Bechtel Plant Machinery Inc. awarded $140M contract for Naval Nuclear Propulsion Components

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $140,225,056 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2112 for Naval Nuclear Propulsion Components. Work will be performed in Monroeville, Pennsylvania (91%); and Schenectady, New York (9%). Fiscal 2023 other procurement (Navy) funds in the amount of $13,513,337 (100%) 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.

BECHTEL PLANT MACHINERY, INC. is an entity in Monroeville, Pennsylvania registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on June 25, 2007 with Unique Entity ID (UEI) #MTKMVNVK1MH6, activated on January 10, 2022, expiring on February 9, 2023, and the business was started on April 27, 1999. The registered business location is at 3500 Technology Dr, Monroeville, PA 15146-8300. The current status is Active. The entity structure is 8H – Corporate Entity (Tax Exempt). The business types are 2X – For Profit Organization. The officers of the entity include Kristen K Verruggio (FINANCIAL CONTROLLER), Kristen Stanonik (ACCOUNTING MANAGER). (www.opengovus.com

Sauer Construction LLC, awarded $37M contract to provide construction of two additions

Sauer Construction LLC, Jacksonville, Florida, was awarded a $37,618,000 firm-fixed-price task order (N6945023F0148) under a multiple award construction contract (N69450-21-D-0061) to provide construction of two additions to the Trident Training Facility, a Strategic Systems Program missile control center team trainer, and Naval Sea Systems Command weapons handling system team trainer at Naval Submarine Base Kings Bay, Georgia. The contract also contains two unexercised options which, if exercised, would increase the cumulative contract value to $37,809,809. Work will be performed in Kings Bay, Georgia, and is expected to be completed by March 2025. Fiscal 2023 military construction funds in the amount of $37,618,000 are obligated on this award and will not expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Systems Command, Southeast, Jacksonville, Florida, is the contracting activity (Awarded Dec. 30, 2022).

SAUER CONSTRUCTION, LLC is an entity in Jacksonville, Florida registered with the System for Award Management (SAM) of U.S. General Services Administration (GSA). The entity was registered on March 18, 2002 with Unique Entity ID (UEI) #SBVUVJ2G3NL4, activated on May 24, 2022, expiring on May 20, 2023, and the business was started on January 1, 1876. The registered business location is at 6621 Southpoint Dr N Ste 200, Jacksonville, FL 32216-0952. The current status is Active. The entity structure is 2L – Corporate Entity (Not Tax Exempt). The business types are 2X – For Profit Organization, LJ – Limited Liability Company. The officers of the entity include Vince Gruss, Gary R. Weeks, Kevin J Kelly. (www.opengovus.com

Kinetic Protection LLC, awarded $16M contract for advanced ballistic shields

Kinetic Protection LLC,* Stillwater, Minnesota, is awarded a $16,273,005 firm-fixed-price contract for advanced ballistic shields. This contract will procure lateral and center panel assemblies to provide advanced ballistic shielding for crew manned weapon stations on nuclear aircraft carriers. This contract includes options which, if exercised, would bring the cumulative value of this contract to $22,977,537. Work will be performed in Bloomington, Minnesota, and is expected to be completed by September 2024. Fiscal 2021 weapons procurement (Navy) funds in the amount of $16,273,005 will be obligated at time of award and will 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)(5) — authorized by statue. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-22-C-5350).

Kinetic Protection, LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #YK3XVHTBAZY6. The business address is 4700 Mcdonald Drive Pl, Stillwater, MN 55082-2152, USA. The point of contact name is Erik M Crawford. (www.opengovus.com

Kunj Construction Corp. awarded $11M construction contract for a design-bid-build, Building 4A, at Naval Support Activity

Kunj Construction Corp.,* Northvale, New Jersey, is awarded an $11,484,248 firm-fixed-price task order (N4008522F6390) under a multiple award construction contract (N40085-21-D-0054) for a design-bid-build, Building 4A, at Naval Support Activity Philadelphia, Pennsylvania. The work to be performed provides for renovation of the Defense Contract Management Agency office to provide modernized staff workspaces. Work will be performed in Philadelphia, Pennsylvania, and is expected to be completed by September 2024. The maximum dollar value including the base period and options is $14,603,468. Fiscal 2022 operation and maintenance (DoD) funds in the amount of $11,484,248 are obligated on this award and will expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management with two offers received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

