Defense contracts valued at $7 million and above

AIR FORCE

BAE Systems, Information & Electronic Systems Integration Inc., Fort Worth, Texas, has been awarded a ceiling $600,000,000 firm-fixed-price, cost-plus-fixed-fee, cost-reimbursable-no-fee, indefinite-delivery/indefinite-quantity contract for F-16 support equipment (SE) items for multiple Foreign Military Sales (FMS) countries. The contract duration covers one five-year basic ordering period with one five-year option, totaling 10 years. This contract provides SE, SE spares for acquisition and sustainment, familiarization and engineering/technical support. Work will be performed in Fort Worth, Texas, and is expected to be completed March 24, 2031. This award is the result of a sole-source acquisition. FMS funds for Bulgaria in the amount of $457,331 will be obligated at the time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity (FA8232-21-D-0004).

Peraton Inc., Herndon, Virginia, has been awarded a maximum $360,420,000 indefinite-delivery/indefinite-quantity contract for Nuclear Safety Cross-Check Analysis (NSCCA) and Nuclear Safety Analysis and Technical Evaluation (NSATE) support. This contract provides for NSCCA and NSATE to manage intercontinental ballistic missile software safety risk. Work will be performed in Layton, Utah; and El Segundo, California, and is expected to be completed by March 2039. This award is a result of a sole-source acquisition. The first two task orders will use fiscal 2021 operation and maintenance funds in the amount $2,100,000; and fiscal 2021 missile procurement funds in the amount of $5,400,000 will be obligated at the time of award. Air Force Nuclear Weapons Center, Hill Air Force Base, Utah, is the contracting activity (FA8207-21-D-1001).

Aspen Construction Co., Hackensack, Minnesota, has been awarded a $12,000,000 indefinite-delivery/indefinite-quantity contract for providing paving services for Joint Base Langley-Eustis, Virginia. This contract provides all labor, tools, equipment, transportation, materials, supervision, and all other necessary supplies and services required to perform a broad range of paving services. Work will be performed at Joint Base Langley-Eustis (JBLE), Virginia, and is expected to be completed March 22, 2022. This award is the result of an invitation for bid that was competitively set-aside for small business and three bids were received. Fiscal 2021 operation and maintenance funds will be used to fund individual task orders awarded. The 633rd Contracting Squadron, JBLE, Virginia, is the contracting activity (FA4800-21-D-0001).

Call Henry Inc., Titusville, Florida, has been awarded an $11,186,762 fixed-price-incentive modification (P00107) to contract FA4610-18-C-0005 to exercise Option Year Four for management and support, maintenance and repair, operations, and other services related to launch operations support. Work will be performed at Vandenberg Air Force Base, California, and is expected to be completed June 30, 2022. Fiscal 2021 operation and maintenance funds in the amount of $4,200,000 are being obligated at the time of award. The 30th Contracting Squadron, Vandenberg AFB, California, is the contracting activity.

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $175,533,621 modification (P00016) to contract W31P4Q-19-C-0092 for Guided Missile and Launching Assembly Service Life Extension Program missiles. Work will be performed in Grand Prairie, Texas, with an estimated completion date of March 24, 2024. Fiscal 2020 Army procurement appropriations funds in the amount of $175,533,621 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Sikorsky Aircraft Corp., Stratford, Connecticut, was awarded a $94,278,532 modification (P00180) to contract W58RGZ-17-C-0009 to support an option exercise of six Program Year 5, Lot 45 HH-60M aircraft. Work will be performed in Stratford, Connecticut, with an estimated completion date of July 31, 2022. Fiscal 2021 aircraft procurement, Army funds in the amount of $94,278,532 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

Kratos-MSI, Fort Walton Beach, Florida, was awarded a $60,729,307 hybrid (cost-no-fee, cost-plus-fixed-fee, firm-fixed-price) contract to support the Army Ground Aerial Target Control System, including software updating, cyber security inspections and installation of replacement parts. 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 4, 2028. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-D-0001).

