department of defense contracts valued at $7 million and above

NAVY

BAE Systems Technology Solutions & Services Inc., Rockville, Maryland, is awarded a $104,775,349 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract. This contract will provide engineering and technical services to support production, lifetime support engineering and in-service engineering for the radio communication system/command, control, communications, computers, combat systems, intelligence, surveillance, and reconnaissance systems aboard Navy surface combatants and at associated shore sites. The shipboard efforts are focused primarily on Coast Guard 47 Class and Destroyer, Guided Missile 51 Class AEGIS ships but will be applied to all Navy ships, to include Coast Guard ships, subsurface vessels and non-combatants in support of the Ship and Air Integration Warfare Division, Naval Air Warfare Center Webster Outlying Field. Work will be performed in San Diego, California (30%); Patuxent River, Maryland (30%); Norfolk, Virginia (25%); Mayport, Florida (7%); St. Inigoes, Maryland (5%); and various locations within the continental U.S. (3%), and is expected to be completed in April 2025. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; one offer was received. The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0004).

CH2M Hill Constructors Inc., Englewood, Colorado (N62470-13-D-6019); Environmental Chemical Corp., Burlingame, California (N62470-13-D-6020); Kellogg, Brown, and Root Services Inc., Arlington, Virginia (N62470-13-D-6021); and URS Group Inc., Morrisville, North Carolina (N62470-13-D-6022), are awarded a $92,000,000 modification to increase the maximum dollar value of an indefinite-delivery/indefinite-quantity, multiple award contract for global contingency construction projects. The work to be performed provides for the Navy, the Navy on behalf of the Department of Defense, and the Navy on behalf of other federal agencies when authorized, an immediate response for construction services. The construction and related engineering services would respond to natural disasters, humanitarian assistance, conflict, or projects with similar characteristics. Work will be predominately construction. The contractor, in support of the construction effort, may be required to provide initial base operating support services, which will be incidental to construction efforts. Work will be performed worldwide. After award of this modification, the total cumulative contract value will be $1,058,000,000. The term of the contract is not to exceed 71 months with a completion date of May 2019. No funds will be obligated at time of award. Funds will be obligated on subsequent modifications for work on existing individual task orders. The Naval Facilities Engineering Command, Atlantic, Norfolk, Virginia, is the contracting activity.

CACI Inc. – Federal, Chantilly, Virginia, is awarded a $41,514,235 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract provides for the Automated Data Capture System (ADCS) application and support services to U.S. Navy Fleet Readiness Centers at organization and depot level activities. The ADCS application captures data and information associated with integrated maintenance concept inspection results for all Navy and Marine Corps aircraft as well as inspection and configuration management of applicable aircraft engines. Work will be performed in Chantilly, Virginia (85%); Jacksonville, Florida (10%); North Island, California (3%); and Cherry Point, North Carolina (2%), and is expected to be completed in November 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1). The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0005).

Vigor Marine LLC, Portland, Oregon (N3220520C2048), is awarded a $19,963,709 firm-fixed-price contract for a 75-calendar day shipyard availability for the regular overhaul and dry-docking of USNS Matthew Perry (T-AKE 9). The contract includes options, which, if exercised, would bring the total contract value to $20,217,869. Work will be performed in Portland, Oregon, and is expected to be completed by March 16, 2020. Fiscal 2019 working capital funds (Navy) in the amount of $19,963,709 are obligated at the time of the award and none of which will expire at the end of the current fiscal year. This contract was competitively procured with proposals solicited via the Federal Business Opportunities website and one offer was received. The Navy’s Military Sealift Command, headquartered in Norfolk, Virginia, is the contracting activity (N3220520C2048).

