Defense contracts valued at $7 million and above

NAVY

Huntington Ingalls Industries, Pascagoula, Mississippi, is awarded a $1,508,730,501 fixed-price-incentive modification to previously awarded contract N00024-18-C-2406 for the procurement of the detail design and construction of Landing Platform Dock (LPD) Class 31 and the LPD 17 Flight II ship. Work will be performed in Pascagoula, Mississippi (82%); Crozet, Virginia (3%); Beloit, Wisconsin (2%); and New Orleans, Louisiana (2%), with other combined efforts performed at various sites throughout the U.S. (11%). Work to be performed is the detail design and construction of LPD-31, the 15th ship in the LPD-17 amphibious transport dock ship class and will meet all the capability and capacity requirements for the amphibious ship replacement. Work is expected to be complete by February 2027. Fiscal 2019 and 2020 shipbuilding and conversion (Navy) funding in the amount of $532,100,000 will be obligated at 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.

Alutiiq C&W Services LLC,* Anchorage, Alaska (N62473-20-D-0044); Chugach Consolidated Solutions LLC,* Anchorage, Alaska (N62473-20-D-0045); Claxton LTS JV LLC,* Stafford, Virginia (N62473-20-D-0046); King and George LLC,* Fort Worth, Texas (N62473-20-D-0047); and Melgar Facility Maintenance LLC,* San Jose, California (N62473-20-D-0048), are awarded a combined $99,000,000 for an 8(a) program administration, set-aside firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract for custodial services at Navy and Marine Corps installations located primarily within the Naval Facilities Engineering Command Southwest Area of Operations (AO). All work on this contract will be performed in California (91%); Nevada (5%); Arizona (1%); Colorado (1%); New Mexico (1%); and Utah (1%). The work to be performed provides for recurring and non-recurring custodial services throughout the period of performance to meet routine and daily operational needs. The custodial services may include space cleaning, emptying waste, dusting, restroom cleaning, recycling containers, low and high area cleaning, lunch/break room cleaning, interior and exterior window cleaning, window blinds cleaning, drinking fountain cleaning and floor care. Work is expected to be complete by April 2025 and the term is not to exceed 60 months. The maximum dollar value for all five contracts combined is $99,000,000. No task orders are being issued at this time. Fiscal 2020 operations and maintenance Navy (O&MN) contract funds in the amount of $2,500 ($500 for each contract) are obligated on this award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by O&MN and O&M (Marine Corps) funds. This contract was competitively procured via the Navy Electronic Commerce Online website and eight proposals were received. These five contractors may compete for task orders under the terms and conditions of the awarded contract. The Naval Facilities Engineering Command Southwest, San Diego, California, is the contracting activity.

Rolls Royce Marine North America, Walpole, Massachusetts, is awarded $70,268,000 for a firm-fixed-price, indefinite-delivery/indefinite-quantity contract for services relating to the maintenance and repair of the controllable pitch propeller (CPP) hubs and oil distribution boxes (OD Boxes) essential to the propulsion of Destroyer Designated Guided 51 Fleet and active duty training; Ticonderoga-class cruisers class CG 47 and CG 66; San Antonio amphibious transportation docks class LPD 17; U.S. Ship Whidbey Island class LSD-41; U.S. Ship Harpers Ferry class LSD-49; U.S. Ship America class LHA6; U.S. Ship Makin Island class LHD8; and Mine Countermeasures Ship classes. Work will be performed at the contractor’s facilities in Walpole, Massachusetts. This requirement is for the services relating to maintenance and repair of CPP Hubs and OD Boxes onboard a variety of Navy vessels. Rolls Royce Marine North America is the original designer, developer and sole manufacturer of the items covered in this requirement. Work is expected to be complete by April 2026. The contract will have a five year ordering period. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $3,402,600 will be obligated at 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. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-20-D-4000).

