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 Nov. 3, 2023

ARMY

County of Osceola, Kissimmee, Florida, was awarded an Other Transaction Authority agreement with a ceiling of $289,114,603 to develop a domestic, trusted, pure-play and open-access advanced packaging ecosystem for low-volume/high-mix production of 2.5-D and 3-D Advanced System Integration and Packaging secure solutions. Work will be performed in Kissimmee, Florida, with an estimated completion date of Oct. 27, 2028. Fiscal 2023 research, development, test, and evaluation, Army funds in the amount of $3,658,433 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-9-2005). 

Oshkosh Defense, Oshkosh, Wisconsin, was awarded a $208,890,089 modification (P01111) to contract W56HZV-15-C-0095 for Joint Light Tactical Vehicles. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 25, 2025. Fiscal 2023 Air Force European Deterrence Initiative funds; fiscal 2023 and 2024 procurement, Air Force funds; fiscal 2023 and 2024 procurement, Marine Corps funds; and fiscal 2024 other procurement, Army funds in the amount of $208,890,089 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity. 

Sevenson Environmental Services Inc.,* Niagara Falls, New York, was awarded a $41,928,702 cost-plus-fixed-fee contract for environmental remediation of the Diamond Head Oil Superfund Site. Bids were solicited via the internet with two received. Work will be performed in Kearny, New Jersey, with an estimated completion date of Nov. 2, 2028. Environmental Protection Agency funds in the amount of $30,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-3000). 

NAVY

BAE Systems Land & Armaments LP, Sterling Heights, Michigan, is awarded a $211,477,415 firm-fixed-price modification to a previously awarded contract (M67854-16-C-0006) for Amphibious Combat Vehicles (ACV). The total cumulative face value of the contract is $2,552,695,877. This contract modification provides for the exercise of options for the procurement of 40 full rate production ACV Personnel variants and associated production, fielding and support costs, and support & test equipment. 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 February 2026. Fiscal 2024 procurement (Marine Corps) funds in the amount of $211,477,415 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 (M67854-16-C-0006).

Atlantic Fabrication & Boiler Services Inc.,* Portsmouth, Virginia (N3220524D0005); Auxiliary Systems Inc.,* Norfolk, Virginia (N3220524D0006); Bay Marine JV LLC,* Chesapeake, Virginia (N3220524D0007); Bluepoint Engineering LLC,* Portsmouth, Virginia (N3220524D0008); Colonna’s Shipyard Inc.,* Norfolk, Virginia (N3220524D0009); Confluence Corp.,* Honolulu, Hawaii (N3220524D0010); East Coast Repair & Fabrication LLC,* Portsmouth, Virginia (N3220524D0011); EMS Industrial Inc.,* Chesapeake, Virginia (N3220524D0012); Epsilon Systems Solutions Inc.,* Portsmouth, Virginia (N3220524D0013); Fairlead Boatworks Inc.,* Newport News, Virginia (N3220524D0014); G I Industrial Marine LLC,* Portsmouth, Virginia (N3220524D0015); Gulf Copper & Manufacturing Corp.,* Port Arthur, Texas (N3220524D0016); JAG Welding, Fab, & Services Inc.,* Milton, Georgia (N3220524D0017); KD Shipyard LLC,* Virginia Beach, Virginia (N3220524D0018); Lyon Shipyard Inc.,* Norfolk, Virginia (N3220524D0019); Mid Atlantic Engineering Technical Services Inc.,* Chesapeake, Virginia (N3220524D0020); Neal Technical Innovations LLC,* Daphne, Alabama (N3220524D0021); Q.E.D. Systems Inc.,* Virginia Beach, Virginia (N3220524D0022); Standard Inspection Services,* San Diego, California (N3220524D0023); TECNICO Corp.,* Chesapeake, Virginia (N3220524D0024); and Walashek Industrial & Marine Inc.,* Norfolk, Virginia (N3220524D0025), are awarded a combined, maximum-value $140,000,000, firm-fixed-price, indefinite-delivery/indefinite-quantity contract for a broad range of ship repair for Military Sealift Command vessels. Each awardee will be awarded a $3,500 minimum contract guarantee at contract award. This contract includes a five-year base period and a six-month option period. Work will be performed at government and commercial facilities located on the east coast continental U.S. and is expected to be completed by March 30, 2029. Working capital funds (Navy) in the amount of $3,500 per contract, for a total of $73,500, will be obligated on the initial delivery orders for the minimum guarantee for fiscal 2024, and will expire at the end of the fiscal year. This contract was a small business set-aside solicited via the Government Point of Entry website and 22 offers received. Military Sealift Command, Norfolk, Virginia, is the contracting activity.

