Defense contracts valued at $7 million and above

NAVY

Raytheon Space and Airborne Systems, McKinney, Texas, is awarded $325,000,000 for a firm-fixed-price contract for the repair of the Advanced Targeting Forward Looking Infrared System used in support of the F/A-18 aircraft.  Work will be performed in McKinney, Texas (59%); and Jacksonville, Florida (41%).  Work is expected to be complete by May 2025.  This is a five-year base period with no option periods.  Annual working capital (Navy) funds in the amount of $54,507,477 will be obligated at time of award, and funds will not expire at the end of the current fiscal year.  One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received.  The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-WC01).

Flightline Electronics Inc., Victor, New York, is awarded an $18,588,079 firm-fixed-price indefinite-delivery/indefinite-quantity contract for the manufacture and delivery of 543 TTU-597/E engineering change proposal kits to address parts obsolescence and availability issues on the fuel control test set for Navy and Foreign Military Sales customers.  Additionally, this contract provides logistics support documents to include technical manual updates, provisioning data and the interim support items list.  Work will be performed in Victor, New York (60%); and Cheltenham, Gloucestershire, United Kingdom (40%), and is expected to be complete by May 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, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0008).

Bell Boeing Joint Project Office, Amarillo, Texas, is awarded a $10,178,059 modification (P00029) to a previously awarded, fixed-price-incentive-firm-target, cost-plus-fixed-fee contract (N00019-17-C-0015).  This modification provides for additional repairs in support of the V-22 Common Configuration Readiness and Modernization program.  Additionally, this modification provides non-recurring engineering for a drive tube engineering change proposal in support of V-22 (Osprey multirole combat aircraft) production.  Work will be performed in Fort Worth, Texas (30%); Ridley Park, Pennsylvania (15%); Amarillo, Texas (13%); Red Oak, Texas (3%); East Aurora, New York (3%); Park City, Utah (2%); McKinney, Texas (1%); Endicott, New York (1%); various locations within the continental U.S. (28%); and various locations outside the continental U.S. (4%).  Work is expected to be complete by September 2022.  Fiscal 2018 aircraft procurement (Navy) funds in the amount of $4,804,019; fiscal 2019 aircraft procurement (Navy) funds in the amount of $5,119,758; fiscal 2020 operations and maintenance (Navy) funds in the amount of $240,500; and fiscal 2020 aircraft procurement (Navy) funds in the amount of $5,108 will be obligated at time of award, $5,044,519 of which will expire at the end of the current fiscal year.  The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

AIR FORCE

StandardAero Inc., San Antonio, Texas, has been awarded a $237,395,588 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action for the J85 engine repair.  The contractor will provide maintenance, repair and overhaul repairs of the J85 engine.  Work will be performed in San Antonio, Texas, and is expected to be completed by May 2028.  This award is the result of a competitive acquisition in which one bid was received.  Fiscal 2020 operations and maintenance funds in the amount of $10,135,844 is being obligated at the time of award.  Air Force Life Cycle Management Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8124-20-D-0005).

L-3 Communications Integrated Systems, Greenville, Texas, has been awarded a not-to-exceed $76,000,028 cost-plus-fixed-fee, undefinitized contract modification (P00008) to contract FA8620-19-F-4872 for procurement of Group B materials, ground systems integration lab and subcontracts.  Work will be performed in Greenville, Texas, and is expected to be completed by March 31, 2024.  This contract involves 100% Foreign Military Sales and is the result of a sole-source acquisition.  Foreign Military Sales funds in the amount of $37,240,021 are being obligated at the time of award.  The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

DMS Contracting Inc., Mascoutah, Illinois (FA4407-20-D-0001); C. Rallo Contracting Co. Inc., St. Louis, Missouri (FA4407-20-D-0002); Davinroy Mechanical Contractor Inc., Belleville, Illinois (FA4407-20-D-0003); Hank’s Excavating & Landscaping Inc., Belleville, Illinois (FA4407-20-D-0004); J&B Builders Inc., St. Charles, Illinois (FA4407-20-D-0005); Mantle-Plocher JV, Worden, Illinois (FA4407-20-D-0006); Surmeier & Surmeier, Mascoutah, Illinois (FA4407-20-D-0007); and Pugsley Byrne JV LLC, Brighton, Illinois (FA4407-20-D-0008), have been awarded indefinite-delivery/indefinite-quantity contracts with a maximum estimated aggregate value of $45,000,000 under a multiple award task order contract.  The awards are in support of the multiple award paving contract program to support the Scott Air Force Base construction program, including paving and civil categories.  Work will be performed on Scott AFB, Illinois, and is expected to be completed May 4, 2021.  These awards are the result of a competitive acquisition and nine offers were received.  Fiscal 2020 operations and maintenance funds in the amount of $500 are being obligated to each contractor at the time of award.  The 375th Contracting Squadron, Scott Air Force Base, Illinois, is the contracting activity.

