U.S. Department of Defense

06/27/2022 | Press release | Distributed by Public on 06/27/2022 15:20

Contracts for June 27, 2022DOD and NSF Kick-Off Resilient, Intelligent NextG Systems ProgramMedia Invitation to Observe Hearings for Detained Al-Qaeda Commander Post-Guilty Plea

ARMY

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $2,278,598,185 firm-fixed-price contract for procurement of 120 H-60M Black Hawk helicopters and related support for fiscal years 2022-2026, including options for an additional 135 aircraft. Bids were solicited via the internet with one received. Work will be performed in Stratford, Connecticut, with an estimated completion date of June 30, 2027. Fiscal 2022 aircraft procurement, Army funds in the amount of $478,127,856 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-22-C-0010). (Awarded June 26, 2022)

Siemens Government Technologies, Reston, Virginia, was awarded a $295,000,000 firm-fixed-price contract for procurement, installation, maintenance and service of building automation systems. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of June 22, 2029. U.S Army Corps of Engineers, Huntsville, Alabama, is the contracting activity (W912DY-22-D-0071).

TRAX International Corp., Las Vegas, Nevada, was awarded a $34,267,347 modification (P00076) to contract W9124R-18-C-0001 for test support services in support of the U.S Army Yuma Proving Ground. Work will be performed in Yuma, Arizona, and Fort Greely, Alaska, with an estimated completion date of Sept. 30, 2022. Fiscal 2022 research, development, test and evaluation, Army funds in the amount of $16,500,000 were obligated at the time of the award. U.S. Army 418th Contracting Support Brigade, Yuma Proving Ground, Arizona, is the contracting activity.

Weeks Marine, Covington, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for rental of a 30-foot cutterhead pipeline dredge. 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 June 26, 2023. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-22-D-0055).

DEFENSE LOGISTICS AGENCY

Parker-Hannifin Corp., Irvine, California, has been awarded a maximum $444,418,734 firm-fixed-price, requirements contract for performance-based support of A-10, E-3, F-15, F-16, and KC-135 actuators. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a five-year base contract with one five-year option period. The performance completion date is June 30, 2027. Using military service is Air Force. Type of appropriation is fiscal 2022 through 2027 Air Force working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Ogden, Utah (SPRHA1-22-D-0001).

NAVY

Lockheed Martin Corp., Rotary Mission Systems, Liverpool, New York, is awarded a $50,640,760 firm-fixed-price modification to previously awarded contract N00024-20-C-5503 to exercise options for Surface Electronic Warfare Improvement Program (SEWIP) AN/SLQ-32(V)6 full rate production units. Work will be performed in Liverpool, New York (78%); and Lansdale, Pennsylvania (22%), and is expected to be completed by March 2024. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $41,241,288 (81%); and fiscal 2021 other procurement funds in the amount of $9,399,472 (19%) will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Synectic Solutions Inc.,* Oxnard, California, is awarded a $38,791,802 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This contract provides logistics support, product support management, supply, packaging, handling, storage, and transportation support, maintenance planning and management, design interface, sustaining engineering, technical data and configuration control, computer resources, facilities and infrastructure, support equipment, training and training support, and administration and project oversight in support of the life cycle logistics of conventional ordnance weapons components and weapons systems for the Naval Air Warfare Center Weapons Division Sustainment Group Maintenance, Repair, and Overhaul Department. Work will be performed in China Lake, California, and is expected to be completed in July 2027. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured as a small business set-aside; one offer was received. The Naval Air Warfare Center Weapons Division, China Lake, California, is the contracting activity (N6893622D0036).

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $29,351,041 firm-fixed-price order (N0001922F2533) against a previously issued basic ordering agreement (N0001920G0007). This order updates the technical data package and software for the Joint Standoff Weapon AGM-154C (Block III) for the governments of Taiwan, Bahrain, and Canada. Work will be performed in Tucson, Arizona (90%); Goleta, California (6%); McAlester, Oklahoma (3%); and various locations within the continental U.S. (1%), and is expected to be completed in July 2025. Foreign Military Sales funds in the amount of $29,351,041 will be obligated at time of award, none of which will expire at the end of the fiscal year. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

PAE Government Services Inc., Arlington, Virginia, is awarded a $21,918,387 indefinite-delivery/indefinite-quantity modification to previously awarded contract N40084-21-D-0060. This modification provides for the exercise of Option 1 for base operating support services at Marine Corps Air Station Iwakuni, Japan. Work will be performed in Iwakuni City, Japan. This option period is from July 2022 to June 2023. After award of this option, the total cumulative contract value will be $40,212,881. No funds will be obligated at time of award. Fiscal 2022 operation and maintenance (Marine Corps) funds; fiscal 2022 operation and maintenance (Navy) funds; fiscal 2022 operation and maintenance (Defense agencies) funds; and fiscal 2022 working capital (Department of Defense) funds in the amount of $12,191,745 for recurring work will be obligated on individual task orders issued during the option period, and will expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command Far East, Iwakuni, Japan, is the contracting activity.

