Tuesday, February 25, 2025

Contracts For Feb. 24, 2025

Left
Contracts
View Online
FOR RELEASE AT 5 PM ET
Contracts For Feb. 24, 2025

AIR FORCE

A&M BERS JV LLC, Tulsa, Oklahoma (FA8903-25-D-0023, awarded Jan. 27, 2025); Ahtna Engineering Services, Anchorage, Alaska (FA8903-25-D-0014, awarded Jan. 22, 2025); Arcadis US Inc. Highlands Ranch, Colorado (FA8903-25-D-0025, awarded Jan. 29, 2025); AECOM Technical Services Inc. Austin, Texas (FA8903-25-D-0002, awarded Jan. 23, 2025); Aerostar SES LLC. Oak Ridge, Tennessee (FA8903-25-D-0026, awarded Jan. 9, 2025); BEM Systems Inc. Madison, New Jersey (FA8903-25-D-0022, awarded Jan. 29, 2025); Bhate Environmental Associates Inc. Birmingham, Alabama (FA8903-25-D-0024, awarded Jan. 23, 2025); Cape-Weston JV4 LLC, Norcross, Georgia (FA8903-25-D-0013, awarded Feb. 3, 2025); CTI Ayuda JV LLC, Farmington Hills, Michigan (FA8903-25-D-0028, awarded Feb. 6, 2025); EA Engineering, Science, and Technology Inc. PBC, Hunt Valley, Maryland (FA8903-25-D-0009, awarded Feb. 4, 2025); HDR Environmental, Operations, and Construction, Inc., Englewood, Colorado (FA8903-25-D-0021, awarded Jan. 29, 2025); HGL-APTIM Technologies JV LLC, Reston, Virginia (FA8903-25-D-0012, awarded Feb. 4, 2025); Jacobs Government Services Co., Arlington, Virginia (FA8903-25-D-0027, awarded Feb. 4, 2025); Leidos Inc., Reston, Virginia (FA8903-25-D-0001, awarded Jan. 22, 2025); North Wind Site Services LLC, Idaho Falls, Idaho (FA8903-25-D-0019, awarded Feb. 6, 2025); Oneida Total Integrated Enterprises LLC, Milwaukee, Wisconsin (FA8903-25-D-0020, awarded Feb. 6, 2025); Parsons Government Services LLC, Milwaukee, Wisconsin (FA8903-25-D-0018, awarded Feb. 4, 2025); Plexus-Seres JV LLC, Alexandria, Virginia (FA8903-25-D-0007 awarded Feb. 6, 2025); QRI Tetra Tech JV LLC, Baton Rouge, Louisiana (FA8903-25-D-0003 awarded Feb. 18, 2025); Stantec-Michael Baker-Sundance JV, Charlottesville, Virginia (FA8903-25-D-0005, awarded Feb. 19, 2025); Tanaq-MES 8(a) JV LLC, Anchorage, Alaska (FA8903-25-D-0010, awarded Feb. 11, 2025); Tehama Versar JV, Kansas City, Missouri (FA8903-25-D-0015, awarded Feb. 6, 2025); Tetra Tech Inc., Pasadena, California (FA8903-25-D-0004, awarded Feb. 6, 2025); Tidewater-PHE JV LLC, Elkridge, Maryland (FA8903-25-D-0008, awarded Feb. 6, 2025); Trihydro Corp., Laramie, Wyoming (FA8903-25-D-0006, awarded Feb. 18, 2025); Weston-CDM Smith JV, West Chester, Pennsylvania (FA8903-25-D-0017, awarded Feb. 6, 2025); and WSP USA Environment & Infrastructure Inc., Blue Bell, Pennsylvania (FA8903-25-D-0016, awarded Feb. 4, 2025), were awarded a $1,500,000,000 hybrid, firm-fixed-price, firm, cost-no-fee, and cost-plus-fixed-fee, multiple award, indefinite-delivery/indefinite-quantity contract for architect and engineering (A-E) services. This contract provides for support of environmental restoration, environmental conservation and planning, environmental quality, and other related environmental A-E services for Department of Defense and other government agency facilities worldwide. This contract is comprised of a base ordering period of five years with a single five-year option period for an ordering period of ten years. Work will be performed in various locations inside and outside the contiguous U.S. is expected to be completed March 5, 2035. These contracts were competitive acquisitions, and 32 offers were received. Fiscal 2025 operation and maintenance funds in the amount of $36,000; and fiscal 2025 base realignment and closure funds in the amount of $45,000 ($3,000 per awardee), are being obligated at time of award. The 772nd Enterprise Sourcing Squadron, Joint Base San Antonio Lackland, Texas, is the contracting activity.  

