ARMY

Walsh Construction Company II LLC, Chicago, Illinois (W9127S-23-D-6034); DPR-RQ Construction, Carlsbad, California (W9127S-23-D-6022); StructSure Projects, Kansas City, Missouri (W9127S-23-D-6024); Gilbane Federal, Concord, California (W9127S-23-D-6020); and JE Dunn Construction, Kansas City, Missouri (W9127S-23-D-6030), will compete for each order of the $900,000,000 firm-fixed-price contract for integrated design-build initial outfitting construction services. Bids were solicited via the internet with seven received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 8, 2029. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity.

AM General LLC, South Bend, Indiana, was awarded a $230,874,512 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for the Joint Light Tactical Vehicle Family of Vehicles. Bids were solicited via the internet with two received. Work will be performed in South Bend, Indiana, with an estimated completion date of Feb. 8, 2033. Fiscal 2023 other procurement, Army funds; procurement, U.S. Marine Corps funds; research, development, test and evaluation, Army funds; and research, development, test and evaluation, Navy funds in the amount of $230,874,512 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-23-D-0008).

Vectrus, Colorado Springs, Colorado, was awarded a $9,455,640 modification (P00035) to contract W52P1J-18-C-0025 for dining facility food services. Work will be performed in Kuwait City, Kuwait, with an estimated completion date of June 30, 2023. Fiscal 2023 operation and maintenance, Army funds in the amount of $9,455,640 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

NAVY

Ribcraft USA LLC,* Marblehead, Massachusetts, is awarded a $66,152,179 firm-fixed-price, single award, indefinite-delivery/indefinite-quantity contract for 11-meter rigid inflatable boats. Work will be performed in Marblehead, Massachusetts, and is expected to be completed by August 2024. Fiscal 2022 shipbuilding and conversion (Navy) funds in the amount of $2,040,252 (36%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $1,000,276 (18%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $1,000,276 (17%); fiscal 2023 other procurement (Navy) funds in the amount of $1,000,276 (17%); and fiscal 2021 other procurement (Navy) funds in the amount of $674,775 (12%) for the first delivery order in the total amount of $5,715,855 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured through the System for Award Management website, with two offers received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-23-D-2224).

Vigor Marine LLC, Portland, Oregon, is awarded a $37,398,872 firm-fixed-price contract (N4523A-23-C-0555) for the maintenance, modernization, and repair of USS Gridley (DDG 101). This contract includes options which, if exercised, would bring the cumulative value of this contract to $39,776,408. Work will be performed in Everett, Washington, and is expected to be completed by October 2023. If all options are exercised, work will continue through October 2023. Fiscal 2023 other procurement (Navy) funds in the amount of $33,017,288 (88%); fiscal 2023 operations and maintenance (Navy) funds in the amount of $3,532,634 (9%); fiscal 2023 research, development, test and evaluation (Navy) funds in the amount of $393,445 (1%); fiscal 2022 other procurement (Navy) funds in the amount of $218,142 (less than 1%); and fiscal 2023 working capital funds in the amount of $237,423 (less than 1%) will be obligated at time of award, of which $3,532,634 (9%) will expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with four offers received. The Northwest Regional Maintenance Center, Bremerton, Washington, is the contracting activity (N4523A-23-C-0555).

RQ Construction LLC, Carlsbad, California, is awarded a $28,694,000 firm-fixed-price task order (N6247323F4269) under previously awarded multiple award construction contract N62473-21-D-1211 for a combat water survival training facility at Marine Corps Base Camp Pendleton. Work will be performed in Oceanside, California, and is expected to be completed by October 2025. Fiscal 2019 military construction funds in the amount of $3,895,931; and fiscal 2021 military construction funds in the amount of $24,798,068 will be obligated at time of award and will expire at the end of fiscal 2025. Six proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

Northrop Grumman Systems Corp., Linthicum, Maryland, is awarded a $17,000,000 modification for the firm-fixed-price portion of a previously awarded contract (M67854-19-C-0043). The total cumulative face value of the contract is $997,315,343. This modification provides for the exercise of one option contract line item to procure three Ground/Air Task Oriented Radar Gallium Arsenide technology to Gallium Nitride technology retrofit kits in support of Program Executive Officer Land Systems, Quantico, Virginia. Work will be performed in Linthicum, Maryland, and is expected to be complete by Feb. 9, 2026. Fiscal 2023 procurement (Marine Corps) funds in the amount of $17,000,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. The contract modification was not competitively procured. The base contract was not competitively procured pursuant to Defense Federal Acquisition Regulation 6.302-1 and 10 U.S. Code ยง3204(a)(1). Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-19-C-0043).

AIR FORCE

Midnight Sun-Centennial Kirratchiaq JV LLC, Anchorage, Alaska, has been awarded a $39,600,000 indefinite-delivery/indefinite-quantity Simplified Acquisition of Base Engineering Requirement (SABER) contract. This contract provides for maintenance, repair, alteration, and minor construction efforts for construction projects executed through individually negotiated task orders. Work will be performed at Seymour Johnson Air Force Base, Dare County Bombing Range, and Fort Fisher Recreation Area in North Carolina, and is expected to be complete by Aug. 8, 2028. This contract was a competitive acquisition; 11 offers were received. Fiscal 2023 operation and maintenance funds in the amount of $2,000 are being obligated at time of award. The 4th Contracting Squadron, Seymour Johnson AFB, Goldsboro, North Carolina, is the contracting activity (FA480923D0002).

DEFENSE LOGISTICS AGENCY

Base Utilities Inc.,* Minot Air Force Base, North Dakota, has been awarded a maximum $26,046,639 modification (P00022) to a 50-year utilities contract (SP0600-18-C-8322) with no option periods for two water and two wastewater systems at Grand Forks Air Force Base and Cavalier Space Force Station, North Dakota. This is a fixed-price with economic-price-adjustment contract. The performance completion date is Jan. 31, 2069. Using military service is Air Force. Type of appropriation is fiscal 2023 through 2069 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

*Small business   back...