Defense contracts valued at $7 million and above

AIR FORCE

Baker-Stanley-Cardno JV, Moon Township, Pennsylvania (FA8903-21-D-0019); Mead & Hunt/Mott MacDonald JV, Middleton, Wisconsin (FA8903-21-D-0027); ADC Engineering Inc., Hanahan, South Carolina (FA8903-21-D-0018); Johnson, Mirman & Thompson Inc., Hunt Valley, Maryland (FA8903-21-D-0025); Burns & McDonnell Inc., Kansas City, Missouri (FA8903-21-D-0020); HDR Environmental, Operations and Construction Inc., Spring Branch, Texas (FA8903-21-D-0021); WSP- Mason & Hanger JV, Washington, D.C. (FA8903-21-D-0031); Tigerbrain Engineering, Oviedo, Florida (FA8903-21-D-0030); DRMP-AVCON JV,  Orlando, FL (FA8903-21-D-0023); Jacobs Government Services Co., San Antonio, Texas (FA8903-21-D-0022); Suhail-CHA JV, Chagrin Falls, Ohio (FA8903-21-D-0029); Pond-CDM Smith JV L.P., Peachtree Corners, Georgia (FA8903-21-D-0028); KZF Design, Cincinnati, Ohio (FA8903-21-D-0026); and Aviation Engineers JV, Newport News, Virginia (FA8903-21-D-0024), are each awarded fixed-price, indefinite-delivery/indefinite-quantity, multiple award contracts to support worldwide architect and engineer services for the Air Force under the AE-Next Pool I (Airfield Infrastructure) contract vehicle. The AE-Next program has a shared ceiling of $2,000,000,000. Task orders will be competitively awarded under these contracts, which may be performed both in the U.S. and worldwide, as appropriate. Each of the contracts has a 10-year ordering period beginning July 30, 2021, and, with execution of the five-year option, July 29, 2031. Fiscal 2021 funding in the amount of $42,000 has been obligated for the initial task order. These contracts were competitively procured using full and open competition, and 25 proposals were received. The 772nd Enterprise Sourcing Squadron, San Antonio, Texas, is the contracting activity. (Awarded July 30, 2021)

L-3 Communications Integrated Systems L.P. (L3Harris), Greenville, Texas, has been awarded a $17,471,963 firm-fixed-price and cost-plus-fixed-fee contract modification (P00009) for management support services toward original contract FA8620-18-F-4816. Work will be performed in Greenville, Texas, and is expected to be completed by Dec. 31, 2022. This contract involves 100% Foreign Military Sales (FMS) and is the result of a sole-source acquisition. The total cumulative face value of the contract is $58,832,562, and FMS funds in the full amount are being obligated at the time of the award. The 645th Aeronautical Systems Group, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

ARMY

Messer Construction Co., Cincinnati, Ohio, was awarded a $58,989,000 firm-fixed-price contract for construction of Van Voorhis Elementary School at Fort Knox. Bids were solicited via the internet with six received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of Sept. 20, 2025. Fiscal 2017 and 2021 military construction, defense-wide funds in the amount of $58,989,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0033).

Hasen Global LLC,* Fort Worth, Texas, was awarded a $13,082,506 firm-fixed-price contract to repair Building 6434 at Fort Knox. Bids were solicited via the internet with two received. Work will be performed in Fort Knox, Kentucky, with an estimated completion date of May 18, 2023. Fiscal 2021 operation and maintenance, Army funds in the amount of $13,082,506 were obligated at the time of the award. U.S. Army Corps of Engineers, Louisville, Kentucky, is the contracting activity (W912QR-21-C-0032).

West Coast JV LLC,* Coos Bay, Oregon, was awarded an $8,900,000 modification (P00006) to W911SA-19-D-2003 for sustainment, modernization and improvement projects for the 88th Army Reserve centers. 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 Aug. 14, 2023. U.S. Army 419th Contracting Support Brigade, Fort McCoy, Wisconsin, is the contracting activity.

