ships in the Pacific Northwest, including surface combatants (DDG and CG) class ships and amphibious (LSD, LPD, LHA, and LHD) class ships. Work will be performed in Everett, Washington, and is expected to be completed by November 2023. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Pacific Ship Repair and Fabrication Inc.,* Everett, Washington, is awarded a $38,078,891 firm-fixed-price, indefinite-delivery/indefinite-quantity modification to previously-awarded multiple award contract N0002418D4413 for complex and non-complex emergent and continuous maintenance, and Chief of Naval Operations availabilities on surface ships in the Pacific Northwest, including surface combatant ships and amphibious ships. Work will be performed in Everett, Washington, and is expected to be completed by November 2023. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Carahsoft Technology Corp., Reston, Virginia, is awarded a $7,543,117 firm-fixed-price delivery order to provide salesforce software licenses and non-personal support services to manage, build, deploy, and maintain a fully operational salesforce-based online portal that addresses the statutory requirements defined in section 575 of the fiscal 2021 National Defense Authorization Act (NDAA). This requirement is specific solely to Military Service Academy Nomination and Admissions processes that include collection, reporting, availability, and standard classifications of reporting requirements, as codified within the NDAA. This action supports the acquisition of organizational change management and strategic communication support services to facilitate portal adoption and use by congressional and non-congressional nominating sources. In addition, this acquisition covers Tableau data visualization and data analytics professional support services to address congressional reporting requirements defined in Section 575. This action also covers the procurement of MuleSoft licenses and implementation services to integrate Service Academy admissions systems and other data sources with the online portal to streamline reporting and data collection capabilities. This portal only supports the nomination process and corresponding reporting requirements for the U.S. Naval Academy, U.S. Military Academy, and the U.S. Air Force Academy, in support of the U.S. Naval Academy. The contract will include a 12-month base period with an additional two 12-month ordering period options pursuant of Federal Acquisition Regulation (FAR) 52.217-9 - option to extend services, which if exercised, will bring the total estimated value to $17,723,839. The base ordering period is expected to be completed by October 2024; if all options are exercised, the ordering period will be completed by October 2026. All work will be performed in Reston, Virginia. Fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $7,500 will be obligated at time of award, and funds will expire at the end of the current fiscal year. The solicitation was posted through the NASA Solutions for Enterprise-Wide Procurement Government-Wide Acquisition Contract as a sole-source procurement in accordance with FAR 16.505(b)(2)(i)(B) with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-24-F-0017).

Schmidt-Prime Group LLC JV, Pensacola, Florida, is awarded a $7,500,000 firm-fixed-price modification to a previously awarded contract N69450-20-D-0002 to increase the not-to-exceed contract price for professional architectural and engineering services for Naval Facilities Engineering Systems Command (NAVFAC) Southeast. This award brings the total cumulative face value of the contract to $54,500,000. Work will be performed within the NAVFAC Southeast area of operations and is expected to be completed by November 2024. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued and will be primarily funded by operation and maintenance (Navy) and military construction (Navy) funds. NAVFAC Southeast, Jacksonville, Florida, is the contracting activity.

ARMY

Manson Construction Co., Seattle, Washington, was awarded a $20,975,000 firm-fixed-price contract for beach renourishment. Bids were solicited via the internet with one received. Work will be performed in Surfside, California, with an estimated completion date of Dec. 29, 2024. Fiscal 2024 civil construction funds in the amount of $20,975,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-24-C-0002). 

SourceAmerica, Vienna, Virginia, was awarded a $13,241,964 modification (P00006) to contract W9124D-23-D-0008 for base operation and maintenance support services at Fort Knox. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 31, 2024. Army Field Directorate Office, Fort Knox, Kentucky, is the contracting activity. 

Charter Contracting Co. LLC, Boston, Massachusetts, was awarded an $11,594,969 cost-plus-fixed-fee contract for environmental remediation services. Bids were solicited via the internet with five received. Work will be performed in Durham, Connecticut, with an estimated completion date of Oct. 16, 2024. Fiscal 2024 environmental restoration, Army funds in the amount of $11,594,969 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-24-C-0001). 

AIR FORCE

D7 LLC, Colorado Springs, Colorado, has been awarded a $15,921,709 cost-plus-fixed-fee modification (P00021) to previously awarded FA8730-20-C-0052 for the Qatar F-15QA Cybersecurity with Defensive Cyber Operations In-Country Integration and Implementation and Q-Radar Obsolescence, and the transition to an Enterprise services model via the deployment of an Enterprise Security Boundary. Work will be performed at Al-Udeid Air Base, Qatar, and is expected to be completed by Dec. 31, 2024. This contract involves foreign military sales to Qatar. Fiscal 2023 Army Material Command Security Assistance Management Directorate funds in the amount of $7,351,825; and fiscal 2023 Foreign Military Sales funds in the amount of $8,569,884, are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

FRM Socks LLC, doing business as Fox River, Osage, Iowa, has been awarded a maximum $8,393,220 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the cold weather socks system. This was a competitive acquisition with three responses received. This is a one-year base contract with two one-year option periods. The ordering period end date is Oct. 16, 2024. Using military services are Army and Air Force. Type of appropriation is fiscal 2024 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0004).

UPDATE: Marketing Assessment Inc.,* Sterling, Virginia (SPE2D1-24-D-0001, $48,500,000) has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-21-R-0002 and awarded Feb. 10, 2022. 

*Small Business