> U.S. DEPARTMENT OF DEFENSE > Contract

NAVY

Dell Marketing L.P., Round Rock, Texas, is awarded a single-award, firm-fixed-price blanket purchase agreement (BPA) with an overall estimated value of $2,493,000,000, under the Department of Defense Enterprise Software Initiative (DOD ESI) in accordance with Defense Federal Acquisition Regulation System 208.74, DOD Directive 8470.01E, and DOD Executive Agent for Commercial Software Product Management of Core Enterprise Technology Agreements. The DOD ESI streamlines software licensing acquisition and provides information technology products that are compliant with DoD technical standards and represent the best value for the DOD. This DOD Enterprise Software Agreement (ESA) will provide commercially available perpetual licenses, software assurance, user-based subscription licenses to include Microsoft 365, Microsoft Azure, and client access licenses among others. The ESA will be used by DOD and U.S. Coast Guard when authorized under the provisions of 14 U.S. Code (U.S.C.) Section 3 and Section 145; 10 U.S.C. Section 2571; and 31 U.S.C. Section 1535. The ordering period will be for five years from June 1, 2021, through May 31, 2026. This agreement will not obligate funds at the time of award. Funds will be obligated via delivery orders using operations and maintenance (DoD) funds. Future requirements will be procured in accordance with Federal Acquisition Regulation 8.405-3(c)(1). This contract was competitively solicited with two proposals received and one selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-21-A-0083).

Halter Marine, Pascagoula, Mississippi, is awarded a $149,053,160 fixed-price-incentive (firm target) modification to definitize contract number N00024-19-C-2208 for the detail design and construction of one oceanographic survey ship (T-AGS 67). Work will be performed in Pascagoula, Mississippi (76{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); Harahan, Louisiana (8{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); Belle Chase, Louisiana (4.5{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146});  Alpharetta, Georgia (4.5{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); Mathews, Louisiana (2.3{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); Axis, Alabama (2{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); Houston, Texas (1.5{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and Sherwood, Oregon (1.2{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}). Fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $149,053,160 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.

General Dynamics NASSCO – San Diego, San Diego, California, is awarded a $98,749,123, firm-fixed-price contract for the execution of the USS Pinckney (DDG 91) FY22 depot modernization period. This availability will include a combination of maintenance, modernization and repair of the USS Pinckney. This contract includes options which, if exercised, would bring the cumulative value of this contract to $121,109,530. Work will be performed in San Diego, California, and is expected to be completed by July 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $93,500,245 (94.7{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,248,878 (5.3{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}) will be obligated at time of award, of which, funding in the amount of $5,248,878 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the beta.sam.gov website with three offers were received in response to Solicitation No. N00024-21-R-4478.  The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-21-C-4478).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $63,805,144 cost-plus-fixed-fee, cost-plus-incentive-fee modification to previously-awarded contract N00024-20-C-4312 for smart start maintenance, repair, and modernization efforts in support of USS Hartford (SSN 768) engineered overhaul. Work will be performed in Groton, Connecticut, and is expected to be completed by February 2022. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $63,033,618 (99{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and fiscal 2021 other procurement (Navy) funds in the amount of $771,526 (1{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}) will be obligated at the time of award, of which, funds in the amount of  $63,033,618 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Marion Manufacturing Inc.,* West Terre Haute, Indiana (N3904021D0002); and Augustine Die & Mold Inc.,* Somerset, Pennsylvania (N3904021D0003), are awarded a maximum combined value $24,960,614 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide various machined items, to support a wide variety of naval maintenance, overhaul and modernization projects. Work will be performed in West Terre Haute, Indiana (50{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and Somerset, Pennsylvania (50{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}) — according to future delivery orders, and is expected to be completed in June 2026. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $5,000 (for the guaranteed contract minimum) will be obligated at the time of award and will expire at the end of the current fiscal year. All other funding will be obligated at the delivery order level as contracting actions occur. These contracts were competitively procured via the Federal Business Opportunities website, with eight offers received. The Portsmouth Naval Shipyard, Kittery, Maine, is the contracting activity.