Turner Construction Co., New York, New York, is awarded a $17,500,000 modification for the negotiated changes to the firm-fixed-price construction contract for the Academic Center for Cyber Security Studies at the U.S. Naval Academy. After award of this modification, the total cumulative contract value will be $133,042,235. The work to be performed provides for all management, supervision, labor hours, training, equipment, materials, bonding, and insurance necessary for construction and commissioning of the Academic Center for Cyber Security Studies in accordance with Department of Defense unified facilities criteria. Work will be performed in Annapolis, Maryland, with a contract completion date of May 22, 2020. Fiscal 2017 military construction (Navy) in the amount of $17,500,000 will be obligated via award of modification number A00035. The Naval Facilities Engineering Command, Washington, Washington, District of Columbia, is the contracting activity (N40080-16-C-0156).

Hamilton Sundstrand Corp., Rockford, Illinois, is awarded a $10,075,122 modification (P00003) to a previously awarded firm-fixed-price contract (N00019-19-C-0006). This modification exercises an option to procure non-recurring engineering and equipment for system integration lab activities in support of the V-22 aircraft Constant Frequency Generator Control Unit design improvement effort for the Navy, Air Force and the government of Japan. Work will be performed in Rockford, Illinois (96%); Patuxent River, Maryland (2%); and various locations within the continental U.S. (2%), and is expected to be completed in October 2021. Fiscal 2020 research, development, test and evaluation (Navy and Air Force); and Foreign Military Sales funds in the amount of $10,075,122 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. This modification combines purchases for the Navy ($7,073,336; 70%); Air Force ($1,742,396; 17%); and the government of Japan ($1,259,390; 13%). The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Canadian Commercial Corp., Ontario, Canada, is awarded a $9,895,077 firm-fixed-price delivery order (N0017420F0039) under previously-awarded indefinite-delivery/indefinite-quantity contract N00174-19-D-0002 for the Mk 200 Mod 0 propelling charge. This delivery order combines purchases for the Navy (62%); and the government of Australia (38%) under the Foreign Military Sales program. Work will be performed by General Dynamics Ordnance and Tactical Systems in Quebec, Canada, and is expected to be completed by November 2021. Fiscal 2020 procurement of ammunition (Navy and Marine Corps) funding in the amount of $3,986,575; Foreign Military Sales (Australia) funding in the amount of $3,771,900; and fiscal 2019 procurement of ammunition (Navy and Marine Corps) funding in the amount of $2,136,602 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division, Indian Head, Maryland, is the contracting activity.

ARMY

Dyncorp International LLC, Fort Worth, Texas, was awarded a $21,564,568 modification (P00259) to Foreign Military Sales (Sweden) contract W58RGZ-13-C-0040 for the aviation field maintenance services and operations. Bids were solicited via the internet with three received. Work will be performed in Afghanistan, Germany, Sweden, Honduras, Egypt, Iraq and South Korea, with an estimated completion date of Dec. 31, 2019. Fiscal 2010, 2019 and 2020 Foreign Military Sales, aircraft procurement and operations and maintenance, Army funds in the combined amount of $21,564,568 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Janssen Pharmaceuticals, Titusville, New Jersey, has been awarded a maximum $12,013,872 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for pharmaceutical products. This is a one-year base contract with nine one-year option periods. Location of performance is New Jersey, with a Dec. 14, 2020, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2021 warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-20-D-0001).

AIR FORCE

iCAMR Inc., Kissimmee, Florida, has been awarded a $7,585,850 cost-type contract with no fee for research and development. The Trusted Semiconductor Manufacturing Pilot Project involves developing a Secure Digital Twin for Semiconductors manufacturing methodology by applying block-chain trust and assurance security concepts and “digital twin” manufacturing concepts to the semiconductor manufacturing process. While the focus of this project is on security aspects, the “digital twin” concept provides the framework on which the security and provenance data will be collected and analyzed. Work will be performed at Kissimmee, Florida, and is expected to be complete by Sept. 22, 2022. This award is the result of a broad agency announcement and one offer was received. Fiscal 2019 research and development funds in the amount of $7,585,850 are being obligated at time of award. The Air Force Research Lab, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8650-20-C-1911).

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