Contracts

Contracts For Jan. 7, 2021


ARMY

Amentum Services Inc., Germantown, Maryland, was awarded a $68,290,284 modification (P00024) to contract W9124G-17-C-0005 to provide undergraduate initial entry rotary wing and selected graduate course flight training, simulator flight training and flight academics.  Work will be performed at Fort Rucker, Alabama, with an estimated completion date of Jan. 9, 2022.  Fiscal 2010 operation and maintenance (Army) funds in the amount of $68,290,284 were obligated at the time of the award.  U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

CORRECTION:  Due to a re-evaluation of RFP W15QKN-19-R-0049, Tradewinds Logistics Group LLC was issued a firm-fixed-price, indefinite-delivery/indefinite-quantity award under solicitation W15QKN-19-R-0049.  This changes the number of awardees under this multiple-award contract from seven to eight.  The awardees shall provide support in the procurement of weapons, parts, optics, accessories, tools, gauges and manuals for various commercial, foreign, nonstandard and U.S. obsolete weapon systems.

NAVY

Lockheed Martin Corp., a Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $13,125,284 cost-plus-fixed-fee modification (P00001) to previously awarded contract N00019-20-C-0052.  This modification exercises an option to procure continued maintenance and sustainment operation support for Norway Italy Reprogramming Laboratory systems and consumables in support of the Joint Strike Fighter aircraft for the governments of Norway and Italy.  Work will be performed at Eglin Air Force Base, Florida, and is expected to be completed in December 2022.  Non-Department of Defense participant funds currently obligated on this contract in the amount of $4,214,678 will be realigned at the time of award to fund this effort, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Mason and Hanger Group Inc., Lexington, Kentucky, is awarded a maximum-value $10,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity, architect-engineering contract for multi-discipline mechanical and electrical architect-engineering (A-E) services in the Naval Facilities Engineering Systems Command Mid-Atlantic area of responsibility and worldwide.  The work to be performed provides for comprehensive architect-engineering services required for the new construction, repair, replacement, demolition, alteration and/or improvement of various types of facilities/systems.  Types of facilities/systems include, but are not limited to, personnel housing facilities (bachelor enlisted quarters and bachelor officer quarters); office buildings; academic and training facilities (operational, maintenance and classroom); medical and dental facilities; dining facilities; recreational facilities, child development centers; airfield operations facilities (hangars, traffic control facilities, lighting); and supporting facilities/systems such as utilities, water treatment plants, parking structures, roadways, mechanical systems, steam or hot water distribution systems, electrical distribution systems, boilers, ground-source heat pumps, closed loop geothermal well systems, building automation systems, foundations for tanks and HVAC systems.  Projects may also include selective demolition and site preparation.  Although this contract is primarily for mechanical and electrical A-E services, projects may also include multiple or single disciplines, including but not limited to architectural, structural, mechanical, electrical, civil, planning, environmental studies, master planning, fire protection, audio/visual, cost estimating and interior design.  Work will be performed at various Navy facilities at Marine Corps Air Station Cherry Point, North Carolina, and Marine Corps Base Camp Lejeune, North Carolina, and will be completed by December 2025.  Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 will be obligated at time of award to fulfill the minimum guarantee and will not expire at the end of the current fiscal year.  This contract was competitively procured via beta.Sam.gov, with 12 proposals received.  The Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-D-0016).

North Star Scientific Corp.,* Kapolei, Hawaii, is awarded a $9,557,740 firm-fixed-price order (N68335-21-F-0003) against previously issued basic ordering agreement N68335-19-G-0037.  This order provides for the production and delivery of 42 high power amplifier (HPA) units (13 HPA units for E-2D crypto modernization and frequency remapping aircraft retrofits; 10 HPA units for E-2D Tactical Targeting Network Technology (TTNT) production aircraft, 10 HPA units for spares; five HPA units for system configuration set-11 E-2C aircraft,; and four HPA units for E-2D TTNT aircraft retrofits) under Small Business Innovation Research (SBIR) topic N06-125 titled, “L-Band Solid-State High Power Amplifier for Airborne Platforms.”  Additionally, this order provides engineering and engineering data support for HPA units kitting, installation and testing.  Work will be performed in Kapolei, Hawaii (92.3%); and Carlsbad, California (7.7%), and is expected to be completed in August 2022.  Fiscal 2021 aircraft procurement (Navy) funds in the amount of $4,551,305; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,006,435 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded an $8,756,417 modification (P00005) to cost-plus-fixed-fee order N00019-19-F-4058 against previously issued basic ordering agreement N00019-16-G-0001.  This modification exercises an option for contractor logistics support for the P-8A Poseidon in support of the government of the United Kingdom.  Work will be performed in Seattle, Washington (60%); and Lossiemouth, Scotland (40%), and is expected to be completed in December 2021.  Foreign Military Sales funds in the amount of $1,200,000 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Kellogg, Brown, and Root Services LLC, Houston, Texas, is being awarded an $8,203,733 indefinite-delivery/indefinite-quantity contract for base operating support (BOS) services at the Navy Compound, Quay 9, Jebel Ali, United Arab Emirates.  The BOS services to be performed include general information, management and administration; force protection; unaccompanied housing, facility support (facility investment, facility management, custodial, integrated solid waste management, pest control and pavement clearance); utilities (electrical and wastewater); and transportation.  The maximum dollar value including the base period and seven option periods is $67,391,232.  Work will be performed in Jebel Ali, United Arab Emirates, and is expected to be complete by August 2029.  No funds will be obligated at time of award.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $7,879,740 for recurring work will be obligated on an individual task order issued during the base period.  This contract was competitively procured via the Federal Business Opportunities website with 10 proposals received.  The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-21-D-0001).

*Small business