Blue Tech Inc., San Diego, California, is awarded an $18,708,000 delivery order issued against NASA Solutions for Enterprise-Wide Procurement (SEWP) indefinite-delivery/indefinite-quantity contract NNG15SD00B. The delivery order will provide for procurement of a distributed common ground/surface systems antenna solution and software/firmware maintenance renewal packages. Work will be performed in Cincinnati, Ohio, and is expected to be completed by June 15, 2027. Fiscal 2021 procurement (Marine Corps) funds in the amount of $17,940,000 will be obligated under this delivery order award and funds will not expire at the end of current fiscal year. This contract was competitively procured using full and open competition via the NASA SEWP website. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-F-2019). 

BAE Systems Platforms & Services, Minneapolis, Minnesota, is awarded an $18,694,230 firm-fixed-price delivery order N00167-21-F-0120 under basic ordering agreement N00024-20-G-4107 for Virginia-class submarine propulsors. This delivery order does not include options. Work will be performed in Louisville, Kentucky, and is expected to be completed by April 2025. Fiscal 2021 advanced procurement shipbuilding and conversion (Navy) funds in the amount of $14,843,674 (79{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and fiscal 2020 advanced procurement shipbuilding and conversion (Navy) funds in the amount of $3,853,556 (21{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}) will be obligated at time of award and will not expire at the end of the fiscal year. This delivery order 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, Maryland, is the contracting activity.

Progeny Systems Corp., Manassas, Virginia, is awarded a $10,642,255 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification to previously awarded contract N00024-19-C-6267 to add ceiling to previously exercised options for engineering services, material, and travel. Work will be performed in Manassas, Virginia (85{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and Charleroi, Pennsylvania (15{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}), and is expected to be completed by March 2022. Fiscal 2021 ship building and conversion (Navy) funds in the amount of $669,744 (46{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); fiscal 2016 ship building and conversion (Navy) funds in the amount of $478,129 (33{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); fiscal 2019 other procurement (Navy) funds in the amount of $201,224 (14{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); fiscal 2020 ship building and conversion (Navy) funds in the amount of $60,720 (4{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}); and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $55,660 (3{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146}) will be obligated at time of award, of which funds in the amount of $201,224 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

U-SMC DeMaria JV1, LLC,* Jacksonville, Florida, is awarded a $9,337,198 firm-fixed-price task order N6945021F0360 under a multiple award construction contract for Building 544 repairs and alterations at Naval Support Activity, Panama City, Florida. The task order also contains one unexercised option, which if exercised would increase the cumulative task order value to $12,935,828. The work to be performed includes demolition of interior partitions; removal and disposal of acoustical panel ceiling; removal and replacement of heating, ventilation, and air conditioning system; sprinkler system modifications; removal and replacement of exterior doors and storefront entrances; drywall replacement; lighting installation; and installation of a new fire alarm system. The option, if exercised, provides for furniture, fixtures and equipment. Work will be performed in Panama City, Florida, and is expected to be completed by September 2022. Fiscal 2021 defense working capital funds in the amount of $9,337,198 are obligated on this award and will not expire at the end of current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-0921).  

AIR FORCE

Lockheed Martin Corp., Littleton, Colorado, has been awarded a $1,010,000,000 fixed-price incentive-fee, cost‐plus‐incentive‐fee and cost-reimbursement contract for Space Based Infrared Surveillance contractor logistics support. Work will be performed on Peterson Air Force Base, Colorado; Buckley AFB, Colorado; Greeley Air National Guard Station, Colorado; and Boulder, Colorado, and is expected to be completed July 1, 2026. This award is the result of a sole-source acquisition. Fiscal 2021 operation and maintenance funds will be used with no funding being obligated at the time of award. Space and Missile Systems Center, Peterson AFB, Colorado, is the contracting activity (FA8823-21-C-0001).

Georgia Tech Applied Research Corp., Atlanta, Georgia, has been awarded a ceiling $92,000,000 indefinite-delivery/indefinite-quantity contract to obtain essential analysis documentation. This includes work closely related to governmental functions in the domains of engineering, research, development, modeling and simulation, and test and evaluation for the development and application of advanced technology solutions. Work will be performed in Atlanta, Georgia, and is expected to be completed June 3, 2026. This award is the result of a sole-source acquisition. Fiscal 2021 research, development, test and evaluation funds in the amount of $1,749,206 are being obligated at the time of award. Air Force Life Cycle  anagement Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8684-21-D-2002).