Canadian Commercial Corp., Ottawa, Ontario, Canada, is awarded a $15,418,587 firm-fixed-price, long-term requirements contract for the repair of the helicopter landing system Recovery Assist, Securing and Traversing (RAST) System A/W42U-1(V) installed on Light Airborne Multipurpose Systems MK III ships. This contract includes a five-year base with no options. All work will be performed in Mississauga, Ontario, Canada, and work is expected to be completed by June 2027. No funding will be obligated at the time of award. Individual delivery orders will be funded with appropriate fiscal year working capital (Navy) funds at the time of their issuance, and funds will not expire at the end of the contract ordering period. One company was solicited for this sole-source requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-22-D-S401).

Goodrich Corp. Engineering Polymer Products, Jacksonville, Florida, is awarded a $15,111,716 modification to exercise two firm-fixed-price option contract line item numbers for manufacturing activities in support of Virginia-class submarine propulsors. Work will be performed in Jacksonville, Florida, and is expected to be completed by September 2024. Fiscal 2022 shipbuilding and conversion (Navy) appropriation funding in the amount of $15,111,716 will be obligated at time of award and will not expire at the end of the current fiscal year. With this modification, the contract will have a funded value of $20,530,507, with a potential of $74,047,462 if all options are exercised. This contract was not competitively procured in accordance with 10 U.S.C. 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland is the contracting activity (N00167-21-C-0006).

Lockheed Martin Corp., Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $13,241,085 cost-plus-incentive-fee modification to previously awarded contract N00024-13-C-5116 for AEGIS Combat System Engineering Agent (CSEA) efforts. Work will be performed in Moorestown, New Jersey, and is expected to be completed by December 2022. Fiscal 2013 shipbuilding and conversion (Navy) funds in the amount of $10,054,959 (79%); and fiscal 2016 shipbuilding and conversion (Navy) funds in the amount of $2,684,776 (21%) will be obligated at time of award and do not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $10,131,817 fixed-price incentive (firm target) delivery order (N00024-22-F-6307) under indefinite-delivery/indefinite-quantity contract N00024-20-D-6331 for design and fabrication of a prototype Containerized Tethered Elevated Mast (C-TEM). This delivery order includes options which, if exercised, would bring the cumulative value of this delivery order to $39,402,998. Work will be performed in Essington, Pennsylvania (48%); Pittsfield, Massachusetts (35%); Taunton, Massachusetts (14%); and Fair Lakes, Virginia (3%), and is expected to be completed by December 2023. If all options are exercised, work will continue through June 2027. Fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $10,131,817 will be obligated at time of award. This delivery order was competitively procured via the Unmanned Surface Vehicle Family of Systems multiple award contract with three offers received. The Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

Lockheed Martin Corp., Liverpool, New York, is awarded an $8,000,000 ceiling-priced delivery order (N00383-22-F-BR07) under a previously awarded basic ordering agreement (N00383-17-G-BR01) for the procurement of six mainframe assembly parts used in the radar system in support of the E-2D Hawkeye aircraft. All work will be performed in Liverpool, New York, and is expected to be completed by June 2023. Fiscal year 2022 working capital (Navy) funds in the amount of $3,920,000 will be obligated at the time of award, and funds will not expire at the end of the current fiscal year. One firm was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

AIR FORCE

LMR Technical Group LLC, Fort Walton Beach, Florida, has been awarded a $19,626,109 firm-fixed-price modification (P00012) to previously awarded contract FA4890-20-C-0005 to exercise Option Period Two. This contract provides support services to increase the physical capacity of fighter aircrew, decrease the rate of injuries, and accelerate return to duty. Work will be performed at multiple bases across the Air Combat Command, Pacific Air Forces, and U.S. Air Forces Europe and is expected to be completed by 30 June 2025. Fiscal 2022 operations and maintenance funds in the amount of $9,596,246 are being obligated at the time of award. Total cumulative face value of the contract is $55,712,775. Headquarters Air Combat Command, Acquisition Management and Integration Center, Joint Base Langley-Eustis, Virginia, is the contracting activity.

Shano Inc., Great Falls, Virginia (FA2396-22-D 0004); Empire Hospitality LLC, Vancouver, Washington (FA2396-22-D-0005); and SNVA LLC, Waldorf, Maryland (FA2396-22-D-0006), have been awarded an $8,500,000 multiple award, indefinite-delivery/indefinite-quantity contract for hotel accommodations. This contract provides hotel accommodations to the Air Force School of Medicine medical students while training in various locations. The location of performance is Baltimore, Maryland; Cincinnati, Ohio; St. Louis, Missouri; Beavercreek, Ohio; and Las Vegas, Nevada, and is expected to be complete by June 30, 2027. This award is the result of a competitive acquisition and one solicitation mailed and eight offers received. Current year operations and maintenance funds will be obligated at the task order level. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

*Small business