Defense contracts valued at $7 million and above

NAVY

Ameresco, Charlotte, North Carolina (N40085-20-D-0032); Archer Western Federal JV, Chicago, Illinois (N40085-20-D-0033); RQ Construction LLC, Carlsbad, California (N40085-20-D-0034); Sauer Inc., Jacksonville, Florida (N40085-20-D-0035); and The Whiting Turner Contracting Co., Greenbelt, Maryland (N40085-20-D-0036), are awarded a $975,000,000 cumulative value, indefinite-delivery/indefinite-quantity, multiple award, design-build (DB) and design-bid-build (DBB) construction contract for large general construction projects.  Locations will be within the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic area of responsibility (AOR) and primarily at Marine Corps Base (MCB) Camp Lejeune and Marine Corps Air Station (MCAS) Cherry Point, North Carolina.  All work on this contract will be performed in the NAVFAC Mid-Atlantic AOR in North Carolina.  General DB and DBB construction projects include, but are not limited to:  new construction, demolition, repair, alteration and renovation of buildings, their systems and other infrastructure may include civil, structural, mechanical, electrical, fire protection and communication systems.  Types of facilities include administrative, industrial, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc.  The Whiting-Turner Contracting Co. is being awarded the initial task order (P1394F DBB) for motor transport maintenance expansion, MCB Camp Lejeune, North Carolina.  Work for this task order is expected to be complete within 555 days of contract award or by September 2021. The maximum dollar value including the base period and four option years for all five contracts combined is $975,000,000.  The task order also contains five options and seven planned modifications, which if exercised, would increase the cumulative contract value to $19,223,445.  Fiscal 2019 military construction (MILCON) (Marine Corps) contract funds in the amount of $10,504,353 are obligated on this award and will not expire at the end of the current fiscal year.  The term of the contract is not to exceed 60 months and is expected to be complete by March 2025.  Future task orders will be primarily funded by operations and maintenance (Marine Corps) and MILCON (Marine Corps).  This contract was competitively procured via the Federal Business Opportunities website and 22 proposals were received.  These five contractors may compete for task orders under the terms and conditions of the awarded contract.  The NAVFAC Mid-Atlantic, Norfolk, Virginia, is the contracting activity.

BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $200,313,251 firm-fixed-price contract for the execution of the Wasp-class amphibious assault ship USS Boxer’s (LHD-4) docking and selected restricted availability.  Work will be performed in San Diego, California, and includes a combination of maintenance, modernization and repair of USS Boxer.  This contract includes options which, if exercised, would bring the cumulative value to $207,481,365.  Work is expected to be completed by December 2021.  Fiscal 2020 other procurement (Navy) funds in the amount of $134,669,490; and fiscal 2020 operations and maintenance (Navy) funds in the amount of $65,643,761, will be obligated at the time of award and will expire at the end of the fiscal 2020.  This contract was competitively procured via the Federal Business Opportunities website, with two offers received in response to solicitation N00024-19-R-4416.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Raytheon Missile Systems, Tucson, Arizona, is awarded a not-to-exceed $493,440,000 cost-plus-incentive-fee, cost-plus-fixed-fee, firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract provides for recertification and modernization of Tactical Tomahawk (TACTOM) Block IV all-up round missiles to include the integration of navigation and communication kits that result in a modernized TACTOM Block V missile.  Work will be performed in Tucson, Arizona (48.7%); Boulder, Colorado (18.9%); Ogden, Utah (6.5%); Camden, Arkansas (5.6%); Burlington, Vermont (3%); El Segundo, California (2.9%); Clearwater, Florida (2.6%); Joplin, Missouri (2.4%); Lincoln, Nebraska (1.9%); Rocket Center, West Virginia (1.5%); and various locations within or outside the continental U.S. to be determined as individual orders are issued (6%).  Additionally, this contract provides for spare recertification, obsolescence and health monitoring, TACTOM depot, flight test and engineering support services alongside associated hardware procurements.  Work is expected to be complete by September 2023.  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 Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-D-0008).