Kunj Construction Corporation is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #SV2DMS724HK9. The business address is 163 Paris Avenue Suite B, Northvale, NJ 07647-2028, USA. The point of contact name is Neekunj Bhanderi. (www.opengovus.com

Cianbro Corp. awarded $37M contract to repair portions of the seawall at Farragut Field and Santee Basin

Cianbro Corp., Pittsfield, Maine, is awarded a $37,528,700 firm-fixed-price construction contract to repair portions of the seawall at Farragut Field and Santee Basin at the U.S. Naval Academy (USNA), Maryland. The work to be performed provides for critical structural recapitalization of a segment of the USNA seawall/waterfront perimeter by repairing the sheet pile bulkheads along Farragut Field and the east side of Santee Basin. Work will be performed in Annapolis, Maryland, and is expected to be completed by December 2024. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $37,528,700 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the System for Award Management website and the Procurement Integrated Enterprise Environment website, with four proposals received. The Naval Facilities Engineering Systems Command, Washington, Washington, D.C., is the contracting activity (N40080-22-C-0011).

Cianbro Corporation is a contractor licensed by California Departement of Consumer Affairs, Contractor State License Board (CSLB). The license number is #997449. The license type is A : GENERAL ENGINEERING CONTRACTOR. The business address is P O Box 1000, Pittsfield, ME 04967. The license issue date is October 8, 2014. (www.opengovus.com

Kiewit Infrastructure West Co. awarded $27M contract to repair roads and erosion control at the Red Hill Bulk Fuel Storage Facility (RHBFSF), Hawaii

Kiewit Infrastructure West Co., Honolulu, Hawaii, is awarded a $27,465,700 firm-fixed-price task order (N6247822F4420) under a previously awarded contract (N62478-20-D-4004) to repair roads and erosion control at the Red Hill Bulk Fuel Storage Facility (RHBFSF), Hawaii.  The work to be performed provides for repairing roads along the north face of RHBFSF and installing an erosion control rock fall protection system near the entry control point along Lower Access Road. Work will be performed at Oahu, Hawaii, and is expected to be completed by June 2025. Fiscal 2022 operation and maintenance (Navy) funds in the amount of $27,465,700 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 Procurement Integrated Enterprise Environment website with six offers received. The Naval Facilities Engineering Systems Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Kiewit Infrastructure West Co. is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #HBV3K2PJ5NN9. The business address is 707 Richards St Ste 750, Honolulu, HI 96813-4686, USA. The point of contact name is Ryan Walsh. (www.opengovus.com

Highbury Defense Group Inc. awarded $17M contract for analysis and test engineering services

Highbury Defense Group Inc., San Diego, California, is awarded a $17,188,575 indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee, multiple award modification to previously awarded contract N66001-18-D-0390 for analysis and test engineering services. These services will provide research, development, test and evaluation services for command, control, communications, computers, cyber and intelligence, surveillance and reconnaissance systems and combat direction systems. Work will be performed in San Diego, California (100%), and is expected to be complete by September 2023. All awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using research, development, test and evaluation (Navy); operations and maintenance (Navy); other procurement (Navy); shipbuilding construction (Navy); and working capital (Navy) funds. The Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Highbury Defense Group is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #KQ7NL4AZD7E7. The business address is 2725 Congress St, Ste 1m, San Diego, CA 92110-2766, USA. The point of contact name is Nic Merrin. (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

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

Burlington Industries LLC awarded $10M contract for poly/wool tropical blue cloth

Burlington Industries LLC, Greensboro, North Carolina, has been awarded a maximum $10,183,500 firm-fixed-price, indefinite-delivery/indefinite-quantity letter contract for poly/wool tropical blue cloth. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. Location of performance is Mexico, with an Aug. 4, 2024, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2022 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support Philadelphia, Pennsylvania (SPE1C1-22-D-1568).

Burlington Industries LLC is an entity registered with the U.S. General Services Administration (GSA), System for Award Management (SAM). The corporation number is #F918DN4LW5L5. The business address is 804 Green Valley Rd Ste 300, Greensboro, NC 27408-7039, USA. The point of contact name is Ashley Bullock. (www.opengovus.com