Defense contracts valued at $7 million and above

NAVY

Bechtel Plant Machinery Inc., Monroeville, Pennsylvania, is awarded a $252,439,475 cost-plus-fixed-fee modification to previously awarded contract N00024-19-C-2114 to exercise an option for naval nuclear propulsion components. Work will be performed in Monroeville, Pennsylvania (68%); and Schenectady, New York (32%). Fiscal 2021 shipbuilding and conversion (Navy) funding in the amount of $252,439,475 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured and is a sole source award pursuant to 10 U.S. Code 2304(c)(1) — only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Ahtna Logistics LLC,* Anchorage, Alaska (M67854-21-D-8010); Guard Unit LLC,* Morgantown, West Virginia (M67854-21-D-8011); Hatalom Corp.,* Orlando, Florida (M67854-21-D-8012); and Shock Stream LLC,* Oviedo, Florida (M67854-21-D-8013), are awarded a combined $124,500,000 indefinite-delivery/indefinite-quantity, multiple award contract for the procurement of services to facilitate design, development, testing, production, and fielding of several simulations/simulated training systems and devices. The Equipment Related Services Contractor Operator and Maintenance Services (COMS)-Systems (S) (COMS-S) multiple award task order contract will be used to issue task orders to provide sustainment support for all existing and any future Marine Corps training systems that are not exclusively utilized on ranges and not subjected to live fire, including, but not limited to: Underwater Egress Trainer; Supporting Arms Virtual Trainer; Combat Vehicle Training Systems; Combat Convoy Simulator; Virtual Combat Convoy Trainer/Reconfigurable Virtual Simulator; Indoor Simulated Marksmanship Trainer; Operator Driver Simulator; Improved Moving Target Simulator; and the Dry Egress Trainers. This five-year contract includes five one-year option periods which, if exercised, would bring the overall potential of this contract to an estimated $249,000,000. Work will be performed at various government locations including Quantico, Virginia (55%); Camp Lejeune, North Carolina (15%); Camp Pendleton, California (10%); Twentynine Palms, California (10%); and Okinawa, Japan (10%). The period of performance for the base award is from March 29, 2021, through March 28, 2026. If all options are exercised, the period of performance would extend through March 28, 2031. Awardees will have the opportunity to compete for task orders during the ordering period. No funds will be obligated at time of award. Fiscal 2021 funds will be obligated as task orders are issued using operation and maintenance (Marine Corps) and (Navy) funds. This contract was competitively provided via a request for proposal (M67854-20-R-7828) published on the beta.sam.gov website. Five offers were received and four were selected for award. Marine Corp Systems Command, Quantico, Virginia, is the contracting activity.

Lockheed Martin, Rotary and Mission Systems, Moorestown, New Jersey, is awarded a $67,419,399 cost-plus-incentive-fee and cost-plus-fixed-fee modification to previously awarded contract N00024-13-C-5116 to exercise an option for the Advanced Electronic Guidance and Instrumentation System (AEGIS) — Combat System Engineering agent efforts for the design, development, integration, test, and delivery of the Advanced Capability Build 20. Work will be performed in Moorestown, New Jersey, and is expected to be completed by Dec. 31, 2021. Fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $61,212,365 (91%); fiscal 2021 operation and maintenance (Navy) funds in the amount of $4,517,034 (7%); and fiscal 2020 research, development, test, and evaluation (Navy) funds in the amount of $1,690,000 (2%) will be obligated at time of award. Funding in the amount of $6,207,034 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Rolls-Royce Corp., Indianapolis, Indiana, is awarded a $26,499,696 modification (P00025) to a previously awarded firm-fixed-price contract (N0001917C0081). This modification exercises an option that provides for the production and delivery of eight AE1107C engines for the Navy and four for the Air Force in support of the V-22 Osprey. Work will be performed in Indianapolis, Indiana, and is expected to be completed in December 2022. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $17,666,464; and fiscal 2021 aircraft procurement (Air Force) funds in the amount of $8,833,232 will be obligated at the 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.