Quarterline Consulting Services LLC,* Herndon, Virginia, was awarded a $17,942,616 firm-fixed-price contract to provide Soldier Readiness Program medical support services. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2026. U.S. Army Health Contracting Activity, San Antonio, Texas, is the contracting activity (W81K00-21-D-0003).

Grunley Construction Co. Inc., Rockville, Maryland, was awarded a $16,690,000 firm-fixed-price contract to design, build and construct a control tower and fire day station. Bids were solicited via the internet with eight received. Work will be performed in Arlington, Virginia, with an estimated completion date of March 25, 2023. Fiscal 2021 military construction, Army funds in the amount of $16,690,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity (W912DR-21-C-0009).

NIC4 Inc., Tampa, Florida, was awarded an $11,611,032 firm-fixed-price contract for supplies and services to deliver network operations center equipment, software licenses and extended warranty coverage, and to provide installation services, support services and training for the government of Iraq. Bids were solicited via the internet with six received. Work will be performed in Iraq, with an estimated completion date of March 26, 2024. Fiscal 2021 Foreign Military Sales (Iraq) funds in the amount of $11,611,032 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-21-C-5007).

NAVY

Sauer, Inc., Jacksonville, Florida, is awarded a $52,191,740 firm-fixed-price contract for Navy Munitions Command ordnance facilities recapitalization at Naval Weapons Station Yorktown, Virginia. The contract contains four unexercised options, which if exercised, would increase cumulative contract value to $76,104,740. The work to be performed provides for the construction of ordnance magazines. Site preparations include clearing, grading, fill and earth cover of the magazines. Site improvements include access roads, paved truck loading and unloading areas, exterior lighting, lightning protection, concrete loading ramps, and landscaping. Work will be performed in Yorktown, Virginia, and is expected to be completed by June 2023. Fiscal 2021 military construction (Navy) funds in the amount of $52,191,740 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with three proposals received. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-21-C-0028).

Techflow Mission Support LLC, Idaho Falls, Idaho, is awarded a $27,223,844 indefinite-delivery/ indefinite-quantity modification for the exercise of Option 10 under a contract for base operations support services at Marine Corps Base Camp Lejeune, North Carolina; Marine Corps Air Station New River, North Carolina; and other outlying areas in eastern North Carolina. After award of this option, the total cumulative contract value will be $294,499,282. The work to be performed provides for all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide facilities maintenance and heavy equipment repair services. Work will be performed in Jacksonville, North Carolina, and the option period is from April 2021 to March 2022. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Marine Corps) contract funds in the amount of $24,022,941 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-10-D-0213).

Solpac Construction Inc., doing business as Soltek Pacific Construction Co., San Diego, California, is awarded a $25,354,000 firm-fixed-price task order N6247321F4342 under a multiple award construction contract for the design and construction of a new F-35C simulator facility at Naval Air Station Lemoore, California. The task order also contains two planned modifications, which if awarded, would increase cumulative task order value to $27,286,230. The work to be performed provides for a facility to house four simulators with associated administrative spaces, server rooms, and other support spaces adjacent to an existing simulator facility to support pilot training and mission planning. The planned modifications provide for collateral equipment, furniture, fixtures, and audio-visual equipment. Work will be performed in Lemoore, California, and is expected to be completed by October 2023. Fiscal 2021 military construction (Navy) contract funds in the amount of $25,354,000 are obligated on this award and will not expire at the end of the current fiscal year. Five proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-18-D-5855).

Kongsberg Underwater Technology LLC, Lynnwood, Washington, is awarded a $25,000,000 single-award, firm-fixed-priced, indefinite-delivery/indefinite-quantity contract to provide sonar systems sustainment support that includes program management support, technical support, systems upgrades, hardware and spare parts, depot repair, and training for the sonar systems and related equipment in support of the Naval Oceanographic Office. The contract will include a 60-month base ordering period with no options. The base ordering period is expected to be completed by March 2026. Work will be performed in Lynnwood, Washington (60%); and (40%) at various world-wide locations. Due to the requirements for these support services being dependent on ships’ locations, more specific information about where the work will be performed cannot be predicted at this time. Fiscal 2019 other procurement (Navy) funds in the amount of $1,234,000 will be obligated to fulfill an existing requirement and fund the contract’s minimum amount, and funds will expire at the end of the fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304(c)(1), with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Mechanicsburg Office, Mechanicsburg, Pennsylvania, is the contracting activity (N00189-21-D-Q006).