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a not-to-exceed $31,655,451 modification (P00027) as an undefinitized contract action to previously awarded (FA8689-22-C-2014) for Royal Netherlands Air Force contractor logistics support services. The modification brings the total cumulative face value of the contract to $92,498,910. The work will be performed in Poway, California; the Netherlands; and Romania; and is expected to be completed by Nov. 30, 2025. This contract involves Foreign Military Sales (FMS) to the Netherlands. FMS funds in the amount of $11,452,772 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity.

Al-Muamroon Trading Est., Riyadh, Saudi Arabia, was awarded a ceiling $8,700,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for dining facility consumables. This contract provides essential items for daily operations. Work will be performed at Prince Sultan Air Base, Al Kharj, Saudi Arabia, and is expected to be completed by Feb. 23, 2030. This contract was a competitive acquisition, and twenty-one offers were received. Fiscal 2025 operation and maintenance funds in the amount of $516,856 are being obligated at the time of award. The 378th Expeditionary Contracting Squadron, Saudi Arabia, is the contracting activity (FA4911-25-D-0009).

CORRECTION: The $99,000,000 contract (FA2280-25-D-0001) awarded to the Anduril Industries Inc.,* Costa Mesa, California, on Feb. 14, 2025, was announced with an incorrect award date. The correct award date is Feb. 20, 2025.

NAVY

Envision Technology LLC., Roanoke, Virginia, is awarded a $249,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the procurement of Squad Aiming Laser systems; Spare and Repair Parts; Contractor Logistics Support; and Test Article Refurbishment. Work will be performed in Manchester, New Hampshire, and is expected to be completed by February 2030. Fiscal 2025 research, development, test and engineering (Marine Corps) funds in the amount of $74,970 that will not expire until fiscal 2026; and fiscal 2025 procurement (Marine Corps) funds in the amount of $52,281,154 that will not expire until fiscal 2027, will be obligated on the first delivery order immediately following contract award. This contract was competitively procured via SAM.gov, with three offers received. Marine Corps System Command, Quantico, Virginia, is the contracting activity (M67854-25-D-1014).