MPR Associates Inc.,* Alexandria, Virginia, is awarded a $13,876,506 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for Navy lithium battery lockers and spare parts. The contract will have a five year ordering period. Work will be performed in Alexandria, Virginia, and is expected to be completed by March 2026. Fiscal 2021 operation and maintenance (Navy) funding in the amount of $197,831 will be obligated at time of award and will expire at the end of the current fiscal year. This contract was competitively procured, via the beta.sam.gov website, with one offer received. The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-21-D-0024).

ARMY

AITC-Five Domains JV LLC, Winter Springs, Florida, was awarded a $37,632,597 firm-fixed-price contract for readiness, train, advise, assist, and mentor services. Bids were solicited via the internet with one received. Work will be performed in Riyadh, Saudi Arabia, with an estimated completion date of Sept. 30, 2024. Fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $37,632,597 were obligated at the time of the award. U.S. Army Contracting Command, Orlando, Florida, is the contracting activity (W900KK-21-C-0012).

Caterpillar Inc., Peoria, Illinois, was awarded a $36,854,192 firm-fixed-price contract for electro-hydraulic Types I and II tracked dozers, related hardware and ancillary services. 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 28, 2024. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W56HZV-21-D-0034).

GE Renewables US LCC, Greenwood Village, Colorado, was awarded a $19,569,385 firm-fixed-price contract to install turbines and generator rewind at Philpotts Powerhouse. Bids were solicited via the internet with five received. Work will be performed in Bassett, Virginia, with an estimated completion date of July 16, 2024. Fiscal 2021 civil construction funds in the amount of $19,569,385 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-C-0010).

Amentum Services Inc., Germantown, Maryland, was awarded an $18,307,572 modification (P00008) to contract W58RGZ-19-F-0301 to conduct actual repair or recap efforts of aircraft structures, engines, transmissions, blades and components for various rotary wing aircraft. Fiscal 2021 Army working capital funds in the amount of $18,307,572 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

The Logistics Company Inc., Fayetteville, North Carolina, was awarded an $11,192,326 modification (000216) to contract W52P1J-12-G-0053 for supply services in support of logistics support services. Work will be performed in Fayetteville, North Carolina, with an estimated completion date of March 31, 2022. Fiscal 2021 operation and maintenance, Army funds in the amount of $11,192,326 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Amentum Services Inc., Germantown, Maryland, was awarded a $10,000,000 modification (P00005) to contract W58RGZ-19-F-0304 for maintenance, supply logistics and administrative duties. Work will be performed in Corpus Christi, Texas, with an estimated completion date of March 31, 2022. Fiscal 2021 Army working capital funds in the amount of $10,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

General Dynamics Land Systems, Sterling Heights, Michigan, was awarded a $9,592,666 modification (P00131) to contract W56HZV-17-C-0067 for Abrams Systems technical support. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of May 31, 2022. Fiscal 2019 and 2021 other procurement, Army funds; fiscal 2021 research, development, test and evaluation, Army funds; and fiscal 2021 Foreign Military Sales (Saudi Arabia) funds in the amount of $9,592,666 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

AIR FORCE

Vectrus Systems Corp., Maxwell Air Force Base, Alabama, has been awarded a $30,628,414 firm-fixed-price, incentive modification (P00087) to contract FA3002-17-C-0009 for contract base operations support. The contract modification is for the exercise of Option Four. Work will be performed at Maxwell-Gunter Air Force Base, Alabama, and is expected to be completed March 31, 2022. Fiscal 2021 operation and maintenance funds in the amount of $30,628,414 are being obligated at the time of award. Total cumulative face value of the contract is $174,484,575. The 42nd Contracting Squadron, Montgomery, Alabama, is the contracting activity.