Raytheon Missile Systems, Tucson, Arizona, is awarded a $147,899,498 fixed-price-incentive-firm-target, firm-fixed-price contract for the full rate production and delivery of 90 Lot 16 Block V Tactical Tomahawk (TACTOM) All Up Round (AUR) Vertical Launch System missiles and other hardware and related services for the Navy.  Additionally, this contract procures TACTOM Block IV AUR recertification AGR-4 Spares.  Work will be performed in Tucson, Arizona (40%); Walled Lake, Michigan (14.4%); Gainesville, Virginia (9.9%); El Segundo, California (4.1%); Clearwater, Florida (3.2%); Glenrothes, Scotland (3%); Spanish Fork, Utah (2.9%); Midland, Ontario, Canada (2.1%); Ontario, California (1.9%); Camden, Arkansas (1.8%); Berryville, Arkansas (1.7%); Vergennes, Vermont (1.7%); Anniston, Alabama (1.1%); Westminster, Colorado (1%); and various locations within the continental U.S. (11.2%), and is expected to be completed in August 2022.  Fiscal 2020 weapons procurement (Navy) funds in the amount of $147,899,498 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  This contract was not competitively procured pursuant to 10 U.S. Code 2304(c)(1).  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N00019-20-C-0030).

Lockheed Martin Corporation Rotary and Mission Systems, Mitchel Field, New York, is awarded a $136,988,110 cost plus incentive fee and cost plus fixed fee contract award for the U.S. and United Kingdom and provides Strategic Weapon System Trident Fleet Support, Trident II Strategic Systems Programs, Shipboard Integration (SSI) Increment 8, SSI Increment 16, Columbia Class and U.K. Dreadnought Navigation Subsystem development efforts. Work will be performed in Mitchel Field, New York (47%); Huntington Beach, California (36%); Clearwater, Florida (9%); Cambridge, Massachusetts (6%); and Hingham, Massachusetts (2%). Work is expected to be complete by November 2022. Fiscal 2020 other procurement (Navy) contract funds in the amount of $94,171,398; fiscal 2020 shipbuilding and conversion (Navy) contract funds in the amount of $2,520,360; fiscal 2020 research, development, test and evaluation (Navy) contract funds in the amount of $750,000; and United Kingdom funds in the amount of $39,546,352 will be obligated at the time of award. No funds will expire at the end of the current fiscal year. This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, District of Columbia, is the contracting activity (N-00030-20-C-0045).

Management Services Group Inc.,* doing business as Global Technical Systems, Virginia Beach, Virginia, is awarded a $110,242,536 firm-fixed-price, cost-plus-fixed-fee and cost-only contract for Network, Processing, and Storage (NPS) Technical Insertion 16, Modification 1 production equipment.  Work will be performed in Virginia Beach, Virginia, and provides for computer processing and memory, data storage and extraction, network systems, and input and output interfaces to host Navy combat systems and their software applications.  Work is expected to be complete by September 2021.  If the options of this contract are exercised, the cumulative value of this contract will be $782,169,297 and will be complete by March 2025.  Fiscal 2020 shipbuilding and conversion (Navy); fiscal 2020 other procurement (Navy); fiscal 2019 shipbuilding and conversion (Navy); and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $110,242,536 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Federal Business Opportunities website, with three offers received.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-20-C-5608).

Techflow Mission Support LLC, Idaho Falls, Idaho, is awarded a $26,831,726 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of Option Ten under an IDIQ contract for base operations support services at Marine Corps Base Camp Lejeune, Marine Corps Air Station New River, and other outlying areas in eastern North Carolina.  Work will be performed in Jacksonville, North Carolina, and provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering and other items necessary to provide facility maintenance and heavy equipment repair services.  This option period is from April 2020 to March 2021.  After award of this option, the total cumulative contract value will be $266,883,320.  No funds will be obligated at time of award.  Fiscal 2020 operations and maintenance (Marine Corps) contract funds in the amount of $23,630,824 for recurring work will be obligated on individual task orders issued during the option period.  Naval Facilities Engineering Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-10-D-0213).