DEFENSE LOGISTICS AGENCY

SupplyCore Inc.,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price contract for facilities maintenance, repair and operations items.  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 an 18-month bridge contract with no option periods.  Locations of performance are Illinois and Alaska, with a Nov. 5, 2021, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard.  Type of appropriation is fiscal 2020 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-20-D-0011).

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $36,688,190 firm-fixed-price delivery order (SPRRA2-20-F-0077) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters.  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 three-year, 11-month contract with no option periods.  Location of performance is Massachusetts, with a March 31, 2024, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2024 defense working capital funds.  The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

Leading Technology Composites Inc., doing business as LTC Inc., Wichita, Kansas, has been awarded a maximum $26,752,704 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-18-D-1073) with three one-year option periods for enhanced side ballistic inserts.  This is a firm-fixed-price, indefinite-quantity contract.  Location of performance is Kansas, with a May 4, 2021, performance completion date.  Using military services are Army, Navy, Air Force, Marine Corps and Coast Guard.  Type of appropriation is fiscal 2020 through 2021 defense working capital funds.  The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

American Water Enterprises LLC, Camden, New Jersey, has been awarded a $21,810,972 modification (P00251) to a 50‐year contract (SP0600‐03‐C‐8268), with no option periods for the ownership, operation and maintenance of the water and wastewater utility systems at Fort Rucker, Alabama.  This is a fixed-price with prospective-price-redetermination contract.  Locations of performance are New Jersey and Alabama with an April 15, 2054, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2054 Army operations and maintenance funds.  The contracting activity is Defense Logistics Agency Energy, Fort Belvoir, Virginia.

Raytheon Co., Andover, Massachusetts, has been awarded a maximum $8,362,088 firm-fixed-price delivery order (SPRRA2-20-F-0079) against a seven-year basic ordering agreement (SPRRA2-19-R-0046) for radio frequency exciters.  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, nine-month contract with no option periods.  Location of performance is Massachusetts, with a Jan. 31, 2023, performance completion date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2023 defense working capital funds.  The contracting activity is Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

ARMY

ASM Research LLC, Fairfax, Virginia, was awarded a $40,284,199 firm-fixed-price contract to provide comprehensive credentialing and privileging program support for the Army National Guard or Air National Guard.  Bids were solicited via the internet with four received.  Work locations and funding will be determined with each order, with an estimated completion date of May 4, 2025.  The National Guard Bureau Operational Contracting Division, Arlington, Virginia, is the contracting activity (W9133L-20-D-1000).

Miller Electric Co. Inc., Reno, Nevada, was awarded a $12,000,000 modification (P00004) to contract W911SA-17-D-2006 for sustainment, modernization and improvement projects for the 88th Army Reserve Centers throughout the states of Kansas and Nebraska.  Bids were solicited via the internet with six received.  Work locations and funding will be determined with each order, with an estimated completion date of May 31, 2021.  The 419th Contract Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

CAE USA Inc., Tampa, Florida, was awarded an $11,157,134 firm-fixed-price contract for advanced helicopter flight training support services.  Bids were solicited via the internet with seven received.  Work will be performed at Fort Rucker, Alabama, with an estimated completion date of May 15, 2027.  Fiscal 2020 operations and maintenance, Army funds in the amount of $11,157,134 were obligated at the time of the award.  U.S. Army Mission and Installation Contracting Command, Fort Eustis, Virginia, is the contracting activity (W9124G-20-C-0008).

Manhattan Construction Co., Tulsa, Oklahoma, was awarded an $8,300,000 modification (PZ0001) to contract W912BV-20-C-0008 for alternate care facilities in Oklahoma.  Work will be performed in Tulsa and Oklahoma City, Oklahoma, with an estimated completion date of May 10, 2020.  Fiscal 2020 civil construction funds in the amount of $8,300,000 were obligated at the time of the award.  U.S. Army Corps of Engineers, Tulsa, Oklahoma, is the contracting activity.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Perspecta Labs Inc., Basking Ridge, New Jersey, was awarded a $29,917,092 cost-plus-fixed-fee contract for a research project under the Fast Network Interface Cards (FastNICs) program.  The FastNICs program will speed up applications such as the distributed training of machine learning classifiers by 100x through the development, implementation, integration and validation of novel, clean-slate network subsystems.  Work will be performed in Basking Ridge, New Jersey, with an expected completion date of May 2024.  Fiscal 2019 research, development, test and evaluation (RDT&E) funding in the amount of $1,110,000; and fiscal 2020 RDT&E funding in the amount of $2,925,000 are being obligated at time of award.  This contract was a competitive acquisition under an open broad agency announcement and eight offers were received.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-20-C-0090).

*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! 🇺🇸