Defense contracts valued at $7 million and above

MISSILE DEFENSE AGENCY

Parsons Government Services, Huntsville, Alabama, is being awarded a competitive cost-plus-fixed-fee level-of-effort contract.  The total value of this contract is $2,241,762,696.  Under this new contract, the contractor will provide support that includes: engineering and technical support; studies, analysis, and evaluations; and management and professional services.  The work will be performed in Huntsville, Alabama; Fort Belvoir, Virginia; Colorado Springs, Colorado; Fort Greely, Alaska; Moorestown, New Jersey; Hanscom Air Force Base, Massachusetts; Phoenix, Arizona; Orlando, Florida; and Salt Lake City, Utah. The performance period is from July 2021 to January 2029. This contract was competitively procured via publication on the beta.SAM.gov website with two proposals received.  Fiscal 2021 research, development, test and evaluation funds in the amount of $36,407,574 are being obligated on this award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-21-C-0015).

Mobius Parsons Solutions LLC,*** Alexandria, Virginia, is being awarded a competitive cost-plus fixed fee level-of-effort contract.  The total value of this contract is $566,667,195. Under this new contract, the contractor will provide test support services.  The work will be performed in Albuquerque, New Mexico; Bedford, Massachusetts; Colorado Springs, Colorado; Dahlgren, Virginia; Kwajalein Atoll; Wake Island; Honolulu, Hawaii; Huntsville, Alabama; Kauai, Hawaii; Vandenberg Air Force Base, California; and other locations as directed. The performance period is from September 2021 through September 2027. This contract was competitively procured via publication on the beta.SAM.gov website with two proposals received.  Fiscal 2021 research, development, test and evaluation funds in the amount of $3,727,363 are being obligated at time of award.  The Missile Defense Agency, Huntsville, Alabama, is the contracting activity (HQ0858-21-C-0014).

NAVY

The Lockheed Martin Corp., Rotary and Mission Systems, Mitchel Field, New York, is awarded a $191,183,328 firm-fixed-price contract for the U.S. and United Kingdom to provide strategic weapon system Trident SSI Increment 8 production of inertial navigation systems and associated inertial spares for the Ohio and Columbia ballistic missile submarine shallow water submersible platforms for the fleet ballistic missile program. Work will be performed in Heath, Ohio (67%); Huntington Beach, California (21%); Mitchel Field, New York (9%); and Manassas, Virginia (3%), with an expected completion date of Feb. 28, 2028.  Fiscal 2021 other procurement (Navy) contract funds in the amount of $31,321,581 will be obligated; and fiscal 2021 shipbuilding and conversion (Navy) contract funds in the amount of $8,805,772, will be obligated on initial award.  No funds will expire at the end of the current fiscal year.  This contract was a sole-source acquisition in accordance with 10 U.S. Code 2304(c)(1) and (4). Strategic Systems Programs, Washington, D.C., is the contracting activity (N00030-21-C-0015).

Globe Composite Solutions, Stoughton, Massachusetts (N00167-21-D-0003); Goodrich Corp., Jacksonville, Florida (N00167-21-D-0004); and Westland Technologies Inc., Modesto, California (N00167-21-D-0005), is awarded a combined maximum dollar value of $72,000,000 for a firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award contract with a five-year ordering period for the procurement of submarine materials.  Each awardee will be awarded $1,000 (minimum contract guarantee per awardee) at contract award.  These three companies will have an opportunity to compete for individual delivery orders and all funding will be made available at the delivery order level as contracting actions occur.  All work will be performed at the contractors’ facilities (Stoughton, Massachusetts; Jacksonville, Florida; and Modesto, California), and is expected to be completed by June 2026.  Fiscal 2020 other procurement (Navy) funding in the amount of $3,000 will be obligated at the time of award and will not expire at the end of the current fiscal year.  These contracts were competitively procured through full and open competition and solicited through the system for award management website, with three offers received.  The Naval Surface Warfare Center, Carderock Division, Bethesda, Maryland, is the contracting activity.

Power Pro Plus Inc.,* Rialto, California, is awarded a $22,125,510 firm-fixed-price task order N62473-21-F-4528 under a multiple award construction contract for design and construction at Naval Support Activity, Monterey, California. The work to be performed provides repairs to the electrical distribution and fire protections systems for the Fleet Numerical Meteorology and Oceanography Center at Naval Support Activity Monterey. Work will be performed in Monterey, California, and is expected to be completed by April 2023.  Fiscal 2021 operation and maintenance (Navy) contract funds in the amount of $12,304,392 are obligated on this award and will not expire at the end of the current fiscal year.  Fiscal 2021 other procurement contract funds in the amount of $9,821,118 are obligated on this award and will not expire at the end of the current fiscal year.  Two proposals were received for this task order. Naval Facilities Engineering Systems Command, Southwest, San Diego, California, is the contracting activity (N62473-19-D-2428).

