Defense contracts valued at $7 million and above

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $85,912,640 cost-plus-fixed-fee, cost reimbursable, indefinite-delivery/indefinite-quantity contract.  This contract provides for in-service engineering activity and production services for various Navy identification and data link systems in support of the Combat Integration and Identification Systems Division at the Naval Air Warfare Center Webster Outlying Field.  Work will be performed in Patuxent River, Maryland (77%); and Rockville, Maryland (23%).  Services will support integration and production efforts, including design and feasibility evaluation, component and system design, system integration, production, installation testing and evaluation, in-service engineering, logistics, repair and validation, training, lab maintenance, quality assurance and technical management on a worldwide range of naval ship and shore platforms.  Work is expected to be complete by June 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, and one offer was received.  The Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N00421-20-D-0117).

BAE Systems Land & Armaments LP, Minneapolis, Minnesota, is awarded an $18,771,034 firm-fixed-price modification to previously awarded contract N00174-17-C-0022 to exercise Option Year Three for the fiscal 2017-2020 production of the MK 38 MOD 3 machine gun system (MGS) and associated spares.  Work will be performed in Hafia, Israel (67%); and Louisville, Kentucky (33%).  The production of the MGS is derived from the application of an ordnance alteration to the MK 38 MOD 1 25mm MGS.  Once installed, this version will incorporate two-axis stabilizations, an improved electro-optical sight system, improved multi-function display, a modified main control panel, a new main computing unit, a 7.62mm machine gun and remote control operation.  Work is expected to be complete by November 2021.  Fiscal 2020 weapon procurement (Coast Guard) funds; 2017 shipbuilding and conversion (Navy) funds; and 2020 weapon procurement (Navy) funds in the amount of $18,771,034 will be obligated at the time of award.  Funds 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.

AV3 Inc., Mechanicsville, Maryland, is awarded a $9,770,558 firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  This contract procures the audio and visual video teleconference equipment for the integration of specialized network video teleconference systems in support of the integrated command, control and intelligence divisions of the Joint Staff and combatant commanders, Department of Defense agencies and services, and Department of Homeland Security operational and support components.  Work will be performed in Mechanicsville, Maryland, and supports the command, control, communications, computers, cyber, intelligence, surveillance and reconnaissance missions.  Work is expected to be complete by June 2022.  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 and two offers were received.  The Naval Air Warfare Center Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-20-D-0028).

ARMY

Raytheon, Fort Wayne, Indiana, was awarded a $29,237,124 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Jordan’s Advanced Field Artillery Tactical Data System.  Bids were solicited via the internet with one received.  Work will be performed in Fort Wayne, Indiana, with an estimated completion date of Oct. 31, 2024.  Fiscal 2020 Foreign Military Sales (Jordan) funds in the amount of $29,237,124 were obligated at the time of the award.  U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-20-C-5016).

Sigmatech Inc.,* Huntsville, Alabama, was awarded an $8,220,049 modification (000240) to contract W31P4Q-15-A-0028 for technical support for the unmanned aircraft systems project manager’s office.  Work will be performed in Huntsville, Alabama, with an estimated completion date of June 18, 2021.  Fiscal 2020 operations and maintenance (Army) funds in the amount of $8,220,049 were obligated at the time of the award.  U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

DRS Sustainment Systems Inc., St. Louis, Missouri, was awarded a $7,985,880 modification (P00069) to contract W56HZV-16-C-0028 for seven Joint Assault Bridge Systems.  Work will be performed in West Plains, Missouri, with an estimated completion date of May 11, 2024.  Fiscal 2019 other procurement (Army) funds in the amount of $7,985,880 were obligated at the time of the award.  U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE LOGISTICS AGENCY

DMG Mori USA Inc., Hoffman Estates, Illinois, has been awarded a maximum $17,302,222 firm-fixed-price contract for integrated manufacturing cell axis machining centers and machines.  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 contract with no option periods.  Locations of performance are Illinois; California; and Germany, with a March 3, 2022, performance completion date.  Using military service is Navy.  Type of appropriation is fiscal 2020 through 2022 defense working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-20-C-0007).

Honeywell International Inc., Phoenix, Arizona, has been awarded a maximum $7,785,286 firm-fixed-price, indefinite-delivery/indefinite-quantity delivery order SPRRA1-20-F-0197 against a one-year contract (SPRRA1-20-D-0038) with no option periods for clutch 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.  Location of performance is Arizona, with a June 30, 2021, ordering period end date.  Using military service is Army.  Type of appropriation is fiscal 2020 through 2021 Army working capital funds.  The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama.

CORRECTION:  The contract announced on June 16, 2020, for Pentaq Manufacturing Corp., Sabana Grande, Puerto Rico (SPE1C1-20-D-1258), for $33,645,750 was announced with an incorrect award date.  The correct award date is June 17, 2020.

CORRECTION: The delivery order (SPRRA2-20-F-0087) announced on May 27, 2020, for Raytheon Co., Andover, Massachusetts (SPRBL1-15-D-0017), for $14,494,050 was announced with an incorrect dollar amount.  The correct dollar amount is $14,971,905.

U.S. TRANSPORTATION COMMAND

Science Applications International Corp., Reston, Virginia, has been awarded hybrid (labor hour and firm-fixed-price) task order HTC711-20-F-D061 in the amount of $8,863,576.  The task order provides software engineering services to the U.S. Military Surface Deployment and Distribution Command.  Requirement to obtain software engineering services to support U.S. Military Surface Deployment and Distribution Command’s integrated booking system.  Services include requirements definition, software maintenance, development, configuration management, area manager support, training, implementation, documentation, technical support and project management.  Work will be performed at Scott Air Force Base, Illinois.  The contract base period of performance is from Oct. 1, 2020, to Sept. 30, 2021.  No funds were obligated at award; award was made subject to the availability of fiscal 2021 funds.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, 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! 🇺🇸