Pensacola Bay Support Services LLC, Cape Canaveral, Florida, is awarded a $23,732,658 indefinite-delivery/indefinite-quantity modification for the exercise of Option Three under a contract for base operations support services at Naval Air Station Pensacola, Florida, and outlying local areas including Saufley Field, Corry Station, and Bronson Field. After award of this option, the total cumulative contract value will be $99,065,463. The work to be performed provides for all management, supervision, labor, equipment, materials, supplies, and tools necessary to perform facilities management, maintenance services, utility plant and distribution system operations and maintenance, environmental services, and base support vehicles and equipment. Work will be performed in Pensacola, Florida, and the option period is from April 2021 to March 2022. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Navy); and fiscal 2021 Defense Health Program funds in the amount of $18,938,890 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-18- D-2013).

JJLL LLC, Austin, Texas, is awarded a $20,524,324 cost-plus-incentive-fee contract modification for the exercise of Option Four for base operating support services in the Republic of the Philippines for the Marine Corps Forces, Pacific and Pacific Command Augmentation Team – Philippines. After award of this option, the total cumulative contract value will be $108,070,161. The work to be performed provides for management and administration, commercial telephones and cable television, security, airfield facilities, supply services, facility management, utilities, base support vehicles and equipment, and environmental services. Work will be performed in the Republic of the Philippines, and the option period is from April 2021 to March 2022. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $12,700,000 are obligated on this award and will expire at the end of the current fiscal year.  Naval Facilities Engineering Systems Command Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-17-C-3580).

Synergy Electric Company Inc.,* Santee, California, is awarded a $19,465,544 firm-fixed-price task order N6247321F4370 under a multiple award construction contract for F-35C simulator electrical upgrades at the Naval Air Station Lemoore, California. The work to be performed provides for the construction of a new metering station that will include a new transmission line and modification of an existing transmission line. Work will be performed in Lemoore, California, and is expected to be completed by March 2023. Fiscal 2021 military construction (Navy) contract funds in the amount of $19,465,544 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command Southwest, California, is the contracting activity (N62473-19-D-2430).

Rockwell Collins Inc., Cedar Rapids, Iowa, is awarded a $16,853,043 firm-fixed-price, cost-plus-fixed-fee order (N0001921F0005) against a previously issued basic ordering agreement (N0001919G0031).  This order upgrades the E-6B Mercury mission computer from a 32-BIT to a 64-BIT Linux-based operating system, resulting in an increase to capability and reduced threat vulnerabilities. Work will be performed in Richardson, Texas, and is expected to be completed in March 2023. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $16,853,043 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.

Alexandria Insights Inc., Stafford, Virginia (N66001-21-D-0083); CaVU Consulting Inc., San Diego, California (N66001-21-D-0084); Fuse Integration Inc., San Diego, California (N66001-21-D-0085); Joint Tactics and Technologies LLC, Coronado, California (N66001-21-D-0086); RTL Networks Inc., Denver, Colorado (N66001-21-D-0087); Solute Inc., San Diego, California (N66001-21-D-0088); Technology Unlimited Group, San Diego, California (N66001-21-D-0089); and Trabus Technologies, San Diego, California (N66001-21-D-0090), are awarded a combined $13,224,567 cost-plus-fixed-fee and cost-with-no-fee, indefinite-delivery/indefinite-quantity multiple award contract for engineering, technical, and programmatic support including networking communications and computing systems with associated cybersecurity implementation and certification of new developments, current operations, and future capabilities. This two-year contract includes five one-year option periods which, if exercised, would bring the overall potential value of this contract to an estimated $49,993,099. Work will be performed in San Diego, California (95%); Naval Station Norfolk, Virginia (2%); Naval Base Ventura County, California (2%); and outside the continental U.S. (1%). The period of performance of the base award is from March 25, 2021, through March 24, 2023. If all options are exercised, the period of performance would extend through March 24, 2028. No funds will be obligated at the time of award. Fiscal 2021 funds will be obligated as task orders are issued using research, development, test and evaluation (Navy) funds; operation and maintenance (Navy) funds; other procurement (Navy) funds; and aircraft procurement (Navy) funds. This contract was competitively procured using a Service-Disabled Veteran-Owned Small Business set-aside via a request for proposal (N66001-20-R-0041) published on the beta.SAM.gov web site and the Naval Information Warfare Systems Command e-Commerce central website. Eight offers were received and eight were selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

