Defense contracts valued at $7 million and above

NAVY

The Navy is awarding 600 indefinite-delivery/indefinite-quantity multiple award contracts (MACs) to businesses in multiple locations across 29 of the 50 United States and the District of Columbia for future competition of support service requirements to be solicited by Department of the Navy activities under rolling admissions of the SeaPort Next Generation (SeaPort-NxG) multiple-award contract vehicle for engineering support services and program management support services in 23 functional areas. The government estimates approximately $5,000,000,000 in services will be procured per year via orders issued under the SeaPort-NxG multiple award contracts. These MACs have a 2.5-year base period of performance with an additional five year ordering period option. These contracts were competitively procured via Federal Business Opportunities (FedBizOps), with 620 offers received. No contract funds will be obligated on the basic MAC awards. The Naval Sea Systems Command, Naval Surface Warfare Center, Dahlgren Division, Dahlgren, Virginia, is the contracting activity (N00178-21-R-7000).

Huntington Ingalls Industries Fleet Support Group LLC, Virginia Beach, Virginia, is awarded a $21,912,553 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for logistics and engineer support services on shipboard material handling equipment and shipboard mobile support equipment to include unscheduled maintenance repair, preventative maintenance, 12/18-month service, 18-month weight test and/or forklift certification, and trouble shooting in the logistics arena in support of Naval Supply Systems Command Fleet Logistics Center Norfolk. The contract will include a five-year base ordering period beginning in August with an additional six-month ordering period option pursuant of Defense Federal Acquisition Regulation 52.217-8 – option to extend services, which if exercised, will bring the total value to $24,274,600. The base ordering period is expected to be completed by August 2026; if the option is exercised, the ordering period will be completed by February 2027. All work will be performed in Norfolk, Virginia. Fiscal 2021 operation and maintenance funds (Navy) in the amount of $1,000 will be obligated to fund the contract’s minimum amount and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov, with three offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity (N00189-21-D-0018).

Viasat Inc., Carlsbad, California, is awarded a $19,494,000 modification under a previously awarded, indefinite-delivery/indefinite-quantity, multiple award contract (N00039-15-D-0043) for Multifunctional Information Distribution System (MIDS) Low Volume Terminals (LVT) to procure secure data units (SDUs) that support MIDS-LVT terminals and Link-16 capabilities. This modification will increase the current contract value from $674,093,506 by $19,494,000 to $693,961,006. The additional ceiling will be added to a new contract line item number to the base contract for the procurement of SDUs, which expires in June 2025. Work will be performed in Carlsbad, California, and is expected to be completed by June 2025. No funding is being obligated at the time of award. Funds will be obligated as individual delivery orders are issued. This contract modification was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) – only one responsible source, Federal Acquisition Regulation subpart 6.302-1, as addressed under justification and approval number 20-400 and approved on Nov. 25, 2019. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity.

Lockheed Martin Aculight Corp., Bothell, Washington, is awarded a $12,291,610 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract with a five-year ordering period for technical services, integration, test, validation, and demonstration events support for the airborne high energy laser system for the Naval Surface Warfare Center, Dahlgren Division. Work will be performed in Dahlgren, Virginia (42%); Bothell, Washington (30%); and Orlando, Florida (28%), and is expected to be completed by July 2026. Fiscal 2021 research, development, test and evaluation (Defense) funding in the amount of $100,000 will be obligated at the time of award and not expire at the end of the current fiscal year. This is a sole-source award in accordance with Defense Federal Acquisition Regulations 6.302-1(a) (2) (iii) – only one responsible source and no other supplies or services will satisfy agency requirements. Naval Surface Warfare Center, Dahlgren Division, Virginia, is the contracting activity (N00178-21-D-4412).

ARMY

Lockheed Martin Missile and Fire Control, Grand Prairie, Texas, was awarded a $160,480,077 modification (P00032) to contract W31P4Q-19-C-0101 for production of High Mobility Artillery Rocket Systems M142 launchers and support requirements. Work will be performed in Boca Raton, Florida; Whippany, New Jersey; York, Pennsylvania; Jackson, Michigan; Brownsboro, Alabama; Jackson, Mississippi; Palm Bay, Florida; Archbald, Pennsylvania; Dallas, Texas; Camden, Arizona; Dallas, Texas; Clearwater, Florida; and Taiwan, with an estimated completion date of April 30, 2023. Fiscal 2021 research, development, test and evaluation, Army; procurement, Marine Corps; Foreign Military Sales (Taiwan); and missile procurement, Army funds in the amount of $160,480,077 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

OCCI Inc., Fulton, Missouri, was awarded an $11,395,885 firm-fixed-price contract to fabricate/rehabilitate downstream ship arrestors. Bids were solicited via the internet with two received. Work will be performed in Sault Ste Marie, Michigan, with an estimated completion date of June 19, 2024. Fiscal 2021 civil construction funds in the amount of $11,395,885 were obligated at the time of the award. U.S. Army Corps of Engineers, Detroit, Michigan, is the contracting activity (W911XK-21-C-0009).

DEFENSE LOGISTICS AGENCY

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 184-day bridge contract with no option periods. Locations of performance are Illinois and Japan, with a Jan. 15, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-21-D-0016).

SupplyCore,* Rockford, Illinois, has been awarded a maximum $60,000,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for facilities maintenance, repair and operations supplies. 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 184-day bridge contract with no option periods. Locations of performance are Illinois and Korea, with a Jan. 15, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2021 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-21-D-0017).

Buffalo Supply Inc.,* Lafayette, Colorado, has been awarded a maximum $48,440,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for surgical equipment and accessories for the Defense Logistics Agency Electronic Catalog. This was a competitive acquisition with 148 responses received. This is a five-year contract with no option periods. Location of performance is Colorado, with a July 13, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2021 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-21-D-0011).

*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! 🇺🇸