Defense contracts valued at $7 million and above

AIR FORCE

Acts/Meltech JV2, Virginia Beach, Virginia (FA2860-21-D-0002); Athena, Triangle, Virginia (FA2860-21-D-0003); Argus CJW JV3, Leesburg, Virginia (FA2860-21-D-0004); Belt Build, Crofton, Maryland (FA2860-21-D-0005); Binary Technologies, Germantown, Maryland (FA2860-21-D-0006); CCI Alliance of Companies, Stafford, Virginia (FA2860-21-D-0007); CCSI DCI JV, Windsor Mill, Maryland (FA2860-21-D-0008); Constructure, Chantilly, Virginia (FA2860-21-D-0009); Cypress SDC Group, Essex, Maryland (FA2860-21-D-0010); EB MEI One, Accokeek, Maryland (FA2860-21-D-0011); FCC ICC JV, Exton, Pennsylvania FA2860-21-D-0012; GBoss, Herndon, Virginia (FA2860-21-D-0013); GM Hill, Alexandria, Virginia (FA2860-21-D-0014); Impyrian, Fulton, Maryland (FA2860-21-D-0015); Kekolu Contracting, LLC, La Plata, Maryland (FA2860-21-D-0016); MaChis Mid Atlantic, Clinton, Maryland (FA2860-21-D-0017); Miami Wiipica, LLC, Reston, Virginia (FA2860-21-D-0018); Midnight Sun Centennial JV, Vienna, Virginia (FA2860-21-D-0019), Mountain Consulting, Dover, Delaware (FA2860-21-D-00020); SUCCOR Ocean, Chesapeake, Virginia (FA2860-21-D-0021); Puyenpa, Gaithersburg, Maryland (FA2860-21-D-0023); QED, Woodbridge, Virginia (FA2860-21-D-0024); Reliance Construction, Wake Forest, North Carolina (FA2860-21-D-0025); Ritz, Fredrick, Maryland (FA2860-21-D-0026); SanDow RSC, Landover, Maryland (FA2860-21-D-0027); Silver Lake TMG JV2, Purcellville, Virginia (FA2860-21-D-0028); Snodgress SJV2, Annapolis, Maryland (FA2860-21-D-0029); Superior Structures, La Plata, Maryland (FA2860-21-D-0030); TSC Edifice, Front Royal, Virginia (FA2860-21-D-0031); Vanguard Pacific, Rockville, Maryland (FA2860-21-D-0032); VHB LLC, Boyds, Maryland (FA2860-21-D-0033); Westerly, Gaithersburg, Maryland (FA2860-21-D-0034); and XL Construction, Laurel, Maryland (FA2860-21-D-0035), have collectively been awarded a not-to-exceed $700,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for streamlined means to complete minor construction projects, maintenance and repair. Work will be performed at Joint Base Andrews, Maryland; and Joint Base Anacostia-Bolling, Maryland, and is expected to be completed April 20, 2028. This award is the result of a competitive acquisition and 43 offers were received. Fiscal 2021 operation and maintenance funds in the amount of $5,000 per contractor are are being obligated at the time of award. The 316th Contracting Squadron, Joint Base Andrews, Maryland, is the contracting activity.

National Instruments Corp., Austin, Texas, has been awarded a $19,214,605 firm-fixed-price requirements contract for Versatile Diagnostic Automatic Test Station (VDATS) kits. VDATS is an organically designed test station with open architecture and virtual modular equipment extensions for instrumentation technology. VDATS consists of standardized, commercially available test equipment, components and software. There are two configurations of VDATS — the digital analog (DA)-1 and DA-2. Currently, these configurations support the A-10, B-1, B-2, B-52, C-5, C-17, C-130, E-3, E-8C, F-15, F-16, F-22, H-53, H-60, KC-135, MC-4, MQ-9, Navy ships, and UH-1 weapons systems. Work will be performed in Austin, Texas, and is expected to be completed May 13, 2026. No funds are being obligated at the time of award. Air Force Sustainment Center, Robins Air Force Base, Georgia, is the contracting activity (FA8571-21-D-0005).

Assured Information Security Inc., Rome, New York, has been awarded a $11,928,615 cost-plus-fixed-fee completion contract for Signals Intelligence Tactical Analysis and Reporting Gateway (STARGATE) prototype software. This contract provides for research and develop improvements to the STARGATE platform to enable expanded integration with enterprise tools and information systems, development of capabilities for automatically cataloging and managing an inventory of the global radio frequency emitter and communications network environment, and expanding integration of datasets from additional multi-national and multi-agency intelligence, surveillance and reconnaissance platforms and sensors and integration of STARGATE Exploitation Tools into these platforms. Work will be performed in Rome, New York, and is expected to be completed May 7, 2024. This award is the result of a competitive acquisition and two offers were received. Fiscal 2021 research, development, test and evaluation funds in the amount of $3,308,000 are being obligated at time of award. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-21-C-1508).

ARMY

Alliant Techsystems Operations LLC, Plymouth, Minnesota, was awarded a $105,688,911 modification (PZ0005) to contract W56HZV-20-D-0108 to produce, deliver and maintain the new production configuration build of 30×173 mm XM813 cannons. Work locations and funding will be determined with each order, with an estimated completion date of Sept. 24, 2026. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

Mike Hooks LLC, Westlake, Louisiana, was awarded a $24,000,000 firm-fixed-price contract for rental of a cutterhead pipeline dredge. 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 July 7, 2022. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-21-D-0039).