NCS/EML SB JV LLC,* Louisville, Kentucky, is awarded an $11,946,601 indefinite-delivery/ indefinite-quantity modification for the exercise of Option Two under a contract for base operations support services at Naval Air Station Whiting Field, Florida; and outlying areas in and around Milton, Florida. After award of this option, the total cumulative contract value will be $35,615,075. The work to be performed provides for facility investment, grounds maintenance and landscaping, utilities management, pest control, electrical, wastewater, steam, water, base support vehicles and equipment, and environmental services to provide base operations support services. Work will be performed in Milton, Florida (67%); and outlying areas (33%), and is expected to be completed by March 2022. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Navy); fiscal 2021 Defense Health Program; and fiscal 2021 family housing operation and maintenance (Navy) contract funds in the amount of $8,317,004 for recurring work will be obligated on individual task orders issued during the option period. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1740).

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $11,870,281 modification (P00745) to a previously awarded cost-plus-fixed-fee contract (N0001902C3002). This modification provides support for implementation, integration, testing, and accreditation of the F-35 in-a-box model, including required interfaces for use in the joint simulation environment. The support for model integration is required to fulfill operational test and evaluation goals and objectives to validate F-35 Block 3F capabilities for the Navy, Marine Corps and Air Force. Work will be performed in Fort Worth, Texas (50%); and Patuxent River, Maryland (50%), and is expected to be completed in December 2021. Fiscal 2021 research, development, test and evaluation (Air Force) funds in the amount of $4,138,891; and fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $2,958,499 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.

Custom Manufacturing & Engineering Inc.,* Pinellas Park, Florida, is awarded an $11,241,918 firm-fixed-price contract for manufacture, assembly, test, and delivery of Universal Canister Electronics Units and associated cables in support of the MK 57 Vertical Launch System. This contract includes options which, if exercised, would bring the cumulative value of this contract to $42,309,090. Work will be performed in Pinellas Park, Florida, and is expected to be completed by April 2022. If all options are exercised, work will continue through August 2025. Fiscal 2021 other procurement (Navy) funds in the amount of $11,241,918 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 beta.sam.gov, with five offers received. The Naval Surface Warfare Center Port Hueneme Division, Port Hueneme, California, is the contracting activity (N63394-21-C-0006).

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $9,639,600 cost-plus-fixed-fee modification to previously awarded contract N00024-20-C-2120 for additional fiscal 2021 development studies, design efforts, and material for Virginia-class submarines. Work will be performed in Spring Grove, Illinois, and is expected to be completed by June 2023. Fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $4,672,818 (74%); and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,642,642 (26%), will be obligated at time of award. Funding in the amount of $1,642,642 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

CTI Environmental Inc.,* Long Beach, California, is awarded an $8,779,736 indefinite-delivery/indefinite-quantity contract for demolition and abatement services at Marine Corps Base Camp Pendleton, California; and Naval Weapons Station Seal Beach Detachment Fallbrook, California. The maximum dollar value including the base period and four unexercised option periods is $8,779,736. The work to be performed includes labor, supervision, management, equipment, and materials necessary to perform demolition and abatement services for the facilities. Work will be performed at Camp Pendleton, California; and Fallbrook, California, and is expected to be completed by April 2026. No funds will be obligated at time of award. Fiscal 2021 operation and maintenance (Marine Corps) funds in the amount of $2,000 will be obligated on an individual task order as a minimum guarantee and will expire at the end of the current fiscal year. This contract was competitively procured via the beta.SAM.gov website with 11 proposals received. Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity (N62473-21-D-0602).

