Defense contracts valued at $7 million and above

AIR FORCE

Acacia7, Diamond Bar, California (FA8903-21-D-0034); CEMS-RS&H USAF JV Inc., Summerville, South Carolina (FA8903-21-D-0035); EBL Engineers LLC, Baltimore, Maryland (FA8903-21-D-0036); Evergreen JV, San Diego, California (FA8903-21-D-0037); SOL – Merrick JV LLC, Jackson, Mississippi (FA8903-21-D-0038); HDR and Tehama JV, Kansas City, Missouri (FA8903-21-D-0039); Raymond Pond Full Service Solutions JV LLC, Conyers, Georgia (FA8903-21-D-0040); and Summer Consultants Inc., McLean, Virginia (FA8903-21-D-0041), were awarded a $2,000,000,000 indefinite-delivery/indefinite-quantity multiple award task order contract for architect and engineering services. This contract supports the Air Force Stateside Infrastructure Design and Construction Missions, and work will be performed stateside for Pool 3, including in U.S. territories.  This award is the result of a competitive small business acquisition, and fiscal 2021 operation and maintenance funds in the amount of $3,000 are being obligated at the time of award. Air Force Civil Engineer Center, Joint Base San Antonio, Lackland, Texas, is the contracting activity.

L3 Harris, Clifton, New Jersey, has been awarded an indefinite-delivery/indefinite-quantity contract in the amount of $947,292,440 for the AN/ALQ-172 Countermeasures Program and modernization. This contract provides for engineering services for block cycle, non-block cycle and sustaining engineering services and for Air Force Global Strike Command enhancement modernizations. Work will be performed in Clifton, New Jersey, and is expected to be completed by Aug. 30, 2031. This award is the result of a sole source acquisition, and fiscal 2021 operation and maintenance funds in the amount of $9,789,811 are being obligated at the time of award. Electronic Warfare Contracting Branch, Air Force Life Cycle Management Center, Robins Air Force Base, Warner Robins, Georgia, is the contracting activity (FA8523-21-D-0004).

NALGE NUNC International Corp., Rochester, New York, was awarded a $192,500,000 contract for domestic capacity expansion of the production of plastic pipette tips for the Department of Health and Human Services in care of Joint Acquisition Task Force. This contract increases domestic production up to 160 million pipette tips per month in support of domestic COVID-19 testing. The city of performance is to be determined, in North Carolina. The work is expected to be completed by Aug. 31, 2024. This award is the result of a competitive Commercial Solutions Opening (CSO). Fiscal 2021 3080 (Procurement Funds) in the amount of $192,500,000 are being obligated at the time of award. Air Force Life Cycle Management Center, Robin Air Force Base, Georgia, is the contracting activity (FA8529-21-C-0002).

M1 Support Services, Denton, Texas, was awarded a $26,417,252 modification (P00057) to contract (FA4890-16-C-0012) for the T‐38 Aircraft Maintenance Program. The modification will provide intermediate and organizational maintenance of T‐38 aircraft for Air Combat Command, Air Force Materiel Command and Air Force Global Strike Command. Work will be performed at Beale Air Force Base, California; Holloman AFB, New Mexico; Langley AFB, Virginia; Tyndall AFB, Florida; and Whiteman AFB, Missouri, and is expected to be completed by Sept. 30, 2022. Fiscal 2022 operation and maintenance funds will be used but no funds will be obligated at time of award. Acquisition Management and Integration Center, Joint Base Langley-Eustis Air Force Base, Virginia, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, was awarded a $10,961,508 contract modification (P00016) to previously awarded contract FA8682-20-C-0001 to procure tooling, maintenance and training for Joint Air-to-Surface Standoff Missile Production Lot 19. Work will be performed in Troy, Alabama, and is expected to be completed by Sept. 30, 2022. The award is the result of sole source acquisition, and Air Force Life Cycle Management Center, Eglin Air Force Base, Florida, is the contracting activity.

Raytheon Co., Goleta, California, was awarded a $9,584,400 indefinite-delivery/indefinite-quantity contract to provide software engineering support for the ALR-69A program. This is a follow-on effort to the sole-source.  Work will be performed in Goleta, California, under a basic one-year ordering period with nine one-year options, and is expected to be completed by Aug. 30, 2026. No funds are being obligated at the time of award. This award is the result of a justification and approval stating only one responsible source. Air Force Life Cycle Management Center, Wright Patterson Air Force Base, Ohio, is the contracting activity (FA8523-21-D-0010).

