Defense contracts valued at $7 million and above

U.S. TRANSPORTATION COMMAND

HomeSafe Alliance LLC, Houston, Texas, has been awarded a fixed-price with economic price adjustments, indefinite-delivery/indefinite-quantity contract (HTC711-22-D-R0002) with a total cumulative face value in the amount of $6,186,747,799 in the procurement of the global household goods contract.  The contract provides complete door-to-door global household goods relocation transportation and warehouse services worldwide for Department of Defense (DOD) service members, U.S. Coast Guard members, DOD civilians and their families. The contractor will integrate a network of household goods service providers from across the existing sphere of the commercial moving industry, and will ensure that a minimum of 40% of the total acquisition value of the domestic work performed flows down to subcontracted small businesses. Work is to be performed worldwide as specified on each individual order. The contract transition period and base period of performance is from Dec. 1, 2021, to Aug. 31, 2025.  Transition services will be funded with fiscal 2022 transportation working capital funds. Task orders will be funded by each of the military services using military personnel funding at the task order level.  This contract was a competitive acquisition and U.S. Transportation Command received seven offers.  U.S. Transportation Command, Directorate of Acquisition, Scott Air Force Base, Illinois, is the contracting activity.

ARMY

TRAX International Corp., Las Vegas, Nevada, was awarded a $654,824,767 cost-plus-fixed-fee contract for planning, conducting, analyzing, and reporting the results of developmental tests, production tests, and other tests to include providing test and test support services for authorized customers. 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. 3, 2026. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-22-D-0001).

Coastal Frontiers Corp., Moorpark, California, was awarded a $9,800,000 firm-fixed-price contract for civil engineering. Bids were solicited via the internet with eight received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 2, 2026. U.S. Army Corps of Engineers, Los Angeles, California, is the contracting activity (W912PL-22-D-0001).

DEFENSE LOGISTICS AGENCY

Golden Max LLC, doing business as Optimal, Stafford, Texas, has been awarded a maximum $147,641,760 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for infusion pump kits and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 152 responses received. This is a five-year contract with no option periods. Location of performance is Texas, with a Nov. 3, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-22-D-0005).

SupplyCore Inc.,* 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 375-day bridge contract with no option periods. Locations of performance are Alaska and Illinois, with a Nov. 15, 2022, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and Coast Guard. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE8E3-22-D-0005).

Cue Health Inc.,* San Diego, California, has been awarded a maximum $49,500,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for laboratory supplies and wares. This was a competitive acquisition with 47 responses received. This is a five-year contract with no option periods. Location of performance is California, with a Nov. 5, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-22-D-0006).

North American Rescue LLC, Geer, South Carolina, has been awarded a maximum $48,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract under solicitation SPE2DH-16-R-0002 for medical equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 169 responses received. This is a five-year contract with no option periods. Location of performance is South Carolina, with a Nov. 3, 2026, ordering period end date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2022 through 2027 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-22-D-0003).

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $18,693,000 modification (P00016) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1100) with four one-year option periods for poly/wool, serge, blue cloth and elastique, green poly/wool cloth. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Nov. 4, 2022, ordering period end date. Using military service is Army. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

Llamas Plastics Inc., Sylmar, California, has been awarded a maximum $14,234,230 firm-fixed-price, long-term contract for V-22 windscreens. This was a competitive acquisition with two responses received. This is a five-year contract with no option periods. Location of performance is California, with an Oct. 28, 2026, performance completion date. Using military service is Navy. Type of appropriation is fiscal 2022 through 2027 Navy working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Philadelphia, Pennsylvania (SPRPA1-22-D-001W).

Burlington Apparel Fabrics, Greensboro, North Carolina, has been awarded a maximum $8,177,895 modification (P00011) exercising the third one-year option period of a one-year base contract (SPE1C1-19-D-1112) with four one-year option periods for wool, serge, navy blue, sponged mothproof cloth. This is a fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract. Location of performance is North Carolina, with a Nov. 4, 2022, ordering period end date. Using military service is Navy. Type of appropriation is fiscal 2022 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania.

NAVY

Raytheon Missiles & Defense, Tewksbury, Massachusetts, was awarded a $48,168,321 cost-plus-incentive-fee, cost-plus-fixed-fee, and cost modification to previously awarded contract N00024-17-C-5145 to exercise options for DDG 1000 class engineering support, material and other direct costs in support of the engineering efforts. Work will be performed in Portsmouth, Rhode Island (50%); and Tewksbury, Massachusetts (50%), and is expected to be completed by May 2022. Fiscal 2022 operations and maintenance (Navy) funds in the amount of $11,080,775 (68%); and fiscal 2022 research, development, test and evaluation (Navy) funds in the amount of $5,290,001 (32%) will be obligated at time of award, of which funds in the amount of $11,080,775 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity. (Awarded Nov. 2, 2021)

General Dynamics Electric Boat Corp., Groton, Connecticut, is awarded a $13,090,443 cost-plus-fixed-fee modification to a previously awarded contract (N00024-12-C-2115) for planning and execution of USS Vermont (SSN 792) post-delivery work period. Work will be performed in Groton, Connecticut, and is expected to be completed by May 2022. Fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $13,090,443 will be obligated at the time of award and will not expire at the end of the current fiscal year. This contract was not competitively procured. The statutory authority for this sole source award is in accordance with Defense Federal Acquisition Regulation 6.302-1(a)(2)(iii) — only one responsible source and no other supplies or services will satisfy agency requirements. The Supervisor of Shipbuilding Conversion and Repair, Groton, Connecticut, is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $12,141,538 cost-plus-incentive fee and cost-only modification to previously awarded contract (N0002418C5218) to procure engineering labor and travel, material, and other direct costs and provide incremental funding in support of continued AN/SQQ-89A(V)15 development, integration, manufacture, production, and testing. Work will be performed in Manassas, Virginia (83%); Lemont Furnace, Pennsylvania (10%); Syracuse, New York (6%); and Hauppauge, New York (1%), and is expected to be completed by March 2022. Fiscal 2020 shipbuilding and conversion (Navy) funds in the amount of $3,324,742 (33%); Foreign Military Sales (FMS) Australia funds in the amount of $2,945,580 (29%); fiscal 2022 research, development, test, and evaluation (Navy) funds in the amount of $2,313,909 (23%); FMS Japan funds in the amount of $515,464 (5%); fiscal 2020 other procurement (Navy) funds in the amount of $479,759 (5%); fiscal 2021 research, development, test, and evaluation (Navy) funds in the amount of $317,281 (3%); and fiscal 2021 shipbuilding and conversion (Navy) funds in the amount of $211,413 (2%) will be obligated at time of award, and funds in the amount of $797,040 will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C., is the contracting activity.

Reyes Construction Inc., Pomona, California, is awarded a $7,747,804 firm-fixed-price task order (N6247322F4006) under previously-awarded multiple-award construction contract N62473-18-D-5862 for construction of a combat aircraft loading area at San Clemente Island, Naval Base Coronado. The task order also contains two unexercised options which, if exercised, would increase the total cumulative task order value to $7,837,804. Work will be performed in San Diego, California, and is expected to be completed by November 2022. The options, if exercised, provide for up to nine additional weeks of effort for batch plant operations and rock crushing operations. Fiscal 2021 military construction (Navy) funds in the amount of $7,747,804 will be obligated at time of award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Systems Command Southwest, San Diego, California, is the contracting activity.

*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! 🇺🇸