Defense contracts valued at $7 million and above

DEFENSE LOGISTICS AGENCY

Intuitive Surgical Inc., Sunnyvale, California, has been awarded a maximum $420,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for surgical robots, instruments and their related accessories. This is a five-year contract with no option periods. This was a competitive acquisition with 105 responses received. Location of performance is California, with a May 5, 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 (SPE2D1-20-D-0006).

Hartford Provision Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $49,473,750 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution. This was a competitive acquisition with one response received. This is a four-year contract with no option periods. Locations of performance are Massachusetts, Rhode Island and Connecticut, with a May 6, 2024, performance completion date. Using customers are Air Force, Army, Marine Corps, Navy and federal civilian agencies. Type of appropriation is fiscal 2020 through 2024 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-20-D-3271).

The Will-Burt Co., Orrville, Ohio, has been awarded a maximum $43,186,213 fixed-price long term contract for masts. This was a competitive acquisition with one offer received. This is a five-year contract with no option periods. Location of performance is Ohio, with a May 5, 2025, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX-20-D-0078).

CORRECTION: The contract announced on April 29, 2020, for Raytheon Co., Andover, Massachusetts (SPRRA2-20-C-0023), for $13,688,190 was announced with an incorrect award date. The correct award date is May 4, 2020.

NAVY

Huntington Ingalls Industries Inc., Newport News, Virginia, is awarded an $187,126,853 modification to previously awarded contract N00024-18-C-2106 to prepare and make ready for the refueling complex overhaul (RCOH) of USS John C. Stennis (CVN 74). Work will be performed in Newport News, Virginia (65%); and Norfolk, Virginia (35%). This modification will extend the period of performance for continued advance planning efforts including material forecasting, long lead time material procurement, purchase order development, technical document and drawing development, scheduling, resource forecasting and planning, development of cost estimates for work to be accomplished, data acquisition, pre-overhaul tests and inspections, pre-overhaul preparations, refueling preparations and other technical studies as required to prepare and make ready for the CVN 74 RCOH accomplishment. Work is expected to complete by January 2021. This modification constitutes the award of an existing option for an additional six months of effort. The original contract and this modification will be accomplished by Huntington Ingalls Industries Inc., Newport News, Virginia, under the authority of 10 U.S. Code 2304(c)(1). Huntington Ingalls Industries Inc. is the original building yard contractor for all ships of the CVN-68 class, the reactor plant planning yard, the lead design refueling yard and the only private shipyard capable of refueling and overhauling nuclear powered aircraft carriers. Therefore, it is the only source with the knowledge, experience and facilities required to accomplish this effort in support of the CVN 74 RCOH. Fiscal 2020 shipbuilding and conversion (Navy) funding in the amount of $187,126,853 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, D.C., is the contracting activity.

The Boeing Co., Seattle, Washington, is awarded a $29,059,944 modification (P00172) to previously awarded firm-fixed-price contract N00019-14-C-0067 for the production and delivery of 10 P-8A A-kits, 10 turret deployment units and eight mechanism units in support of Lot 10 P-8A production aircraft. Work will be performed in Seattle, Washington (91%); and Mesa, Arizona (9%), and is expected to be complete by January 2024. Fiscal 2019 aircraft procurement (Navy) funds in the amount of $29,059,944 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.

W.M. Jordan Co. Inc., Newport News, Virginia, is awarded $26,929,000 for firm-fixed-price task order N40085-20-F-5271, under a multiple award construction contract for the design-build repair and renovation of Bachelor Enlisted Quarters Building (BEQB) 3609, Joint Expeditionary Base, Little Creek-Fort Story, Virginia. Work will be performed in Virginia Beach, Virginia. The work will provide for the design and construction renovation of BEQB 3609 to meet current quality standards and facility criteria for unaccompanied housing for the Navy. The site and building will be modified to meet anti-terrorism force protection requirements. Major building systems such as plumbing, heating, ventilation, and air condition, electrical and fire protection will be replaced with new systems. Work is expected to be complete by October 2022. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $26,929,000 are obligated on this award and will expire at the end of the current fiscal year. Three proposals were received for this task order. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-19-D-9089).

