U.S. Department of Defense

05/28/2021 | Press release | Distributed by Public on 05/28/2021 15:12

Contracts For May 28, 2021

NAVY

Huntington Ingalls Inc., Ingalls Shipbuilding Division, Pascagoula, Mississippi, is awarded a $302,642,828 hybrid cost-plus-award-fee, cost-plus-fixed-fee with a special performance incentive, and cost-only-type contract for planning yard support for LPD 17 amphibious transport dock ships, LHD 1/LHA 6 amphibious assault ships, LSD 41/49 dock landing ships and LCC 19 amphibious command ship. This contract includes options which, if exercised, would bring the cumulative value of this contract to $724,273,053. Work will be performed in Pascagoula, Mississippi, with as needed on-site technical support for Chief of Naval Operations availabilities at Mayport, Florida; Norfolk, Virginia; San Diego, California; and Sasebo, Japan. Work is expected to be completed by May 2028. Fiscal 2021 operation and maintenance funds in the amount of $4,156,961 (85%); and fiscal 2021 other procurement (Navy) funds in the amount of $733,581 (15%) will be obligated at time of award, of which funds in the amount of $4,156,961 will expire at the end of the current fiscal year. This contract was competitively procured with two offers received via the Federal Business Opportunities website. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4205).

Booz Allen Hamilton Inc., McLean, Virginia (N6523621D4800); CSSI Inc., Washington, D.C. (N6523621D4801); DIGITALiBiz Inc., Rockville, Maryland (N6523621D4802); Serco Inc., Herndon, Virginia (N6523621D4803); and Scientific Research Corp., Atlanta, Georgia (N6523621D4804), are awarded a cumulative $279,803,380 multiple award, indefinite-delivery/indefinite-quantity contract with provisions for cost-plus-fixed-fee and firm-fixed-price task/delivery orders. The contracts are for engineering support services and supplies for the conception, design, development and delivery of integrated systems, networks and supporting infrastructure on a non-emergent basis along with the corresponding engineering, technical, and management support services and equipment for air traffic control, meteorology and oceanography, and aviation command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance electronic systems. These contracts include a single five-year ordering period with an estimated cumulative value of $279,803,380. These contracts also include a two-year option ordering period. The option period, if exercised, would bring the cumulative value of these contracts to an estimated $400,000,000. Fiscal 2021 working capital (Navy) funds in the amount of $25,000 ($5,000 per awardee) will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Charleston, South Carolina (77%); and San Diego, California (23%). Work is expected to be completed by May 2028. If options are exercised, work could continue until May 2030. The contracts were competitively procured by full and open competition via the Naval Information Warfare Systems Command - Electronic Commerce Central website and the beta.sam.gov website, with five offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Raytheon Missiles and Defense, Tucson, Arizona, is awarded an $112,690,243 firm-fixed-price modification to previously-awarded contract N00024-20-C-5400 to perform Navy transition to production efforts for RAM Block 2B and exercise options for fiscal 2021 Foreign Military Sales (FMS) to Egypt for the Rolling Airframe Missile (RAM) Block 2 guided-missile round pack (GMRP). This contract includes purchases to the government of Egypt under the FMS program. Work will be performed in Tucson, Arizona (62%); Ottobrunn, Germany (27%); Glenrothes, Scotland (4%); Midland, Canada, (1%); Plymouth, England, (1%) and other U.S. locations, each less than 1% (5%), and is expected to be completed by December 2024. FMS Egypt funds in the amount of $113,752,536 (97%); and fiscal 2021 weapons procurement (Navy) funds in the amount of $3,123,904 (3%) will be obligated at the 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.

Advanced Technology International, Summerville, South Carolina, is awarded a $99,000,000 indefinite-delivery/indefinite-quantity contract for the Navy Manufacturing Technology (ManTech) Composite Manufacturing Center. The core mission and function of the Composites Manufacturing Center is to identify, develop and facilitate the transition of composite, polymeric and other non-metallic manufacturing technologies to composites fabricators and other relevant industrial facilities to reduce the cost and time to build and repair key naval platforms. Work will be performed in Summerville, South Carolina, and is expected to be completed by June 1, 2026. The total cumulative value of this contract is $99,000,000. No funds will be awarded on the contract. Two task orders will be awarded upon release of the contract on a cost-plus-fixed-fee basis. The task orders will be funded with fiscal 2021 research, development, test and evaluation (Navy) funds. The first task order will be funded with an initial amount of $308,000. The second task order will be funded with an initial amount of $375,000. These funds will not expire at the end of the current fiscal year. This contract was competitively procured under N00014-20-R-0007, with one proposal received. The Office of Naval Research, Arlington, Virginia, is the contracting activity (N00014-21-D-7001).