KAL Architects Inc., Irvine, California, was awarded a $9,500,000 indefinite-delivery/indefinite-quantity, firm fixed-price contract for architect and engineering services. Work will be performed at Edwards Air Force Base, California; and Air Force Plant 42, Palmdale, California. The work is expected to be completed by Aug. 30, 2026. This award is the result of a competitive acquisition in which 10 firms responded to the pre-solicitation. The seed project is being funded with fiscal 2021 operation and maintenance funds in the amount of $59,580 which are being obligated at the time of award. Air Force Test Center, Edwards AFB, California, is the contracting activity (FA9301-21-D-0010).

DEFENSE INFORMATION SYSTEMS AGENCY

ARINC Inc., Annapolis, Maryland, was awarded a non-competitive, firm fixed-price, single-award, indefinite-delivery/indefinite-quantity contract with a ceiling value of $205,062,956, for Datalink Services to provide certified and continuous flight safety services, Datalink messaging and voice communications with worldwide air traffic control agencies, and general data and voice for government command and control agencies.  The $15,000 minimum guarantee will be funded by fiscal 2022 operations and maintenance funds. Primary performance will be at the contractor’s facility. The period of performance is Oct. 1, 2021 – Sept. 30, 2031.  The Defense Information Technology Contracting Organization, Scott Air Force Base, Illinois, is the contracting activity (HC1013-21-D-0009).

ARMY

Benham-Stanley LLC, Oklahoma City, Oklahoma (W9128F-21-D-0024); Jacobs Engineering Group Inc., St. Louis, Missouri (W9128F-21-D-0025); AECOM Technical Services Inc., Denver, Colorado (W9128F-21-D-0026); Burns & McDonnell Engineering Company Inc., Bloomington, Minnesota (W9128F-21-D-0027); Black & Veatch Special Projects Corp., Overland Park, Kansas (W9128F-21-D-0028); and HDR, Omaha, Nebraska (W9128F-21-D-0070), will compete for each order of the $118,000,000 firm-fixed-price contract for preparation of studies, analysis, and design services for military and civil projects. Bids were solicited via the internet with 22 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 30, 2028. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity.

DonJon Marine Co Inc., Hillside, New Jersey, was awarded a $39,018,285 firm-fixed-price contract for maintenance dredging. Bids were solicited via the internet with three received. Work will be performed in Elizabeth, New Jersey, with an estimated completion date of Jan. 23, 2022. Fiscal 2021 civil construction funds in the amount of $39,018,285 were obligated at the time of the award. U.S. Army Corps of Engineers, New York, New York, is the contracting activity (W912DS-21-C-0016).

FPM Remediations Inc.,* Oneida, New York, was awarded a $29,072,841 firm-fixed-price contract for environmental remediation activities. Bids were solicited via the internet with two received. Work will be performed at Hill Air Force Base, Utah, with an estimated completion date of Aug. 30, 2031. Fiscal 2021 environmental restoration, defense funds in the amount of $4,970,352 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-21-C-0021).

LS Black Constructors/Loeffel Construction JV,* Excelsior, Minnesota, was awarded a $28,147,259 firm-fixed-price contract to provide a dormitory at Little Rock Air Force Base. Bids were solicited via the internet with seven received. Work will be performed in Jacksonville, Arkansas, with an estimated completion date of March 6, 2023. Fiscal 2018 military construction, defense-wide funds in the amount of $28,147,259 were obligated at the time of the award. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity (W9127S-21-C-6004).

Leidos Inc., Gaithersburg, Maryland, was awarded a $20,948,444 modification (P00043) to contract W58RGZ-17-C-0058 for contractor logistics support for Mi-17 and PC-12 aircraft previously supporting Afghanistan forces in over-the-horizon location, United Arab Emirates. Work will be performed in United Arab Emirates, with an estimated completion date of Aug. 31, 2022. Fiscal 2021 Afghanistan Security Forces Funds in the amount of $20,948,444 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity.

PRIDE Industries, Roseville, California, was awarded a $19,365,491 modification (P00065) to contract W9124G-18-C-0005 for Fort Rucker base operations support. Work will be performed at Fort Rucker, Alabama, with an estimated completion date of Aug. 31, 2023. Fiscal 2021 operation and maintenance, Army funds in the amount of $2,930,062 were obligated at the time of the award. U.S. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity.