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $26,526,245 modification (P00018) to previously awarded firm-fixed-price contract N61340-17-C-0014 for software modernization upgrades to the suite of the E-2D Hawkeye Integrated Training System tactics and flight trainer devices.  Work will be performed in Norfolk, Virginia, and is expected to be complete by December 2022.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $26,526,245 will be obligated at time of award, none of which will expire at the end of the current fiscal year.  The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

Reyes Construction Inc., Pomona, California, is awarded $21,166,800 for a firm-fixed-price task order N62473-20-F-4219 under a multiple award construction contract for the design-bid-build construction of missile magazines at Naval Weapons Station, Seal Beach, California.  Work will be performed in Seal Beach, California.  The work to be performed provides for new magazines that are needed to provide adequate storage for vertical launch missile systems, missile variants and for assembled missile storage.  The contractor shall provide all labor, supervision, materials and equipment to perform all work described in the request for proposal.  The options, if exercised, provides for the pre-consolidated monitoring for up to six months and electronic security system equipment.  Work is expected to be completed by November 2021.  The task order also contains four unexercised options, which if exercised, would increase cumulative task order value to $21,275,800.  Fiscal 2020 military construction (Navy) contract funds in the amount of $21,166,800 are obligated on this award and will not expire at the end of the current fiscal year.  One proposal was received for this task order.  Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5862).

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $19,217,204 modification (P00089) to previously awarded fixed-price incentive-firm contract N00019-14-C-0050.  This modification exercises initial spares and system parts replenishment options for the Presidential Helicopter Replacement Program (VH-92A) under low rate initial production Lot II.  Work will be performed in Stratford, Connecticut (67.61%); Phoenix, Arizona (7.71%); Cedar Rapids, Iowa (5.22%); Rockmart, Georgia (3.89%); Hialeah, Florida (2.93%); Farmingdale, New York (2.44%); Tempe, Arizona (2.27%); Torrance, California (2.01%); Tucson, Arizona (1.67%); Johnston, Pennsylvania (1.54%); Erie, Pennsylvania (1.41%); and Hayward, California (1.3%).  Work is expected to be complete by June 2022.  Fiscal 2020 aircraft procurement (Navy) funds in the amount of $19,217,204 will be obligated at the 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.

Raytheon Missile Systems, Tucson, Arizona, is awarded an $18,300,496 firm-fixed-price modification to previously awarded contract N00024-19-C-5404 for fiscal 2020 Navy and Foreign Military Sales (FMS) funds to Korea for Rolling Airframe Missile Mod 5 Guided Missile Launching System requirements.  Work will be performed in St. Petersburg, Florida (36%); Louisville, Kentucky (21%); Tucson, Arizona (15%) Huntsville, Alabama (10%); Ottobrunn, Germany (8%); San Diego California (4%); Tulsa, Oklahoma (3%); and various other U.S. locations (3%).  Work and is expected to be complete by December 2022.  Fiscal 2017 and 2018 shipbuilding and conversion (Navy); fiscal 2018 and 2020 other procurement (Navy); German cooperative funding; and FMS funding in the amount of $18,300,496 will be obligated at time of award, and $550,126 will expire at the end of the current fiscal year.  This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), International Agreement.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity.

Rolls Royce Corp., Indianapolis, Indiana, is awarded $14,273,373 firm-fixed-price order N00019-20-F-0319 against previously issued basic ordering agreement N00019-19-G-0013.  Work will be performed in Indianapolis, Indiana (40%); and Kisarazu, Japan (60%).  This order provides for organizational level maintenance for AE1107C engines, parts provisioning, Japan Ground Self-Defense Force training as well as a field service representative, sustain engineering, logistics analysis and authorized military overhaul facility support for the government of Japan.  Work is expected to be complete by June 2023.  Foreign Military Sales funds in the amount of $14,273,373 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.

KPMG LLP, McLean, Virginia, is awarded a $9,798,753 time and material modification to support additional work during Option Period One under a previously awarded contract (N00189-18-F-Z425.) Work will be performed in Arlington, Virginia (75%); Oceanside, California (20%); Lejeune, North Carolina (2%); Okinawa, Japan (2%); and Oxford, Tennessee (1%), and provides financial improvement and audit readiness support services to the Deputy Commandant, Installation and Logistics. This includes audit remediation activities for plant, equipment and inventory related property and process reform within the Marine Corps Installation and Logistics and its supporting establishments associated with the Acquire-to-Retire, Plan-to-Stock, Procure-to-Pay and Order-to-Cash business mission areas. Work is expected to be complete by September 2020. This contract was transferred to the Marine Corps Installations Command Headquarters Contracting Office after it was awarded and assigned a new contract number (M95494-19-F-0045.) Fiscal 2020 operations and maintenance (Navy) funds in the amount of $6,185,447 will be obligated at the time of award and will expire at the end of the current fiscal year. The Marine Corps Installations Command Headquarters Contracting Office, Arlington, Virginia, is the contracting activity. (Awarded March 26, 2020.)

