Wolf creek Federal Service Inc. awarded $46M contract for installation support services

Wolf creek Federal Service Inc., Anchorage, Alaska, was awarded a $46,068,826 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for installation support services at U.S. Army Garrison-Redstone. 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 Aug. 31, 2023. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9124P-22-C-P027).

Wolf Creek Federal Services, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GX34R4Y3RZ58. The business address is 3800 Centerpoint Dr Ste 1200, Anchorage, AK 99503-, USA. The point of contact name is Douglas Taylor. (www.opengovus.com

R&M Government Services Inc. awarded $8M contract to procure A-10 Pod assemblies for the main landing gear

R&M Government Services Inc.,* Las Cruces, New Mexico, has been awarded an $8,956,528 indefinite-delivery/indefinite-quantity contract to procure A-10 Pod assemblies for the main landing gear. Work will be performed in Las Cruces, New Mexico, and is expected to be completed by July 25, 2024. This award is the result of a full and open competition with five proposals received. Consolidated Sustainment Activity Group Working Capital funds in the amount of $5,956,704.00 will be obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8212-22-D-0012).

R & M Government Services, Inc. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #D8HNPXDM4941. The business address is 2320 Westgate Ct, Las Cruces, NM 88005-4138, USA. The point of contact name is Ralph Archetti. (www.opengovus.com

W.F. Magann, awarded $24M contract for installation of flood-through valves

W.F. Magann,* Portsmouth, Virginia, is awarded a $24,477,800 firm-fixed-price task order (N4008522F6117) under a multiple award construction contract for installation of flood-through valves within Dry Dock 8 caisson at Norfolk Naval Shipyard, Virginia. The work to be performed provides for installation of flood-through tube piping systems within the Dry Dock 8 caisson, replacement of the control console located on the interior operations deck; modification of the existing caisson electrical distribution system; replacement of the existing electrical capstan motors and controls along with replacement of the electrical panels, circuit breakers, and associated wiring. Work will be performed in Portsmouth, Virginia, and is expected to be completed by October 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $24,477,800 are obligated on this award and will expire at the end of the current fiscal year. One proposal was received for this task order. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-18-D-1160).

W. F. Magann Corporation is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #NNM8KYWKMWX1. The business address is 3220 Mariner Ave, Portsmouth, VA 23703-2420, USA. The point of contact name is Cory Neider. (www.opengovus.com

Northrop Grumman Systems Corp. awarded $15M contract for Stand-in Attack Weapon Phase 1.2

Northrop Grumman Systems Corp., Northridge, California, has been awarded a $15,000,000 firm-fixed-price contract for Stand-in Attack Weapon Phase 1.2. This contract provides for all activities associated with the statement of objectives as well as the contractor’s proposal for Phase 1.2. Work will be performed in Northridge, California, and is expected to be complete by Feb. 25, 2023. This award is the result of a sole source acquisition. Fiscal 2022 Air Force research and development funds in the amount of $15,000,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity (FA8656-22-F-1051).

Northrop Grumman Systems Corporation is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GWFBQY413N79. The business address is 21240 Burbank Blvd, Woodland Hills, CA 91367-6675, USA. The point of contact name is Tina Davis. (www.opengovus.com

General Dynamics Land Systems Inc. awarded $25M contract for Abrams systems technical support

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $25,999,349 modification (P00015) to contract W56HZV-22-C-0012 for Abrams systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Sept. 30, 2025. Fiscal 2020 other procurement, Army funds in the amount of $25,999,349 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Mi is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #FKWGRKDU77C8. The business address is 38500 Mound Rd, Sterling Heights, MI 48310-3260, USA. The point of contact name is Jim Wats.(www.opengovus.com

Knight’s Armament Co., awarded $14M contract for the M110 Semi-Automatic Sniper System

Charles Reed Knight Jr., doing business as Knight’s Armament Co.,* Titusville, Florida, was awarded a $14,998,849 modification (P00004) to contract W15QKN-20-D-0044 for the M110 Semi-Automatic Sniper System and various M110 configurations. 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 Sept. 25, 2025. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity.