BAE, Kingsport, Tennessee, was awarded a $10,027,642 modification (P00761) to contract DAAA09-98-E-0006 for WAARP Tank Farm construction at Holston Army Ammunition Plant. Work will be performed in Kingsport, Tennessee, with an estimated completion date of Sept. 30, 2023. Fiscal 2020, procurement of ammunition, Army funds in the amount of $10,027,642 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity.

Stell Environmental Enterprises Inc.,* Exton, Pennsylvania (9127N-21-D-0017); DR Reed and Associates Inc.,* Nederland, Colorado (W9127N-21-D-0011); EGC-AGEISS LLC, San Antonio,* Texas (W9127N-21-D-0012); GEO-Stanley Joint Venture 2,* Kevil, Kentucky (W9127N-21-D-0013); Harris Environmental Group Inc.,* Portland, Oregon (W9127N-21-D-0014); International Business Sales & Services Corp.,* Silver Spring, Maryland (W9127N-21-D-0015); Pinyon Environmental Inc.,* Lakewood, Colorado (W9127N-21-D-0016); The Clark Group LLC,* Washington, D.C. (W9127N-21-D-0018); and ANAMAR Environmental Consulting Inc., Gainesville, Florida (W9127N-21-D-0010), will compete for each order of the $10,000,000 firm-fixed-price contract for planning and environmental services required in support of water resource studies and projects. Bids were solicited via the internet with 14 received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2026. U.S. Army Corps of Engineers, Portland, Oregon, is the contracting activity.

Alutiiq General Contractors, Tacoma, Washington, was awarded a $9,595,250 modification (P00003) to contract W911S8-20-D-0012 for maintenance, repair and minor construction work on vehicle roadways and airfield paving projects at Joint Base Lewis-McChord. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of Aug. 31, 2022. U.S. Army 418th Contracting Support Brigade, Joint Base Lewis-McChord, Washington, is the contracting activity.

General Dynamics Land Systems Inc., Sterling Heights, Michigan, was awarded a $7,795,495 modification (P00104) to contract W56HZV-13-C-0319 to replace pavement, underground domestic water sanitary piping, and fire-protection piping from. Work will be performed in Sterling Heights, Michigan, with an estimated completion date of Aug. 30, 2024. Fiscal 2021 weapons and tracked combat vehicle procurement, Army funds in the amount of $7,795,495 were obligated at the time of the award. U.S. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

NAVY

Raytheon Missiles and Defense, Tucson, Arizona, is awarded a $54,535,212 cost-plus-fixed-fee modification to previously-awarded contract N00024-18-C-5431 to exercise options for fiscal 2021 design agent and engineering support services for the Rolling Airframe Missile (RAM) upgraded MK-31 Guided Missile Weapon System Improvement Program. The MK-31 RAM Guided Missile Weapon System is a cooperative development and production program conducted jointly by the U.S. and the Federal Republic of Germany under memoranda of understanding. The support procured under the contract is required to maintain current weapon system capability as well as resolve issues through design, systems, software maintenance, reliability, maintainability, quality assurance and logistics engineering services. This contract combines purchases for the Navy (71%); and the government of Japan (29%) under the Foreign Military Sales (FMS) program. FMS Japan funds in the amount of $1,984,684 (29%); fiscal 2021 operations and maintenance (Navy) funds in the amount of $1,840,724 (27%); fiscal 2021 weapons procurement (Navy) funds in the amount of $1,510,968 (22%); fiscal 2020 research, development, test and evaluation (Navy) funds in the amount of $350,916 (5%); fiscal 2021 research, development, test and evaluation (Navy) funds in the amount of $343,697 (5%); fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $259,663 (4%); fiscal 2018 shipbuilding and conversion (Navy) funds in the amount of $173,374 (3%); German (Non-FMS) funds in the amount of $143,623 (2%); German (Non-FMS) funds in the amount of $143,507 (2%); and fiscal 2020 weapons procurement (Navy) funds in the amount of $89,616 (1%) will be obligated at the time of award, of which funds in the amount of $2,191,640 will expire at the end of the current fiscal year. Work will be performed in Tucson, Arizona, and is expected to be completed by July 2022. This contract was not competitively procured under the exception 10 U.S. Code 2304(c)(4), international agreement. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Sikorsky Aircraft Corp., a Lockheed Martin Co., Stratford, Connecticut, is awarded a $48,064,287 firm-fixed-price order (N0001921F0709) against a previously issued basic ordering agreement (N0001919G0029). This order procures eight spare part and management and delivery of parts in support of the CH-53K low rate initial production configuration aircraft.  Work will be performed in Stratford, Connecticut (64.24%); Waltham, Massachusetts (6.92%); Redmond, Washington (6.58%); Farnborough, United Kingdom (5.39%); Stamford, Connecticut (3.59%); Cromwell, Connecticut (1.72%); Stratford, Ontario, Canada (1.65%); Paramount, California (1.46%); Cary, North Carolina (1.33%); and various locations within the continental U.S. (7.12%), and is expected to be completed in December 2026. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $48,064,287 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.