Relyant Global LLC, Maryville, Tennessee, was awarded a $19,601,741 firm-fixed-price contract for construction of a new airfield, security fencing and other facilities at Kainji Air Base. Bids were solicited via the internet with six received. Work will be performed in Nigeria, with an estimated completion date of Aug. 1, 2023. Fiscal 2021 Foreign Military Sales (Nigeria) funds in the amount of $19,601,741 were obligated at the time of the award. U.S. Army Corps of Engineers, European District, is the contracting activity (W912GB-21-C-0009).

Avion Solutions Inc., Huntsville, Alabama, was awarded a $12,921,601 time-and-materials contract for engineering and program management support services. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 13, 2026. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W58RGZ-21-F-0311).

NAVY

General Dynamics Mission Systems Inc., Quincy, Massachusetts, is awarded a $72,798,641 cost-plus incentive fee, fixed-price incentive fee, cost-plus fixed fee, cost only, and firm-fixed price contract for the retrofit of five Surface Mine Countermeasure Unmanned Undersea Vehicle systems to the Block I configuration and engineering support services. Work will be performed in Quincy, Massachusetts (60%); Greensboro, North Carolina (26%); and Taunton, Massachusetts (14%), and is expected to be completed by April 2023. Fiscal 2021 other procurement (Navy) funds in the amount of $18,686,851 (45%); fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $13,846,471 (34%); fiscal 2019 other procurement (Navy) funds in the amount of $7,544,561 (18%); and fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $1,178,535 (3%) will be obligated at time of award, of which $8,723,096 will expire at the end of the current fiscal year. This contract was not competitively procured via the beta.sam.gov website. The contract was awarded in accordance with 10 U.S. Code 2304(c)(1), as implemented under Federal Acquisition Regulation Part 6.302-1 — 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 (N00024-21-C-6308).

Swiftships LLC,* Morgan City, Louisiana, is awarded a $59,283,807 firm-fixed-price modification to previously awarded contract N00024-18-C-2401 to exercise an option for the construction of five Landing Craft, Utility 1700 class (1707-1711). Work will be performed in Morgan City, Louisiana, and is expected to be completed by November 2023. Fiscal 2021 shipbuilding and conversion, (Navy) funding in the amount of $59,283,807 will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington Navy Yard, Washington, D.C., is the contracting activity.

RQ Construction LLC, Carlsbad, California, is awarded a $48,938,699 firm-fixed-price contract for design-build services at combat service support facilities, Joint Expeditionary Base (JEB) Little Creek- Fort Story. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by March 2024. The work to be performed is construction of several JEB Little Creek-Fort Story combat service support facilities to include addition to the existing armory, demolition of existing ordnance operations building, construction of new operations building, addition of overhead coiling door to existing boat storage building, construction of a new vehicle maintenance facility and boat-shop building. Fiscal 2021 military construction funds in the amount of $48,938,699 are obligated on this award will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website with five proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0034).

The Whiting-Turner Contracting Co., Greenbelt, Maryland, is awarded a $44,471,400 firm-fixed-price contract for design-build services at Joint Expeditionary Base (JEB) Little Creek- Fort Story. Work will be performed in Virginia Beach, Virginia, and is expected to be completed by June 2023. The work to be performed will be construction of a new dry combat submersible operations facility at JEB Little Creek-Fort Story. Fiscal 2021 military construction funds in the amount of $44,471,400 are obligated on this award will not expire at the end of the current fiscal year. This contract was competitively procured via the beta.sam.gov website with four proposals received. The Naval Facilities Engineering Systems Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-D-0036).

Konecranes Nuclear Equipment and Services LLC, New Berlin, Wisconsin, is awarded a $43,506,432 modification under a firm-fixed-price contract for the exercise of Option Two, which provides for one 175-ton portal crane at Pearl Harbor Naval Shipyard (PHNSY). The total contract amount, after exercise of this option, will be $89,520,955. Work will be performed in New Berlin, Wisconsin, and is expected to be completed by November 2024. The work to be performed provides for the design, fabrication, assembly, shop test, delivery, installation, inspection, field test and make ready for use of one 175-ton heavy-lift portal crane at PHNSY. Fiscal 2021 other procurement, (Navy) contract funds in the amount of $43,506,432 are obligated on this award and will not expire at the end of the current fiscal year. The Naval Facilities Engineering Systems Command, Atlantic, Norfolk, Virginia, is the contracting activity (N62470-20-C-0002).

Lockheed Martin Corp., Syracuse, New York, is awarded a $9,672,000 cost-plus incentive-fee modification to the previously awarded delivery order N00024-19-F-6201 under indefinite-delivery/indefinite-quantity contract N00024-19-D-6200 for the design, prototyping, and qualification testing of submarine electronic warfare equipment. Work will be performed in Syracuse, New York, and is expected to be completed by February 2022. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $4,700,000 (49%); fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $4,000,000 (41%); fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $472,000 (5%); and fiscal 2021 National Sea Based Deterrent Funds in the amount of $500,000 (5%) 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.

DEFENSE THREAT REDUCTION AGENCY

Leidos Inc., Reston, Virginia, is issued a modification (P00029) to exercise Option Period Four with a ceiling value of $32,101,802 for a time-and-materials contract (HDTRA1-17-C-0019) for scientific and technical services in support of various projects under the Biological Threat Reduction Program.  Work will be performed at various locations throughout the world.  The anticipated completion date for Option Period Four is May 13, 2022.  The contract was a competitive acquisition; the government received 11 offers.  The Defense Threat Reduction Agency, Cooperative Threat Reduction Contracting Office, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Gil Sewing Corp.,* Chicago, Illinois, has been awarded a maximum $14,863,500 firm-fixed-price, indefinite-delivery contract for men’s uniform dress coats. This was a competitive acquisition with four responses received. This is a one-year base contract with four one-year option periods. Location of performance is Illinois, with a May 6, 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 (SPE1C1-21-D-1467).

*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! 🇺🇸