ARMY

Vazquez Forgen JV LLC,* Kansas City, Missouri (W9128F-21-D-0048); Graham County Land Co.,* Robbinsville, North Carolina (W9128F-21-D-0049); LRG Construction JV LLC,* Anchorage, Alaska (W9128F-21-D-0050); and Orion-Brice LLC JV,* Wasilla, Alaska (W9128F-21-D-0051), will compete for each order of the $99,000,000 firm-fixed-price contract to facilitate time-sensitive disaster, infrastructure and construction related activities.  Bids were solicited via the internet with nine received.  Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2029.  U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

MSAB/HCR JV LLC,* Perry, Georgia, was awarded a $50,000,000 firm-fixed-price contract to provide maintenance and repair of real property and minor construction work.  Bids were solicited via the internet with 10 received.  Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2026.  U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity (W911SF-21-D-0004).

Aecom International Inc., Neu-Isenburg, Germany (W912GB-21-D-0044); CDM Federal Services Europe JV, Alsbach, Germany (W912GB-21-D-0045); Golder Associates S.r.l., Torino, Italy (W912GB-21-D-0046); Tec-Hydrodata JV, Eschborn, Germany (W912GB-21-D-0047); and Wood E&IS GmbH, Frankfurt, Germany (W912GB-21-D-0048), will compete for each order of the $30,000,000 firm-fixed-price contract for environmental consulting services in support of environmental compliance.  Bids were solicited via the internet with six received.  Work locations and funding will be determined with each order, with an estimated completion date of June 15, 2026.  U.S. Army Corps of Engineers, European District, is the contracting activity.

HDR Architects and Engineers P.C., Lawrenceville, New Jersey, was awarded a $17,064,718 firm-fixed-price contract for the architect and engineer design of an engineering and prototyping facility at Massachusetts Institute of Technology, Lincoln Labs, Hanscom Air Force Base, Bedford, Massachusetts.  Bids were solicited via the internet with four received.  Work will be performed in Bedford, Massachusetts, with an estimated completion date of Jan. 30, 2025.  Fiscal 2021 military construction (Air Force) funds in the amount of $17,064,718 were obligated at the time of the award. U.S. Army Corps of Engineers, Concord, Massachusetts, is the contracting activity (W912WJ-21-C-0008).

DEFENSE LOGISTICS AGENCY

Federal Prison Industries Inc.,** Washington, D.C., has been awarded a maximum $17,810,400 modification (P00010) exercising the second one-year option period of a one-year base contract (SPE1C1-19-D-F027) with four one-year option periods for coveralls.  This is a firm-fixed-price, indefinite-delivery/indefinite-quantity contract.  Locations of performance are Georgia, Arizona, Mississippi and Washington, D.C., with a June 20, 2022, ordering period end date.  Using military service is Navy. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Meggitt Polymers and Composites, Rockmart, Georgia, has been awarded a maximum $8,476,025 delivery order (SPRPA1-21-F-R103) against a two-year long-term requirements contract (SPRPA1-20-D-001X) with three one-year option periods for F/A-18 aircraft fuel tanks.  This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulations 6.302-1. Location of performance is Georgia, with an April 28, 2023, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2021 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania.

AIR FORCE

Subsidium Inc., Luray, Virginia, has been awarded a ceiling $9,826,886 indefinite-delivery/indefinite-quantity contract for business services consulting.  This contract provides for administrative management and general management consulting services in the forms of market analysis, depot business development and strategic public/private partnerships. Work will be performed at Hill Air Force Base, Utah, and is expected to be completed by June 15, 2026.  This award is the result of a competitive acquisition with 10 offers received.  Fiscal 2021 working capital funds in the amount of $253,965 will be obligated on the first task order, which will be awarded immediately after the basic contract.  Air Force Sustainment Center, Hill AFB, Utah, is the contracting activity (FA8201-21-D-0005).

DEFENSE ADVANCED RESEARCH PROJECTS AGENCY

Raytheon Co., El Segundo, California, was awarded an $8,842,171 cost-plus-fixed-fee completion contract for a Defense Advanced Research Projects Agency research project for the Fast Event-based Neuromorphic Camera and Electronics (FENCE) program.  The FENCE program seeks to develop and demonstrate a low-latency, low-power, event-based camera and a new class of signal processing and learning algorithms that uses combined spatial and temporal (spatio-temporal) information to enable intelligent sensors for tactical Department of Defense applications.  Work will be performed in Goleta, California (53%); Cambridge, Massachusetts (17%); El Segundo, California (15%); McKinney, Texas (10%); Tempe, Arizona (3%); New York, New York (1%); and Tewksbury, Massachusetts (1%), with an expected completion date of May 2025.  Fiscal 2021 research, development, test and evaluation funds in the amount of $4,864,730 are being obligated at time of award.  This contract is a competitive acquisition in which nine proposals were received in response to broad agency announcement HR0011-21-S-0001.  The Defense Advanced Research Projects Agency, Arlington, Virginia, is the contracting activity (HR0011-21-C-0134).

*Small business
**Mandatory source
***Woman-Owned 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! 🇺🇸