Raytheon Missile Systems, Tucson, Arizona, is awarded an $8,586,095 fixed-price-incentive (firm target) contract modification to previously-awarded contract N00024-19-C-5418 to exercise options in support of the fiscal 2020 Evolved Sea Sparrow Missile (ESSM) Block 2 low rate initial production requirements.  Work will be performed in Tucson, Arizona (50%); Richmond, Australia (6%); Raufoss, Norway (6%); Andover, Massachusetts (5%); Mississauga, Canada (4%); Ottobrunn, Germany (3%); Hengelo Ov, Netherlands (3%); Grand Rapids, Michigan (3%); San Jose, California (2%); Ottawa, Canada (2%); Aranjuez, Spain (2%); San Diego, California (2%); Koropi Attica, Greece (2%); Hopewell Junction, New York (1%); Ankara, Turkey (1%); Westlake Village, California (1%); Eight Mile Plains Brisbane, Australia (1%); Grenaa, Denmark (1%); Torrance, California (1%); Canton, New York (1%); Minneapolis, Minnesota (1%); and the remaining 2% comprised of Newmarket, Canada; Lystrup, Denmark; Milwaukie, Oregon; and Cincinnati, Ohio (less than 1% each).  This contract modification will procure additional materials in support of the fiscal 2020 ESSM Block 2 low rate initial production Lot 3 all-up rounds requirements.  The ESSM program is an international cooperative effort to design, develop, test and procure ESSM missiles and provide enhanced ship defense.  Work is expected to be complete by March 2023.  This contract modification was not competitively procured in accordance with 10 U.S. Code 2304(c)(4).  Fiscal 2020 weapons procurement (Navy) funding in the amount of $8,586,095 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, District of Columbia, is the contracting activity.

Centerra Group LLC, Palm Beach Gardens, Florida, is awarded an $8,503,518 indefinite-delivery/indefinite-quantity (IDIQ) modification for the exercise of the fourth option period under an IDIQ contract for base operations support services at military and civilian installations in the Republic of Singapore.  Work will be performed in the Republic of Singapore and provides for general management and administration services; air operations (airfield facilities and passenger terminal and cargo handling); operations support supply (material management); housing (family housing and unaccompanied housing); facilities support (management, investment, custodial, pest control, integrated solid waste management, swimming pool and other), grounds maintenance and landscaping; utilities (water); base support vehicles and equipment, and environmental services.  The option period is from April 2020 to March 2021.  After the award of this option, the total cumulative contract value will be $69,392,538.  Fiscal 2020 operations and maintenance (O&M) (Navy); fiscal 2020 O&M (Air Force); and fiscal 2020 non-appropriated funds in the amount of $7,931,905 for recurring work will be obligated on individual task orders issued during the option period, and $7,889,248 will expire at the end of the current fiscal year.  $42,657 is subject to the availability of funds for the next fiscal year.  Naval Facilities Engineering Command Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3600).

Systems Planning & Analysis Inc., Alexandria, Virginia, is awarded a $7,036,704 cost-plus-fixed-fee contract N00030-20-C-0037 for technical engineering services and programmatic support for nuclear weapons surety (NWS) in the areas of policy, planning, analytical support to security, training, compliance, NWS incident response and safety engineering.  Work will be performed in Alexandria, Virginia (80%); and Washington, District of Columbia (20%).  Work is expected to be complete by March 2021.  Fiscal 2020 operations and maintenance (Navy) funds in the amount of $4,100,530 will be obligated on this award and will expire at the end of the current fiscal year.  This contract is being awarded to the contractor on a sole-source basis, in accordance with 10 U.S. Code 2304(c)(1) and was previously synopsized on the Federal Business Opportunity website.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity.