M1 Support Services L.P., Denton, Texas, has been awarded a $13,227,201 firm-fixed-price contract for helicopter maintenance services. The contractor shall be responsible for performing “full-spectrum,” “turn-key” maintenance operations, to include organizational level maintenance; repairs; scheduled and unscheduled maintenance; scheduled inspections and more to support the 58th Special Operations Wing mission. Work will be performed at Kirtland Air Force Base, New Mexico, and is expected to be completed Dec. 31, 2021. This is a short-term contract to ensure services maintain until the follow-on contract is awarded by Air Force Global Strike Command. Fiscal 2021 operation and maintenance funds in the amount of $4,458,843 will be obligated at the time of award. Air Force Installation Contracting Agency, Joint Base San Antonio-Randolph, Texas, is the contracting activity (FA3002-21-C-0004).

Lockheed Martin Corp. Aeronautics Co., Fort Worth, Texas, has been awarded a $12,778,561 modification (P00008) to contract FA8650-19-C-9314 for Defense Experimentation Using Commercial Space Internet (DEUCSI) Call 002. This modification is to exercise Options 2, 3, and 4 for hardware and software integration and additional flight tests. This modification also revises the previously exercised Option 1, specifically identifying the F-35 as the required aircraft for the first flight test. Work will be performed at locations throughout the continental U.S. and is expected to be completed Jan. 31, 2023. Fiscal 2021 research, development, test and evaluation funds in the amount of $3,150,107 are being obligated at the time of award. The total cumulative face value of the contract is $17,439,819. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded March 25, 2021)

The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $9,600,000 undefinitized, firm-fixed-price modification (P00058) to contract FA8634-17-C-2650 for the F-15 Eagle Passive/Active Warning and Survivability System (EPAWSS); engineering, manufacturing, and development; and initial operational, testing, and evaluation. This contract modification provides for the procurement of two additional development Group B shipsets. Work will be performed in St. Louis, Missouri, and is expected to be completed Oct. 22, 2022. Fiscal 2021 research, development, test and evaluation funds in the amount of $3,990,000 will be obligated at the time of award. The total cumulative face value of the contract is $783,168,902. Air Force Lifecycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

The Boeing Co., St. Louis, Missouri, has been awarded a not-to-exceed $8,565,954 undefinitized, firm-fixed-price modification (P00005) to contract FA8634-21-C-2702 for the F-15 Eagle Passive Active Warning Survivability System (EPAWSS) low-rate initial production. This modification provides EPAWSS Lot One initial spares hardware for the F-15E aircraft. Work will be performed in Nashua, New Hampshire, and is expected to be completed June 1, 2023. Fiscal 2021 working capital funds in the amount of $4,197,317 are being obligated at the time of award. The total cumulative face value of the contract is $277,402,194. Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

WASHINGTON HEADQUARTERS SERVICES

M.C. Dean Inc., McLean, Virginia, was awarded an indefinite-delivery/indefinite-quantity contract (HQ0034-21-D-0012) with a maximum amount of $14,000,000. The purpose of this contract is to provide preventive, corrective, and predictive maintenance services for all Uninterruptible Power Supply System, battery systems, and all associated electrical distribution devices. The contractor ensures maintenance of this mission critical power systems with little or no down time due to system or component failures. The work will be performed at the Pentagon Reservation. No funds will be obligated at the award of the basic contract. The work is expected to be completed on Sept. 30, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE FINANCE AND ACCOUNTING SERVICE

Guidehouse LLP,* McLean Virginia, is being awarded a labor-hour contract option with a maximum value of $8,512,495 for audit finding remediation support services for the Office of the Under Secretary of Defense (Comptroller) OUSD(C) Financial Improvement and Audit Readiness. Work will be performed in McLean, Virginia, with an expected completion date of March 31, 2022. Fiscal 2020 defense-wide operation and maintenance, OUSD(C) funds in the amount of $8,512,495 are being obligated at the time of this option award. This award brings the total cumulative value of the contract to $43,438,969. This contract is the result of a competitive acquisition for which two quotes were received. The contract had a 12-month base period plus four individual one-year option periods, with a maximum value of $49,839,283. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-18-F-0055).

*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! 🇺🇸