Knight’s Armament Company is licensed by Bureau of Alcohol, Tobacco, Firearms, and Explosives (BATFE), Department of Justice. The Federal Firearms License (FFL) number is #1-59-009-10-4L-55637. The business address is 701 Columbia Blvd, Titusville, FL 32780. (www.opengovus.com

Oshkosh Defense LLC awarded a $22M contract to exercise available options to support the fielding of Joint Light Tactical Vehicles

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $22,639,245 modification (P00315) to contract W56HZV-20-C-0050 to exercise available options to support the fielding of Joint Light Tactical Vehicles, packaged and installed kits, and trailers. Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Sept. 30, 2024. Fiscal 2020 other procurement, Army funds and fiscal 2020 and 2022 Marine Corps procurement funds in the amount of $22,639,245 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Oshkosh Defense, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #ZMXAHH8M8VL8. The business address is 2307 Oregon St, Oshkosh, WI 54902-7062, USA. The point of contact name is Michael Foster. (www.opengovus.com

RMA Architects Inc. awarded a $50M contract for architect-engineer services

RMA Architects Inc.,* Honolulu, Hawaii, is awarded a $50,000,000 indefinite-delivery/indefinite-quantity, architect-engineer contract for architect-engineer services for architectural projects at various locations under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The work to be performed provides for, but are not limited to, the execution and delivery of military construction project documentation, functional analysis concept development workshops/design charrettes; final design construction documents; technical surveys and reports including site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, munitions of explosive concern survey, cost and schedule risk analysis; construction cost estimates; comprehensive interior design,  including structural interior design and furniture, fixtures, and equipment; collateral equipment buy packages; and post construction award services (PCAS). PCAS consists of technical consultation during construction, including, but not limited to, review of construction submittals, response to requests for information, site visits, and other miscellaneous services. Work will be performed at various locations within the NAVFAC Pacific area of operations to include, but not limited to Guam/Marianas (70%), Hawaii (20%), and Australia (10%). The term of the contract is not to exceed 60 months with an expected completion date of August 2027. Fiscal 2020 military construction design funds in the amount of $10,000 (minimum contract guarantee) are obligated on this award, and will not expire at the end of the current fiscal year. Future task orders will be primarily funded by military construction (planning and design) funds. This contract was competitively procured via the System for Award Management website with three proposals received. NAVFAC Pacific, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62742-22-D-0001).

Rma Architects, P.s.c. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #GJZBL9DXLZH5. The business address is 501 Perseo St Altamira Center Building Ste 208, San Juan, PR 00920-, USA. The point of contact name is Jeannette R Rullan Marin. (www.opengovus.com

Versar Inc. awarded a $7M contract for fire and electric safety assessments

Versar Inc., Springfield, Virginia, was awarded a $7,630,924 firm-fixed-price contract for fire and electric safety assessments. Bids were solicited via the internet with seven received. Work will be performed in Kuwait with an estimated completion date of March 31, 2025. Fiscal 2020 operation and maintenance, Army funds in the amount of $7,630,924 were obligated at the time of the award. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity (W912DY-22-C-0028).

Versar International, Inc is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #HKJKX231DGL4. The business address is 6850 Versar Center, Suite 201, Springfield, VA 22151-4176, USA. The point of contact name is Geoffrey Tucker.(www.opengovus.com

Rigid Constructors LLC awarded $10M contract for construction work at Cell 3 of the Eagle Island Confined Disposal Facility

Rigid Constructors LLC,* Opelousas, Louisiana, was awarded a $10,730,600 firm-fixed-price contract for construction work at Cell 3 of the Eagle Island Confined Disposal Facility. Bids were solicited via the internet with four received. Work will be performed in Wilmington, North Carolina, with an estimated completion date of Sept. 14, 2024. Fiscal 2021 and 2022 civil construction funds; and fiscal 2022 Rivers and Harbors Contributed and Advance funds in the amount of $10,730,600 were obligated at the time of the award. U.S. Army Corps of Engineers, Wilmington, North Carolina, is the contracting activity (W912PM-22-C-0013).

Rigid Constructors LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #WM8SM5BQLL69. The business address is 3091 Highway 104, Opelousas, LA 70570-1774, USA. The point of contact name is Michael Sampognaro. (www.opengovus.com