Lockheed Martin Corp., Orlando, Florida, is awarded $39,330,900 for delivery order N00383-21-F-0QW0 under previously awarded basic ordering agreement (N00019-19-G-0029) for the repair of 10 infrared receivers and five control processors in support of the F/A-18 Infrared Search and Track System. All work will be performed in Orlando, Florida, and will be completed by October 2023. Fiscal 2021 aircraft procurement funds (Navy) in the full amount of $39,330,900 will be obligated at the time of award and funds will not expire at the end of the current fiscal year. One source was solicited for this non-competitive requirement under authority 10 U.S. Code 2304 (c)(1), and one offer was received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

McKean Defense Group LLC, Philadelphia, Pennsylvania, is awarded an indefinite-delivery/indefinite-quantity, cost-plus-fixed-fee contract (N66001-21-D-0153) with a potential ceiling value of $35,870,169 to provide program management, basic research, end-to-end system design, prototype development, systems engineering, integration, environmental qualification testing, production, software loading, pre-installation testing and checkout, deployment and life cycle support of command, control, communications, computer, intelligence, surveillance and reconnaissance systems for the Naval Information Warfare Center Pacific Network Integration Engineering Facility. This one-year contract includes four one-year options which, if exercised, would bring the potential value of this contact to an estimated $187,467,410. Work will be performed in San Diego, California. The period of performance of the base award is from Aug. 31, 2021, to Aug. 30, 2022. If all options are exercised, the period of performance would extend through Aug. 30, 2026. No funds will be obligated at the time of award. Funds will be obligated as task orders are issued using operation and maintenance (Navy); other procurement (Navy); research, development, test and evaluation; Foreign Military Sales funds; and funding from other government services such as Air Force based on fiscal year spending plans. This contract was competitively procured using full and open via Request for Proposal N66001-21-R-0041, which was published on the Federal Business Opportunities website and the Naval Information Warfare Systems Command e-Commerce Central website. Two proposals were received and one selected for award. Naval Information Warfare Center Pacific, San Diego, California, is the contracting activity.

Wing Inflatables Inc., Arcata, California, is awarded a $31,921,100 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for the purchase of up to a maximum 904 Enhanced – Combat Rubber Reconnaissance Craft. Work will be performed in Arcata, California, and is expected to be complete by August 2026. Fiscal 2019 and 2022 procurement (Marine Corps) contract funds in the amount of $3,126,894 will be obligated on the first delivery order immediately following contract award and funds will expire the end of the fiscal 2022 and 2023, respectively. This contract was competitively procured via the System for Award Management website, with three proposals received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-21-D-1801).

HART Technologies Inc.,* Manassas, Virginia (N0017821D4414); and QinetiQ Inc., Lorton, Virginia (N0017821D4415), are awarded a combined $30,300,000 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for design, technical documentation, fabrication, system integration, test and evaluation, and rapid prototyping support. These contracts do not include options, and have a maximum cumulative value of $30,300,000. This contract was competitively awarded with full and open competition. All items will be procured and evaluated at the delivery order level. Types of equipment may include radar, voice and data communications, cryptographic equipment, electronic countermeasures and navigation aids as they pertain to electronic warfare and radio frequency systems. Work will be performed in Manassas, Virginia (50%); and Lorton, Virginia (50%), and is expected to be completed by September 2026. Fiscal 2021 Navy working capital funds in the amount of $1,000 ($500 minimum contract guarantee per awardee) will be obligated at the time of award and will expire at the end of fiscal 2023. All other funding will be made available at the delivery order level as contracting actions occur. This contract was competitively procured via the beta System for Award Management website, with three offers received. The Naval Surface Warfare Center Dahlgren Division, Dahlgren, Virginia, is the contracting activity.

