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 Jan. 26, 2024

NAVY

East Coast Repair & Fabrication,* Portsmouth, Virginia (N0002424D4216); General Dynamics NASSCO, Bremerton, Washington (N0002424D4217); Vigor Marine LLC, Portland, Oregon (N0002424D4218); Fincantieri Marine Repair, Jacksonville, Florida (N0002424D4219); BENDER CCP Inc.,* Vernon, California (N0002424D4220); Epsilon Systems,* Portsmouth, Virginia (N0002424D4221); Propulsion Controls Engineering* LLC, San Diego, California (N0002424D4222); Integrated Marine Services Inc.,* Chula Vista, California (N0002424D4223); Delphinus Engineering Inc.,* Eddystone, Pennsylvania (N0002424D4224); and Standard Inspection Services/Standard Welding & Fabrication*, San Diego, California (N0002424D4225), were awarded a combined $943,999,625 firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for repair, maintenance and modernization requirements of non-nuclear Navy Surface ships homeported in or visiting the Everett, Washington, region. The scope of work includes continuous maintenance, emergent maintenance, and short-term (10 months or less in duration) Chief of Naval Operations availabilities. Each awardee will be awarded $10,000 (minimum contract guarantee per awardee) at contract award. Work will be performed in the Everett, Washington, homeport area. Work is expected to be completed by January 2029. Fiscal 2024 operations and maintenance (Navy) funding in the amount of $100,000 is obligated at contract award and will expire at the end of the current fiscal year. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the SAM.gov website, with 11 offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Jan. 25, 2024)

Huntington Ingalls Inc., Newport News, Virginia, was awarded a $913,150,550 cost-plus-incentive-fee and cost-plus-fixed-fee contract for advanced planning and long-lead-time material procurement to prepare and make ready for the accomplishment of the USS Harry S. Truman (CVN 75) Refueling and Complex Overhaul. Work will be performed in Newport News, Virginia and is expected to be completed by June 2026. Fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $250,000,000 will be obligated at time of award and will not expire at the end of the current fiscal year. 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). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-C-2106). (Awarded Jan. 25, 2024)

Harkins Builders Inc., Columbia, Maryland, is awarded a $31,535,881 firm-fixed-price contract for construction of Crash Rescue Station One at Joint Base Andrews. The work to be performed provides for construction of a new crash rescue station facility to include a combined emergency communication center, aircraft rescue firefighting apparatus equipment/maintenance bays, administration and management offices, and an alternate emergency operations center, as well as all other necessary work associated with this project. Work will be performed at Joint Base Andrews, Maryland, and will be completed May 2026. The maximum dollar value including the base period and two options, to be exercised at the time of award, is $30,697,920. Fiscal 2022 military construction (Air Force) (MILCON AF) funds in the amount of $24,518,000; and fiscal 2023 MILCON (AF) funds in the amount of $6,179,920, will be obligated at time of award and will not expire at the end of the fiscal year. This contract was competitively procured via the Procurement Integrated Enterprise Environment website, with three offers received. The Naval Facilities Engineering Systems Command, Washington, D.C., is the contracting activity. (N40080-24-C-0004) 

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a modification (P00011) to a previously awarded cost-plus-incentive-fee $15,755,797 contract (N0001921C0040). This modification adds scope to provide continued development and integration efforts, to include program management support, in support of the F-35 Joint Strike Fighter aircraft for Israel System Development and Design Phase II efforts. Work will be performed in Fort Worth, Texas (80%); and undisclosed locations outside the continental U.S. (20%), and is expected to be completed in June 2028. Foreign Military Sales customer funds in the amount of $15,755,797 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Phillips Corp., Federal Division, Hanover, Maryland, who is teamed with sub-contractors Delta H, Carroll, Ohio; and Machine Tool Service, Spokane, Washington, is awarded a $9,601,616 contract modification (P00005) under a previously awarded contract (N4215823DS001) to fund the first one-year option period. This modification exercises the first one-year option period to manage a preventative and corrective maintenance program that will plan, schedule, and provide qualified personnel for preventative maintenance, corrective maintenance, and calibration analysis for up to 600 pieces of industrial plant equipment located in the controlled industrial area of Norfolk Naval Shipyard to provide on time delivery of carriers, submarines, and barges. The previously awarded contract includes a one-year base period with four one-year option periods and one six-month option period which, if exercised, would bring the cumulative value of this contract to $53,051,662. Work will be performed in Portsmouth, Virginia, and is expected to be completed in January 2025. If all options are exercised work will continue through September 2028. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $9,601,616 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the SAM.GOV website and three offers were received. The Norfolk Naval Shipyard, Portsmouth, Virginia is the contracting activity (N4215823DS001). 