AIR FORCE

Raytheon Co., Marlborough, Massachusetts (FA8808-20-D-0001); and L3-Harris, Camden, New Jersey (FA8808-20-D-0002), have each been awarded a $500,000,000 ceiling, indefinite-delivery/indefinite-quantity contract with corresponding delivery orders valued at $37,639,960 for Raytheon Co., and $30,604,891 for L3-Harris, to develop protected tactical waveform capable modems.  This contract provides for research, development and production of protected tactical waveform capable modems for tactical satellite communication operations.  Work will be performed in Marlborough, Massachusetts; Camden, New Jersey; and Salt Lake City, Utah, and is expected to be completed April 1, 2025.  This award is the result of a competitive acquisition which included one solicitation and two offers received.  Fiscal 2020 research and development funds in the amount of $5,200,000 are being obligated to each at the time of award.  Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity.

Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $32,898,231 firm-fixed-price, incentive modification (P00066) to contract FA3002-17-C-0009 for contract base operations support.  The contract modification is for the exercise of Option Three.  Work will be performed at Maxwell-Gunter Air Force Base, Alabama, and is expected to be complete by March 31, 2020.  Fiscal 2020 operations and maintenance funds are being obligated at the time of award.  Total cumulative face value of the contract is $134,989,671.  The 42nd Contracting Squadron, Montgomery Alabama, is the contracting activity.

Raytheon Intelligence, Information and Services, Marlborough, Massachusetts, has been awarded an $8,864,121 firm-fixed-price, cost-plus-fixed-fee contract for the Digital Airport Surveillance Radar (DASR) Electronics Equipment Shelter.  Raytheon will be responsible for the procurement of materials and the integration and test of the DASR.  The Navy will be responsible for the DASR site preparation, system installation, integration and checkout.  Work will be performed at Nellis Air Force Base, Nevada, and is expected to be completed by October 2022.  This award is the result of a sole-source acquisition and fiscal 2018 other procurement funds in the amount of $8,864,121 are being obligated at the time of award.  Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA8730-20-C-0036).

ARMY

Test and Evaluation Services LLC., Herndon, Virginia, was awarded a $213,853,442 cost-no-fee, cost-plus-fixed-fee, firm-fixed-price contract for the deployment, operation and maintenance of a technical infrastructure for information operation environments.  Bids were solicited via the internet with three received.  Work locations and funding will be determined with each order, with an estimated completion date of Oct. 9, 2027.  U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-20-D-0012).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded firm-fixed-price, fixed-price-incentive contract in the amount of $173,788,535 for heavy expanded mobility tactical trucks, palletized load system trucks, and self-recovery winches on the Family of Heavy Tactical Vehicles.  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 Oct. 31, 2022.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0035).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $100,886,870 fixed-price-incentive contract for heavy expanded mobility tactical trucks, palletized load system (PLS) trucks and PLS trailers on the Family of Heavy Tactical Vehicles.  Bids were solicited via the internet with one received.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Aug. 31, 2022.  Fiscal 2018, 2019 and 2020 other procurement, Army funds in the amount of $100,886,870 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0149).

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $92,160,561 modification (P00101) to contract W56HZV-17-C-0067 for Abrams Systems technical support.  Work will be performed in Sterling Heights, Michigan, with an estimated completion date of March 26, 2021.  Fiscal 2020 procurement of weapons and tracked combat vehicles, Army funds; and Army working capital funds in the amount of $92,160,561 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit, Michigan, is the contracting activity.

CDM Constructors Inc., Boston, Massachusetts, was awarded a $91,464,158 firm-fixed-price contract to build an aircraft shelter.  Bids were solicited via the internet with four received.  Work will be performed in Tel Aviv, Israel, with an estimated completion date of April 21, 2022.  Fiscal 2020 Foreign Military Sales (Israel) funds in the amount of $91,464,158 were obligated at the time of the award.  U.S. Army Corps of Engineers, Europe District, is the contracting activity (W912GB-20-C-0006).

Northrup Grumman Systems Corp., Herndon, Virginia, was awarded a $53,500,000 modification (P00059) to contract W58RGZ-17-C-0014 for maintenance and services of airplanes.  Work will be performed in Herndon, Virginia, with an estimated completion date of Feb. 28, 2027.  Fiscal 2020 operations and maintenance, Army funds in the amount of $53,500,000 were obligated at the time of the award.  U.S. Army Contracting Commander, Redstone Arsenal, Alabama, is the contracting activity.