Northrop Grumman Systems Corp., Woodland Hills, California, was awarded a $21,214,122 indefinite-delivery/indefinite-quantity contract containing firm-fixed-price provisions for repair, calibration, overhaul, and manufacture long lead component shop replaceable units. This requirement is to deliver repaired, calibrated, and overhauled replacement units to support the Naval Undersea Warfare Center Division Newport Submarine High Data Rate (SubHDR) National Maintenance Center, which is responsible for returning SubHDR components to ready for issue condition for the fleet. This contract combines purchases for the Navy (90%); and the government of United Kingdom (5.5%), Commonwealth of Australia (2.5%), and Canada (2%) under the Foreign Military Sales (FMS) program. Work will be performed in Salt Lake City, Utah, and is expected to be completed in August 2028. Fiscal 2021 operation and maintenance (Navy) funds in the amount of $1,073,105 (58%); and FMS United Kingdom, Commonwealth of Australia, and Canada funds in the amount of $781,327 (42%) (combined) will be obligated on the first delivery order, of which funds in the amount of $1,073,105 will expire at the end of the current fiscal year. This contract was solicited as a sole source requirement under the authority of 10 U.S. Code 2304(c)(1), as implemented in Federal Acquisition Regulation (FAR) 6.302-1: only one responsible source and no other type of supplies or services will satisfy agency requirements. The Naval Undersea Warfare Center Division Newport, Rhode Island, is the contracting activity (N66604-21-D-B000). (Awarded Aug. 27, 2021)

Rockwell Collins Simulation and Training Solutions, Cedar Rapids, Iowa, is awarded a $17,619,012 firm-fixed-price modification (P00040) to a previously awarded contract N6134017C0014. This modification procures initial spare parts and aircraft common equipment to support the E-2D Hawkeye Integrated Training Systems flight, tactics, and maintenance devices. Work will be performed in Norfolk, Virginia (77%); Iwakuni, Japan (20%); and Point Mugu, California (3%), and is expected to be completed in March 2024. Fiscal 2021 aircraft procurement (Navy) funds in the amount of $5,715,006; and fiscal 2019 aircraft procurement (Navy) funds in the amount of $11,904,006 will be obligated at the time of award, $11,904,006 of which will expire at the end of the current fiscal year. The Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity.

IAP-ECC LLC, Burlingame, California, is awarded a $14,782,323 modification under a firm-fixed-price task order on a multiple award contingency contract for the exercise of Option One for the construction and maintenance of a contractor berthing camp at Naval Air Weapons Station (NAWS) China Lake. The total contract amount after exercise of this option will be $137,784,301. Work will be performed in Ridgecrest, California, and is expected to be completed by March 2025. The work to be performed provides for temporary facilities and facility services for a berthing camp in support of the China Lake earthquake recovery project at NAWS China Lake. Temporary facilities include fencing, living/sleeping units, operational center and a security station. Facility services include management and administration, unaccompanied housing, facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, wastewater, and water. The need for a berthing camp to support 11 military construction project contractors is an emergency response to the earthquakes that affected the China Lake area in July 2019. Fiscal 2020 military construction (Navy); and fiscal 2021 working capital funds (Navy) in the amount of $14,782,323 are obligated on this award and will not expire at the end of the current fiscal year.  The Naval Facilities Engineering Systems Command, Pacific, Pearl Harbor, Hawaii, is the contracting activity (N62742-16-D-3553).

WASHINGTON HEADQUARTERS SERVICES

KIRA Operations Support, Blytheville, Arkansas, has been awarded a firm-fixed price, indefinite-delivery/indefinite-quantity contract (HQ0034-21-D0015). The maximum amount of this action is $20,000,000. The purpose of this contract is to provide base operations and support services for Raven Rock Mountain Complex of the Washington Headquarters Services. Services will include custodial, dining facility operations, logistical support, and transportation. Work will be performed in Fairfield, Pennsylvania. No funds will be obligated at the time of the award. The expected completion date is Aug. 31, 2026. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Camel Manufacturing, Pioneer, Tennessee, has been awarded a maximum $8,677,665 firm-fixed-priced, indefinite-delivery/indefinite-quantity contract for military standard tents and components. This was a competitive acquisition with two responses received. This is a one-year base contract with four one-year option periods. Location of performance is Tennessee, with an Aug. 30, 2026, ordering period end date. Using military services are Army, Navy, Air Force and Marine Corps. 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-1486).

UPDATE: SupplyCore Inc., Rockford, Illinois (SPE8EC-21-D-0088), has been added as an awardee to the multiple award contract for cranes issued against solicitation SPE8EC-17-R-0004 and awarded Aug. 29, 2017.

*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! 🇺🇸