Booz Allen Hamilton, McLean, Virginia (N00189-18-D-Z042); CACI, Inc. - Federal, Chantilly, Virginia (N00189-18-D-Z043); Deloitte & Touche LLP, Arlington, Virginia (N00189-18-D-Z044); Systems Planning and Analysis Inc., Alexandria, Virginia (N00189-18-D-Z045); and Whitney, Bradley & Brown Inc., Reston, Virginia (N00189-18-D-Z046), are awarded an estimated $74,464,554 for modification P00004 under previously awarded multiple award cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contracts with fixed-price provisions to exercise the first 36-month option period to provide contractor support of strategic assessment and planning; manpower assessment; planning and programming analysis support; financial program management; manpower, personnel, training and education program and policy assessment and management; and quantitative analysis, forecasting, performance assessment, and research, development, test and evaluation program management support in support of the Deputy Chief of Naval Operations (DCNO) Manpower, Personnel, Training & Education domain comprised of the DCNO, the Bureau of Naval Personnel, Navy Personnel Command, the Navy Manpower Analysis Center, Commander Naval Education and Training, and Commander Navy Recruiting Command. The contracts run concurrently and if all options are exercised, the total value of this contract is estimated to be $249,987,356. The exercise of this option is expected to begin August 2021 and be completed by August 2024; if all options are exercised, the ordering period will be completed by August 2027. Work will be performed in Millington, Tennessee (50%); Arlington, Virginia (30%); Pensacola, Florida (10%); various locations throughout the continental U.S. (8%); and various contractor facilities (2%). Appropriate annual fiscal operation and maintenance (Navy) funds will be obligated on individual task orders as they are issued, and funds will not expire at the end of the current fiscal year. This contract was competitively procured for the award of multiple contracts pursuant to the authority set forth in Federal Acquisition Regulation 16.504. The requirement was solicited through the Federal Business Opportunities website, with eleven offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department, Philadelphia, Pennsylvania, is the contracting activity.

Serco Inc., Herndon, Virginia, is awarded a $70,000,000 indefinite delivery/indefinite quantity contract (N6523621D8007) with provisions for cost-plus-fixed-fee and firm-fixed-price task/delivery orders. The contract is for engineering support services and supplies for the conception, design, development and delivery of integrated systems, networks and supporting infrastructure on an emergent basis. It also includes the corresponding engineering, technical, and management support services and equipment for air traffic control, meteorology and oceanography, and aviation command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance electronic systems. The contract includes a single five-year ordering period with an estimated value of $49,009,574 and a two-year option-ordering period, which, if exercised, would bring the estimated value of the contract to $70,000,000. Fiscal 2021 working capital (Navy) funds in the amount of $25,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. Work will be performed in Charleston, South Carolina (76%); and San Diego, California (24%). Work is expected to be completed by May 2028. If the option is exercised, work could continue until May 2030. The contract was competitively procured by full and open competition via the Naval Information Warfare Systems Command - Electronic Commerce Central website and the beta.sam.gov website, with three offers received. Naval Information Warfare Center Atlantic, Charleston, South Carolina, is the contracting activity.

Leidos Inc., Reston, Virginia, is awarded a $38,047,689 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract action for engineering support services for planning, design, specification, development, fabrication, installation, integration and support of the British Undersea Test and Evaluation Center High Gain Measurement System. This contract includes purchases to the government of the United Kingdom under the Foreign Military Sales (FMS) program. Work will be performed in Long Beach, Mississippi (53%); Poulsbo, Washington (43%); Lynnwood, Washington (1%); Bayview, Idaho (1%); Vandalia, Ohio (1%); and Kyle of Lochalsh, Scotland, United Kingdom (1%), and is expected to be completed in May 2026. FMS United Kingdom funding in the amount of $3,159,887 will be obligated at time of award and not expire at the end of the current fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(4) - written directions of a foreign government reimbursing the agency for the cost of the procurement of the property or services for such government, have the effect of requiring the use of procedures other than competitive procedures. The Naval Surface Warfare Center Carderock Division, West Bethesda, Maryland, is the contracting activity (N0016721D0006).

Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded a $24,295,051 cost-plus-fixed-fee contract. This contract provides non-recurring engineering and logistics and sustainment program support for F-35 Lightning II combat aircraft in support of the government of Poland. Work will be performed in Fort Worth, Texas (72%); Orlando, Florida (19%); El Segundo, California (5%); Samlesbury, United Kingdom (2%); Baltimore, Maryland (1%); and Redondo, California (1%), and is expected to be completed in April 2024. Foreign Military Sales funds in the amount of $24,295,051 will be obligated at time of award, none of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(4). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001921C0024).

The Pontiac Drywall Systems Inc.,* Pontiac, Michigan, is awarded a $10,502,541 firm-fixed-price contract task order N4008521F5398 under a multiple award construction contract for design-bid-build services at the U.S. Naval War College. Work will be performed in Newport, Rhode Island, and is expected to be completed by July 2023. This project provides for renovations to Mahan Hall, Building Three, to include repairs and/or replacement to the low-slope roof, exterior walls, building fenestrations, interior floor plan re-configuration, interior finishes, heating, ventilation, and air conditioning, plumbing, electrical, elevator, hazardous material abatement and updated storm drainage system. Additionally, the project will provide new construction of a connector addition to Turner Walkway, and installation of a new elevator and elevator shaft. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $10,502,541 are obligated on this award and will expire at the end of the current fiscal year. Two proposals were received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-17-D-5039).

AIR FORCE

Blue Star NBR LLC, Berlin, Connecticut, has been awarded a $123,120,000 firm-fixed-price contract for capacity expansion of Nitrile Butadiene Rubber (NBR) production for Department of Health and Human Services in care of Defense Assisted Acquisition. The contract will provide for a new production facility capable of producing 90,000 metric tons of NBR per year within 15 months of contract award. Work will be performed in Virginia (exact location to be determined) and is expected to be completed Aug. 31, 2022. Fiscal 2021 other procurement funds in the full amount are being obligated at the time of award. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8505-21-C-0005).

LinQuest Corp., Los Angeles, California, has been awarded a not-to-exceed $28,825,859 cost-plus-fixed-fee undefinitized modification (P00149) to contract FA8818-16-C-0035 for space test and engineering services. The contract modification is a bridge extension that will allow for the continued support of pre-launch, launch and early orbit, on-orbit satellite activities, and anomaly resolution for current and potential missions. Work will be performed at Kirtland Air Force Base, New Mexico; and Schriever AFB, Colorado, and is expected to be completed Feb. 28, 2022. Fiscal 2020 research, development, test and evaluation (RDT&E) funds in the amount of $115,040; fiscal 2021 RDT&E funds in the amount of $1,265,646; and FY 2021 operation and maintenance funds in the amount of $2,194,429 are being obligated at the time of award. Total cumulative face value of the contract is not to exceed $93,431,309. Space and Missile Systems Center, Kirtland AFB, New Mexico, is the contracting activity.

The Boeing Co., Seattle, Washington; Everett, Washington; and Miho Air Base (AB), Japan, has been awarded a $18,238,622 firm-fixed-price modification (P00013) to contract FA8609-18-G-0002 for delivery order FA8609-18-F-0006 for KC-46A Japan aircraft. The contract modification is for six months of setup and 12 months of post-delivery-support services for the first two aircraft delivered to Japan. Work will be performed at Miho AB, Japan, and is expected to be completed Oct. 31, 2022. This modification involves Foreign Military Sales (FMS) to Japan. FMS funds in the amount of $18,238,622 are being obligated at the time of award. Total cumulative face value of the contract is $898,674,750. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

AT&T Global Solutions Inc., Oakton, Virginia, has been awarded a $8,006,363 modification (P00006) to task order FA2550-20-F-0041 for cyber defense operations and related administrative services. The task order modification provides for an option of one year of the task order services. Work will be performed at Schriever Air Force Base, Colorado; Buckley AFB, Colorado; and Vandenberg AFB, California, and is expected to be completed May 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $2,668,863 are being obligated at the time of award. Total cumulative face value of the task order is $13,854,637. Space Acquisition Management Directorate, Schriever AFB, Colorado, is the contracting activity.

ARMY

ACC Construction Co. Inc., Augusta, Georgia, was awarded a $62,211,668 firm-fixed-price contract to construct an advanced individual training complex. Bids were solicited via the internet with six received. Work will be performed in Fort Gordon, Georgia, with an estimated completion date of May 22, 2022. Fiscal 2021 military construction, Army funds in the amount of $62,211,668 were obligated at the time of the award. U.S. Army Corps of Engineers, Savannah, Georgia, is the contracting activity (W912HN-21-C-3004).