Web LLC, doing business as WEBCO,* Springfield, Virginia, is awarded an $8,768,765 firm-fixed-price task order N6945021F4513 under a multiple award construction contract for the Waldron Airfield repairs at Naval Air Station Corpus Christi, Texas. The task order also contains three unexercised options, which if exercised, would increase cumulative task order value to $14,398,705. The work to be performed provides for the milling and overlay of the existing runways and taxiways, and applying pavement markings. The options, if exercised, provide for additional runway and parking apron milling and overlay work. Work will be performed in Corpus Christi, Texas, and is expected to be completed by April 2022.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,768,765 are obligated on this award and will expire at the end of the current fiscal year. Four proposals were received for this task order. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-19-D-1085).

CH2M Hill Constructors Inc., Englewood, Colorado, is awarded an $8,443,242 indefinite-delivery/indefinite-quantity modification of task order N6945020F0077 for roof replacement under a multiple award construction contract for renovations at Naval Air Station Pensacola, Florida. After award of this modification, the total task order value will be $44,241,392. The work to be performed provides for the construction, alteration, and repair of Building 633 in order to return the building to full operation. Work will be performed in Pensacola, Florida, and is expected to be completed by September 2021. Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $8,443,292 are obligated on this modification and will expire at the end of the current fiscal year. Naval Facilities Engineering Systems Command Southeast, Jacksonville, Florida, is the contracting activity (N62470-19-D-8024).

DEFENSE LOGISTICS AGENCY

DMS Pharmaceutical Group Inc, Park Ridge, Illinois, has been awarded a maximum $44,163,524 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various pharmaceutical products. This was a competitive acquisition with one offer received. This is a one-year base contract with nine one-year option periods. Location of performance is Illinois, with a March 24, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2022 Warstopper funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D0-21-D-0004).

East Texas Lighthouse for the Blind,** doing business as Horizon Industries, Tyler, Texas, has been awarded a maximum $18,000,000 fixed-price with economic-price-adjustment for fibrous cords. This is a one-year base contract with four one-year option periods. Location of performance is Texas, with a March 24, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8EG-21-D-0132).

Peckham Vocational Industries,** Lansing, Michigan, has been awarded a maximum $10,868,946 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for mid-weight drawers. This is a one-year base contract with two one-year option periods. Location of performance is Michigan, with a March 23, 2022, ordering period end date. Using military services are Army and Air Force. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-21-D-N143).

UPDATE: American Material Handling Inc., Watkinsville, Georgia (SPE8EC-21-D-0078), has been added as an awardee to the multiple award contract for commercial construction equipment, issued against solicitation SPE8EC-17-R-0004 and awarded Aug. 29, 2017.

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

CACI, Inc.- Federal, Florham Park, New Jersey, was awarded an $11,208,700 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Wideband Secure and Protected Emitter and Receiver (WiSPER) program. The WiSPER program seeks to develop wideband secure and protected radio interface technologies for future radio frequency systems, and will enable next-generation secure tactical radios. Work will be performed in Florham Park, New Jersey (81%); San Diego, California (15%); and Boston, Massachusetts (4%), with an expected completion date of March 2025. Fiscal 2020 research, development, test and evaluation funds in the amount of $1,000,000; and fiscal 2021 research, development, test and evaluation funds in the amount of $6,916,785 are being obligated at time of award. This contract is a competitive acquisition in which eight proposals were received in response to broad agency announcement HR001120S0030. The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0053).

*Small business
** Mandatory source

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! 🇺🇸