Amentum Services Inc., Germantown, Maryland, has been awarded a $42,832,919 modification (P00026) to contract FA7014-18-F-5045 for the executive airlift aircraft maintenance and back shop support services. Work will be performed at Joint Base Andrews-Naval Air Facility (JBA-NAF) Washington, Maryland, and is expected to be completed Aug. 31, 2022. Fiscal 2021 operation and maintenance funds in the full amount will be obligated at the time of award. The cumulative face value of the contract is $149,513,996. The 316th Contracting Squadron, JBA-NAF, Maryland, is the contracting activity.

Tyonek  Services Overhaul Facility, Kiln, Mississippi, has been awarded a ceiling $24,988,351 indefinite-delivery/indefinite-quantity contract for Excess Defense Article (EDA) Regeneration for the Philippines Air Force. The estimated value of the first order is $4,700,000. The contractor will provide the Philippines Air Force with full C-130 EDA Regeneration to include program depot maintenance. Work will be performed in Waco, Texas, and is expected to be completed by December 2022. This award is the result of a sole-source acquisition and is 100{b530a9af8ec2f2e0d4045baab79c5cfb9bfdc23e498df4d376766a0b44d3f146} Foreign Military Sales. Air Force Life Cycle Management Center, Robins Air Force Base, Georgia, is the contracting activity (FA8553-21-D-0002).

NWF Contractors, Inc., Ft. Walton Beach, Florida has been awarded a ceiling $20,000,000 requirements contract for the construction of concrete targets. The contract provides for furnishing all plant, labor, materials and equipment and all operations in connection with the construction of various reinforced concrete test targets on specified test areas. Work will be performed at Eglin Air Force Base (AFB), Florida, and is expected to be completed June 2, 2026. This award is the result of a competitive acquisition and seven offers were received. Air Force Test Center, Eglin AFB, Florida, is the contracting activity. FA2823-21-D-0025

ARMY

Lockheed Martin Corporation, Grand Prairie, Texas, was awarded a $172,357,000 modification (P00019) to contract W31P4Q-20-C-0023 for procurement of spare hardware in association with Phased Array Tracking Radar to Intercept on Target (PATRIOT) Advanced Capability (PAC-3) FY21 missiles and command and launch system.  Work will be performed in Huntsville, Alabama; Camden, Arkansas; Lake Mary and Clearwater, Florida; Grand Prairie and Lufkin, Texas; and Chelmsford, Massachusetts; with an estimated completion date of Dec. 31, 2024. Fiscal 2019, 2020 and 2021 missile procurement, Army funds and 2020 Foreign Military Sales funds in the amount of $172,357,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

ASI-BryMak JV, Clarksville, Virginia, was awarded a $8,658,357 firm-fixed-price contract for The Department of Defense Educational Activities preventive maintenance and repair services at Fort Bragg and Camp Lejeune, North Carolina. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Jun. 22, 2026. U.S. Army Corps of Engineers, Norfolk, Virginia, is the contracting activity (W91236-21-D-5001).

BAUER Foundation Corp.*, Odessa, Florida, was awarded a $8,000,000 modification (P00002) to contract W912P9-20-C-0002 to close two gaps in the East St. Louis, Illinois cutoff wall located at the American Water intake and the Metro East Sanitary District’s north pump station. Work will be performed in St. Louis, Missouri, with an estimated completion date of Sep. 14, 2022.  Fiscal 2021 civil construction funds in the amount of $8,000,000 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Louis, Missouri, is the contracting activity.

DEFENSE LOGISTICS AGENCY

NuVasive Inc., San Diego, California, has been awarded a maximum $27,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for spinal orthopedic procedural packages. This was a sole-source acquisition using justification 10 U.S.C. 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a one-year base contract with four one-year option periods. Location of performance is California, with a June 3, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-21-D-0025).

*Small business

**8(a) Small business