HGL-APTIM Applied Science and Technology JV LLC,* Reston, Virginia, was awarded a $49,000,000 firm-fixed-price contract for small business environmental remediation services. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 27, 2026. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-21-D-0047).

Leidos Inc., Gaithersburg, Maryland, was awarded a $17,635,011 modification (P00045) to contract W58RGZ-17-C-0058 for contractor logistics support services. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Aug 31, 2022. Fiscal 2010 Foreign Military Sales funds in the amount of $17,635,011 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

MD Helicopter Inc., Mesa, Arizona, was awarded a $14,500,000 modification (P00044) to contract W58RGZ-17-C-0038 to provide contractor logistics support for the Afghanistan Air Force fleet of armed MD 530F rotary wing aircraft. Work will be performed in Mesa, Arizona; Kabul, Afghanistan; and Al-Ain, United Arab Emirates, with an estimated completion date of Nov. 30, 2021. Fiscal 2021 Pseudo Foreign Military Sales (Afghanistan) funds in the amount of $14,500,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Julius Kaaz Construction Co. Inc.,* Leavenworth, Kansas, was awarded an $8,635,041 firm-fixed-price contract for preventive maintenance, routine maintenance, minor rehabilitation of flexible pavements and other miscellaneous items throughout Fort Leavenworth. 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 May 27, 2024. U.S. Army Field Directorate Office, Fort Leavenworth, Kansas, is the contracting activity (W91QF4-21-D-0003).

SRM Group Inc.,* Atlanta, Georgia, was awarded a $7,984,780 firm-fixed-price contract for lodging operations management services for the Army National Guard's Professional Education Center. Bids were solicited via the internet with four received. Work will be performed in North Little Rock, Arkansas, with an estimated completion date of May 31, 2022. Fiscal 2020 and 2021 operation and maintenance, Army National Guard funds in the amount of $7,984,780 were obligated at the time of the award. U.S. Property and Fiscal Office, Arkansas, is the contracting activity (W912JF-20-C-0002).

WASHINGTON HEADQUARTERS SERVICES

McKinsey & Co. Inc., Washington, D.C., has been awarded a modification (P000014) in the amount of $29,263,896 to firm-fixed-price contract HQ0034-20-C-0072, bringing the cumulative total of all exercised options to $48,983,068. The purpose of this contract is to assess at least 90% of annual contract spending, support for implementation, and training to increase Department of Defense (DOD) contract spend efficiency through enterprise-wide commodity management and structured negotiation. The work will be primarily performed virtually, with engagement with DOD components around the world, from Washington, D.C. Appropriate fiscal 2021 operation and maintenance funds will be obligated at the time of award. The expected completion date is Oct. 31, 2021. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Peckham Vocational Industries,** Lansing, Michigan, has been awarded a maximum $15,790,274 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for commercial third-party logistics support including warehousing, storage, logistics and distribution functions for a wide variety of clothing items. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(5), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year base contract with three one-year option periods. Location of performance is Michigan, with a May 31, 2023, ordering period end date. Using customers are Navy and Coast Guard. Type of appropriation is fiscal 2021 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-N150).

Varec Inc., Norcross, Georgia, has been awarded a maximum $9,654,565 firm-fixed-price task order (SP4702-21-F-0038) against a four-year blanket purchase agreement (SP4702-19-A-0504) for services supporting the deployments and on-site support for a software application suite used to manage fuel. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 8.405-6 (a)(1)(i)(B). This is a one-year contract with no option periods. Locations of performance are Georgia and inside and outside the continental U.S., with a May 31, 2022, performance completion date. Using military services are Army, Marine Corps, Navy and Air Force. Type of appropriation is fiscal 2021 defense working capital funds. The contracting agency is the Defense Logistics Agency Contracting Services Office, Columbus, Ohio.

U.S. TRANSPORTATION COMMAND

American Roll-On Roll-Off Carrier Group Inc. LLC, Parsippany, New Jersey, was awarded a firm-fixed-price, indefinite-delivery/indefinite-quantity contract in the amount of $15,359,153 for stevedoring and related terminal services. The location of performance is the Port of Gdansk, Poland. The contract period of performance is from May 28, 2021, to May 27, 2026. This contract was a competitive acquisition and eight offers were received. U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity (HTC71121DR036).

*Small business
** Mandatory source