AIR FORCE

Kratos Space & Missile Defense Systems Inc., San Diego, California (FA8818-24-D-B001); Aerojet Rocketdyne Coleman Aerospace, Orlando, Florida (FA8818-24-D-B002); and Corvid Technologies LLC, Mooresville, North Carolina (FA8818-24-D-B001), have been awarded a multiple-award, indefinite-delivery/indefinite-quantity, cost-plus-incentive-fee, cost-plus-fixed-fee, and firm-fixed-price contract with a combined maximum ceiling of $877,000,000 with a nine-year ordering period for Sounding Rocket Program-4. This contract provides suborbital launch services and launch support services necessary to accomplish the Rocket Systems Launch Program’s suborbital mission. The primary locations of performance of the work will be at the contractor facilities and a variety of government launch sites, depending on mission requirements, and is expected to be completed by Nov. 15, 2029. This contract was a competitive acquisition, and three offers were received. Fiscal 2023 Space Force funds in the amount of $40,000 are being obligated at time of award. Space Systems Command, Kirtland Air Force Base, New Mexico, is the contracting activity.

Lawelawe Defense Inc., Kailua, Hawaii, was awarded a $37,083,917 base, plus four-year option periods, contract in support of the Air Force’s National Tactical Integration (AF NTI) Program. This contract provides for intelligence, surveillance, and reconnaissance subject-matter expertise and maintenance, ongoing development, and execution of an existing master training plan for AF NTI personnel. Work will be performed at various locations, but primarily at Joint Base San Antonio-Lackland, Texas; and Fort Meade, Maryland, and is expected to be completed by Jan. 30, 2029. This contract was a sole source Hawaiian Native acquisition. Fiscal 2024 operation and maintenance funds in the amount of $6,600,000 million are being obligated at time of award. Air Combat Command Acquisition Management Integration Center, Detachment 2, JBSA-Lackland, Texas, is the contracting activity (FA7037-24-C-0002).

L3Harris Technologies Inc., Colorado Springs, Colorado, has been awarded a $31,137,052 contract modification (P00252) to a previously awarded contract (FA8823-20-C-0004) for the Space Fence System. The modification brings the total cumulative face value of the contract $833,173,765. Work will be performed at Kwajalein Atoll, Marshall Islands; Morristown, Pennsylvania; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2025. Fiscal 2024 operation and maintenance funds in the amount of $12,539,458 are being obligated at time of award. The Space Systems Center Directorate of Contracting, Peterson Space Force Base, Colorado, is the contracting activity. 

The Aerospace Corp., El Segundo, California, has been awarded a $11,000,000 modification (P00124) to previously awarded FA8802-19-C-0001 for systems engineering support for the National Space Community. The modification brings the total cumulative face value of the contract to $6,947,296,666. Work will be performed in El Segundo, California, and is expected to be completed by Sept. 30, 2024. No funds are being obligated at time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity.

U.S. TRANSPORTATION COMMAND

International Auto Logistics LLC, Saint Simmons Island, Georgia, (HTC71124DR001) has been awarded an indefinite-delivery, requirements-type, fixed-price with-economic-price-adjustment contract, with a face value of $727,898,027. This contract is for complete transportation and storage services for Department of Defense (DOD) sponsored shipments of privately-owned vehicles belonging to Military Servicemembers (including members of the United States Coast Guard (USCG)), DOD and USCG civilian employees, and their families. Work performance of the contract is multiple locations world-wide. The base period of performance is from Oct. 1, 2024, to Sep. 30, 2027. Military Personnel funds will be obligated for fiscal 2025, 2026, and 2027. The U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SAK Industries LLC,* Miami, Florida (SPE605-22-D-4027/P00001, $17,541,590); BRZ Investment & Consulting LLC,* Boynton Beach, Florida (SPE605-22-D-4008/P00010, $17,384,452); and Fannon Petroleum Services Inc.,* Gainesville, Virginia (SPE605-22-D-4011/P00003, $13,373,279), have each been awarded a modification to four-year 11-month base contracts with one six-month option period under solicitation SPE605-22-R-0203 for various types of fuel. These are fixed-price with economic-price-adjustment contracts. Locations of performance are Indiana, Kentucky, Maryland, Ohio, Tennessee, Virginia, West Virginia, and Washington, D.C., with an Aug. 31, 2027, performance completion date. Using customers are Army, Navy, Air Force, Coast Guard, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Fayetteville Public Works Commission, Fayetteville, North Carolina, has been awarded a maximum $14,648,165 modification (P00139) to a 40-year contract (SP0600-06-C-8253) with no option periods incorporating the change in water commodity charge rate for unregulated water services. This is a fixed-price, non-regulated tariff contract. The performance completion date is Sept. 25, 2046. Using military service is Army. Type of appropriation is fiscal 2024 through 2046 Army operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

UPDATE: AVFuel Corp.,* Ann Arbor, Michigan (SPE605-24-D-4000, $18,474,875), has been added as an awardee to the multiple award contract for jet fuel, issued against solicitation SPE605-22-R-0203 and awarded Sept. 28, 2022.

ARMY

Burns & McDonnell Inc., Kansas City, Kansas, was awarded a $10,992,375 firm-fixed-price contract to design and construct a new laboratory and administrative facility within an existing structure at Tinker Air Force Base. Bids were solicited via the internet with one received. Work will be performed in Oklahoma City, Oklahoma, with an estimated completion date of April 26, 2025. Fiscal 2024 operation and maintenance, Army funds in the amount of $10,992,375 were obligated at the time of the award. U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity (W912BV-24-F-0019). 

*Small Business