Air Combat Effectiveness Consulting Group LLC,* Lexington Park, Maryland (N0042125D0033); AM Pierce and Associates Inc.,* California, Maryland (N0042125D0034); American Electronic Warfare Associates Inc.,* California, Maryland (N0042125D0035); C4CJV LLC,* Burke, Virginia (N0042125D0036); Compendium Federal Technology, LLC,* Lexington Park, Maryland (N0042125D0037); CRL Technologies Inc.,* Lexington Park, Maryland (N0042125D0038); Coherent Technical Services Inc.,* Hollywood, Maryland (N0042125D0039); Eagle Systems Inc.,* California, Maryland (N0042125D0040); Fusion 2 Inc.,* Leonardtown, Maryland (N0042125D0041); Greenfield Engineering Corp.,* Leonardtown, Maryland (N0042125D0042); Global Technologies Management Resources Inc.,* Hollywood, Maryland (N0042125D0043); Innovation Integration Inc.,* Huntsville, Alabama (N0042125D0044); Render Security Engineering LLC,* California, Maryland (N0042125D0045); Tekla Research Inc.,* Lexington Park, Maryland (N0042125D0046); Technology Security Associates Inc.,* California, Maryland (N0042125D0047); Sabre Systems LLC, Warminster, Pennsylvania (N0042125D0052); American Systems Corp., Chantilly, Virginia (N0042125D0053); Aviation Systems Engineering Co., Inc., Lexington Park, Maryland (N0042125D0054); AVIAN LLC, Lexington Park, Maryland (N0042125D0055); BAE Systems Technology Solutions and Services Inc., Rockville, Maryland (N0042125D0056); Booz Allen Hamilton, McLean, Virginia (N0042125D0057); DCS Corp., Alexandria, Virginia (N0042125D0058); Epsilon C5I Inc., San Diego, California (N0042125D0059); FGS LLC, La Plata, Maryland (N0042125D0060); Indigenous Technologies, Oklahoma City, Oklahoma (N0042125D0061); J.F. Taylor Inc., Great Mills, Maryland (N0042125D0062); KBR Wyle Services LLC, Lexington Park, Maryland (N0042125D0063); MAG DS Corp., doing business as MAG Aerospace, Fairfax, Virginia (N0042125D0064); ManTech Advanced Systems International Inc., Herndon, Virginia (N0042125D0065); The MIL Corp., Bowie, Maryland (N0042125D0066); Modern Technology Solutions Inc., Alexandria, Virginia (N0042125D0067); Naval Systems Inc., Lexington Park, Maryland (N0042125D0068); Precise Systems Inc., Lexington Park, Maryland (N0042125D0069); Resource Management Concepts Inc., Lexington Park, Maryland (N0042125D0070); Scientific Research Corp., Atlanta, Georgia (N0042125D0071); Serco Inc., Herndon, Virginia (N0042125D0072); Smartronix LLC, Hollywood, Maryland (N0042125D0073); Systems Planning and Analysis Inc., Alexandria, Virginia (N0042125D0074); Tyto Government Solutions Inc., Herndon, Virginia (N0042125D0076); Zel Technologies LLC, Hampton, Virginia (N0042125D0077); and Tecolote Research Inc., Goleta California (N0042125D0078), are each awarded a cost-plus-fixed-fee, cost reimbursable, firm-fixed-price, indefinite-delivery/indefinite-quantity contract, with specific contract line item number contract types specified on the individual orders. The estimated aggregate ceiling for all contracts is $249,000,000 with the companies having an opportunity to compete for individual orders. These contracts procure support services at multiple classification levels, up to and to include top secret//sensitive compartmented information to support all aspects of the acquisition life cycle for various platforms and programs within the Naval Air Systems Command (NAVAIR) Enterprise, subordinate NAVAIR commands, and Program Executive Offices. Work will be performed in Patuxent River, Maryland, and various locations within the continental U.S., to include contractor facilities. Specific locations and percentages of work will be determined at award of individual orders and is expected to be completed in February 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. These contracts were competitively procured; 43 offers were received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Michael Baker International Inc., San Diego, California, is awarded a $99,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering contract for civil engineering services. This contract provides for design and engineering services required for a design support contract. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%), and Utah (1%), and is expected to be completed by February 2030. The maximum dollar value, including the base period and option period, is $99,000,000. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with eight offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-2626).

GHD-COWI JV, San Diego, California, is awarded a $50,000,000 firm-fixed price, indefinite-delivery/indefinite-quantity, architect-engineering (A-E) contract for waterfront engineering services. This contract provides for A-E design support. Work will be performed at various military installations in the Naval Facilities Engineering Systems Command (NAVFAC) Southwest area of operations, to include California (87%), Arizona (5%), Nevada (5%), Colorado (1%), New Mexico (1%) and Utah (1%), and is expected to be completed by February 2030. The maximum dollar value, including the base period and option period, is $50,000,000. Fiscal 2025 operation and maintenance (Navy) funds in the amount of $5,000 (minimum contract guarantee) will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured via the sam.gov website with two offers received. NAVFAC Southwest, San Diego, California, is the contracting activity (N62473-25-D-5216).