Northrup Grumman Systems Corp., Linthicum Heights, Michigan, was awarded a $52,633,871 cost-plus-fixed-fee contract for inspection, testing and support services for tactical radar systems, including supply chain management and quality assurance.  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 March 30, 2025.  U.S. Army Contracting Command, Aberdeen Proving Grounds, Maryland, is the contracting activity (W56JSR-20-D-0006).

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $46,093,000 fixed-price-incentive contract for heavy expanded mobility tactical trucks, palletized load system trucks (PLS), and PLS trailers on the Family of Heavy Tactical Vehicles.  Bids were solicited via the internet with one received.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 30, 2022.  Fiscal 2018 and 2020 other procurement, Army funds in the amount of $46,093,000 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0150).

General Dynamics Ordnance and Tactical Systems Inc., St. Petersburg, Florida, was awarded a $30,188,828 modification (P00028) to contract W52P1J-17-C-0024 for production of ammunition cartridges.  Work will be performed in St. Petersburg, Florida, with an estimated completion date of March 31, 2022.  Fiscal 2018 and 2020 procurement of ammunition, Army funds in the amount of $30,188,828 were obligated at the time of the award.  U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Oshkosh Defense LLC, Oshkosh, Wisconsin, was awarded a $25,669,720 fixed-price-incentive contract for heavy expanded mobility tactical truck common bridge transporters and basic issue item kits with and without winches on the Family of Heavy Tactical Vehicles.  Bids were solicited via the internet with one received.  Work will be performed in Oshkosh, Wisconsin, with an estimated completion date of Oct. 31, 2022.  Fiscal 2020 other procurement, Army funds in the amount of $25,669,720 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-F-0177).

Mike Hooks LLC, Westlake, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for rental of pipeline dredging equipment.  Bids were solicited via the internet with two received.  Work locations and funding will be determined with each order, with an estimated completion date of May 27, 2021.  U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-D-0038).

Great Lakes Environmental & Infrastructure LLC, Rocklin, California, was awarded a $22,516,124 firm-fixed-price contract for levee improvements.  Bids were solicited via the internet with three received.  Work will be performed in Marysville, California, with an estimated completion date of Dec. 6, 2022.  Fiscal 2019 civil construction funds in the amount of $22,516,124 were obligated at the time of the award.  U.S. Army Corps of Engineers, Sacramento, California is the contracting activity (W91238-20-C-0006).

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $20,553,000 firm-fixed-price contract for exterior infrastructure and security improvements.  Bids were solicited via the internet with five received.  Work will be performed in Fairfield, Pennsylvania, with an estimated completion date of Aug. 22, 2022.  Fiscal 2019 military construction, Army funds in the amount of $20,553,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0015).

Haugland Energy Group LLC, Plainview, New York, was awarded a $15,000,000 firm-fixed-price contract for converting a community center into an alternate care center.  Bids were solicited via the internet with eight received.  Work will be performed in White Plains, New York, with an estimated completion date of April 17, 2020.  Fiscal 2020 defense emergency response funds in the amount of $15,000,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-20-C0010).

DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $12,260,545 firm-fixed-price contract for trailers, tools and spare parts.  Work will be performed in St. Louis, Missouri, with an estimated completion date of Dec. 31, 2021.  Fiscal 2020 Foreign Military Sales (Israel) funds in the amount of $12,260,545 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit, Michigan, is the contracting activity (W56HZV-20-C-0056).

Sauer Inc., Jacksonville, Florida, was awarded a $9,711,000 firm-fixed-price contract for the management of an access control point.   Bids were solicited via the internet with six received. Work will be performed in Arlington, Virginia, with an estimated completion date of April 7, 2022.  Fiscal 2010, 2016 and 2018 military construction, defense-wide funds in the amount of $9,711,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-20-C-0014).