Professional Analysis Inc., Alexandria, Virginia, is awarded a $74,392,335 firm-fixed-price contract (N3220524C4140) to provide worldwide logistics services in the following eight functional areas: lifecycle logistics support, special materials type desk support, material handling equipment and ordnance handling equipment support, ships acquisition support, consolidated maintenance and logistics system support, combat logistics force support, ordnance management support, and supply chain support. The contract contains a phase-in period of one month and 14 days, a base period of 10 months, and four option years, plus Federal Acquisition Regulation 52.217- Option to Extend Services for a total of 60 months. The contract will be performed on a worldwide basis beginning Nov. 6, 2023, and will conclude on Oct. 19, 2028. This contract was a consolidated and bundled full and open with proposals solicited via the Government Point of Entry website and two proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity. 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $35,264,435 modification to previously awarded cost-plus-fixed-fee contract N00024-20-C-2114 to exercise fiscal 2024 options for reactor plant planning yard support for nuclear-powered submarines, and support yard for the Navy’s moored training ships. Work will be performed in Groton, Connecticut, and is expected to be completed by September 2024. Fiscal 2024 other procurement (Navy) funds in the amount of $6,440,758 (68%); and fiscal 2024 operations and maintenance (Navy) funds in the amount of $3,000,000 (32%) will be obligated at time of award, of which $3,000,000 will expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity. 

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $15,823,616 cost-plus-fixed-fee modification to previously awarded contract N00024-21-C-2103 for engineering and technical design effort to support research and development concept formulation for current and future submarine platforms. Work will be performed in Groton, Connecticut (96%); Bremerton, Washington (2%); Kings Bay, Georgia (1%); and Newport, Rhode Island (1%), and is expected to be completed by September 2024. Fiscal 2023 research, development, test and evaluation (Navy) funding in the amount of $5,583,537 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $9,590,245 undefinitized contract action under previously awarded contract N00024-19-C-2125 to provide rotatable pool material. Work will be performed in Groton, Connecticut, and is expected to be completed by Dec. 29, 2028. Fiscal 2022 other procurement (Navy) funds in the amount of $4,795,123 will be obligated at time of award and will not expire at the end of the current fiscal year. Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Huntington Ingalls Inc., Newport News, Virginia, is awarded an $8,791,995 cost-plus-fixed-fee modification to previously awarded contract N00024-22-C-2105 to exercise options for planning and design yard activities for Standard Navy Valves installed in commissioned nuclear-powered submarines, submersibles, and aircraft carriers. Work will be performed in Newport News, Virginia. No funding will be obligated at time of award. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-2105).

IAN Corp.,* Barrigada, Guam, is awarded a $7,863,140 firm-fixed-price contract for construction involving improvements for a temporary expeditionary, containerized initial deployment capability of an integrated air and missile defense at Andersen Air Force Base to support testing. Work will be performed at Andersen AFB, Guam, and is expected to be completed by September 2024. Fiscal 2020 military construction (Department of Defense); and fiscal 2023 and 2024 research, development, test and evaluation (DOD) funds in the amount of $7,863,140, will be obligated at time of award, and $7,558,856 will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website, with six proposals received. The Naval Facilities Engineering Systems Command Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-24-C-1311).

DEFENSE LOGISTICS AGENCY

Goodwill Industries of South Florida Inc.,** Miami, Florida, has been awarded a maximum $15,175,195 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for women's service uniform dress slacks. This is a five-year contract with no option periods. The ordering period end date is Nov. 2, 2028. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-N004). 

Trijicon Inc.,* Wixom, Michigan, has been awarded a maximum $13,393,381 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for bore-sight optic riflescopes. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year contract with no option periods. The performance completion date is Oct. 27, 2028. Using military service is Army. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan (SPRDL1-24-D-0002).

*Small Business
** Mandatory source