ARMY

G.M. HILL Baker JV LLC, Jacksonville, Florida (W9128A-25-D-0009); Okahara & Associates Inc.,* Hilo, Hawaii (W9128A-25-D-0010); SSFM-Coffman LLC, Honolulu,* Hawaii (W9128A-25-D-0011); Pryzm Consulting LLC, Honolulu,* Hawaii (W9128A-25-D-0012); AECOM Technical Services Inc., Los Angeles, California (W9128A-25-D-0013); Tetra Tech-Bowers & Kubota AE Pacific JV LLC, Honolulu, Hawaii (W9128A-25-D-0014); HDR Engineering Inc., Honolulu, Hawaii (W9128A-25-D-0015); Jacobs Government Services Co., Arlington, Virginia (W9128A-25-D-0016); and R.M. Towill Corp., Honolulu, Hawaii (W9128A-25-D-0017), will compete for each order of the $190,000,000 firm-fixed-price contract for architect-engineer services. Bids were solicited via the internet with nine received. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 23, 2030. U.S. Army Corps of Engineers, Honolulu, Hawaii, is the contracting activity. 

Corrpro Companies Inc., San Diego, California, was awarded a $19,900,000 firm-fixed-price contract for cathodic protection surveys and corrosion control actions for petroleum facilities. 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 Feb. 24, 2030. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-25-D-5008). 

Ezekiel Bahar, West Hills, California, was awarded an $8,572,608 firm-fixed-price contract for hydroxyl-terminated polybutadiene liquid. 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 Feb. 25, 2028. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-25-D-2011). 

KPH Construction Corp., Milwaukee, Wisconsin, was awarded an $8,312,950 firm-fixed-price contract for alteration of a building. Bids were solicited via the internet with six received. Work will be performed at Camp Douglas, Wisconsin, with an estimated completion date of Feb. 23, 2026. Fiscal 2023 military construction, defense-wide funds in the amount of $8,312,950 were obligated at the time of the award. U.S. Property and Fiscal Office, Wisconsin, is the contracting activity (W50S9H-25-C-A013). 

Science Applications International Corp., Reston, Virginia, was awarded an $8,149,694 modification (P00150) to contract W31P4Q-21-F-0095 for hardware in the loop and modeling and simulation development support. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2026. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. 

UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES

Eagle Integrated Services LLC, San Antonio, Texas, was awarded a single award firm-fixed-price, indefinite-delivery/indefinite-quantity contract (HU000125D0003) with a maximum ceiling/face value of $49,000,000 for information management and information technology support services in support of the Chief of Information Office at the Uniformed Services University of the Health Sciences (USUHS). This contract has a five-year ordering period from Feb. 24, 2025, through Feb. 23, 2030, with a minimum award amount of $100,000 and a maximum ceiling/face value of $49,000,000. Work will be performed in Bethesda, Maryland. Operations and maintenance funds will be obligated at the task order level. This contract was a sole source acquisition awarded in accordance with Federal Acquisition Regulation 19.804-6(c). USUHS, Bethesda, Maryland, is the contracting activity.

DEFENSE HEALTH AGENCY

Carefusion Solutions LLC, San Diego, California, was awarded Option Year One of a firm-fixed-price contract (HT001124C0015) to provide continued pharmacy inpatient automation solution-enterprise support. The total contract value of this option exercise is $10,470,274. Work will be performed at San Diego, California, and at military medical treatment facilities worldwide. Operations and maintenance funds in the amount of $6,890,274 are obligated for fiscal 2025. Procurement funds in the amount of $3,580,000 are obligated for fiscal 2024. The contract was procured under 10 U.S. Code 2304(c)(1) and regulatory authority, as implemented by Federal Acquisition Regulation 6.302-1, Only One Responsible Source, and was executed on July 1, 2024. The period of performance is Feb. 1, 2025, to Jan. 31, 2026. The Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia, is the contracting activity. (Awarded Jan. 30, 2025.)

*Small business

Right

Press Advisories   Releases   Transcripts

Speeches   Publications   Contracts

 

ABOUT   NEWS   HELP CENTER   PRESS PRODUCTS
Facebook   X   Instagram   Youtube

Unsubscribe | Contact Us


This email was sent to sajanram1986.channel@blogger.com using GovDelivery Communications Cloud on behalf of: U.S. Department of Defense
1400 Defense Pentagon Washington, DC 20301-1400

No comments:

Post a Comment