AIR FORCE

Advanced Technology Systems Co., McLean, Virginia (FA8730-20-D-0018); Atlantic CommTech Corp., Norfolk, Virginia (FA8730-20-D-0022); BCF Solutions Inc., Chantilly, Virginia (FA8730-20-D-0017); CACI Inc., Arlington, Virginia (FA8730-20-D-0015); Chenega Security International LLC, Chantilly, Virginia (FA8730-20-D-0010); Evergreen Fire and Security, Tacoma, Washington (FA8730-20-D-0016); Government Contracting Services LLC, Tacoma, Washington (FA8730-20-D-0009); InDyne Inc., Crestview, Florida (FA8730-20-D-0013); Johnson Controls BAS LLC, Rockville, Maryland (FA8730-20-D-0008); KBRwyle Technology Solutions LLC, Columbia, Maryland (FA8730-20-D-0006); LINX Defense LLC, Deston, Florida (FA8730-20-D-0012); LVW Electronics (Low Voltage Wiring), Colorado Springs, Colorado (FA8730-20-D-0021); M.C. Dean Inc., Tysons, Virginia (FA8730-20-D-0014); Professional Project Services Inc. (Pro2Serve), Oakridge, Tennessee (FA8730-20-D-0020); Prometheus Security Group Global, Austin, Texas (FA8730-20-D-0011); VT Milcom, Virginia Beach, Virginia (FA8730-20-D-0019); and Xator Corp., Reston, Virginia (FA8730-20-D-0007), have each been awarded an indefinite-delivery/indefinite-quantity contract for force protection site security systems solutions. The total not-to-exceed amount for these multiple contracts combined is $783,000,000. This contract provides for worldwide acquisition, upgrade and sustainment of a family of integrated base defense security systems. The location of performance will be determined in each delivery order with all work expected to be completed by April 12, 2028. This award is the result of a competitive solicitation with 31 offers received. Fiscal 2020 operations and maintenance funds in the amount of $2,500 are being obligated at the time of award to each contractor. Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

ARMY

SLSCO Ltd., Galveston, Texas, was awarded a $61,427,312 modification (P00006) to contract W912PP-19-C-0018 for barrier wall construction in the El Paso Sector. Work will be performed in Santa Teresa, North Dakota, with an estimated completion date of Dec. 31, 2020. Fiscal 2020 military construction, Army funds in the amount of $61,427,312 were obligated at the time of the award. The U.S. Army Corps of Engineers, Albuquerque, New Mexico, is the contracting activity.

AECOM Technical Services Inc., Los Angeles, California, was awarded a $58,250,000 modification (P00001) to contract W912DS-20-C-0009 to retrofit the State University of New York Old Westbury campus into an alternate care facility. Work will be performed in Old Westbury, New York, with an estimated completion date of April 20, 2020. Fiscal 2020 defense emergency response fund funds in the amount of $58,250,000.00 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 2, 2020)

Turner Construction Co., New York, New York, was awarded a $50,500,000 modification (P00001) to contract W912DS-20-C-0008 for work on an alternate care facility. Bids were solicited via the internet with eight received. Work will be performed in Stony Brook, New York, with an estimated completion date of April 18, 2020. Fiscal 2020 defense emergency response funds in the amount of $50,500,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 2, 2020)

New York Convention Center Operating Corp., New York, New York, was awarded a $15,250,000 modification (P00001) to contract W912DS-20-C-0007 to retrofit space in the Jacob K. Javits Convention Center into an alternate care facility. Work will be performed in New York, New York, with an estimated completion date of April 9, 2020. Fiscal 2020 defense emergency response funds in the amount of $15,250,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 2, 2020)

Haughland Energy Group LLC, Plainview, New York, was awarded a $15,000,000 modification (P00001) to contract W912DS-20-C-0010 for work on an alternate care facility. Work will be performed in White Plains, New York, with an estimated completion date of April 16, 2020. Fiscal 2020 defense emergency response funds in the amount of $15,000,000 were obligated at the time of the award. The U.S. Army Corps of Engineers, New York, New York, is the contracting activity. (Awarded April 2, 2020)

Trimble Inc., Dayton, Ohio, was awarded an $11,935,572 firm-fixed-price contract to upgrade 650 government host 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 March 31, 2022. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0050).

AAR Manufacturing, Cadillac, Michigan, was awarded an $11,908,159 firm-fixed-price contract for production of the Lightweight Multipurpose Shelter. 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 April 2, 2025. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-20-D-0049).

CORRECTION: The $8,998,200 firm-fixed-price contract announced April 2, 2020, to Bulley & Andrews, Chicago, Illinois (W912P6-20-C-0004), to convert a closed hospital into an acute alternate care facility, was not awarded.

DEFENSE LOGISTICS AGENCY

Henry Schein Inc., Melville, New York, has been awarded a maximum $33,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies. This was a competitive acquisition with 17 responses received. This is a five-year contract with no options. Location of performance is New York, with an April 22, 2025, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-20-D-0012). (Awarded April 1, 2020)

Thales Defense and Security Inc., Clarksburg, Maryland, has been awarded a maximum $8,041,670 firm-fixed-price contract for H-60 reel and cable assemblies. 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 contract with no option periods. Location of performance is Maryland, with a Sept. 30, 2021, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2020 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-20-C-Y011).

*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! 🇺🇸