Department of Defense Contracts Valued at $7 Million and Above

NAVY

Southwest Construction & Property Management,* San Bruno, California (N62473-19-D-1231); Bishop Inc.,* Orange, California (N62473-19-D-1232); J. Davis Construction Management Inc.,* Oxnard, California (N62473-19-D-1233); Trumble Construction Inc., doing business as RBT Construction,* Texarkana, Texas (N62473-19-D-1234); B.C. Schmidt Construction Inc.,* Williams, California (N62473-19-D-1235); and Heffler Contracting Group,* El Cajon, California (N62473-19-D-1236), are each awarded an indefinite-delivery/indefinite-quantity multiple award construction contract.  The maximum dollar value including the base period and one option period for all six contracts combined is $240,000,000.  The contract covers new construction, renovation and repair, primarily by design-build or secondarily by design-bid-build of roofing systems at various government installations located in California, Arizona, Nevada, Utah, Colorado and New Mexico.  Types of roofing projects may include, but are not limited to, roof condition assessment, emergency leak response and testing for hazardous material on various roofing systems.  It also covers all roofing related work such as, but not limited to, demolition and disposal of roofing materials that may contain asbestos and lead paint, removal and reinstallation of equipment, piping and heating, ventilation, air conditioning (HVAC) ductwork, painting and installation of gutters, downspouts, fascia, sheet metal flashing, sealants, caulking, insulation, vents, and drainage assemblies.  No task orders are being issued at this time.  All work on these contracts will be performed at various government installations located in California (80%); Arizona (16%); Nevada (1%); Utah (1%); Colorado (1%); and New Mexico (1%).  The terms of the contracts are not to exceed 60 months, with an expected completion date of August 2024.  Fiscal 2019 operation and maintenance (O&M) (Navy) contract funds in the amount of $30,000 are obligated on this award and will expire at the end of the current fiscal year.  Future task orders will be primarily funded by military construction (Navy); O&M (Navy and Marine Corps); and Navy working capital funds.  This contract was competitively procured via the Navy Electronic Commerce Online website with 11 proposals received.  These six contractors may compete for task orders under the terms and conditions of the awarded contract.  Naval Facilities Engineering Command, Southwest, San Diego, California, is the contracting activity.

CDM Federal Programs Corp., Fairfax, Virginia, is awarded a not-to-exceed $49,000,000 indefinite-delivery/indefinite-quantity contract for services to support the Navy’s public works business line.  The work to be performed includes, but is not limited to, the following type of services:  evaluate, analyze, development of plans, standard operating and maintenance procedures, and recommend improvements for utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cybersecurity and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing.  No task orders are being issued at this time.  Work will be performed primarily within the Naval Facilities Engineering Command Atlantic area of responsibility, and the term of the contract is not to exceed 60 months with an expected completion date of August 2024.  Fiscal 2019 operation and maintenance (Navy) contract funds in the amount of $10,000 are obligated on this award and expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website, with four proposals received.  Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2012).

Lockheed Martin Corp. Rotary and Mission Systems, Littleton, Colorado, is awarded an estimated $44,308,222 indefinite-delivery/indefinite-quantity hybrid contract with cost-plus-fixed-fee and firm-fixed-price contract line item numbers.  The contract is in support of Navy and other agencies’ Radiant Mercury (RADMERC) operations to securely transfer data across different security domains. The contract provides for installation, program management, maintenance, modernization and sustainment of RADMERC systems.  The contract will also provide system security authorization support, and logistics and training services.  This contract includes a five-year ordering period and a five-year option period.  The option period, if exercised, would bring the cumulative value of this contract to an estimated $92,213,609.  Work will be performed in various U.S. locations (80%), with work in locations outside the U.S. (20%) based on the requirement for each delivery order placed.  Work is expected to be completed by August 2024.  If the option is exercised, work could continue until August 2029.  No funding is obligated on the contract at time of award.  Contract funds will be obligated on individual delivery orders.  Fiscal 2019 operations and maintenance (Navy) funds in the amount of $5,000 will be obligated on the first delivery order.  Contract funds will expire at the end of the current fiscal year.  This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) – only one responsible source (Federal Acquisition Regulation subpart 6.302-1).  The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039-19-D-0006).

Phoenix International Holdings Inc., Largo, Maryland, is awarded a $37,775,336 cost-plus-fixed fee bridge contract for Submarine Rescue Operations Maintenance contractor.  The contractor is responsible for providing appropriate and sufficient personnel and services necessary for the mobilization, operation, storage, logistic support, repair and maintenance of the submarine rescue systems.  The contractor will provide appropriate and sufficient personnel and services necessary to mobilize and operate the submarine rescue systems that support the response requirements.  The contractor is responsible to ensure the Navy’s submarine rescue systems are maintained in a high state of readiness to support a rapid worldwide deployment on a 24-hour-per-day, 7-day-a week basis.  This contract includes one option, which, if exercised, would bring the cumulative value of this contract to $40,828,728.  Work will be performed in San Diego, California, and is expected to be complete by June 2020.  If the option is exercised, work will continue through August 2020.  Fiscal 2019 operation and maintenance (Navy) funding in the amount of $2,100,000 will be obligated at the time of award, and will expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) – only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-4307).