CORRECTION: The $45,167,317 contract (W912PL-21-C-0017) announced on Aug. 3, 2021, to Harper Construction, San Diego, California, to construct a fixed-wing aircraft operations and maintenance hangar was actually awarded on Aug. 10, 2021.

DEFENSE LOGISTICS AGENCY

Honeywell International, doing business as Honeywell Aerospace-Tucson, Tucson, Arizona, has been awarded a $31,054,500 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for anti-value assemblies. 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 five-year contract with no option periods. Location of performance is Arizona, with an Aug. 31, 2026, performance completion date. Using military service is Army. Type of appropriation is fiscal 2021 through 2026 Army working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Redstone Arsenal, Alabama (SPRRA1-21-D-0015).

Gulf Coast Electric Cooperative Inc., Wewahitchka, Florida, has been awarded a $11,295,479 modification (P00108) to a 50-year contract (SP0600-10-C-8253) with no option periods for the annual inflation adjustment and hourly inspection charge increases for the electric and water utility systems at Tyndall Air Force Base, Florida. This is a firm-fixed-price with economic-price-adjustment contract. Location of performance is Florida, with a May 31, 2061, performance completion date. Using military service is Air Force. Type of appropriation is fiscal 2010 through 2061 Air Force operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

NAVY

DCS, Corp.,* Alexandria, Virginia, is awarded a $25,080,326 modification (P00026) to a previously awarded, cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract. This modification increases the ceiling to address labor cost increases to provide continued systems engineering, analysis, research, development, logistics, configuration and data management services to the Naval Air Warfare Center Weapons Division’s aircraft integrated product teams in support of the development, integration, test, evaluation, and fielding of new and upgraded capabilities to the F/A-18, EA-18G, F-35, AV-8B, AH-1/UH-1 aircraft and unmanned aerial systems for the Navy. Work will be performed in China Lake, California (86.5%); Eglin, Florida (7%); Ridgecrest, California (5%); Point Mugu, California (1%); and various locations within the continental U.S. (0.5%), and is expected to be completed in October 2022. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. The Naval Air Warfare Center Weapons Division, Point Mugu, California, is the contracting activity (N68936-18-D-0006).

Georgia Tech Research Corp., Atlanta, Georgia, is awarded an $11,510,337 36-month modification to exercise Option One to a previously awarded cost contract to develop a new breed of high performance computer (HPC), dubbed “Real-time HPC,” which balances computational throughput with extreme low latency to create a largescale virtual radiofrequency test range. This modification increases the value of the basic contract by $11,510,337; the new total value is $13,913,213. Work will be performed at contractor facilities in Atlanta, Georgia (50%); New York, New York (30%); and Aurora, Colorado (20%). The period of performance for option is from Aug. 1, 2021, through July 31, 2024. Fiscal 2021 research, development, test and evaluation (DoD) funds in the amount of $972,876 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. This contract was competitively procured via a Defense Advanced Research Projects Agency (DARPA) broad agency announcement solicitation published on the beta.sam.gov and DARPA websites. Eight proposals were received and one was selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity (N66001-20-C-4002).

Textron Systems Corp., Hunt Valley, Maryland, is awarded an $11,285,913 five-year, long-term, firm-fixed price contract under a previously awarded performance-based logistics requirements contract (N00383-19-D-U501) for the logistics and repair support of MV-22B, CMV-22 (Navy) and CV-22 (Air Force) Osprey components in support of the Joint Service Electronic Combat Systems Tester system. All work will be performed in Hunt Valley, Maryland, and is expected to be completed by August 2026. Appropriate fiscal year working capital funds (Navy) will be obligated as individual task orders are issued, and funds will not expire before the end of the current fiscal year. One source was solicited for this non-competitive requirement and one offer was received in accordance with 10 U.S. Code 2304 (c)(1). Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-21-D-ZD01).

*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! 🇺🇸