L3 Adaptive Methods Inc., Centreville, Virginia, is awarded a $12,719,770 cost-plus-fixed-fee and cost contract for engineering services and capability development in support of the Undersea Warfare and Surface Warfare systems. Work will be performed in Keyport, Washington (30%); Centreville, Virginia (25%); Rockville, Maryland (15%); Manassas, Virginia (10%); Herndon, Virginia (5%); Dahlgren, Virginia (5%); Newport, Rhode Island (5%); Austin, Texas (1%); Moorestown, New Jersey (1%); Honolulu, Hawaii (1%); Fairfax, Virginia (1%); and Laurel, Maryland (1%), and is expected to be complete by April 2021. If all options are exercised, work will continue through April 2025. This contract includes options which, if exercised, would bring the cumulative value of this contract to $69,458,660. This contract combines purchases for the Navy (98%) and the government of Japan (2%) under the Foreign Military Sales (FMS) program. Fiscal 2020 research, development, test and evaluation (Navy); 2020 operations and maintenance (Navy); 2020 shipbuilding and conversion (Navy); and FMS Japan funding in the amount of $6,142,292 will be obligated at time of award. Funding in the amount of $1,191,829 will expire at the end of the current fiscal year. This contract was not competitively procured in accordance with Section 1709 of the 2018 National Defense Authorization Act that modifies 15 U.S. Code 638(r), this Small Business Innovative Research Phase (SBIR) III contract is being awarded to L3 Adaptive Methods Inc., which is the same firm that was competitively selected for the SBIR Phase I and II awards. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5211).

The Boeing Co., Seattle, Washington, is awarded a $7,039,596 cost-plus-fixed-fee order (N00019-20-F-0647) against previously issued basic ordering agreement N00019-16-G-0001. This order procures non-recurring engineering for the design, fabrication and correction of deficiencies required for the delivery and installation of retrofit kits for Navy P-8A aircraft with Increment 3 Engineering Change Proposal (ECP) 6 capabilities. Work will be performed in Puget Sound, Washington. The P-8A ECP 6 provides a significant modification to the baseline aircraft, installing new airframe racks, radomes, antennas, sensors and wiring, while incorporating a new combat system suite with an improved computer processing and security architecture capability at the higher than secret level, a wide band satellite communication system, an anti-submarine warfare signal intelligence capability, a minotaur track management system and additional communications and acoustics systems to enhance search, detection and targeting capabilities. Work is expected to be complete by May 2021. Fiscal 2020 aircraft procurement (Navy) funds in the amount of $7,039,596 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

Stantec Consulting Services Inc., Lexington, Kentucky, was awarded a $45,000,000 firm-fixed-price contract for U.S. Army Corps of Engineers Dam Safety Modification Mandatory Center of Expertise, national dam and levee safety, and geotechnical services. 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 5, 2025. U.S. Army Corps of Engineers, Huntington, West Virginia, is the contracting activity (W91237-20-D-0010).

Thomas Instrument Inc.,* Brookshire, Texas, was awarded an $8,788,301 firm-fixed-price contract for maintenance and overhaul of UH-60 Blackhawk helicopters. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of May 6, 2025. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-20-F-0368).

AIR FORCE

Space Exploration Technologies Corp., Hawthorne, California, has been awarded an $8,904,146 firm-fixed-price modification (P00007) to contract FA8811-19-C-0004 for non-National Security Space (NSS) Fleet surveillance. This contract provides for non-NSS Fleet surveillance efforts across the Space Exploration family of launch vehicles for non-NSS missions. The location of performance is Hawthorne, California; Vandenberg, California; and Cape Canaveral Air Force Space Station, Florida. The work is expected to be completed by Nov. 8, 2020. Fiscal 2019 missile procurement funds in the amount of $2,226,037; and fiscal 2019 space procurement funds in the amount of $6,678,110 will be obligated at the time of award. Space and Missile Systems Center, Los Angeles Air Force Base, California, is the contracting activity (FA8811-19-C-0004).

AT&T Government Solutions Inc., Oakton, Virginia; and El Segundo, California, has been awarded a $8,449,798 modification (P00047) to contract FA8819-15-F-0005 for continued mission support services to the Space Force, Air Force Space and Missile Systems Center, Special Programs Directorate. Work will be performed at Los Angeles Air Force Base, California; and Colorado Springs, Colorado, and is expected to be completed by Jan. 31, 2021. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,976,668; fiscal 2020 operations and maintenance funds in the amount of $453,295; and fiscal 2019 Space production funds in the amount of $76,500 are being obligated at the time of award. Total cumulative face value of the contract is $54,074,819. The Air Force Space and Missile Systems Center, Los Angeles Air Force Base, California, 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! 🇺🇸