DynCorp International LLC, McLean, Virginia, is awarded a $27,079,693 indefinite-delivery/indefinite-quantity contract for base operations support (BOS) services at Naval and Defense Intelligence Agency Facilities in Washington, District of Columbia; Maryland; and Virginia.  The BOS services to be performed include:  general information, management and administration, supply services, facility management, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, and utility management, chiller plant, and transportation services.  The maximum dollar value including the base period and six option periods is $173,819,122.  Work will be performed in Washington, District of Columbia (54%); Maryland (32%); and Virginia (14%), and is expected to be completed by May 2026.  No funds will be obligated at time of award.  Fiscal 2020 operation and maintenance (Navy) contract funds in the amount of $23,355,530 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the Navy Electronic Commerce Online website, with six proposals received.  Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-19-D-2013).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded $25,252,703 for modification P00052 to previously awarded cost-plus-incentive-fee, fixed-price-incentive-firm, cost-plus-fixed-fee contract N00019-16-C-0004.  This modification is for an F-35 Lightning II Joint Strike Fighter regional maintenance repair and upgrade facility for the Government of Japan under the Foreign Military Sales (FMS) program.  Work will be performed in Nagoya, Japan (65%); Ft Worth, Texas (26%); Greenville, South Carolina (7%); Orlando, Florida (2%); and El Segundo, California (1%), and is expected to be completed no later than September 2022.  FMS funds in the amount of $25,252,703 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Northrop Grumman Systems Corp., Herndon, Virginia, was awarded a $50,871,700 hybrid (cost-no-fee, cost-plus-fixed-fee and firm-fixed-price) contract for production, integration, fielding, and training of the Huntsman secure network radio. One bid was solicited with one bid received. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 30, 2022. U.S. Army Contracting Command, Redstone, Arsenal, Alabama, is the contracting activity (W31P4Q-19-D-0041).

Lockheed Martin Rotary Mission Systems, Owego, New York, was awarded a $42,734,799 hybrid (firm-fixed-price and fixed-price-incentive) domestic and Foreign Military Sales (United Kingdom) contract to procure Modernized Radar Frequency Interferometer kits and spares. One bid was solicited with one bid received. Work will be performed in Owego, New York, with an estimated completion date of July 31, 2022. Fiscal 2017, 2018 and 2019 aircraft procurement, Army and foreign military sales funds in the combined amount of $42,734,199 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W52P1J-19-F-0634).

DLT Solutions, Herndon, Virginia, was awarded a $15,928,239 firm-fixed-price contract for the procurement of multiple Red Hat software items. Work will be performed in Herndon, Virginia, with an estimated completion date of Aug, 23, 2021. Fiscal 2019 operations and maintenance, Army funds in the amount of $15,928,239 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W56JSR-19-F-0117).

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $14,678,125 modification (P00070) to contract W56HZV-13-C-0319 for facilities modifications at the Joint Systems Manufacturing Center in Lima, Ohio. Work will be performed in Lima, Ohio, with an estimated completion date of Jan. 31, 2023. Fiscal 2019 other procurement, Army funds in the amount of $14,678,125 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

Triumph Engine Control Systems LLC, West Hartford, Connecticut, was awarded a $7,473,340 firm-fixed-price contract for the overhaul of a minimum of the fuel control main for the CH-47 Chinook helicopter. 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. 26, 2024. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-19-F-0640).

Trident Technologies LLC,* Huntsville, Alabama, was awarded a $7,450,142 modification (0001 35) to contract W31P4Q-16-A-0018 to provide Non-Standard Rotary Wing Aircraft Project Office programmatic support services. Bids were solicited via the internet with four received. Work will be performed in Huntsville, Alabama, with an estimated completion date of Aug. 25, 2020. Fiscal 2019 Foreign Military Sales funds in the combined amount of $7,450,142 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

BAE Systems, Nashua, New Hampshire, has been awarded a maximum $83,934,598 firm-fixed-price, cost-plus-fixed-fee, and cost-no-fee contract for the AN/AAR-57A(V) Common Missile Warning System.  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 five-year contract with no option periods.  Location of performance is New Hampshire, with an Aug. 26, 2024, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2019 Army working capital funds; and Army operations and maintenance funds.  The contracting activity is the Defense Logistics Agency Land and Maritime, Aberdeen Proving Grounds, Maryland (SPRBL1-19-D-0075).

General Electric Co., Lynn, Massachusetts, has been awarded a $42,846,000 firm-fixed-price delivery order (SPRPA1-19-F-QH07) against a five-year basic ordering agreement (FA8122-19-G-0001) for combustion chambers.  This is a 42-month contract with no option periods.  This was a sole-source acquisition using justification 10 U.S .Code 2304(c)(1), as stated in Federal Acquisition Regulation 6.302-1.  Location of performance is Massachusetts, with a Feb. 28, 2023, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2019 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Packet Forensics LLC, Virginia Beach, Virginia, was awarded a $10,000,000 modification (P00004) to previously awarded HR0011-18-C-0056 for the Defense Advanced Research Projects Agency Harnessing Autonomy for Countering Cyberadversary Systems (HACCS) research project.  The modification brings the total cumulative face value of the contract to $21,200,000 from $11,200,000.  Work will be performed at Virginia Beach, Virginia, with an expected completion date of August 2020.  Fiscal 2019 research and development funds in the amount of $10,000,000 are being obligated at time of award.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small Business

Related News

Lindy Kyzer is the director of content at ClearanceJobs.com. Have a conference, tip, or story idea to share? Email lindy.kyzer@clearancejobs.com. Interested in writing for ClearanceJobs.com? Learn more here.. @LindyKyzer