DEFENSE LOGISTICS AGENCY

Raytheon Co., McKinney, Texas, has been awarded a maximum $152,457,730 undefinitized firm-fixed-price delivery order (SPRPA1-20-F-QD00) against six-year contract SPRBL1-15-D-0017 for F/A-18 advance targeting forward looking infrared pod aircraft consumable spare parts.  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 Texas, with a March 31, 2024, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2020 through 2024 Navy working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

The Raytheon Co., McKinney, Texas, has been awarded a maximum $104,742,564 undefinitized, firm-fixed-price delivery order (SPRPA1-20-F-QD0) against six-year contract SPRBL1-15-D-0017 for radar system spare parts for the P-8 aircraft.  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 Texas, with a Sept. 8, 2023, performance completion date.  Using customers are Navy, United Kingdom, Norway and South Korea.  Type of appropriation is fiscal 2020 through 2023 Navy working capital funds and Foreign Military Sales funds.  The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

Airgas USA LLC, Long Beach, California, has been awarded a maximum $57,649,805 firm-fixed-price, requirements contract for gaseous nitrogen.  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 California, with a March 28, 2025, performance completion date.  Using military service is Air Force.  Type of appropriation is fiscal 2020 through 2025 defense working capital funds.  The contracting agency is the Defense Logistics Agency, Energy-Aerospace Energy, San Antonio, Texas (SPE601-20-D-1502).

United Technologies Corp., East Hartford, Connecticut, has been awarded a maximum $41,683,934 firm-fixed price, requirements contract for supplies related to the TF-33 engine.  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 one-year base contract with three one-year option periods.  Location of performance is Connecticut, with a March 19, 2021, performance completion date.  Using military services are Air Force and Navy.  Type of appropriation is fiscal 2020 through 2021 defense appropriated funds and working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4AX-20-D-9442).

EnerSys Energy Products Inc., Warrensburg, Missouri, has been awarded a maximum $28,661,172 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for batteries.  This contract 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 three-year base contract with two one-year option periods.  Location of performance is Missouri, with a March 26, 2023, performance completion date.  Using customer is Defense Logistics Agency.  Type of appropriation is fiscal 2020 through 2023 defense working capital funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE7LX-20-D-0096).

Tennier Industries Inc., Delray Beach, Florida, has been awarded a $14,884,350 modification (P00003) exercising the first one-year option of a one-year base contract SPE1C1-19-D-1155 with two one-year option periods for parkas.  This is a firm-fixed-price contract.  Locations of performance are Tennessee and Florida, with an April 7, 2021, performance completion date.  Using military services are Army and Air Force.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Pacific Consolidated Industries, Riverside, California, has been awarded an estimated $12,680,071 fixed-price, indefinite-quantity contract for F-15 aircraft compressors.  This was a competitive acquisition with three responses received.  This is a three-year base contract with two one-year option periods.  Location of performance is California, with a March 26, 2023, performance completion date.  Using military services is Air Force.   Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency, Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0043).

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $7,800,000 firm-fixed-price, one-time-buy contract for spare parts in support of the Patriot Routing Logic Relay Interface Units Communication Enhancement 3.  This is a sole-source acquisition using justification 10 U.S. Code 2304(c)4, as stated in Federal Acquisition Regulation 6.302-4.  This is a three-year contract with no option periods.  Location of performance is Massachusetts, with a May 14, 2023, performance completion date.  Using customers are U.S. Army Security Assistance Command and Federal Republic of Germany.  Type of appropriation is fiscal 2020 through 2023 Foreign Military Sales funds.  The contracting activity is the Defense Logistics Agency, Land and Maritime, Aberdeen Proving Ground, Maryland (SPRBL1-20-C-0002).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Booz Allen Hamilton Inc., McLean, Virginia, has been awarded a $23,361,698 modification (P00039) to previously awarded contract HR0011-16-F-0005 for enterprise support services.  The modification brings the total cumulative face value of the contract to $119,076,169 from $95,714,471.  Work will be performed in Arlington, Virginia, with an expected completion date of May 2021.  Fiscal 2020 research and development funds in the amount of $20,714,282 are being obligated at time of award.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity.

*Small business

Related News

Katie Helbling is a marketing fanatic that enjoys anything digital, communications, promotions & events. She has 10+ years in the DoD supporting multiple contractors with recruitment strategy, staffing augmentation, marketing, & communications. Favorite type of beer: IPA. Fave hike: the Grouse Grind, Vancouver, BC. Fave social platform: ClearanceJobs! 🇺🇸